Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout2022-07-18 (Regular) Meeting Agenda Packet
Please note: If you have a disability and need auxiliary aids or services, please notify the City of Englewood
(303-762-2405) at least 48 hours in advance of when services are needed.
1000 Englewood Pkwy - Council Chambers
Englewood, CO 80110
AGENDA
City Council Regular Meeting
Monday, July 18, 2022 ♦ 6:00 PM
Council Dinner will be available at 5:30 p.m.
To view the meeting, please follow this link to our YouTube live stream link:
City Council meeting July 18, 2022
1. Study Session Topics
a. Director of Finance Jackie Loh will be present to discuss the May 2022 Monthly
Financial Report. 6:00pm - 6:10pm
1a
Information
Presentation: 5 minutes
Discussion: 5 minutes
b. Annual report of the Sustainability Commission to the City Council
1b
Sustainability Coordinator Melissa Englund and Logan Dunning, Chair of the
Englewood Sustainability Commission, will be present to discuss the Sustainability
Commission Annual Report. 6:10pm-6:40pm
Information
Presentation: 10 minutes
Discussion: 20 minutes
c. Assistant City Manager Tim Dodd, City Clerk Stephanie Carlile, and City Manager's
Office Intern Elena Hernandez will be present to discuss formal ways to engage youth.
6:40pm -7:00pm
1c
Information & Direction
Presentation: 10 minutes
Discussion: 10 minutes
2. Call to Order
3. Pledge of Allegiance
4. Roll Call
5. Consideration of Minutes of Previous Session
Page 1 of 733
Englewood City Council Regular Agenda
July 18, 2022
Please note: If you have a disability and need auxiliary aids or services, please notify the City of Englewood
(303-762-2405) at least 48 hours in advance of when services are needed.
a. Minutes of the Regular City Council Meeting of June 27, 2022.
5a
6. Appointments, Communications, Proclamations, and Recognition
7. Recognition of Scheduled Public Comment
The deadline to sign up to speak for Scheduled Public Comment is Wednesday by 5 p.m.,
prior to the meeting, through the City Clerk’s Office. This is an opportunity for the public to
address City Council. There is an expectation that the presentation will be conducted in a
respectful manner. Council may ask questions for clarification, but there will not be any
dialogue. Please limit your presentation to five minutes. Written materials for presentation to
Council may be submitted to the City Clerk.
a. Danna Liebert, an Englewood resident, will address Council regarding landscaping to
support pollinators.
b. Kathleen Bailey, an Englewood resident, will address Council regarding major
concerns for current plans for the upstream half of the South Englewood Basin.
8. Recognition of Unscheduled Public Comment
If you would like to sign-up to speak virtually for public comment at the upcoming City
Council meeting on Monday, July 18th, please visit
https://englewoodco.zoom.us/webinar/register/WN_pbHDUnXPSlWBxUbaLpNDzw to register, or
plan to attend the meeting in person at 1000 Englewood Pkwy, Second Floor Council
Chambers.
If registering to speak virtually, you will receive a unique and personalized invitation by email
to join the meeting. Every speaker who wants to register should sign-up with their own email
address. If you do not have an email address or if you have any questions regarding this
process, please reach out to the City Clerk's Office at CityClerk@englewoodco.gov or call 303-
762-2430.
Citizens may also submit written public comments to the City Clerk's Office at
CityClerk@englewoodco.gov until 12 p.m. Tuesday, July 19th.
This is an opportunity for the public to address City Council. There is an expectation that the
presentation will be conducted in a respectful manner. The Council may ask questions for
clarification, but there will not be any dialogue. Please limit your presentation to 3 minutes.
Council Response to Public Comment.
9. Consent Agenda Items
a. Approval of Ordinances on First Reading
b. Approval of Ordinances on Second Reading.
i. CB 33 - Amending EMC 5-1-5, 4-1-1 to comply with new state law exempting
non-local retailers from sales, use tax license
Page 2 of 733
Englewood City Council Regular Agenda
July 18, 2022
Please note: If you have a disability and need auxiliary aids or services, please notify the City of Englewood
(303-762-2405) at least 48 hours in advance of when services are needed.
9bi
Staff recommends City Council approve an Ordinance amending EMC 5-1-5,
4-1-1 to comply with new state law exempting nonlocal retailers from sales, use
tax license Charter. Staff: City Attorney Tamara Niles
ii. CB 34 - Ballot questions for revisions to the City of Englewood's Charter
9bii
Staff recommends City Council approve a Bill for an Ordinance authorizing
ballot questions for revisions to the City of Englewood's Charter. Staff: City
Attorney Tamara Niles
c. Resolutions and Motions
i. Approval of an Agreement with Brundage Bone Concrete Pumping
9ci
Staff recommends City Council approve, by Motion, an Agreement Authorizing
Brundage Bone Concrete Pumping to remove a surplus fuel tank from the
property located at 4390 South Windermere St. Staff: Deputy Director of
Public Works - Engineering and Asset Management Tim Hoos
ii. Approval to purchase one 2022 StarCraft Allstar bus.
9cii
Staff recommends City Council approve a Resolution for a One Starcraft Bus at
the cost of $111,837 from Creative Bus Sales, Inc. for the P, R, G, and L
Department. Staff: Maintenance and Operations Manager Steve Ortega
and Deputy Director of Public Works Chris Edelstein - O & M
iii. Approval to purchase one 2023 Dodge Ram Bucket Truck
9ciii
Staff recommends City Council approve a Resolution to purchase one (1) 2023
Dodge Ram Bucket Truck for $200,312 from Altec Industries, Inc. for the Public
Works Department, Traffic Division. Staff: Maintenance and Operations
Manager Steve Ortega
10. Public Hearing Items
11. Ordinances, Resolutions and Motions
a. Approval of Ordinances on First Reading
i. CB 38 - Cooperative Agreement Regarding Pass-Through Revenue for School
Finance Act Compliance with Englewood Schools
11ai
Staff recommends City Council approve a Bill for an Ordinance approving the
Cooperative Agreement Regarding Pass-Through Revenue for School Finance
Act Compliance with Englewood Schools. Staff: Director of Community
Development Brad Power, Redevelopment Manager Dan Poremba, and
EDDA Executive Director Hilarie Portell
b. Approval of Ordinances on Second Reading
Page 3 of 733
Englewood City Council Regular Agenda
July 18, 2022
Please note: If you have a disability and need auxiliary aids or services, please notify the City of Englewood
(303-762-2405) at least 48 hours in advance of when services are needed.
i. CB 35 - Ballot questions regarding two taxation-related items
11bi
Staff recommends City Council approve an Ordinance authorizing two ballot
questions regarding taxation. Staff: City Manger Shawn Lewis
c. Resolutions and Motions
i. Englewood Employees Association (EEA) Contract
11ci
Staff recommends City Council approve, by Motion, the Englewood Employees
Association (EEA) Contract. Staff: Director of Human Resources Shawn
Weiske
ii. Contract for design and environmental services on the Dartmouth Traffic
Calming Corridor Project
11cii
Staff recommends that the city council approve, by motion, a contract with
Apex Design in the
amount of $346,190.00 to perform the environmental investigation and
engineering design for
the Dartmouth Traffic Calming Corridor Project. Staff: Capital Project
Engineer Jake Warren and Capital Project Engineer Sara Siggue
12. General Discussion
a. Mayor's Choice
b. Council Members' Choice
13. City Manager’s Report
14. Adjournment
Page 4 of 733
STUDY SESSION
TO: Mayor and Council
FROM: Jackie Loh
DEPARTMENT: Finance
DATE: July 18, 2022
SUBJECT: May 2022 Monthly Financial Report
DESCRIPTION:
Finance Director Jackie Loh to review with City Council the May 2022 Financial Report
RECOMMENDATION:
Director of Finance, Jackie C. Loh, will review the 2022 May Financial Report.
PREVIOUS COUNCIL ACTION:
Staff provides financial updates to City Council each month. During the Study Session
discussion, the Director of Finance will review the 2022 May General Fund financials by
revenues and expenditures. Sales & Use Tax collections by area are also included in the
Appendix of the attached presentation.
SUMMARY:
Through May 2022, the City of Englewood's General Fund receipts total $25,084,000 this
amount is 44.3% of budgeted revenue, or $2,476,000 higher than the same period in 2021.
Total revenue YTD is tracking 11.0% higher than the same period in 2021. Expenditures YTD
are $23,882,000 or 40.3% of the fiscal year total expenditures. The total expenditures YTD are
$992,000 higher than those in 2021.
Per Council request, one-time revenue and expenditures for 2022 and 2021 have been
removed from the operating slides as noted.
ANALYSIS:
Revenue highlights are below:
• Through May 2022, the city has received $6,352,000 in property taxes. Of that total,
$3,241,000 was allocated to the General Fund, $203,000 to the EDDA, and the rest to
debt service for the Parks and Recreation and Police Building General Obligation (GO)
bonds.
• Sales & Use Tax remittances total $16,445,000 and are 46.6% of fiscal budgeted
revenue; Sales & Use Tax received is $2,136,000 higher than the same time last year.
Additionally, the Sales & Use Tax audits and voluntary disclosure collections amount to
$151,000.
Page 5 of 733
• Marijuana Sales Tax accounts for $689,000 of the total Sales & Use Tax revenue YTD
and is ($158,000) lower than 2021 but comparable to 2020. The variance could be due
to more competition from other jurisdictions that opened marijuana shops recently.
• 2022 Franchise Fees are $114,000 or 8.9% higher than 2021, mainly due to the fees
received from the public utilities and cable corporations.
• Parks, Recreation & Library (PRL) YTD revenue of $449,000 is $143,000 above last
year. The facilities were operating at reduced capacity during 2021 due to COVID-19
but reopened at full capacity on May 16, 2021.
• American Rescue Plan Act (ARPA) - the city has been awarded $8,776,000 which will
be received in two allocations of $4,338,000 each. The second allocation was received
on July 5, 2022.
A budget supplemental, including $337,975 for the local business staff recruitment, Cross
Purpose new workspace construction, and Tri-Cities homelessness action plan, was
approved by Council on May 2nd and is included in the amended budget appropriation.
• Investment Earnings are negative, and ($207,000), less than the same time last year,
due to a rise in interest rates. These negative returns are due to Unrealized Losses.
The portfolio, predominantly in bonds, is recorded at market value each month, so
earnings can fluctuate when interest rates move in either direction. Below is the recent
history of unrealized gains/(losses)Error! Hyperlink reference not valid.
Expenditure highlights are below:
• Across all departments, part of the variances is due to the 3.5% salary increase per the
Englewood Police Benefits Association (EPBA) and Englewood Employee Association
(EEA) contracts and 3.5% for the rest of the staff.
• Parks, Recreation and Library expenditures are $120,000 above 2021 due to facilities
being fully staffed and at full capacity in 2022.
• Debt service includes $2,812,000 for the COP payoff. Paying off the COP debt early
saved the city $30,000 in interest costs.
The YTD Operating Surplus (Excess Revenues over/(under) Expenditures) is $1,202,000,
compared to the amended Budgeted Operating Deficit of ($2,648,000). There is a $134,000
transfer from the Public Improvement Fund for Debt Service and transfers out of $396,000 for
Page 6 of 733
capital projects and $150,000 to the EDDA for the 2022 portion of the city’s loan. This
Operating Deficit excludes one-time items.
The General Fund – Fund Balance Composition, slide #16, shows a YTD Total Deficit of
($628,000), including the Operating Deficit of ($216,000) and a net transfer out of ($412,000).
This surplus includes one-time items.
COUNCIL ACTION REQUESTED:
Information only.
FINANCIAL IMPLICATIONS:
Information included above.
CONNECTION TO STRATEGIC PLAN:
Governance: Assist the City to become fiscally accountable, effective and efficient.
OUTREACH/COMMUNICATIONS:
N/A.
Page 7 of 733
May 2022Monthly Financial Report
Jackie Loh, Director of Finance
Page 8 of 733
•As of May 2022, revenues to date covered 44.3% of the Fiscal Year 2022 budget.
•In May 2021, revenues to date covered 40.3% of the total Fiscal Year 2021 revenues.
•Sales and Use Tax Revenue is higher than at this time of the year in both 2021 and 2020.
•Operating revenues exclude one-time items as noted
General Fund Operating Revenues
Page 9 of 733
General Fund Operating Revenues
•Excludes $188,000 for sale of Fire Training Academy (2022)
•Excludes $138,000 for health insurance savings (2022)
•2022 Parks Recreation and Library revenues are higher primarily due to COVID shutdowns in 2021
•Excludes $251,000 for health insurance savings (2021)
2022 2021
Amended Budget May-22 % Budget Dec-21 May-21 % YTD $ Diff % Diff
Operating Revenues
Property Tax 5,171,000 3,241,000 62.7%4,644,000 2,815,000 60.6%426,000 0.0%
Specific Ownership Tax 530,000 181,000 34.2%524,000 177,000 33.8%4,000 0.0%
Sales & Use Taxes 33,779,000 15,756,000 46.6%32,362,000 13,462,000 41.6%2,294,000 17.0%
Sales Tax - Marijuana - 689,000 1,898,000 847,000 0.0%(158,000) -18.7%
Cigarette Tax 170,000 41,000 24.1%182,000 75,000 41.2%(34,000) -45.3%
Franchise Fees 3,665,000 1,388,000 37.9%3,826,000 1,274,000 33.3%114,000 8.9%
Hotel/Motel Tax 20,000 27,000 135.0%28,000 9,000 32.1%18,000 200.0%
Licenses & Permits 3,029,000 1,031,000 34.0%2,218,000 969,000 43.7%62,000 6.4%
Intergovernmental Revenue 1,208,000 275,000 22.8%2,088,000 440,000 21.1%(165,000) -37.5%
Charges for Services 3,401,000 955,000 28.1%2,638,000 948,000 35.9%7,000 0.7%
Parks and Recreation 2,619,000 449,000 17.1%2,308,000 306,000 13.3%143,000 46.7%
Fines & Forfeitures 531,000 164,000 30.9%516,000 239,000 46.3%(75,000) -31.4%
Investment Earnings 55,000 (215,000) -390.9%(73,000) (8,000) 11.0%(207,000) 2587.5%
EMRF Rents 1,700,000 758,000 44.6%1,762,000 741,000 42.1%17,000 2.3%
Miscellaneous 806,000 344,000 42.7%1,135,000 314,000 27.7%30,000 9.6%
Total Revenues 56,684,000 25,084,000 44.3%56,056,000 22,608,000 40.3%2,476,000 11.0%
2022 vs 2021
Page 10 of 733
Sales and Use Tax Revenues
Page 11 of 733
Sales and Use Tax Revenues
Page 12 of 733
2018-2022 Cumulative Change in Sales and Use Tax Collected
$7.6 million increase
since 2018
Page 13 of 733
City of Englewood Sales Tax Area Map
Page 14 of 733
YTD Sales & Use Tax Collections by Area
Busines
s Area
$ YTD
Variance
CY vs PY
% YTD
Variance
CY vs PY
YTD New
Businesses
YTD Closed
Businesses
YTD Net
New
(Closed)
Businesses Comments
Area 1 (67,483) -4.42%10 (16) (6)
Area 2 105,078 9.55%5 (8) (3)
Area 3 142,622 11.00%10 (12) (2)
Area 4 103,045 21.25%2 (3) (1)
Area 5 92,102 12.88%6 (5) 1
Area 6 393,319 24.43%57 (67) (10)
Area 7 968,311 17.70%275 (320) (45) Contains opened and closed businesses that are not within the city limits.
Area 8 84,639 12.34%- - -
Area 13 (28,753) -17.03%- - -
Area 14 697,650 300.00%3 (1) 2 Marketplace Facilitators were added to this area in 2022.
Regular
Use (46,448) -4.72%N/A N/A N/A
Use tax revenue fluctuates depending on the timing of when businesses
replace large ticket items such as operating machinery and equipment. If
items purchased outside of Englewood at a local tax rate less than 3.5%,
then the tax payer is liable for the difference between the local tax paid and
3.5% tax due.
Totals 2,444,081 17.31%368 (432) (64) Page 15 of 733
YTD Sales & Use Collections by Area 2018-2022
2021 2022 % Change $ Change
Total Sales & Use Tax Collected 14,115,512$ 16,559,595$ 17.3%2,444,081$
Refunds 107,454$ 81,406$ -24.2%(26,048)$
Unearned Sales Tax 2,050,000$ 2,050,000$ 0.0%-$ Page 16 of 733
3 Year Avg YTD Sales Tax Collected by Area
Area 13 $159,311
Area 14 $295,728
Page 17 of 733
•As of May 2022, expenditures to date covered 40.3% of the Fiscal Year 2022 budget.
•In May 2021, expenditures to date covered 43.1% of the total Fiscal Year 2021 expenditures.
•To date, $412,000 has been transferred out of the General Fund.
General Fund Operating Expenditures
Page 18 of 733
General Fund Operating Expenditures
•Parks, Recreation, Library and Golf spending is higher in 2022 than 2021 due to COVID-19 related partial closures and capacity reductions. Full reopening was on 05/16/2021.
•Excludes one-time pension contribution credits of $236,000 (2022)
•Excludes one-time COP debt service of $1,418,000, which represents the 2023 final payment amount made in 2022.
2022 2021
Amended Budget May-22 % Budget Dec-21 May-21 % YTD $ Diff % Diff
Operating Expenditures
Legislation 322,000 108,000 33.5%285,000 86,000 30.2%22,000 25.6%
Administration 1,262,000 437,000 34.6%1,084,000 400,000 36.9%37,000 9.3%
City Attorney 1,092,000 353,000 32.3%923,000 293,000 31.7%60,000 20.5%
Court 1,516,000 455,000 30.0%1,133,000 456,000 40.2%(1,000) -0.2%
Human Resources 1,659,000 407,000 24.5%1,100,000 365,000 33.2%42,000 11.5%
Finance 2,035,000 694,000 34.1%1,548,000 643,000 41.5%51,000 7.9%
Information Technology 3,721,000 1,815,000 48.8%3,533,000 1,703,000 48.2%112,000 6.6%
Community Development 3,422,000 1,116,000 32.6%2,946,000 1,241,000 42.1%(125,000) -10.1%
Public Works 7,949,000 3,386,000 42.6%7,437,000 3,226,000 43.4%160,000 5.0%
Police 15,994,000 6,556,000 41.0%15,379,000 6,744,000 43.9%(188,000) -2.8%
Fire and Emergency Management 7,571,000 3,630,000 47.9%7,247,000 3,016,000 41.6%614,000 20.4%
Parks, Recreation and Library 8,693,000 3,052,000 35.1%7,848,000 2,927,000 37.3%125,000 4.3%
Communications 830,000 256,000 30.8%728,000 274,000 37.6%(18,000) -6.6%
Debt Service 3,034,000 1,492,000 49.2%1,569,000 1,471,000 93.8%21,000 1.4%
Contingency 232,000 125,000 53.9%294,000 45,000 15.3%80,000 0.0%
Total Expenditures 59,332,000 23,882,000 40.3%53,054,000 22,890,000 43.1%992,000 4.3%
2022 vs 2021
Page 19 of 733
General Fund Expenditures by Category
•The Contractual Services Expenditure category includes items such as the fire and emergency services contract, software maintenance agreements and insurance costs. 2022 Contractual Services expenditures are higher primarily due to:
$146,000 software licenses
$204,000 janitorial services costs -offset by personnel cost savings
$75,000 plan review costs -offset by additional permit fees
•The Commodities Expenditure category includes items such as fuel, chemicals and building supplies. 2022 fuel costs are $34,000 or 43% higher than 2021. Supply costs are $31,000 or 31% higher than 2021.
•The General Fund Capital Expenditure category is primarily CERF vehicle replacement cost.
•Personnel costs are lower in 2022 due to pension contribution credits ($236,000) and vacancy savings.
Operating Expenditures Amended Budget May-22 % Budget 12/31/2021-Actual May-21 % YTD $ Diff % Diff
Personnel 35,209,000 12,229,000 34.7%31,867,000 12,474,000 39.1%(245,000) -2.0%
Commodities 2,092,000 725,000 34.7%2,285,000 653,000 28.6%72,000 11.0%
Contractual Services 18,086,000 8,649,000 47.8%16,343,000 7,586,000 46.4%1,063,000 14.0%
Capital 911,000 787,000 86.4%919,000 706,000 76.8%81,000 11.5%
Debt Service 3,034,000 1,492,000 49.2%1,568,000 1,471,000 93.8%21,000 1.4%
Total Operating Expenditures 59,332,000 23,882,000 40.3%52,982,000 22,890,000 43.2%992,000 4.3%
Operating Surplus (Deficit)(2,648,000) 1,202,000 3,074,000 (282,000)
2022 vs 202120222021
Page 20 of 733
General Fund Operating Surplus (Deficit)
•As of May 2022, operating revenues exceeded operating expenditures by $1,202,000.
•During the same period in 2021 operating expenditures exceeded operating revenues by ($282,000).
2022 2021
Amended Budget May-22 % Budget 12/31/2021-Actual May-21 % YTD $ Diff % Diff
Total Operating Revenues 56,684,000 25,084,000 44.3%56,056,000 22,608,000 40.3%2,476,000 11.0%
Total Operating Expenditures 59,332,000 23,882,000 40.3%52,982,000 22,890,000 43.2%992,000 4.3%
Operating Surplus (Deficit)(2,648,000) 1,202,000 3,074,000 (282,000)
2022 vs 2021
Page 21 of 733
General Fund Transfers
2022 Transfers into the General Fund
From the Public Improvement Fund for debt service 134,000$
Total transfers into the General Fund 134,000
2022 Transfers out of the General Fund
To the Capital Projects Fund for capital projects 396,000
To EDDA for 2022 portion of the loan 150,000
Total transfers out of the General Fund 546,000$
Net General Fund Transfers (412,000)$ Page 22 of 733
General Fund-Fund Balance Composition
(in millions)General Fund –Fund Balance Comparison
2018 2019 2020 2021
2022 YTD Actual
Balances
Beginning total fund balance 14,130,000$ $ 20,418,000 $ 22,131,000 $ 24,936,000 $ 17,043,000
Net change in fund balance 6,288,000 1,713,000 2,805,000 (7,893,000) $ (628,000)
Ending total fund balance 20,418,000 22,131,000 24,936,000 17,043,000 16,415,000
Designated fund balance
TABOR - Restricted (1,740,000) (1,730,000) (1,720,000) (1,800,000) (1,800,000)
LTAR - Committed (4,995,000) (4,995,000) (4,995,000) (95,000) (95,000)
ARPA funding - Restricted - - - (663,000) (663,000)
Unrestricted Reserve = 16.7% of total revenues (8,558,000) (8,614,000) (8,985,000) (9,258,000) (9,266,000)
Total designated fund balance (15,293,000) (15,339,000) (15,700,000) (11,816,000) (11,824,000)
Unassigned fund balance 5,125,000$ 6,792,000$ 9,236,000$ 5,227,000$ 4,591,000$
$1.7 $1.7 $1.7 $1.8 $1.8
$5.0 $5.0 $5.0
$0.7 $0.7
$8.6 $8.6 $9.0
$9.3 $9.3
$5.1 $6.8
$9.2
$5.2 $4.6
$0.0
$2.5
$5.0
$7.5
$10.0
$12.5
$15.0
$17.5
$20.0
$22.5
$25.0
2018 2019 2020 2021 2022 YTD Balance
TABOR - Restricted LTAR - Committed ARPA funding-Restricted Unrestricted Reserve = 16.7% of total revenues Unassigned fund balance
Page 23 of 733
Appendix-Area Sales Tax Slides
Page 24 of 733
Area 1 Sales Tax
CityCenter (Formerly Cinderella City)
1,511,691
1,395,623 1,412,445
1,526,791
1,459,308
0
250,000
500,000
750,000
1,000,000
1,250,000
1,500,000
1,750,000
2018 2019 2020 2021 2022
Page 25 of 733
Area 2 Sales Tax
South of Yale, north & south side of Jefferson Ave/US 285 between Bannock and Sherman
953,176 979,673 953,545
1,100,343
1,205,421
0
250,000
500,000
750,000
1,000,000
1,250,000
2018 2019 2020 2021 2022
Page 26 of 733
Area 3 Sales Tax
S of Jefferson Ave/US 285 between Bannock & Sherman and north side of Belleview between Logan & Delaware
1,005,358 1,050,183 1,088,707
1,296,323
1,438,945
0
250,000
500,000
750,000
1,000,000
1,250,000
1,500,000
2018 2019 2020 2021 2022
Page 27 of 733
Area 4 Sales Tax
Broadway and Belleview (Between Fox and Sherman and south of Belleview and to the southern City Limits)
527,429 508,784 490,260 484,850
587,895
0
100,000
200,000
300,000
400,000
500,000
600,000
700,000
2018 2019 2020 2021 2022
Page 28 of 733
Area 5 Sales Tax
Area 5 -Federal and Belleview W of Santa Fe Drive
627,036
740,952
902,720
715,153
807,255
0
250,000
500,000
750,000
1,000,000
2018 2019 2020 2021 2022
Page 29 of 733
Area 6 Sales Tax
Area 6 -All other City locations
1,435,101
1,624,972
1,515,861
1,610,192
2,003,511
0
300,000
600,000
900,000
1,200,000
1,500,000
1,800,000
2,100,000
2018 2019 2020 2021 2022
Page 30 of 733
Area 7 Sales Tax
Area 7 -Outside City limits
4,330,010
5,093,376 5,151,042
5,471,659
6,439,969
0
1,500,000
3,000,000
4,500,000
6,000,000
7,500,000
2018 2019 2020 2021 2022
Page 31 of 733
Area 8 Sales Tax
Public Utilities
646,362
682,799
595,962
685,699
770,337
0
200,000
400,000
600,000
800,000
2018 2019 2020 2021 2022
Page 32 of 733
Area 13 Sales Tax
Area 13 -Hampden Avenue (US 285) and University Boulevard
181,785
189,961
169,007 168,840
140,087
0
25,000
50,000
75,000
100,000
125,000
150,000
175,000
200,000
2018 2019 2020 2021 2022
Page 33 of 733
Area 14 Sales Tax
Online Sales
Footnote: Most of the online sales collected are included in Area 7 slide.
In 2022 the Marketplace Facilitators were added to this reporting area.
99,963
59,724 47,981 70,776
768,426
0
250,000
500,000
750,000
1,000,000
2018 2019 2020 2021 2022
Page 34 of 733
Regular Use Tax
1,596,041
1,134,657
1,320,783
984,887 938,439
0
250,000
500,000
750,000
1,000,000
1,250,000
1,500,000
1,750,000
2018 2019 2020 2021 2022
Page 35 of 733
STUDY SESSION
TO: Mayor and Council
FROM: Melissa Englund
DEPARTMENT: City Manager's Office
DATE: July 18, 2022
SUBJECT: Sustainability Commission Annual Report
DESCRIPTION:
Annual report of the Sustainability Commission to the City Council
RECOMMENDATION:
Staff requests that Council review the annual report of the Sustainability Commission and
provide feedback.
SUMMARY:
Bylaws approved by the Sustainability Commission suggest that the commission provide an
annual report to the City Council on sustainability and the actions of the commission. In
subsequent years, the commission plans to provide this annual report in January or February to
align with the annual report to Council on the city's strategic plan and to cover all actions for the
calendar year ending at the end of December.
ANALYSIS:
Overview
The sustainability plan is also the sustainability outcome area of the city's strategic plan and
includes nine goals, 45 key projects, 24 projects in development, and 18 metrics. In 2022,
Council adopted a new strategic plan for the city which included modifications to the
sustainability outcome area. In addition to new projects and metrics, the goal related to food
systems moved from sustainability to community wellbeing.
Accomplishments
In late 2021 and through the first half of 2022, the city worked to implement a sustainability
program which included the:
• Hiring of a sustainability coordinator;
• Implementation of a Sustainability Coordinator;
• Development of relationships with other cities in the region working on sustainability;
• Establishing an Englewood Engaged page to engage the community in sustainability;
and
• Seeking out grants and other funding opportunities.
Programmatic accomplishments include:
• Air Quality- Developed a program to monitor air quality;
Page 36 of 733
• Community Resilience- Created neighborhood grant programs to promote beautification,
service projects, neighborhood identification and events;
• Water Protection- Held the annual river and stream cleanup event;
• Natural Environment- Conversion of nearly six acres at Broken Tee Golf Course from
maintained turf to native grass areas as well as in certain park areas; and
• Community Resilience- Engaged more than 10% of city employees in sustainability/
resilience outreach events and activities.
Current Projects
Staff and the commission are currently working on several sustainability projects, including:
• Air Quality- Measuring, tracking, and publicizing the city's greenhouse gas emissions
inventory;
• Water- Implementing park irrigation system repair and replacement plans;
• Energy- Exploring programs/ grants to help businesses increase energy efficiency; and
• Waste and Recycling- Exploring a composting program at city facilities and tracking
tonnage collected.
COUNCIL ACTION REQUESTED:
Staff requests that Council review and provide feedback on the report.
FINANCIAL IMPLICATIONS:
Projects included in this report are a part of the city's strategic plan and funded through the city's
general fund and enterprise funds. Several projects do not have costs associated with them,
and the city continues to investigate grants and other funding mechanisms for sustainability-
related projects.
CONNECTION TO STRATEGIC PLAN:
The Sustainability Commission coordinates the sustainability outcome area of the City of
Englewood Strategic Plan.
OUTREACH/COMMUNICATIONS:
The Sustainability Commission is made up of nine voting members appointed by Council. First
developed in 2021, the commission is considering participating in city events and programs to
engage the community in sustainability-related efforts. Each year, the commission holds events
for the community such as a hazardous waste drop off day and leaf drop off day.
ATTACHMENTS:
Annual Report of the Sustainability Commission
Page 37 of 733
Sustainability Report: 2021 and
Beyond
Englewood City Council
July 18, 2022
Page 38 of 733
High Level Overview -2021
2021 Plan (Q4)
Ten goals
26 projects
6 completed 5 delayed 15 in progress
Page 39 of 733
High Level Overview -2022
2022 Plan
*Nine goals
69 total projects
45 Key Projects 24 Projects in
Development
18 Metrics
8
completed
2
delayed
14
in progress
2
completed
8
in progress
2
completed
1
delayed
*Food System moved to Community Well-Being
Page 40 of 733
Air Quality
✓“Consider developing a program to monitor air
quality”
Community Resilience
✓“Create neighborhood grant programs to
promote beautification,service projects,
neighborhood identification, neighborhood events,
etc.”
Water Protection
✓“Hold annual river and stream cleanup event”
Accomplishments -Highlights
Air monitors in Englewood via Love My Air
Page 41 of 733
Natural Environment
✓“Conversion of nearly six acres at
Broken Tee Golf Course from
maintained turf to native grass areas
as well as in certain park areas.”
Community Resilience
✓[Metric] “10% of city employees
engaged in community sustainability/
resilience outreach events and
activities” –Currently at 11%
Accomplishments Beyond Report
Page 42 of 733
Knowledge Sharing and Collaboration
•Regionally: Sustainability best practices; networking
•Cross Departmental: Mutual goal setting; connecting similar initiatives
Community Engagement
•Sustainability Commission
•Englewood Engaged page
Funding
•Financially smart programs
•Seek out funding opportunities to proliferate sustainability
Building Blocks of Sustainability
Page 43 of 733
Air Quality
•“Measure, track, and publicize the city’s greenhouse gas emissions inventory” –
In progress with an estimated completion of end of summer.
Water
•"Implement park irrigation system repair and replacement plans and prioritizing
irrigation systems by condition and replacing when funding becomes available"-
The Parks and Recreation Department is updating the 2017 master plan to
pursue a bond in 2023 that will address improvements to the various amenities
throughout the parks system and replace irrigations systems in the parks.In
2022, Baker park will receive a brand-new irrigation system.However, the
majority of the parks (15 parks) need significant updates and full replacement of
the irrigation systems.
Current Projects Page 44 of 733
Energy
•“Explore programs/grants to help businesses increase energy efficiency”-
City’s first ever “business blitz” scheduled to take place end of
July.Provides businesses no strings attached, free energy audits and
shows them rebates available to them.
Waste and Recycling
•“Explore a composting program at all city facilities; track tonnage collected” –
LOI submitted to attempt to obtain funds for a one-year pilot composting
program at all city buildings. Funds would also cover bi-annual composting
education and outreach event for public and city staff.
Current Projects -Continued
Page 45 of 733
•Commission Transition: Keep Englewood Beautiful to Sustainability, new chair
and staff liaison, strategic vision and planning
•Advising on Sustainability: Recommendations for updated plan, advisory role
to Council on sustainability in the city, feedback to city staff during speaker series
•Education and Communication: Continue speaker series, communication with
city staff and neighborhood groups, educational resource hub for the community
•A Look Ahead: EV Action Plan,public education and outreach on all things
sustainability, continuous project ideation
Sustainability Commission Report
Page 46 of 733
Questions? Page 47 of 733
2022
Sustainability
Report
Presented by
Sustainability Coordinator
Mel Englund
Page 48 of 733
In April 2021, the City of Englewood City Council approved the city’s first ever sustainability plan.
The approval of the plan was the culmination of almost one year of visioning and planning which
started with the inclusion of a sustainability outcome area in the City of Englewood Strategic Plan
adopted in June 2020. Since then, the city has hired a part-time sustainability coordinator, Mel
Englund, whose main role is to accomplish the goals and implement the projects listed within the
plan.
Additionally, she serves as the staff liaison to the Sustainability Commission, formerly Keep
Englewood Beautiful (KEB). In August 2021, the commission reimagined the Sustainability
Commission to be more all-encompassing around environmental issues and to better re-align the
commission with its goals. In the past year, the commission has held a leaf litter pickup day as well as
household hazardous waste days, a key project listed in the sustainability plan. The commission has
expressed continued support and approval for projects that support native plants and pollinators – a
priority area for the group, such as the Depot Park project. This project helped reduce water use by
73% while helping to restore local biodiversity. Additionally, the commission played an integral role
in recommending projects and metrics for the updated sustainability plan that was passed in April
2022.
In the winter of 2020, the city council launched a facilitated visioning process which led to the
establishment of a strategic plan. The strategic plan includes seven outcome areas with more than
80 goals and more than 150 projects in the first year. Sustainability was one of the seven outcome
areas, and included projects related to the development of a sustainability program and sustainability
commission. In the summer of 2020, the city began the development of a proposal for a sustainability
program. In the early fall, all departments received a survey which requested information on existing
programs and projects which mapped to the concept of sustainability. This information then assisted
staff in developing a proposal provided to council in November 2020 to develop a sustainability
program.
In November and at other meetings in the fall and winter, council developed a definition of
sustainability as well as proposed sustainability goals. In April 2021, council formally adopted the
sustainability plan which included 10 goals, 21 outcome metrics, 34 sub-goals and 67 projects.
Overview
Sustainability Program
Implementation
goals outcome
metrics sub-goals
10 21 34
Page 49 of 733
Five projects and one outcome were completed in 2021 include:
The ten goals included:
After the establishment of the sustainability plan, staff began the process of developing
a sustainability program, which included the creation of the Englewood Sustainability
Commission (previously the Keep Englewood Beautiful Commission), developing a budget
for a sustainability program, and hiring a sustainability coordinator.
Air Quality: Improved air quality to
protect public and environmental
health
Built Infrastructure: Infrastructure
designed and maintained in an
economic, equitable, and ecological
manner
Community Resilience: A community
that can foresee, withstand, adapt to,
and recover from adversity
Economic Resilience: An economy
that can foresee, withstand, adapt to,
and recover from adversity
Energy: Programs, policies, and
initiatives designed to encourage
renewable, affordable, and
accessible energy
Food System: Access to affordable
and nutritious food
Natural Environment: Protection of
our natural environment
Waste and Recycling: Increase
recycling and waste diversion
Transportation: Increased access to
intermodal transportation options
Water Protection: Protection of
water resources
2021 Successes
Project: Development of a comprehensive asset management program to ensure
maintenance and replacement of planning for city buildings
Project: Evaluate opportunities for incorporating water quality improvements into public
infrastructure projects
1
2
Project: Plant flowers and plants that attract pollinators in parks, flower beds and around
golf courses. Annually 25 flower beds are planted with flowers such as Black-Eyed
Susans, Penstemons, Snapdragons and Verbena. This is being continued and improved
upon in 2022.
3
Page 50 of 733
In the previous iteration of the plan that ended in 2021, there were 26 projects, of which five were
completed alongside one outcome. The Sustainability Plan was approved for updates by city council
on April 4, 2022. This increased the number of total projects from 26 to 45 key projects, of which 10
are completed. Since the last update (FY2021 Q4), the following projects have been completed:
“Consider developing a program to monitor air quality”
In February 2022, the city became part of the Tri-County Health Department Love My Air program.
This program aims to “inform, educate, and create changes that will allow all of us to love our air.”
The city has three monitors via this program, located at: Belleview Park, Romans Park and the Broken
Tee Golf Course.
“Conduct employee commuter survey around how city employees travel to and from work, providing
benchmark for commuter carbon footprint”
In March 2022, an employee commuter survey was dispersed to all city staff, both part and full-time.
The goal of this survey was to: 1) calculate benchmark emissions for employee commutes to work
and 2) gauge interest in a green commuter program. The results of the survey were shared with staff
in the April Junction – a monthly newsletter that is dispersed to staff both digitally and via print. The
results were accompanied with information to employees on the employee benefit available to them
to utilize pre-tax dollars towards an RTD pass.
“Explore reducing wait list for residential E3 program by supplementing CDBG funds with General
Fund dollars to the extent allowed by federal guidelines”
There is currently no wait for the E3 program.
“Continue to provide grants to low- and moderate-income households of up to $8,000 with a
homeowner’s match of 20% for conservation and energy efficiency upgrades, as determined by an
energy audit”
“Hold annual river and stream cleanup event”
South Platte Renew hosted both a virtual and in-person river and neighborhood cleanup this year.
The virtual cleanup was help April 11 – April 23. There was a city staff cleanup of the South Platte
River on Thursday, April 21 where 40 employees participated. Lastly, there was a public cleanup of
Centennial Park on April 23 with a participation rate of 102 community members.
These are in addition to the accomplishments that led to the creation of the sustainability program
such as the creation of the Englewood Sustainability Commission and the hiring of a sustainability
coordinator.
Project: Utilize organic fertilizers on athletic fields. Increase the use of the organic
fertilizer by 20% annually over the next five years4
Project: Reduce the use of glyphosate in parks and open space. Transition to the use of
pre-emergent herbicides and plantings of deeper mulch beds
Outcome: Reduce the use of glyphosate in parks and open space by 25%
5
6
2022 and Beyond
Page 51 of 733
“Continue program, begun in 2010, to provide electric golf carts to golfers at Broken Tee.”
This program was completed in 2017. There are a total of 69 golf carts the public can rent.
“Create neighborhood grant programs to promote beautification, service projects, neighborhood
identification, neighborhood events, etc.”
The Neighborhood Improvement Grant was launched March 1.
Notable projects that are currently in development include:
“Measure, track, and publicize the city’s greenhouse gas emissions inventory”
The city started a community-wide greenhouse gas (GHG) inventory utilizing ICLEI’s ClearPath tool
back in March 2022. The estimated completion date of this is the end of this summer, at which time
the data will be made public.
“Pursue SolSmart designation”
In March 2022, Mel Englund completed the consultation call with the SolSmart program – a free
program funded by the Department of Energy. Pursuing SolSmart designation will also aid in
completion of the desired project to “Investigate EV-ready, PV-ready, and electric-reading wiring
amendments as part of the 2021 International Energy Conservation Code” since SolSmart technical
advisors provide guidance on code verbiage to help remove barriers in the city’s code around PV
implementation.
“Explore establishment of a plan to increase the percentage of electric vehicles in the city’s fleet”
The city is currently part of Xcel’s Fleet Electrification Advisory Program (FEAP). This program begins
with an analysis to help determine the best course of action for electrification. The program also
assesses charging site suitability and estimates the cost of infrastructure installation.
“Investigate the GoEV City Commitment”
The city is planning on applying for Xcel’s Partners in Energy (PIE) program this July specifically
around the creation of an EV Action Plan – the first step needed to accomplish a GoEV city
commitment. The PIE program is a free program through Xcel and one the city participated in back in
2017 for the city’s Energy Action Plan.
“Investigate initiating a city employee “green commute” program / providing green commute
incentives”
Starting in May of this year and culminating this December, Mel Englund will serve as the city
representative for RTD’s recently launched fare study initiative meant to reexamine the RTD fare
system. Engagement meetings include the following topics: current fare structure, conceptual options
and fare alternatives. Potentially lower fares for RTD EcoPassess -- an employer-sponsored pass that
provides enrolled employees unlimited rides on RTD buses and trains – could become a more feasible
option if that is the case. Additional options are also being explored.
“Implement a recycling program at all city facilities, tracking tonnage collected”
While the city currently has recycling at city buildings, the amount is being estimated by industry
standards, meaning it’s not precisely accurate. Lara Rezzardy, the Recycling Program Manager
at Waste Management, is working with the city to try and get trucks that are able to weigh each
recycling load on the city building route. The switch to weighted trucks is free. It is more an internal
coordination process within Waste Management. Mel Englund is also working with the city’s
communications department to create new and updated recycling signage for all personal and
communal recycling bins.
Page 52 of 733
“Explore a composting program at all city facilities; track tonnage collected”
The Colorado Department of Public Health and Environment releases grant funding opportunities
each year around waste diversion. The city has obtained quotes from both Compost Colorado and
Wompost around how much a year of composting service would cost at city buildings to be prepared
for when the waste diversion grant goes live.
“10% of city employees engaged in community sustainability/ resilience outreach events and
activities”
At the Earth Day river cleanup for staff, there were 40 employees in attendance. On May 4, a Lunch
and Learn event was held for city staffers around recycling with guest speaker Lara Rezzardy, Waste
Management’s Recycling Program Manager. The event had 29 total attendees: 11 virtually and 18
in-person.
Page 53 of 733
STUDY SESSION
TO: Mayor and Council
FROM: Elena Hernandez, Stephanie Carlile, Tim Dodd
DEPARTMENT: City Manager's Office
DATE: July 18, 2022
SUBJECT:
Assistant City Manager Tim Dodd, City Clerk Stephanie Carlile,
and City Manager's Office Intern Elena Hernandez will be present
to discuss formal ways to engage youth.
DESCRIPTION:
Discussion of Formal Ways to Engage Youth
RECOMMENDATION:
Staff recommends that Council consider ideas to formally engage youth in the City of
Englewood.
SUMMARY:
Several cities across the United States, including many in Colorado, run programs and
initiatives to engage youth in civic processes. These programs provide youth an
opportunity to learn about public service careers, community issues, and how to
become more engaged, civic-minded individuals. In order to foster youth engagement,
community involvement, and appreciation for the City of Englewood, Council may
consider the implementation of such programs to involve the next generation in
municipal government. Engagement through these programs can also help the youth
involved enrich their professional skillsets, as well as aiding with career development.
Though engagement has been difficult in Englewood, the implementation of these
programs may help bridge the gap between local government and youth. In addition to
keeping existing youth seats on specific boards and commissions, Council may
consider additional ways to engage youth such as:
• Youth Commission;
• Youth Summit;
• Youth in Government Day;
• Internship/ Project Program; and
• Advisory Group.
ANALYSIS:
Existing Opportunities
Currently, youth seats exist on city boards and commissions:
• Cultural Arts Commission (one youth seat);
Page 54 of 733
• Library Board (one youth seat);
• Parks and Recreation Commission (two youth seats).
While a youth commissioner joined the Cultural Arts Commission on July 2nd, youth
seats on other boards and commissions remain vacant.
Youth Commission
A youth commission would promote youth buy-in, engagement, and appreciation for the
city. Typically, youth commissions in other cities are appointed by City Councils for
fixed terms, and often include youth members as well as adults. While the scope varies
from city to city, youth commissions often run programming and events, and provide a
formal mechanism for youth to provide Council and city staff with feedback from the
perspective of youth. Sizes of youth commissions vary greatly, and most are open to
youth in middle and high school. Examples include:
• Brighton- 28 members including 22 youth and six adults. Plans and implements
projects impacting youth.
• Commerce City- Up to 23 members, including 16 youth who are between the
ages of 13 and 19.
• Superior- 25 members who are residents of the town in grades 8-12. Supports
and provides a voice for the youth in the town through service focusing on
activities, education, and communication (Additional examples are included in the
"Examples of How Other Cities Engage Youth" attachment.)
Benefits Challenges
• Provides the greatest involvement
of youth on local government,
decision making, and the civic
process
• Opportunity for the creation of
new resources and programs for
the whole community to enjoy
• Provide youth with development
opportunities
• Receive support from adult allies
• Time commitment for youth
• Time commitment for staff
• Currently, there is a lack of
interest for existing youth seats on
some boards and commissions
Youth Summit
A youth summit is an annual event designed to engage youth in the civic process while
also providing an opportunity for youth to network with city officials, as well as with other
youth. Examples include:
• Brighton- Image Summit is a two day conference for youth ages 10-19 to
empower young people to become active community members through
workshops and opportunities to interact with elected officials.
• Lakewood- Lakewood Youth Summit is a one-ay event for high school students
with speakers on topics such as career planning as well as activities such as art
and sports. (Additional examples are included in the "Examples of How Other
Cities Engage Youth" attachment.
Page 55 of 733
Benefits Challenges
• Less frequent meetings and less of a
time commitment
• Fosters civic engagement as well as
relationships among youth
• Provides the possibility of reaching
more youth and hosting fun and
enjoyable activities
• Potential cost to the city
• Staff time to plan and develop the
program
• May be perceived by youth as less
impactful/ meaningful than a formal
commission
Youth in Government Day
Youth in Government Day can be a low time commitment opportunity for youth. This is
a national program, often coordinated through YMCAs, that provide an opportunity for
youth to observe local government close-up through shadowing local government
officials, participating in a mock Council meeting, touring city offices, and attending a
Council meeting.
Benefits Challenges
• Less of a time commitment for
youths
• Fosters an understanding of civic
processes
• Focused primarily on government
procedures and processes
Internship/ Project Program
A formal internship/ project program for high school students could provide an
opportunity for students to increase interest in local government and develop their
technical knowledge and professional networks. Governments can benefit from this
program through the contributions of program participants. Examples include:
• Brighton- The Growing Grads Program provides interns (ages 14-21) with an
opportunity to pair with a city department.
• Westminster- High school internship program through which interns can earn
high school credit and gain practical working experience through an unpaid
internship. (Additional examples are included in the "Examples of How other
Cities Engage Youth" attachment.)
Benefits Challenges
• Internships may be offered in
fields of interest to youth
• Can help youth develop a variety
of skills
• Can provide networking
opportunities and career growth
opportunities
• Funding would be needed if
internships are paid
• Staff time to supervise interns as
well as to develop projects and
initiatives for interns
Advisory Group
Page 56 of 733
A youth advisory group is an informal group that could meet a few times a year (such as
quarterly) to hear reports from Council and staff and provide feedback from a youth
perspective. This opportunity would be less formal than a youth commission, and cou ld
provide youth with an opportunity to provide feedback.
Benefits Challenges
• Youth may be interested in a more
informal way of providing feedback
• Less of a time commitment than a
youth commission.
• Lack of formality may be a deterrent
to participation
• Planning to ensure that sessions are
meaningful for participants
COUNCIL ACTION REQUESTED:
Staff requests that Council consider and provide input on different ways the City may consider
engaging youth in the civic process.
FINANCIAL IMPLICATIONS:
All options would likely have indirect costs related to staff time and direct costs related to
programming and events.
CONNECTION TO STRATEGIC PLAN:
While a youth commission is not specifically included in the City of Englewood Strategic Plan, it
connects to the outcome area of Community Wellbeing and relates generally to the Governance
outcome area related to community engagement. If Council does choose a direction noted
above, staff recommends adding a related project to the Strategic Plan.
OUTREACH/COMMUNICATIONS:
This spring, a member of the community presented to Council during Public Comment about the
importance of a youth commission. Other youth in the community may also be interested in this
concept, and creating a commission or other engagement process would provide youth with the
opportunity to participate in civic processes. In addition to the development of a youth
commission or other formal way of engaging youth, the city could consider a survey to better
understand the goals and challenges faced by youth in the City of Englewood.
ATTACHMENTS:
Presentation- Engaging the Youth of Englewood
Examples of How Other Cities Engage Youth
Page 57 of 733
Examples of How Other Cities
Engage Youth
Youth Commission
City Description
City of Brighton Youth
Commission
28 members, 22 youth and six adults . Plans and implements
projects impacting youth in the City of Brighton
City of Commerce City Youth
Commission
Up to 23 members. Up to 16 are youth members between 13
and 19 and attend a school that services Commerce City or
live within the city. Up to four members are adult members
who live within the city. One member shall be a volunteer
coordinator to focus on youth member development. Two are
City Council members. Members serve for no more than three
two-year terms
City of Centennial Youth
Commission
Eleven members (Ages 13 to 18). Participate in City-wide
events; develop community programs; perform community
service projects; and participate in the policy-making process.
Recent events include Centennial Youth Achievement Awards;
Senior prom for residents of Someren Glenn; and food and
extra tech drives
City and County of Denver
Mayor’s Youth Commission
Provides youth the opportunity to develop skills and advise the
director of the Office of Children’s Affairs on issues impacting
youth living in the City and County of Denver.
City of Longmont Youth
Council
Students in grades 8 through 12. Involved in many programs
such as Halloween for the Hungry, Tobacco Prevention,
Diversity Day, Anti-Vandalism, and Sticker Shock.
City of Louisville Youth who must be Louisville residents in the 6th through 12th
grades. Serves as a link between the City Council and youth
of Louisville to identify issues pertaining to youth, communicate
the concerns of youth, and suggest possible City Council
action
City of Superior Youth
Council
25 members who are residents of the town of Superior in
grades 8-12. Supports and provides a voice for Superior’s
youth; contributes to the Superior community through service
by focusing on activities, education, and communication to and
from Superior’s youth
Page 58 of 733
Youth Summit
City/ Program Name Description
Image Summit (Brighton) Two-day conference for youth ages 10-19. Its mission is
to empower young people to use their voice to impact
government and become active community members.
Workshops are offered, as well as an opportunity to
meet and converse with elected officials from across the
state.
Lakewood Youth Summit
(Lakewood)
One-day event for students grades 9-12. Offers fun
activities such as hands-on art, video games, and
sports. Speakers on stress reduction, career planning,
and financial literacy were also featured. Event put
together by Youth Council. Post event survey available
for youth to remain connected to the Youth Summit.
Rocky Mountain Youth
Summit
(Westminster)
Annual event which provided youths with the
opportunity to discuss and learn about issues in their
community. Different topics were addressed each year,
looking to build confidence in participants and helping
them to become better leaders by completing a service
project. Currently postponed.
Safe City Youth Summit
(Denver)
Youth 13-18 are invited to attend with their school’s
group, to discuss issues they face. Summit features fun
activities, as well as a keynote speaker, roundtable
discussions, and interactive workshops.
Youth in Government Day
City Description
Youth in Government Day
(Placer County, CA)
Launched in 2022 as an opportunity for high school students
to learn bout career paths in local government through
interactive learning opportunities and opportunities to
observe county government in action.
Internship/ Project Program
City/ Program Name Description
City of Brighton’s Growing
Grads Program
Interns 14-21 years old are paired with a City
Department and their growth is measured through
general competencies such as time management,
Page 59 of 733
problem-solving, interpersonal communication,
organization, and technology usage.
Westminster High School
Internship Program
Interns can earn high school credit and gain practical
work experience in an unpaid internship in a
professional/technical career of their choice under a
supervisor. The spring program is 15 weeks long, while
the summer program runs from May to August.
Larimer County
CareerRise Summer
Internships
3 categories of internships offer a variety of paid summer
opportunities for 16-18 year olds and high school
seniors.
Teen University (Round
Rock, TX)
11th and 12th graders get the opportunity to experience
the inner workings of City Government. Goals include
career exploration as well as a lesson in civic
engagement. The program lasts a total of ten days, four
hours per day. Students attend interactive tours of city
facilities and are involved in hands-on activities.
Oxnard Summer at City
Hall (Oxnard, CA)
High schoolers gain civic education and work-based
learning experience in the public sector with instruction
and presentations provided by employees of the City of
Oxnard and teachers. Students receive 45 hours of work
experience, a stipend, 5 high school credits, and formal
recognition from the school district.
Page 60 of 733
Engaging Youth in the City of
Englewood
Elena Hernandez, City Manager’s Office Intern
Tim Dodd,Assistant City Manager
Stephanie Carlile, City Clerk
Page 61 of 733
Agenda
•Youth involvement in local government
•Ideas to engage youth
Youth Commission
Youth Summit
Youth Government Day
Internship/ Project Program
Youth Advisory Group
•Existing opportunities
•Overview of options
•Next Steps
Page 62 of 733
•Foster youth involvement in the community
and civic process
•Provide a space for young voices
•Opportunities to expand City programs’
reach
-Educational campaigns
-Encouraging other young people to be
involved
-New community resources for people
all ages
•Provide growth opportunities and possible
career paths
•Introduce youth to a new setting
Youth Involvement in Local Government
https://sdgs.scout.org
Page 63 of 733
•Promote youth activism, buy-in, and
appreciation for the city
•Can address a myriad of topics
•Typically, one or two City employees
serve as coordinator(s) for
commissions
•Adult commissioners may also be
involved to serve as facilitators
•Ideally, the commission should remain
youth-centric
Youth Commission Page 64 of 733
1.Developing a youth council relevant to the local context
2.Ensure that the mission, structure, and activities of the council all align
3.Get support from adult allies
4.Approach council diversity in thoughtful ways
5.Provide youth development opportunities
6.Be purposeful in providing social network opportunities
Youth Commission
Page 65 of 733
•Occur once or a couple times a year
•Promote discussions among youth and between youth and elected officials
•Youth may serve as sound boards for policy practices and provide feedback
•Large scale event with fun activities and keynote speakers
Youth Summit
Page 66 of 733
•National program
•Application process
•Opportunity to see and engage in local
government processes
•Usually includes shadowing officials,
touring City Hall, a mock Council
meeting, and attendance at a Council
meeting
Youth in Government Day Page 67 of 733
•Youth (high school age)
•Paid, unpaid, for-credit internships
•During the school year or over the
summer
•City departments and government
agencies
•Fields which interns have an
interest in
•May be paired with civic lessons
Internship/ Project Program
Page 68 of 733
•Informal group that could meet a few
times a year (such as quarterly)
•Hears reports from Council and staff
•Provides feedback to Council and
staff on city initiatives from a youth
perspective
Advisory Group
Page 69 of 733
•Four seats, three of which are
currently open
-Culture Arts Commission (one
youth seat)
-Library Board (one youth seat)
-Parks and Recreation
Commission (two youth seats)
•Trouble recruiting members as of the
last five years
Current Youth Seats
Page 70 of 733
•Different youth commissions across Colorado have struggled recently to recruit
commissioners
•May need to brainstorm and consider ways to provide incentives
-Free or discounted recreation or RTD passes
-Scholarships
-Will need to determine under what department these initiatives would be
carried out
•Direct (programming and events)costs and indirect (staff time)costs.
Engagement Challenges
Page 71 of 733
Overview of Options
Option Benefits Challenges
Youth
Commission
•Provides the greatest involvement of youth on
local government, decision making, and the
civic process
•Opportunity for the creation of new resources
and programs for the whole community to
enjoy
•Provide youth with development opportunities
•Receive support from adult allies
•Time commitment for youth
•Time commitment for staff
•Currently, there is a lack of interest
for existing youth seats on some
boards and commissions
Youth Summit •Less frequent meetings and less of a time
commitment
•Fosters civic engagement as well as
relationships among youth
•Provides for the possibility of reaching more
youth and hosting fun activities
•Potential cost to the city
•Staff time to plan and develop the
program
•May be perceived by youth as less
impactful/ meaningful Page 72 of 733
Overview of Options
Option Benefits Challenges
Youth in
Government
Day
•Less of a time commitment for youths
•Fosters an understanding of civic processes
•Focused primarily on government
procedures and processes
Internship/
Project
Program
•Internships may be offered in fields of interest
•Can help youth develop a variety of skills
•Can provide networking opportunities and
career growth opportunities
•Funding would be needed if
internships are paid
•Staff time to supervise interns as
well as to develop projects and
initiatives for interns
Advisory
Group
•Youth may be interested in a more informal
way of providing feedback
•Less of a time commitment than a youth
commission
•Lack of formality may be a
deterrent to participation
•Planning to ensure that sessions
are meaningful for participants
Page 73 of 733
Staff requests that Council consider ideas to engage youth and provide direction
on which ideas staff should develop a detailed proposal for Council to review.
Next Steps
Page 74 of 733
Questions
Page 75 of 733
MINUTES
City Council Regular Meeting
Monday, June 27, 2022
1000 Englewood Parkway - 2nd Floor Council Chambers
6:00 PM
1 Study Session
a) Members of the Leadership Team and Finance Department were present to
review the Preliminary 2023 Operating & Staff Prioritized Capital Requests
The meeting recessed at 8:00 p.m. for a break.
The meeting reconvened at 8:06 p.m. with six Council Members present
(Council Member Wink was absent).
2 Call to Order
The regular meeting of the Englewood City Council was called to order by Mayor
Sierra at 8:06 p.m.
3 Pledge of Allegiance
The Pledge of Allegiance was led by Mayor Sierra.
4 Roll Call
COUNCIL PRESENT: Mayor Othoniel Sierra
Mayor Pro Tem Steven Ward
Council Member Joe Anderson
Council Member Chelsea Nunnenkamp - attended virtually
Council Member Rita Russell
Council Member Jim Woodward
COUNCIL ABSENT: Council Member Cheryl Wink
STAFF PRESENT: City Manager Lewis
City Attorney Niles
City Clerk Carlile
Deputy City Clerk McKinnon
Assistant City Manager Dodd
Director of Community Development Power
Director of Finance Loh
Director of Utilities and South Platte Renew Van Ry
Page 1 of 11
Draft
Page 76 of 733
City Council Regular
June 27, 2022
Director of Human Resources Weiske
Director of Information Technology King
Director of Parks, Recreation, Library and Golf Underhill
Director of Communications Harguth
Court Administrator Julien
Deputy Director of Business Solutions Stone, Utilities
Deputy Director of Engineering and Asset Management Hoos, Public
Deputy Director of Information Technology Isenbart
Works Deputy Director of Operations and Maintenance Goodman, Utilities
Concrete Utility and Street Maintenance Program Manager Neal, Public Works
Capital Project Engineer Keener, Public Works
Planner II Sampson, Community Development
Website & Digital Content Strategist Magnuson, Communications
Administrator Hunnicutt, Information Technology
Officer Falatko, Police Department
5 Consideration of Minutes of Previous Session
a) Minutes of the Regular City Council Meeting of June 20, 2022.
Moved by Council Member Joe Anderson
Seconded by Council Member Jim Woodward
APPROVAL OF THE MINUTES OF THE REGULAR CITY COUNCIL
MEETING OF JUNE 20, 2022.
For Against Abstained
Othoniel Sierra x
Chelsea Nunnenkamp x
Joe Anderson (Moved By) x
Steven Ward x
Rita Russell x
Jim Woodward (Seconded By) x
6 0 0
Motion CARRIED.
6 Appointments, Communications, Proclamations, and Recognition
There were no Communications, Proclamations, or Appointments.
7 Recognition of Scheduled Public Comment
There were no citizens signed up for scheduled public comment.
Page 2 of 11
Draft
Page 77 of 733
City Council Regular
June 27, 2022
8 Recognition of Unscheduled Public Comment
a) Kathleen Bailey, an Englewood resident, addressed Council regarding City
infrastructure.
Mayor Sierra responded to Public Comment.
9 Consent Agenda Items
Council Member Russell removed Agenda Item 9(c)(iv) from Consent Agenda.
Moved by Mayor Pro Tem Ward seconded by Council Member Woodward to approve
Consent Agenda Items 9(a)(i), 9(b)(i-ii) and 9(c)(i-iii)).
a) Approval of Ordinances on First Reading
i) CB 33 - Amending EMC 5-1-5, 4-1-1 to comply with new state law
exempting non-local retailers from sales, use tax license
COUNCIL BILL NO. 33 INTRODUCED BY COUNCIL MEMBER WARD
A BILL FOR AN ORDINANCE AMENDING ENGLEWOOD MUNICIPAL
CODE SECTIONS 5-1-5 AND 4-4-1 TO COMPLY WITH COLORADO
LAW ON SALES AND USE TAX LICENSE EXEMPTIONS, AND TO
REVISE LANGUAGE OF THOSE CODE SECTIONS FOR
CONSISTENCY IN STYLE.
b) Approval of Ordinances on Second Reading.
i) CB 28 - Proposed rate increase for the Stormwater Utility Fund in order
to access State Revolving Loan funding
ORDINANCE NO. 30 SERIES OF 2022 (COUNCIL BILL NO. 28
INTRODUCED BY COUNCIL MEMBER NUNNENKAMP)
AN ORDINANCE ESTABLISHING STORMWATER UTILITY AND
ENTERPRISE FUND USER FEES IN ACCORDANCE WITH TITLE 12,
CHAPTER 5, SECTION 4, SUBSECTION E, OF THE ENGLEWOOD
MUNICIPAL CODE 2000.
ii) CB 32 - This is an amendment to the original IGA with MHFD for the
LDC Plaza Improvement Project requesting an additional $100,000 in
matching funds to complete the active construction project.
ORDINANCE NO. 31 SERIES OF 2022 (COUNCIL BILL NO. 32
INTRODUCED BY COUNCIL MEMBER ANDERSON)
Page 3 of 11
Draft
Page 78 of 733
City Council Regular
June 27, 2022
AN ORDINANCE AUTHORIZING A SECOND AMENDMENT TO AN
INTERGOVERNMENTAL AGREEMENT (IGA) REGARDING FINAL
DESIGN AND CONSTRUCTION OF DRAINAGE AND FLOOD
CONTROL IMPROVEMENTS FOR LITTLE DRY CREEK AT
BROADWAY BETWEEN THE URBAN DRAINAGE AND FLOOD
CONTROL DISTRICT dba MILE HIGH FLOOD DISTRICT AND THE
CITY OF ENGLEWOOD.
c) Resolutions and Motions
i) Contract for the 2022 Slurry Seal Project to A-1 Chipseal for the 2022
Slurry Seal Project.
Approval of a contract with A-1 Chipseal for the 2022 Slurry Seal
Project in the amount of $176,429.60.
ii) Change order with Brannan Construction Company for as-needed
emergency water line repairs.
Approval of a change order to the Purchase Order #2022-00000081
with Brannan Construction Company, in the amount of $40,000, for as-
needed emergency water line repairs. If approved, this change order
brings the total PO authorization for Brannan to $130,000.
iii) Change order with C&L Water Solutions, Inc. for as-needed emergency
water line repairs.
Approval of a change order to the Purchase Order #2022-00000080
with C&L Water Solutions, Inc., in the amount of $40,000, for as-
needed emergency water line repairs. If approved, this change order
brings the total PO authorization for C&L to $130,000.
iv) Change order with Global Underground Corp. for as-needed emergency
water line repairs.
[Clerks Note: This agenda item was removed from the Consent
Agenda Motion and considered independently.]
Moved by Council Member Rita Russell
Seconded by Council Member Jim Woodward
Approval of a change order to the Purchase Order #2022-00000070 with
Global Underground Corp., in the amount of $40,000, for as-needed
emergency water line repairs. If approved, this change order brings the
total PO authorization for Global to $130,000.
For Against Abstained
Othoniel Sierra x
Chelsea Nunnenkamp x
Page 4 of 11
Draft
Page 79 of 733
City Council Regular
June 27, 2022
Joe Anderson x
Steven Ward x
Rita Russell (Moved By) x
Jim Woodward (Seconded By) x
6 0 0
Motion CARRIED.
Moved by Council Member Steven Ward
Seconded by Council Member Jim Woodward
Motion to approve Consent Agenda items 9(a)(i), 9(b)(i-ii) and 9(c)(i-iii).
For Against Abstained
Othoniel Sierra x
Chelsea Nunnenkamp x
Joe Anderson x
Steven Ward (Moved By) x
Rita Russell x
Jim Woodward (Seconded By) x
6 0 0
Motion CARRIED.
10 Public Hearing Items
No public hearing was scheduled before Council.
11 Ordinances, Resolutions and Motions
a) Approval of Ordinances on First Reading
i) CB 34 - Ballot questions for revisions to the City of Englewood's Charter
Moved by Council Member Steven Ward
Seconded by Council Member Joe Anderson
Motion to approve Council Bill No. 34
Discussion ensued.
Moved by Council Member Chelsea Nunnenkamp
Seconded by Council Member Joe Anderson
Page 5 of 11
Draft
Page 80 of 733
City Council Regular
June 27, 2022
Motion to amend Council Bill No. 34, question #2, by removing "To allow
flexibility and update language" and adding "In accordance with State
law" prior to the word shall.
For Against Abstained
Chelsea Nunnenkamp (Moved
By)
x
Joe Anderson (Seconded By) x
Othoniel Sierra x
Steven Ward x
Rita Russell x
Jim Woodward x
3 3 0
Motion DEFEATED.
Moved by Council Member Steven Ward
Seconded by Council Member Joe Anderson
Motion to amend Council Bill No. 34, question #2, by striking the
language before "shall".
For Against Abstained
Othoniel Sierra x
Chelsea Nunnenkamp x
Joe Anderson (Seconded By) x
Steven Ward (Moved By) x
Rita Russell x
Jim Woodward x
6 0 0
Motion CARRIED.
Moved by Council Member Steven Ward
Seconded by Council Member Joe Anderson
COUNCIL BILL NO. 34 INTRODUCED BY COUNCIL MEMBER WARD
A BILL FOR AN ORDINANCE CALLING A SPECIAL MUNICIPAL
ELECTION FOR NOVEMBER 8, 2022, TO COINCIDE WITH THE
STATE GENERAL ELECTION; DECLARING THE CITY’S INTENT TO
COORDINATE SUCH ELECTION WITH ARAPAHOE COUNTY;
SUBMITTING TO THE REGISTERED ELECTORS OF THE CITY
PROPOSED AMENDMENTS TO THE CITY OF ENGLEWOOD HOME
RULE CHARTER; AND SETTING BALLOT TITLES THEREON AS
AMENDED.
Page 6 of 11
Draft
Page 81 of 733
City Council Regular
June 27, 2022
For Against Abstained
Othoniel Sierra x
Chelsea Nunnenkamp x
Joe Anderson (Seconded By) x
Steven Ward (Moved By) x
Rita Russell x
Jim Woodward x
6 0 0
Motion CARRIED.
ii) CB 35 - Ballot questions regarding two taxation-related items
Moved by Council Member Steven Ward
Seconded by Council Member Joe Anderson
Motion to approve Council Bill No. 35.
Discussion ensued.
Moved by Council Member Steven Ward
Seconded by Council Member Chelsea Nunnenkamp
Motion to amend item Council Bill No. 35 by removing the language in
parentheses referring to sales tax percentage.
For Against Abstained
Othoniel Sierra x
Chelsea Nunnenkamp (Seconded
By)
x
Joe Anderson x
Steven Ward (Moved By) x
Rita Russell x
Jim Woodward x
2 4 0
Motion DEFEATED.
Moved by Council Member Joe Anderson
Seconded by Council Member Othoniel Sierra
Motion to amend Council Bill No. 35 by removing 3.6% and 3.7%
respectively from both ballot questions.
For Against Abstained
Page 7 of 11
Draft
Page 82 of 733
City Council Regular
June 27, 2022
Othoniel Sierra (Seconded By) x
Chelsea Nunnenkamp x
Joe Anderson (Moved By) x
Steven Ward x
Rita Russell x
Jim Woodward x
2 4 0
Motion DEFEATED.
Moved by Council Member Joe Anderson
Seconded by Council Member Steven Ward
Motion to amend the language of both ballot questions to say "add 1/5 of
one penny per dollar spent to the existing sales tax of 3.5 cents" and "add
1/10 of one penny per dollar spent to the existing sales tax of 3.5 cents".
For Against Abstained
Othoniel Sierra x
Chelsea Nunnenkamp x
Joe Anderson (Moved By) x
Steven Ward (Seconded By) x
Rita Russell x
Jim Woodward x
6 0 0
Motion CARRIED.
Moved by Council Member Steven Ward
Seconded by Council Member Joe Anderson
COUNCIL BILL NO. 34 INTRODUCED BY COUNCIL MEMBER WARD
A BILL FOR AN ORDINANCE SUBMITTING AND REFERRING TO THE
REGISTERED ELECTORS OF THE CITY OF ENGLEWOOD AT THE
COORDINATED ELECTION CONDUCTED BY MAIL BALLOT TO BE
HELD ON TUESDAY, NOVEMBER 8, 2022, TWO QUESTIONS
AUTHORIZING A CITY OF ENGLEWOOD SALES AND USE TAX
INCREASE OF $2,937,000 ANNUALLY IN THE FIRST FULL FISCAL
YEAR AND BY SUCH AMOUNTS AS ARE RAISED ANNUALLY
THEREAFTER BY IMPOSING AN ADDITIONAL SALES AND USE TAX
OF 0.1% AND 0.2% FOR THE PURPOSE OF IMPROVING AND
MAINTAINING VITAL CITY SERVICES AND PROVIDING THE FORM
OF THE BALLOT TITLE AND CONTENT AS AMENDED.
For Against Abstained
Page 8 of 11
Draft
Page 83 of 733
City Council Regular
June 27, 2022
Othoniel Sierra x
Chelsea Nunnenkamp x
Joe Anderson (Seconded By) x
Steven Ward (Moved By) x
Rita Russell x
Jim Woodward x
4 2 0
Motion CARRIED.
b) Approval of Ordinances on Second Reading
There were no additional Ordinances on Second Reading (See agenda Items
9(b)(i-ii).)
c) Resolutions and Motions
i) Appointment of Voting, Alternate Voting, and Non-Voting Englewood
Representatives to Opioid Settlement Arapahoe Regional Council
Moved by Council Member Steven Ward
Seconded by Council Member Joe Anderson
Approval of the appointment of Mayor Pro Tem Steve Ward as the City of
Englewood's representative to the Arapahoe Regional Council. Approval
of Mayor Sierra to appoint a voting member and an alternate rotating
voting member to represent the cities of Englewood, Littleton, and
Sheridan.
For Against Abstained
Othoniel Sierra x
Chelsea Nunnenkamp x
Joe Anderson (Seconded By) x
Steven Ward (Moved By) x
Rita Russell x
Jim Woodward x
6 0 0
Motion CARRIED.
12 General Discussion
a) Mayor's Choice
i) Executive Session for Purposes of Attorney-Client Privilege to discuss a
breach of contract matter, and to discuss legal issues regarding modifying
Page 9 of 11
Draft
Page 84 of 733
City Council Regular
June 27, 2022
security measures for City Council meetings under C.R.S. Section 24-6-
402(4)(b);.
Moved by Council Member Othoniel Sierra
Seconded by Council Member Steven Ward
MOTION TO MOVE INTO TWO EXECUTIVE SESSIONS FOR THE
PURPOSES OF ATTORNEY-CLIENT PRIVILEGE TO DISCUSS A
BREACH OF CONTRACT MATTER, AND TO DISCUSS LEGAL ISSUES
REGARDING MODIFYING SECURITY MEASURES FOR CITY
COUNCIL MEETINGS UNDER C.R.S. Section 24-6-402(4)(b);
For Against Abstained
Othoniel Sierra (Moved By) x
Chelsea Nunnenkamp x
Joe Anderson x
Steven Ward (Seconded By) x
Rita Russell x
Jim Woodward x
6 0 0
Motion CARRIED.
The meeting recessed at 9:08 p.m. to go into Executive Session. Per
policy, Council Member Nunnenkamp was unable to attend the Executive
Session because she was attending the meeting virtually.
The meeting reconvened at 10:08 p.m. with all five Council Members
present.
Moved by Council Member Othoniel Sierra
Seconded by Council Member Joe Anderson
MOTION TO CLOSE THE TWO EXECUTIVE SESSIONS.
For Against Abstained
Othoniel Sierra (Moved By) x
Joe Anderson (Seconded By) x
Steven Ward x
Rita Russell x
Jim Woodward x
5 0 0
Motion CARRIED.
Mayor Sierra recited the following statement: For the record, if any person
who participated in the executive session believes that any substantial
Page 10 of 11
Draft
Page 85 of 733
City Council Regular
June 27, 2022
discussion of any matters not included in the motion to go into the
executive session occurred during the executive session, or that any
improper action occurred during the executive session in violation of the
Open Meetings Law, I would ask that you state your concerns for the
record.
None stated
b) Council Members' Choice
13 City Manager’s Report
14 Adjournment
MAYOR SIERRA MOVED TO ADJOURN. The meeting adjourned at 10:10 p.m.
City Clerk
Page 11 of 11
Draft
Page 86 of 733
COUNCIL COMMUNICATION
TO: Mayor and Council
FROM: Tamara Niles
DEPARTMENT: City Attorney's Office
DATE: July 18, 2022
SUBJECT:
CB 33 - Approve an ordinance amending EMC 5-1-5, 4-1-1 to
comply with new state law exempting non-local retailers from
sales, use tax license
DESCRIPTION:
CB 33 - Approve an ordinance amending EMC 5-1-5, 4-1-1 to comply with new state law
exempting non-local retailers from sales, use tax license
RECOMMENDATION:
Consider an ordinance amending EMC 5-1-5, 4-1-1 to comply with new state law exempting non-local
retailers from sales, use tax license.
SUMMARY:
The State of Colorado adopted HB 22-032, which amended state-wide law on business
licensing to expedite collection of sales/use tax. Under the new state law, after July 1, 2022, the
City of Englewood cannot charge a fee for a business license, sales/use tax license, or other
license to make retail sales in Englewood if the retailer has a state standard retail license but
lack a permanent physical presence in Englewood; andafter July 1, 2023, by state law, the City
of Englewood cannot require a separate license application for these retailers (with exceptions
only if we have previously revoked a business license). These requirementsonly apply to retail
sales, and do not apply to occupational or other specific business license requirements.
To comply with the newly-applicable state law, the City must amend two sections of municipal
code, to exempt business, sales and use tax licensure requirements for retail sales, if the
business has no meaningful physical presencein the City, and sales and use tax is otherwise
paid to the City through the retailer’s state sales/use tax license.
COUNCIL ACTION REQUESTED:
Consider an ordinance amending EMC 5-1-5, 4-1-1 to comply with new state law exempting non-local
retailers from sales, use tax license.
FINANCIAL IMPLICATIONS:
None anticipated. Sales and use tax will be continue to be paid by the retailer through the state
license.
Page 87 of 733
ATTACHMENTS:
Council Bill #33
Page 88 of 733
1
BY AUTHORITY
ORDINANCE NO. ____ COUNCIL BILL NO. 33
SERIES OF 2022 INTRODUCED BY COUNCIL
MEMBER WARD
AN ORDINANCE AMENDING ENGLEWOOD MUNICIPAL CODE SECTIONS
5-1-5 AND 4-4-1 TO COMPLY WITH COLORADO LAW ON SALES AND USE
TAX LICENSE EXEMPTIONS, AND TO REVISE LANGUAGE OF THOSE
CODE SECTIONS FOR CONSISTENCY IN STYLE.
WHEREAS, the State of Colorado adopted HB 22-032, which amended state-wide law on
business licensing to expedite collection of sales/use tax; and
WHEREAS, on and after July 1, 2022, by state law, the City of Englewood cannot charge a fee
for a business license, sales/use tax license, or other license to make retail sales in Englewood if the
retailer has a state standard retail license but lack a permanent physical presence in Englewood; and
WHEREAS, on and after July 1, 2023, by state law, the City of Englewood cannot require a
separate license application for these retailers (with exceptions only if we have previously revoked a
business license); and
WHEREAS, the new law only applies to retail sales, and does not apply to occupational or other
business license requirements; and
WHEREAS, in order to comply with the newly-applicable state law, the City of Englewood
Municipal Code must be revised.
NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF
ENGLEWOOD, COLORADO, AS FOLLOWS:
Section 1. Amendment of Englewood Municipal Code
Title 5, Chapter 1, Section 5 of Englewood Municipal Code is hereby amended to read as follows (deleted
provisions struck through; new provisions in italics/underline):
5-1-5: - Exemptions.
A. Charitable Organizations. The Licensing Officer may waive fees and licenses to charitable
organizations. A letter of application for exemption must be filed with, and approved by, the Licensing
Officer prior to engaging in business.
B. Retail Sales. A license under this Chapter is not required solely to make retail sales by those
holding a state standard retail license, if the retailer either does not have a physical presence or only
an incidental physical presence within this City, and has not previously had an Englewood business
license revoked for failing to comply with license requirements.
Page 89 of 733
2
Section 2. Amendment of Englewood Municipal Code
Title 4, Chapter 4, Section 1 of Englewood Municipal Code is hereby amended to read as follows (deleted
provisions struck through; new provisions in italics/underline):
4-4-1: - Administration of Tax and License Requirement.
A. The administration of all the provisions of this chapter is hereby vested in the City Manager’s or
designee, who shall prescribe forms and reasonable rules and regulations in conformity with this
chapter for the making of returns, for the ascertainment, assessment and collection of the taxes imposed
hereunder, and for the proper administration and enforcement hereof, a copy of which forms, rules and
regulations shall be made available to the public.
B. A sales tax license shall be required for Aany person or entity to engage in the business of selling at
retail in the City tangible personal property or services within the City that are taxable hereunder which
are purchased in the City and are subject to sales tax pursuant to this chapter shall obtain and maintain
a current City sales tax license, which license shall be granted and issued by the Director of Finance, or
designee, and shall be in force and effect in accordance with the chapter unless suspended or revoked.
C. Any person or entity storing, using, or consuming tangible personal property within the City subject
to use tax pursuant to this chapter shall obtain and maintain a current City A use tax license may be
required for tangible personal property that is stored, used or consumed in the City and is subject to use
tax pursuant to this chapter, which license shall be granted and issued by the Director of Finance, or
designee, and shall be in force and effect in accordance with the chapter unless suspended or revoked.
D. The following shall be exempt from obtaining a sales or use tax license: the provisions of paragraph
B:
1. Garage sales held in accordance with E.M.C. §Section 15-16-2;
2. Informal cCommercial enterprises typically associated with children and accruing an with annual
income less than five hundred dollars ($500.00), including lemonade stands and snow shoveling;
3. Commercial sales associated with not-for-profit fundraising with all monies collected returned to
athe parent organization, including scouting organizations and local school fundraisers; and
4. Retailers holding a state standard retail license that ensures payment of sales and use tax to the City,
if the retailer either does not have a physical presence or only an incidental physical presence within
the City, and has not previously had a City sales or use tax license revoked for failing to comply with
license requirements.
E. The Licensing Officer shall determine the Any decisions determining the applicability of an
exemption, which this paragraph to any business made by the Director of Finance shall be final and
subject to appeal pursuant to E.M.C. § Section 4-4-1-6 below.
FE. The Director of Finance may shall be authorized to establish a "de minimis" Sales and Use Tax
License, for which shall be an alternative license applicable to commercial entities grossing or
Page 90 of 733
3
acquiring goods subject to use tax less than thirty thousand dollars ($30,000.00) annually, and/or
acquiring less than thirty thousand dollars ($30,000.00) of goods subject to use tax annually.
Section 3. General Provisions Applicable to this Ordinance
The following general provisions and findings are applicable to the interpretation and application of this
Ordinance:
A. Severability. If any clause, sentence, paragraph, or part of this Ordinance or the application thereof
to any person or circumstances shall for any reason be adjudged by a court of competent jurisdiction invalid,
such judgment shall not affect, impair or invalidate the remainder of this Ordinance or its application to
other persons or circumstances.
B. Inconsistent Ordinances. All other Ordinances or portions thereof inconsistent or conflicting with
this Ordinance or any portion hereof are hereby repealed to the extent of such inconsistency or conflict.
C. Effect of repeal or modification. The repeal or modification of any provision of the Code of the
City of Englewood by this Ordinance shall not release, extinguish, alter, modify, or change in whole or in
part any penalty, forfeiture, or liability, either civil or criminal, which shall have been incurred under such
provision, and each provision shall be treated and held as still remaining in force for the purposes of
sustaining any and all proper actions, suits, proceedings, and prosecutions for the enforcement of the
penalty, forfeiture, or liability, as well as for the purpose of sustaining any judgment, decree, or order which
can or may be rendered, entered, or made in such actions, suits, proceedings, or prosecutions.
D. Safety Clauses. The City Council hereby finds, determines, and declares that this Ordinance is
promulgated under the general police power of the City of Englewood, that it is promulgated for the health,
safety, and welfare of the public, and that this Ordinance is necessary for the preservation of health and
safety and for the protection of public convenience and welfare. The City Council further determines that
the Ordinance bears a rational relation to the proper legislative object sought to be obtained. This Safety
Clause is not intended to affect a Citizen right to challenge this Ordinance through referendum pursuant to
City of Englewood Charter 47.
E. Publication. Publication of this Ordinance may be in the City’s official newspaper, the
City’s official website, or both. Publication shall be effective upon the first publication by either
authorized method.
F. Actions Authorized to Effectuate this Ordinance. The Mayor is hereby authorized and
directed to execute all documents necessary to effectuate the approval authorized by this
Ordinance, and the City Clerk is hereby authorized and directed to attest to such execution by the
Mayor where necessary. In the absence of the Mayor, the Mayor Pro Tem is hereby authorized to
execute the above-referenced documents. The execution of any documents by said officials shall
be conclusive evidence of the approval by the City of such documents in accordance with the terms
thereof and this Ordinance. City staff is further authorized to take additional actions as may be
necessary to implement the provisions of this Ordinance.
G. Enforcement. To the extent this ordinance establishes a required or prohibited action
punishable by law, unless otherwise specifically provided in Englewood Municipal Code or
applicable law, violations shall be subject to the General Penalty provisions contained within
EMC § 1-4-1.
Page 91 of 733
4
Introduced, read in full, and passed on first reading on the 27th day of June, 2022.
Published by Title as a Bill for an Ordinance in the City’s official newspaper on the 30th
day of June, 2022.
Published as a Bill for an Ordinance on the City’s official website beginning on the 29th
day of June, 2022 for thirty (30) days.
Read by Title and passed on final reading on the 18th day of July, 2022.
Published by Title in the City’s official newspaper as Ordinance No. ___, Series of 2022,
on the 21st day of July, 2022.
Published by title on the City’s official website beginning on the 20th day of July, 2022
for thirty (30) days.
This Ordinance shall take effect thirty (30) days after publication following final passage.
Othoniel Sierra, Mayor
ATTEST:
Stephanie Carlile, City Clerk
I, Stephanie Carlile, City Clerk of the City of Englewood, Colorado, hereby certify that the
above and foregoing is a true copy of the Ordinance passed on final reading and published by
Title as Ordinance No. ___, Series of 2022.
Stephanie Carlile
Page 92 of 733
COUNCIL COMMUNICATION
TO: Mayor and Council
FROM: Tamara Niles
DEPARTMENT: City Attorney's Office
DATE: July 18, 2022
SUBJECT:
CB 34 - Approve an ordinance authorizing ballot questions for
revisions to City of Englewood's Charter
DESCRIPTION:
CB 34 - Pursuant to direction received from City Council on June 6, 2022, the proposed bill for
an ordinance establishes ballot questions for consideration by Englewood's registered electors
to amend the City Charter.
RECOMMENDATION:
Approve an ordinance creating multiple ballot questions to amend City Charter for the
November, 2021 election.
PREVIOUS COUNCIL ACTION:
City Council has considered this matter at several prior Study Sessions, and provided guidance
to staff as to its preferred procedure to recommend necessary City Charter revisions to the
citizens for a vote. On May 16, 2022, City Council considered proposed ministerial revisions to
the City Charter, and provided additional direction for proposed ballot language. This language
was revised and presented to Council during a study session on June 6, 2022.
SUMMARY:
The proposed ballot questions, if approved by the registered electors of this City, would amend
the City Charter as follows:
Remove gender references
Remove specific requirements for board member numbers, to provide flexibility in setting this
number for boards that consistently lack sufficient members
Section 12: remove references to specific hours of polling places, given state law now requires
mail-in ballot voting.
Section 20: removes specific references to district population variances, to ensure compliance
with federal law.
Section 22: revises the date and time newly-elected Council Members take office, so that they
take office only after certification of election results.
Section 27: remove references to specific location of Council Meetings, to clearly allow
electronic meetings and meeting locations other than “City Hall”
Section 52: remove reference to airport, as the City no longer has an airport
Section 73: amended to comply with state law regarding making claims against the City
COUNCIL ACTION REQUESTED:
Page 93 of 733
Approve an ordinance on first reading to place various questions on the November 2021 ballot
to amend the City Charter
FINANCIAL IMPLICATIONS:
None anticipated
ATTACHMENTS:
Council Bill #34
Page 94 of 733
1
BY AUTHORITY
ORDINANCE NO. ____ COUNCIL BILL NO. 34
SERIES OF 2022 INTRODUCED BY COUNCIL
MEMBER WARD
AN ORDINANCE CALLING A SPECIAL MUNICIPAL ELECTION FOR
NOVEMBER 8, 2022, TO COINCIDE WITH THE STATE GENERAL
ELECTION; DECLARING THE CITY’S INTENT TO COORDINATE
SUCH ELECTION WITH ARAPAHOE COUNTY; SUBMITTING TO THE
REGISTERED ELECTORS OF THE CITY PROPOSED AMENDMENTS
TO THE CITY OF ENGLEWOOD HOME RULE CHARTER; AND
SETTING BALLOT TITLES THEREON
WHEREAS, pursuant to Sections 8 and 14 of the City of Englewood Home Rule Charter
(the “Charter”), proposed amendments to the Charter may be submitted to the electors by City
Council on its own initiative at regular or special municipal elections in accordance with Article
XX of the Colorado Constitution; and
WHEREAS, Article XX, Section 5, of the Colorado Constitution recognizes the city
council may, on its own initiative, submit any charter amendment at any general or special state or
municipal election held not less than 30 days after the effective date of the ordinance or resolution
submitting such question to the voters; and
WHEREAS, pursuant to § 31-2-210(1)(b), C.R.S., proceedings to amend a home rule
charter may be initiated by an ordinance adopted by the governing body submitting the proposed
amendments to a vote of the registered electors of the municipality and such ordinance shall also
adopt ballot titles for the proposed amendments; and
WHEREAS, pursuant to § 31-10-108, C.R.S., municipal special elections shall be held on
any Tuesday designated by ordinance or resolution of the governing body, and a special election
may be held at the same time and place as a primary, congressional vacancy, or state general
election as a coordinated election; and
WHEREAS, pursuant to §§ 1-5-401 and 1-7-116, C.R.S., if more than one political
subdivision holds an election on the same day in November and the eligible electors for each such
election are the same or the boundaries overlap, the elections shall be coordinated by the county
clerk and recorder as the coordinated election official; and
WHEREAS, the City must take formal action to participate in an election that will be
coordinated by the county clerk and recorder and must notify the county clerk and recorder in
writing of such decision; and
WHEREAS, the November 8, 2022, state general election will be held more than 30 days
after the effective date of this ordinance.
Page 95 of 733
2
NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY
OF ENGLEWOOD, COLORADO, AS FOLLOWS:
Section 1. The City Council hereby calls a special election to be coordinated with
Arapahoe County on Tuesday, November 8, 2022.
Section 2. At the special election to be held on Tuesday, November 8, 2022, ballot
questions regarding proposed amendment to the Charter shall be submitted to the registered
electors of the City.
Section 3. The following ballot titles and ballot questions are hereby set:
Question 1. To reflect the make-up of today’s workforce and for consistency, shall
the City of Englewood Home Rule Charter be amended throughout to eliminate gender-
specific pronouns, such as “he,” and to use the term “Council Member” consistently to
refer to those serving on City Council?
Question 2. Shall Article II, Section 12, of the City of Englewood Home Rule
Charter regarding municipal elections be revised as follows with new language shown in
bold underline and deleted language shown in strikethrough?
12: Municipal elections.
A general municipal election shall be held on dates and in a manner specified in
State law. Special municipal elections shall be held in accordance with the
provisions of this Charter. The polling places shall be open from seven A.M. to
seven P.M. election days.
Question 3. Shall Article III, Section 20, of the City of Englewood Home Rule
Charter regarding City Council redistricting be revised to comply with federal law by
requiring contiguous, compact districts to have approximately the same number of
registered voters, with the variance in number of registered voters between the district
with the highest and lowest number of registered voters being minimized to the greatest
extent possible?
Question 4. To ensure new Council Members are sworn in following certification of
election results, shall Article III, Section 22, of the City of Englewood Home Rule Charter
regarding City Council terms of office be revised, in part, as follows with new language
shown in bold underline and deleted language shown in strikethrough?
22: Terms.
Terms of Councilpersons Council Members shall begin at 8:00 P.M., on the day
of the next regularly scheduled City Council meeting following certification of the
election results and upon taking an appropriate oath of office…
Page 96 of 733
3
Question 5. For increased flexibility, shall Article III, Section 27, of the City of
Englewood Home Rule Charter regarding Council meetings be revised, in part, as follows
with new language shown in bold underline and deleted language shown in
strikethrough?
27: Council meetings.
Council shall meet regularly at the City Hall, at least twice each month, at a day,
time and manner and hour to be fixed from time to time by the rules and
procedures of each Council; however, Council may, upon appropriate prior
published notice hold any regular or special meeting at such other appropriate
public place in the City as they may designate…
Question 6. Shall Article VII, Section 52, of the City of Englewood Home Rule
Charter, regarding the City Manager’s powers and duties, be revised to eliminate an
unnecessary and outdated reference to the City Manager developing and maintaining a
municipal airport?
Question 7. Shall Article VIII, Sections 54, 56, 59 and 61 of the City of Englewood
Home Rule Charter regarding board and commission members be amended to specify a
minimum number of five (5) members shall serve on the Public Library Board, the City
Planning and Zoning Commission, the Board of Adjustment and Appeals, and the Water
and Sewer Board, respectively, and to allow such higher number of members on each
board or commission as may be specified by ordinance?
Question 8. Shall Article IX, Part III, Section 73, of the City of Englewood Home
Rule Charter regarding recovering compensation from the City be amended to comply
with the Colorado Governmental Immunity Act, C.R.S. § 24-10-101, et seq.?
Section 4. The following general provisions and findings are applicable to the
interpretation and application of this Ordinance:
A. Severability. If any clause, sentence, paragraph, or part of this Ordinance or the
application thereof to any person or circumstances shall for any reason be adjudged by a court
of competent jurisdiction invalid, such judgment shall not affect, impair or invalidate the
remainder of this Ordinance or its application to other persons or circumstances.
B. Inconsistent Ordinances. All other Ordinances or portions thereof inconsistent or
conflicting with this Ordinance or any portion hereof are hereby repealed to the extent of such
inconsistency or conflict.
C. Effect of repeal or modification. The repeal or modification of any provision of the
Code of the City of Englewood by this Ordinance shall not release, extinguish, alter, modify,
or change in whole or in part any penalty, forfeiture, or liability, either civil or criminal, which
shall have been incurred under such provision, and each provision shall be treated and held as
still remaining in force for the purposes of sustaining any and all proper actions, suits,
proceedings, and prosecutions for the enforcement of the penalty, forfeiture, or liability, as
Page 97 of 733
4
well as for the purpose of sustaining any judgment, decree, or order which can or may be
rendered, entered, or made in such actions, suits, proceedings, or prosecutions.
D. Safety Clauses. The City Council hereby finds, determines, and declares that this
Ordinance is promulgated under the general police power of the City of Englewood, that it is
promulgated for the health, safety, and welfare of the public, and that this Ordinance is
necessary for the preservation of health and safety and for the protection of public
convenience and welfare. The City Council further determines that the Ordinance bears a
rational relation to the proper legislative object sought to be obtained. This Safety Clause is
not intended to affect a Citizen right to challenge this Ordinance through referendum pursuant
to City of Englewood Charter 47.
E. Publication. Publication of this Ordinance may be in the City’s official newspaper,
the City’s official website, or both. Publication shall be effective upon the first publication
by either authorized method.
F. Actions Authorized to Effectuate this Ordinance. The Mayor is hereby authorized
and directed to execute all documents necessary to effectuate the approval authorized by this
Ordinance, and the City Clerk is hereby authorized and directed to attest to such execution by
the Mayor where necessary. In the absence of the Mayor, the Mayor Pro Tem is hereby
authorized to execute the above-referenced documents. The execution of any documents by
said officials shall be conclusive evidence of the approval by the City of such documents in
accordance with the terms thereof and this Ordinance. City staff is further authorized to take
additional actions as may be necessary to implement the provisions of this Ordinance.
Introduced, read in full, and passed on first reading on the 27th day of June, 2022.
Published by Title as a Bill for an Ordinance in the City’s official newspaper on the 30th
day of June, 2022.
Published as a Bill for an Ordinance on the City’s official website beginning on the 29th
day of June, 2022. for thirty (30) days.
Read by Title and passed on final reading on the 18th day of July, 2022.
Published by Title in the City’s official newspaper as Ordinance No. ___, Series of 2022,
on the 21st day of July, 2022.
Published by title on the City’s official website beginning on the 20th day of July, 2022
for thirty (30) days.
This Ordinance shall take effect thirty (30) days after publication following final passage.
Othoniel Sierra, Mayor
Page 98 of 733
5
ATTEST:
Stephanie Carlile, City Clerk
I, Stephanie Carlile, City Clerk of the City of Englewood, Colorado, hereby certify that the
above and foregoing is a true copy of the Ordinance passed on final reading and published by
Title as Ordinance No. ___, Series of 2022.
Stephanie Carlile
Page 99 of 733
COUNCIL COMMUNICATION
TO: Mayor and Council
FROM: Tim Hoos
DEPARTMENT: Public Works
DATE: July 18, 2022
SUBJECT:
An Agreement Authorizing Brundage Bone Concrete Pumping to
remove a surplus fuel tank from the property located at 4390
South Windermere St.
DESCRIPTION:
Consideration of an Agreement Authorizing Brundage Bone Concrete Pumping to remove a
surplus fuel tank from the property located at 4390 South Windermere St.
RECOMMENDATION:
Staff recommends that the City Council approve, by Motion, an Agreement authorizing
Brundage Bone Concrete Pumping to remove the above ground fuel tank from the property
located at 4390 South Windermere St.
PREVIOUS COUNCIL ACTION:
City Council previously approved a Resolution Authorizing the Acquisition of Property from 4390
South Windermere, LLC, for the South Englewood Flood Reduction Project at the April 18, 2022
meeting.
SUMMARY:
The property at 4390 South Windermere Street has been acquired by the City to construct a
stormwater detention pond on the property as part of the South Englewood Flood Reduction
Project. The property included an above ground diesel fuel storage tank that must be removed
prior to construction of the detention pond. Brundage Bone Concrete Pumping is a former
tenant on the property and has agreed to pay the City a nominal cost to remove the fuel tank
and associated fuel dispensing equipment and repurpose it at one of their other locations.
ANALYSIS:
The cost to the City to remove the fuel tank from the property would be several thousand
dollars. The City has no use for the fuel tank, therefore, it is more cost effective for the City to
allow Brundage Bone Concrete Pumping to remove the tank rather than paying a contractor to
remove the tank and associated equipment from the site. The City's auction vendor for surplus
property also does not take used fuel tanks.
COUNCIL ACTION REQUESTED:
Staff recommends City Council approve, by Motion, an agreement authorizing Brundage Bone
Concrete Pumping to remove the above ground fuel tank from the property located at 4390
South Windermere St.
Page 100 of 733
FINANCIAL IMPLICATIONS:
The fuel tank will be removed at no cost to the City.
CONNECTION TO STRATEGIC PLAN:
Strategic Outcome; Infrastructure
A city that proactively and in a cost-effective manner invests in, maintains and plans to protect
its infrastructure
• Reduce the number of structures at risk of flooding in a 25-year storm event by 20
percent
Strategic Outcome: Safety
A city that protects its people, infrastructure and built environment.
• Build, maintain, replace, and fund a quality storm drainage system
• Provide community resiliency against human-made and natural disasters
Strategic Outcome: Sustainability
A city that protects its natural environment
• Stormwater quality
• Consider long-term sustainability in infrastructure
OUTREACH/COMMUNICATIONS:
Community outreach and engagement for the South Englewood Flood Reduction Project is
ongoing. A project page has been created on Englewood Engaged
(https://www.engaged.englewoodco.gov/south-englewood-flood-reduction-project). Utility bill
inserts and postcards have been sent to City of Englewood residents generally and South
Englewood Basin property owners specifically to raise awareness of the project and seek input.
This type of community engagement will continue throughout the course of the project.
ATTACHMENTS:
Agreement
Page 101 of 733
AGREEMENT
THIS AGREEMENT is made this _9th_day of _June ,2022 by the CITY
OF ENGLEWOOD,COLORADO (hereinafter "City")and Brundage-Bone Concrete Pumping,
Inc.,a Colorado corporation (hereina?er “Brundage-Bone”),whose address is 500 East 84th
Avenue,Suite A-5,Thornton,CO 80229.
RECITALS:
A.Pursuant to a lease dated September 24,2020 (hereinafter “Lease”),Brundage-Bone
leased from 4390 South Windermere,LLC,a Colorado limited liability company (hereinafter
“4390 South Windermere,LLC”)a portion of certain real property owned by 4390 South
Windermere,LLC with an address of 4390 South Windermere Street,Englewood,CO 80110
(hereina?er the “Property”);and
B.The City has purchased the Property.The Lease was terminated prior to the City’s
purchase of the Property.
C.An above-ground diesel fuel tank and equipment for dispensing fuel from the tank is
located on the north end of the Property (hereinafter “Fuel Tank,Dispensing Equipment”).The
Fuel Tank and Dispensing Equipment are located on a concrete pad.Numerous bollards are
located around the exterior of the Fuel Tank and Dispensing equipment (hereinafter “Bollards”).
Photographs of the Fuel Tank,Dispensing Equipment and Bollards are collectively attached
hereto and incorporated herein as Exhibit “A”.The entirety of the Fuel Tank,Dispensing
Equipment,concrete pad and Bollards are part of the realty the City purchased from 4390 South
Windermere,LLC as part of its agreement with 4390 South Windermere,LLC for the City’s
purchase of the Property.As a result,the City now owns the Fuel Tank,Dispensing Equipment,
concrete pad and Bollards;and
D.Brundage-Bone asked the City if it could purchase the Fuel Tank,Dispensing Equipment
and Bollards and remove the same after the City’s purchase of the Property.The City has agreed
to allow Brundage-Bone to purchase the Fuel Tank,Dispensing Equipment and Bollards and to
remove the same pursuant to the terms and conditions of this Agreement.
AGREEMENT:
NOW,THEREFORE,in consideration of the recitals set forth above,which are true and
incorporated herein by this reference,the mutual agreements herein contained,and subject to the
terms and conditions hereinafter stated,it is hereby understood and agreed by the parties hereto as
follows:
1.In consideration of Brundage-Bone paying TEN DOLLARS and 00/100 cents ($10.00)to
the City,the receipt and sufficiency of which consideration is hereby acknowledged to the City,
the City SELLS the Fuel Tank,Dispensing Equipment and Bollards to Brundage-Bone.
2.Brundage-Bone shall have seven (7)days from the date of this Agreement to remove the
Fuel Tank,Dispensing Equipment and Bollards from the Property.The City hereby provides
Brundage-Bone with a limited right of entry to the Property for the sole purpose of removing the
Fuel Tank and Dispensing Equipment and Bollards from the Property.Such right of entry shall
expire after seven (7)days from the date of this Agreement.Brundage-Bone’s agreement to
remove the Fuel Tank,Dispensing Equipment and Bollards from the Property,at its sole expense,
is partial consideration for the City’s agreement to sell the Fuel Tank,Dispensing Equipment and
Page 102 of 733
Bollards to Brundage-Bone in addition to the consideration of TEN DOLLARS and 00/100 cents
($10.00)speci?ed in paragraph 1 above.
3.Brundage-Bone shall notify the City twenty-four (24)hours prior to the date and time that
Brundage-Bone enters the Property and removes the Fuel Tank,Dispensing Equipment and
Bollards.Brundage-Bone shall comply with all terms and conditions the City requests Brundage-
Bone comply with to gain entrance to the Property prior to the removal of the Fuel Tank,
Dispensing Equipment and Bollards,and that the City requests Brundage-Bone comply with to
secure the Property alter the removal of the Fuel Tank,Dispensing Equipment and Bollards.
4.All communications associated with this Agreement shall be directed to the individuals
identified below.Either party may from time to time designate in writing new or substitute
representatives.
As to the City:As to Brundage-Bone:
Timothy R.Hoos Mark Young
Deputy Director -Engineering and General Manager —National
Asset Management Operations
City of Englewood |Public Works Brundage-Bone Concrete Pumping
Department 500 E.84"‘Ave,Ste A-5
1000 Englewood Parkway Th0m10I1.C0 30229
Englewood,CO 80110
e-mail:MarkYounggr1‘brundagebonecom
e_mai1:THOOSwenylewoodco yov Phone:303-289-7497 ext.340 (office)
Phone:303 762 2503 (office)
'3°3'°°‘'39‘”(“em
303.257.0967 (cell)
5.Brundage-Bone shall perform all operations for removal of The Fuel Tank,Dispensing
Equipment and Bollards,and clean—upactivities therein and thereafter,in accordance with the
requirements of the current federal and state enviromnental regulations including the National
Environmental Policy Act (“NEPA”)and the Comprehensive Environmental Response,
Compensation,and Liability Act (“CERCLA”)as applicable.
6.Brundage-Bone shall be responsible for any damage,including but not limited to
environmental damages to the Property,and other third-party real and personal property located
on or under the Property that is caused by Brundage-Bone,its contractors or contractors’agents.
Brundage-Bone shall either promptly repair such damage or pay damages to the reasonable
satisfaction of the City,or the owner of the damaged property,in either case,at no cost to the
City,and the owners of the damaged property.
7.Brundage-Bone shall,and shall require its contractors and agents to,indemnify,defend,
and hold harmless the City and its officers,directors,employees,agents,and contractors,against
and from all claims (including without limitation actions,demands,expenses,costs,attorneys’
fees,court costs,and judgments)arising out of or caused by any of Brundage—Bonesactions and
activities pursuant to this Agreement and to the Property,including but not limited to
enviromnental damages.1n the event of any claims made or suits ?led,each party shall give the
other prompt written notice,and the City shall have the option to defend or reasonably settle the
same as to claims or suits made against it,without effect as to Brundage-Bone’s obligations under
this Agreement.
Page 103 of 733
8.Nothing in this Agreement shall be deemed to waive any of the City”s privileges or
immunities pursuant to the Colorado Governmental Immunity Act,C.R.S.§24-10-101,et seq.
9.The provisions of paragraphs 6,7 and 8 shall survive the termination,in whole or in part,
of this Agreement
IN WITNESS WHEREOF,the parties hereto have executed this Agreement on the day
and year first above written.
BRUNDAGE-BONE CONCRETE PUMPING,INC .,a
C tion
By:E Z:1m?¢
STATE OF COLORADO )
)ss.
COUNTY OF A-R:4:PA‘H6II')
A Ciki“S
/Theforegoing instrument was acknowledged before me this day of
\_,t Luv-L ,2oae>,by I’V\a,rk,[1,don;.
I ifC)’
ANN BISHOP
NOTARYPUBLIC
STATE OF COLORADONotaryPublicNOTARYID19914006366
MYCOMMISSIONEXPIRES05/09/2023MyCommissionexpires:"5 ’Cl~9-(3 <93)
CITY OF ENGLEWOOD,COLORADO
By:
ATTEST:Othoniel Sierra,Mayor
Stephanie Carlile,City Clerk
Exhibit “A”
Photographs of the Fuel Tank and Dispensing Equipment and Bollards
Page 104 of 733
Fuel Tank and
Dlsponslng Equipment
and Bollanis
Page 105 of 733
Page 106 of 733
COUNCIL COMMUNICATION
TO: Mayor and Council
FROM: Steve Ortega
DEPARTMENT: Public Works
DATE: July 18, 2022
SUBJECT:
Vehicle Purchase - One Starcraft Bus at the cost of $111,837 from
Creative Bus Sales, Inc. for the P, R, G and L Department
DESCRIPTION:
Approval of a resolution to purchase one (1) 2022 StarCraft Allstar (12&2) bus for $111,837
from Creative Bus Sales, Inc. for the Parks, Recreation, Golf and Library Department.
RECOMMENDATION:
Staff recommends that Council approve, by resolution, the purchase of one (1) 2022 StarCraft
Allstar (12&2) bus from Creative Bus Sales, Inc., at a cost of $111,837.
If approved, Fleet Services will purchase this unit through Creative Bus Sales, Inc., an
authorized StarCraft bus dealer using State of New Mexico GSD Price Agreement
#00-00000-20-00087 awarded on January 28, 2021, and valid through January 27, 2023. The
total cost to purchase this unit is $111,837. This unit is part of the Capital Equipment
Replacement Fund (CERF) program and is past due for replacement.
SUMMARY:
Staff proposes to utilize State of New Mexico GSD Price Agreement #00-00000-20-00087 to
obtain one (1) StarCraft Allstar (12&2) bus to replace unit #5231 assigned to the Parks,
Recreation, Library and Golf Department.
ANALYSIS:
The City accounts for the replacement of capital equipment and vehicles in its CERF. Vehicle or
equipment replacement is based on its average useful life. The 2022 budget includes funding
for the planned replacement of various vehicles, including this unit.
COUNCIL ACTION REQUESTED:
The Fleet Services Division requests that Council approve, by resolution, the purchase of one
(1) 2022 StarCraft Allstar (12&2) bus from Creative Bus Sales, Inc. at a cost of $111,837.
FINANCIAL IMPLICATIONS:
The 2022 budget includes funding for the planned replacement of various vehicles and
equipment. The table below details information regarding the proposed unit due for
replacement.
Page 107 of 733
Unit
#
Vehicle
to be
Replaced
Purchase
Year
Expected
Life of
Vehicle
Replacement
Year
CERF
Funds
Collected
Actual
Replacement
Cost
Cost
Difference
5231
2005
Goshen
GCII 2005 15 2020 $141,855 $111,837 ($30,018)
Total $141,855 $111,837 ($30,018)
Fleet Services will calculate a new CERF charge to include the new unit's acquired cost, fund
shortage or overpayment (if required), upfit charges (if needed), and market adjustment (varies
by year) to ensure adequate funds are available when the unit is due for replacement.
New CERF charge example:
Unit #
CERF
Collected
2022 Acquired
Cost
Over
Payment
Total Estimated
Cost & Market
Adjustment (5%)
New
Estimated
Annual
Charge
5231 $141,855 $111,837 $30,018 $87,410 $5,827
Fleet Services will apply the overpayment of $30,018 as a credit towards the new CERF charge.
The new rate will start in 2024 and extend through the unit's expected life of 15 years. The
annual charge will be adjusted (reduced) upon the old unit's sale price at auction.
CONNECTION TO STRATEGIC PLAN:
Governance - A city government that is accountable, effective, and efficient.
Fleet Services staff is working to replace one (1) unit that is past due for replacement. Doing this
will reduce maintenance and fuel costs.
ATTACHMENTS:
Resolution
Contract Approval Summary
Creative Bus Sales, Inc. Quote
State of New Mexico SD Price Agreement #00-00000-20-00087
PowerPoint Presentation
Page 108 of 733
1
RESOLUTION NO. __
SERIES OF 2022
A RESOLUTION AWARDING A CONTRACT FOR THE
PURCHASE OF ONE ALLSTAR FORD E350 STARCRAFT BUS
UNDER THE TERMS OF THE STATE OF NEW MEXICO PRICE
AGREEMENT #00-00000-20-00087 WITH CREATIVE BUS SALES.
WHEREAS, Section 4-1-3-1(C) of the Englewood Municipal Code 2000 allows
for the purchase of commodities, supplies and equipment under any general bid or
purchase contract of the United States Government, State of Colorado or other
governmental jurisdiction at the prices, terms and conditions contained therein, when, in
the opinion of the City Manager, the prices available to the City through such agreement
are deemed to be the lowest and best price available to the City; and
WHEREAS, the Recreation Division of the City of Englewood Parks,
Recreation, and Golf Department requires the replacement of one 14-passenger bus; and
WHEREAS, the 14-passenger bus to be replaced was due to be replaced in *.
This unit will be replaced with one 2023 Allstar Ford E350 StarCraft bus; and
WHEREAS, the City, as a municipality, has the opportunity for a limited time to
take advantage of the pricing offered by the State of New Mexico Price Agreement #00-
00000-20-00087, which is currently allowing local jurisdictions to take advantage of the
pricing structure negotiated by the State through the cooperative bidding process; and
WHEREAS, the funds for this purchase of this unit would come from the Public
Works 2022 Capital Equipment Replacement Fund (CERF), 62-1001-61402, in the
amount of $111,148.00; and
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF
THE CITY OF ENGLEWOOD, COLORADO, AS FOLLOWS:
Section 1. The Englewood City Council hereby authorizes the purchase of one
2023 Allstar Ford E350 StarCraft bus from Creative Bus Sales in lieu of the internal
competitive bid process, by using the State of New Mexico Price Agreement #00-00000-
20-00087 for a total amount of $111,148.00, as set forth in the quote, attached hereto as
Exhibit 1.
ADOPTED AND APPROVED this 18th day of July, 2022.
Page 109 of 733
2
Othoniel Sierra, Mayor
ATTEST:
__________________________________
Stephanie Carlile, City Clerk
I, Stephanie Carlile, City Clerk for the City of Englewood, Colorado, hereby certify
the above is a true copy of Resolution No. __, Series of 2022.
______________________________
Stephanie Carlile
Page 110 of 733
Contract Approval Summary
March 2019 Update
Page | 1
Contact Identification Information (to be completed by the City Clerk)
ID number: Authorizing Resolution/Ordinance:
Recording Information:
City Contact Information
Staff Contact Person: Steve Ortega Phone:303 762-2535
Title: Maintenance & Operations Manager Email: sortega@englewoodco.gov
Vendor Contact Information
Vendor Name: Creative Bus Sales, Inc Vendor Contact: Mike Akers
Vendor Address: 1045 Garden of the Gods Vendor Phone: 303 351-7937
City: Colorado Springs Vendor Email: MikeA@creativebussales.com
State: CO Zip Code: 80907
Contract Type
Contract Type:Other (describe below)
Description of ‘Other’ Contract Type: Vehicle Purchase
Description of Contract Work/Services:
Attachments:
☒Contract -- ☐Original ☐Copy
☐Addendum(s)
☐Exhibit(s)
☐Certificate of Insurance Summary of Terms:
Start Date: 7/18/2022 End Date: 12/31/2022 Total Years of Term: 1
Total Amount of Contract for term (or estimated amount
if based on item pricing):
$ 111,837.00
If Amended: Original Amount
$
Amendment Amount
$
Total as Amended:
$
Renewal options available:
Payment terms (please
describe terms or attach
schedule if based on
deliverables):
Attachments:
☐Copy of original Contract if this is an Amendment
☐Copies of related Contracts/Conveyances/Documents
Source of Funds (Insert Excel Document Image):
Purchase of one (1) 2022 StarCraft Allstar (12&2) Bus
Page 111 of 733
Contract Approval Summary
March 2019 Update
Page | 2
Attachment (For Capital Items Only / Expense Line Item Detail is Located in Open Gov):
☐Prior Month-End Project Status and Fund Balance Report
Process for Choosing Vendor (Check Box):
☐Bid: ☐ Bid Evaluation Summary attached
☐ Bid Response of Proposed Awardee
☐RFP: ☐ RFP Evaluation Summary Attached
☐ RFP Response of Proposed Awardee
☐Quotes: Copy of Quotes attached
☐Optimal Source: Provide Detailed Explanation:
☐ Sole Source (Use as much space as necessary for detailed explanation):
☐ Qualification Based Selection / Best Value* (Continue on Next Page):
CAPITAL ONLY A B C 1 = A-B-C
Capital
Operating Year
Tyler / New
World
Project # / Task#Fund Division Object Line Item Description Budget Spent to Date
Contract
Amount
Budget
Remaining
C 2022 62 1001 61402 $3,320,973.00 2,910,718.45$ -$ 410,254.55$
Purchases Pending Approval at the July 18, 2022 City Council Meeting
C 2022 62 1001 61402
StarCraft Allstar (12&2)
Bus 111,837.00$ 298,417.55$
C 2022 62 1001 61402
Altec Model AT41M
Bucket Truck 200,312.00$ 98,105.55$
Total by Fund - Current Year 62 1001 $3,320,973.00 2,910,718.45$ 312,149.00$ 98,105.55$
Grand Total $3,320,973.00 2,910,718.45$ 312,149.00$ 98,105.55$
CAPITAL & OPERATING EXPENSE
Page 112 of 733
Contract Approval Summary
March 2019 Update
Page | 3
*Note: Qualifications Based Selection / Best Value Justification detailed explanation may include
the following information, but is not limited to:
1.) Product and provider reliability
2.) Product and project understanding
3.) Product availability / Low risk solution
4.) Ability to connect to with current City of Englewood IT systems
5.) Familiarization with the City of Englewood
Page 113 of 733
Stu rcra ft Vehicle #3
By Slinlilibelow,I accept this iuote
Signature:_
A._?Lreoiive BusbalesA(\‘~\$,4/2 "If-1C’(
Name:
State of New Mexico GSD
Price Agreement #:00-00000-20-00087
Date:‘~“'3 ?—FY 2021
Preparer:Mike Akers
Base Model Base Model Price:$87,746.00
Allstar 12~2
Options:$21,105.00
w
5
_CBS Specialty Options:SSTARCRAFTBUS;
Unpublished Options:5 650.00
Delivery from Mfgr to CO:5 2,336.00
County Delivery Cost /-
Total ll CDL
Vehicle Length Lift Position WC Positions Passengers Required
QTYVehices:Totalcontract Price:5 111,337_00
Pervehicle Price:$111,837.00
Customer Info This Price is Valid Through July 30,2022
soi'tci1zuiene|c\modco.eo\-'
Office Phone:
Mobile Phone:303-762-2535
Page 114 of 733
—163 *
————30
36'WINDCIW 36'‘v/INDEIV 36'WIND W 36'WINDUV
N I
‘I u—'D:__I,LL
FIE
__:-__--_I.--_,________-_-_.4;_-__
I..__
g36'wmnnw ‘\N/’~
I
!
N-158 »
WHEEL BASE
272 -
DEALER APPREIVAL
APPRDVED
SCALE ”V 3
IN INCHES ||||||H1NJ_N|Kilt’;‘(7«:‘~57*‘J’"~AAA.4 cu‘(X
Y.Title:CUSTEIMER SIGNATURE
Date:0''L4»2 "-
THISDRAWINGANDTHEINFORMATIONIHEREON.NARE(NEmchusmPMorIHESW ‘E5 z7}‘§R§cR‘3fo7}2fL(1]2T:9A‘$}1:5%
§oz1§*N
C‘
N
W‘-ER"“°‘W’-555 DATEIQS/12/05Tn-LEPARNESRNNANONNINNNNOURNNNENCONCENT.”““"“‘""""""’12/2 wc PASS.1S8wB FURDEHEvnunamen“"5”MDK0NN11/8'’£1/16'cHKR-SCALE nva.No.ml I E25351;ST ncscnmxnn nr CHANGE av cmc mm:ECN Na.:1’21/2’Amy“.mgg NC,53551 1 up 1Page 115 of 733
/SPA_Signature/ SPD_Amd_General_009_Rev_01_0521
Purchasing Division: 1100 St. Francis Drive, Room 2016, Santa Fe, 87505; PO Box 6850, Santa Fe, NM 87502 (505) 827 -0472
State of New Mexico
General Services Department
Purchasing Division
Statewide Price Agreement Amendment
Awarded Vendor:
(AC)0000097376
Creative Bus Sales, Inc.
5760 Pino Ave NE
Albuquerque, NM 87109
Email: GaryG@creativebussales.com
Telephone No. (800) 326-2877
Number: 00-00000-20-00087
Amendment No.: Two
Term: January 28, 2021 - January 27, 2023
Ship To:
All State of New Mexico agencies, commissions,
institutions, political subdivisions and local
public bodies allowed by law.
Procurement Specialist: Tami Concha
Telephone No.: 505-660-3671
Email: Tami.Concha@state.nm.us
Invoice:
As Requested
Title: Transit Vehicles
This amendment is to be attached to the respective Price Agreement and become a part thereof.
This amendment is issued to reflect the following effective immediately:
Base Price increases for vendor (AC) Creative Bus Sales, Inc. See page 2 for list of items.
Except as modified by this amendment, the provisions of the Price Agreement shall remain in full
force and effect.
Accepted for the State of New Mexico
ent/ Date:
Mark Hayden, New Mexico State Purchasing Agent
DocuSign Envelope ID: B98C9F71-E200-4284-A316-2EE126263B65
This Agreement was signed on behalf of the State Purchasing AgentX
2/22/2022
Page 116 of 733
/SPA_Signature/ SPD_Amd_General_009_Rev_01_0521
Purchasing Division: 1100 St. Francis Drive, Room 2016, Santa Fe, 87505; PO Box 6850, Santa Fe, NM 87502 (505) 827 -0472
Description Current Base
Price
New Base
Price
Vehicle #1 - Braun $44,338.00 $68,513.00
Vehicle #2 - ARBOC SOE 27 (17 & 2) $290,612.00 $321,244.00
Vehicle #2 - ARBOC SOE 29 (28 & 2) $296,228.00 $327,102.00
Vehicle #2 - ARBOC SOE 34 (33 & 2) $304,510.00 $335,384.00
Vehicle #2 - ENC EZ Rider 30' Diesel $399,328.00 $437,330.00
Vehicle #2 - ENC EZ Rider 30' CNG $444,000.00 $485,108.00
Vehicle #2 - ENC EZ Rider Hybrid $602,451.00 $658,886.00
Vehicle #2 - ENC Axess 35' Diesel $427,094.00 $465,445.00
Vehicle #2 - ENC Axess 35' CNG $495,999.00 $542,586.00
Vehicle #2 - ENC Axess 40' Diesel $438,609.00 $478,761.00
Vehicle #2 - ENC Axess 40' CNG $507,514.00 $555,840.00
Vehicle #2 - ENC Axess 40' Hybrid $641,732.00 $703,678.00
Vehicle #2 - ENC Axess 40' Hydrogen Fuel Cell $1,238,825.00 $1,353,821.00
Vehicle #2 - Starcraft Allstar XL F650 (28 & 2) $134,612.00 $172,044.00
Vehicle #2 - Starcraft Allstar XL F650 (32 & 2) $137,629.00 $176,037.00
Vehicle #2 - Starcraft Allstar XL F650 (36 & 2) $138,798.00 $177,231.00
Vehicle #2 - Starcraft Allstar XL Freightliner (28 & 2) $132,545.00 $160,418.00
Vehicle #2 - Starcraft Allstar XL Freightliner (32 & 2) $133,886.00 $162,012.00
Vehicle #2 - Starcraft Allstar XL Freightliner (36 & 2) $138,831.00 $168,721.00
Vehicle #2 - Starcraft Allstar XL International (28 & 2) $136,163.00 $162,159.00
Vehicle #2 - Starcraft Allstar XL International (32 & 2) $137,332.00 $163,859.00
Vehicle #2 - Starcraft Allstar XL International (36 & 2) $140,349.00 $166,721.00
Vehicle #3 - ARBOC SOF GM (12 & 2) $99,834.00 $109,014.00
Vehicle #3 - ARBOC SOF Ford (12 & 2) $103,028.00 $115,853.00
Vehicle #3 - ARBOC SOF GM (16 & 2) $102,004.00 $111,690.00
Vehicle #3 - ARBOC SOF Ford (16 & 2) $103,628.00 $116,311.00
Vehicle #3 - ARBOC SOF GM (20 & 2) $105,044.00 $114,569.00
Vehicle #3 - Starcraft Starlite (7 & 2) $64,341.00 $83,750.00
Vehicle #3 - Starcraft Starlite (8 & 2) $64,697.00 $84,211.00
Vehicle #3 - Starcraft Allstar (10 & 2) $66,841.00 $87,057.00
Vehicle #3 - Starcraft Allstar (12 & 2) $67,400.00 $87,746.00
Vehicle #3 - Starcraft Allstar (16 & 2) $71,724.00 $92,587.00
Vehicle #3 - Starcraft Allstar (20 & 2) $74,279.00 $95,621.00
Vehicle #3 - Starcraft Allstar XL (16 & 2) $93,333.00 $121,629.00
Vehicle #3 - Starcraft Allstar XL (20 & 2) $95,244.00 $123,482.00
Vehicle #3 - Starcraft Allstar XL (24 & 2) $98,941.00 $125,076.00
Vehicle #4 - Lone Star Promaster 1500 $76,891.00 $98,141.00
Vehicle #4 - Lone Star Promaster 3500 $87,396.00 $111,019.00
Vehicle #4 - Lone Star Transit $44,678.00 $57,329.00
Vehicle #4 - Mobility Trans Transit $44,736.00 $57,428.00
Vehicle #4 - ARBOC SOI (8 & 2) $93,553.00 $112,133.00
Vehicle #4 - ARBOC SOI (10 & 2) $93,928.00 $112,550.00
DocuSign Envelope ID: B98C9F71-E200-4284-A316-2EE126263B65
Page 117 of 733
Certificate Of Completion
Envelope Id: B98C9F71E2004284A3162EE126263B65 Status: Completed
Subject: Please DocuSign: SPD SPA 00-00000-20-00087 A002 Transit Vehicles
Source Envelope:
Document Pages: 2 Signatures: 1 Envelope Originator:
Certificate Pages: 5 Initials: 2 Tami Concha
AutoNav: Enabled
EnvelopeId Stamping: Enabled
Time Zone: (UTC-07:00) Mountain Time (US & Canada)
13 Bataan Blvd
Santa Fe, NM 87508
tami.concha@state.nm.us
IP Address: 75.161.68.100
Record Tracking
Status: Original
2/22/2022 8:44:41 AM
Holder: Tami Concha
tami.concha@state.nm.us
Location: DocuSign
Security Appliance Status: Connected Pool: StateLocal
Storage Appliance Status: Connected Pool: GSD Location: DocuSign
Signer Events Signature Timestamp
Natalie Martinez
natalie.martinez1@state.nm.us
New Mexico General Services
Security Level: Email, Account Authentication
(None)Signature Adoption: Pre-selected Style
Using IP Address: 207.155.51.248
Sent: 2/22/2022 8:46:40 AM
Viewed: 2/22/2022 8:58:54 AM
Signed: 2/22/2022 8:59:06 AM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Tami Concha
tami.concha@state.nm.us
Procurement Officer-A
New Mexico General Services, State Purchasing
Division
Security Level: Email, Account Authentication
(None)
Signature Adoption: Pre-selected Style
Using IP Address: 75.161.68.100
Sent: 2/22/2022 8:59:07 AM
Viewed: 2/22/2022 8:59:46 AM
Signed: 2/22/2022 8:59:59 AM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Valerie Paulk
Valerie.Paulk@state.nm.us
Signed of Behalf of State Purchasing Agent
New Mexico General Services
Security Level: Email, Account Authentication
(None), Login with SSO
Signature Adoption: Pre-selected Style
Using IP Address: 164.64.62.10
Sent: 2/22/2022 9:00:01 AM
Viewed: 2/22/2022 9:33:11 AM
Signed: 2/22/2022 9:33:36 AM
Electronic Record and Signature Disclosure:
Accepted: 5/29/2020 9:40:59 AM
ID: f12ca6d0-7cba-4de4-b58f-8180244887ff
In Person Signer Events Signature Timestamp
Editor Delivery Events Status Timestamp
Agent Delivery Events Status Timestamp
Intermediary Delivery Events Status Timestamp
Certified Delivery Events Status Timestamp
Page 118 of 733
Carbon Copy Events Status Timestamp
Witness Events Signature Timestamp
Notary Events Signature Timestamp
Envelope Summary Events Status Timestamps
Envelope Sent Hashed/Encrypted 2/22/2022 8:46:40 AM
Certified Delivered Security Checked 2/22/2022 9:33:11 AM
Signing Complete Security Checked 2/22/2022 9:33:36 AM
Completed Security Checked 2/22/2022 9:33:36 AM
Payment Events Status Timestamps
Electronic Record and Signature Disclosure
Page 119 of 733
ELECTRONIC RECORD AND SIGNATURE DISCLOSURE
A. ELECTRONIC RECORD AND SIGNATURE DISCLOSURE (ERSD)
From time to time, New Mexico General Services Department (GSD), on behalf of the State of
New Mexico (SONM), may be required by law to provide you with certain written notices or
disclosures. Stated below are the terms and conditions for GSD's providing you such notices and
disclosures electronically through the DocuSign system. Please read this information carefully. If
you are able to access this information electronically and agree to this Electronic Record and
Signature Disclosure (ERSD), please confirm your agreement by selecting the check-box next
to “I agree to use electronic records and signatures” before clicking “CONTINUE” within the
DocuSign system.
B. Obtaining paper copies
At any time up to twenty (20) calendar days following your use of DocuSign to electronically
sign a document, you may request a paper copy of any record provided or made available
electronically to you by GSD. You will have the ability to download and print documents SONM
sends you through the DocuSign system during and immediately after the signing session and, if
you elect to create a DocuSign account, you may access the documents for a twenty (20)
calendar day period after such documents are first sent to you. Following the twenty (20) day
period, if you want GSD to send you paper copies of any such documents from GSD's office,
you will be charged a $1.00 per-page fee plus postage. You may request delivery of such paper
copies from GSD by following the procedure stated in Section H, below.
C. Withdrawing your consent
If you decide to receive notices and disclosures from GSD electronically, you may at any time
change your mind and inform GSD you want to receive required notices and disclosures only in
paper format. The procedure concerning how you may inform GSD of your decision to receive
future notices and disclosures in paper format as well as withdraw your consent to receive
notices and disclosures electronically is stated in Section D, immediately below.
D. Consequences of changing your mind
If you elect to receive required notices and disclosures only in paper format, it will slow the
speed with which GSD will be able to complete certain steps in specific transactions and deliver
paper copies to you. GSD will need: (1) to send the required notices or disclosures to you in
paper format; and (2) wait until GSD receives your acknowledgment of your receipt of such
paper notices or disclosures. Further, you will no longer be able to use the DocuSign system to
receive required notices and consents electronically from SONM or to electronically sign
documents generated and sent to you from SONM.
Electronic Record and Signature Disclosure created on: 4/14/2020 1:18:28 PM
Parties agreed to: Valerie Paulk
Page 120 of 733
E. All notices and disclosures will be sent to
you electronically
Unless you inform GSD otherwise according to these procedures, GSD will electronically
provide you through the DocuSign system all required notices, disclosures, authorizations,
acknowledgements and other documents that are required to be provided or made available to
you during the course of your electronic signature relationship with SONM. To reduce the
possibility of inadvertent non-receipt, GSD prefers to provide all required notices and disclosures
by the same method and to the same email or physical address that you furnish to GSD. Thus,
you may receive the disclosures and notices electronically or in paper form. If you do not agree
with this procedure, please inform GSD according to the procedures stated in Section I, below.
Please also refer to Section D, immediately above, which states the consequences resulting from
your declination of electronic delivery of notices and disclosures.
F. How to contact GSD:
You may inform General Services Department (GSD) of any changes you select regarding State
Purchasing Division’s (SPD) electronic communications with you, to request paper copies of
certain information from SPD, and to withdraw your prior consent to receive notices and
disclosures electronically by emailing your request(s) to SPD at: GSD.SPDinfo@state.nm.us
G. To advise SPD of your new email address
To inform SPD of a change in the email address to which SPD sends you notices and disclosures
electronically, you must send an email to SPD at GSD.SPDinfo@state.nm.us and in the body of
such request you must include your previous and new email addresses.
H. To request paper copies from SPD
To request delivery of paper copies of electronic notices and disclosures that DocuSign and/or
SPD have previously provided to you, you must send an email to SPD at
GSD.SPDinfo@state.nm.us and in the body of your email request state your email address, full
name, mailing address, and telephone number. SPD will charge you a $1.00 per page copy fee
plus postage.
I. To withdraw your consent with SPD
To inform SPD that you no longer wish to receive notices and disclosures in electronic format
you may:
Page 121 of 733
(1) Decline to sign a document from within a signing session, and on the subsequent page, select
the check-box indicating you wish to withdraw your consent, or you may:
(2) Send SPD an email to GSD.SPDinfo@state.nm.us and in the body of your request state your
email address, full name, mailing address, and telephone number.
J. Required hardware and software
The minimum system requirements for using the DocuSign system may change over time. The
current DocuSign system requirements may be found at:
https://support.docusign.com/guides/signer-guide-signing-system-requirements
K. Acknowledging your access and consent to
receive and sign documents electronically
To confirm that you are able to electronically access the information contained in this Electronic
Record and Signature Disclosure (ERSD), please confirm that you have: (1) read this ERSD, and
either: (2) you are able to print on paper or electronically save this ERSD for your future
reference and access; or (3) you are able to email this ERSD to an email address where you will
be able to print this ERSD on paper and/or save this ERSD for your future reference and access.
Further, if you consent to receiving notices and disclosures from DocuSign and/or SPD
exclusively in electronic format, then select the check-box next to “I agree to use electronic
records and signatures,” before you click “CONTINUE” within the DocuSign system.
By selecting the check-box next to “I agree to use electronic records and signatures,” you
confirm that:
You have read this Electronic Record and Signature Disclosure (ERSD); and
You can print this ERSD on paper, or you can save and/ or send this ERSD to a location
where you can print this ERSD, for your future reference and access; and
Until or unless you notify SPD as stated in this ERSD, you consent to exclusively receive
through electronic means all notices, disclosures, authorizations, acknowledgements, and
other documents that are required to be provided or made available to you by SPD during
the course of your electronic signature relationship with SPD.
Page 122 of 733
/SPA_Signature/ SPD_Amd_Exted_010_Rev_00_0220
Purchasing Division: 1100 St. Francis Drive, Room 2016, Santa Fe, 87505; PO Box 6850, Santa Fe, NM 87502 (505) 827 -0472
State of New Mexico
General Services Department
Purchasing Division
Statewide Price Agreement Amendment
Awarded Vendor:
2 Awarded Vendors
Number: 00-00000-20-00087
Amendment No.: One
Term: January 28, 2021 thru January 27, 2023
Ship To:
All State of New Mexico agencies, commissions,
institutions, political subdivisions and local public
bodies allowed by law.
Procurement Specialist: Tami Concha
Telephone No.: 505-660-3671
Email: Tami.Concha@state.nm.us
Invoice:
As Requested
Title: Transit Vehicles
This amendment is to be attached to the respective Price Agreement and become a part thereof.
In accordance with Price Agreement provisions, and by mutual agreement of all parties, this Price
Agreement is extended from January 28, 2022 to January 27, 2023 at the same price, terms and
conditions for the following Vendors: (AB) BYD Coach and Bus LLC; and (AC) Creative Bus Sales Inc.
Except as modified by this amendment, the provisions of the Price Agreement shall remain in full force
and effect.
Accepted for the State of New Mexico
/Purcha Date:
Mark Hayden, New Mexico State Purchasing Agent
DocuSign Envelope ID: 1B08DC29-E2D6-4D47-99A1-9DA60D81A844
This Agreement was signed on behalf of the State Purchasing Agent
1/12/2022
X
Page 123 of 733
Certificate Of Completion
Envelope Id: 1B08DC29E2D64D4799A19DA60D81A844 Status: Completed
Subject: Please DocuSign: SPD SPA
Source Envelope:
Document Pages: 1 Signatures: 1 Envelope Originator:
Certificate Pages: 5 Initials: 2 Tami Concha
AutoNav: Enabled
EnvelopeId Stamping: Enabled
Time Zone: (UTC-07:00) Mountain Time (US & Canada)
13 Bataan Blvd
Santa Fe, NM 87508
tami.concha@state.nm.us
IP Address: 75.161.159.168
Record Tracking
Status: Original
1/12/2022 3:03:34 PM
Holder: Tami Concha
tami.concha@state.nm.us
Location: DocuSign
Security Appliance Status: Connected Pool: StateLocal
Storage Appliance Status: Connected Pool: GSD Location: DocuSign
Signer Events Signature Timestamp
Natalie Martinez
natalie.martinez1@state.nm.us
New Mexico General Services
Security Level: Email, Account Authentication
(None), Login with SSO Signature Adoption: Pre-selected Style
Using IP Address: 98.19.10.81
Sent: 1/12/2022 3:05:00 PM
Viewed: 1/12/2022 3:14:08 PM
Signed: 1/12/2022 3:14:16 PM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Tami Concha
tami.concha@state.nm.us
Procurement Officer-A
New Mexico General Services, State Purchasing
Division
Security Level: Email, Account Authentication
(None), Login with SSO
Signature Adoption: Pre-selected Style
Using IP Address: 75.161.159.168
Sent: 1/12/2022 3:14:17 PM
Viewed: 1/12/2022 3:17:31 PM
Signed: 1/12/2022 3:17:38 PM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Valerie Paulk
Valerie.Paulk@state.nm.us
Signed of Behalf of State Purchasing Agent
New Mexico General Services
Security Level: Email, Account Authentication
(None), Login with SSO
Signature Adoption: Pre-selected Style
Using IP Address: 174.205.44.40
Signed using mobile
Sent: 1/12/2022 3:17:39 PM
Viewed: 1/12/2022 3:38:08 PM
Signed: 1/12/2022 3:38:27 PM
Electronic Record and Signature Disclosure:
Accepted: 5/29/2020 9:40:59 AM
ID: f12ca6d0-7cba-4de4-b58f-8180244887ff
In Person Signer Events Signature Timestamp
Editor Delivery Events Status Timestamp
Agent Delivery Events Status Timestamp
Intermediary Delivery Events Status Timestamp
Certified Delivery Events Status Timestamp
Page 124 of 733
Carbon Copy Events Status Timestamp
Witness Events Signature Timestamp
Notary Events Signature Timestamp
Envelope Summary Events Status Timestamps
Envelope Sent Hashed/Encrypted 1/12/2022 3:05:00 PM
Certified Delivered Security Checked 1/12/2022 3:38:08 PM
Signing Complete Security Checked 1/12/2022 3:38:27 PM
Completed Security Checked 1/12/2022 3:38:27 PM
Payment Events Status Timestamps
Electronic Record and Signature Disclosure
Page 125 of 733
ELECTRONIC RECORD AND SIGNATURE DISCLOSURE
A. ELECTRONIC RECORD AND SIGNATURE DISCLOSURE (ERSD)
From time to time, New Mexico General Services Department (GSD), on behalf of the State of
New Mexico (SONM), may be required by law to provide you with certain written notices or
disclosures. Stated below are the terms and conditions for GSD's providing you such notices and
disclosures electronically through the DocuSign system. Please read this information carefully. If
you are able to access this information electronically and agree to this Electronic Record and
Signature Disclosure (ERSD), please confirm your agreement by selecting the check-box next
to “I agree to use electronic records and signatures” before clicking “CONTINUE” within the
DocuSign system.
B. Obtaining paper copies
At any time up to twenty (20) calendar days following your use of DocuSign to electronically
sign a document, you may request a paper copy of any record provided or made available
electronically to you by GSD. You will have the ability to download and print documents SONM
sends you through the DocuSign system during and immediately after the signing session and, if
you elect to create a DocuSign account, you may access the documents for a twenty (20)
calendar day period after such documents are first sent to you. Following the twenty (20) day
period, if you want GSD to send you paper copies of any such documents from GSD's office,
you will be charged a $1.00 per-page fee plus postage. You may request delivery of such paper
copies from GSD by following the procedure stated in Section H, below.
C. Withdrawing your consent
If you decide to receive notices and disclosures from GSD electronically, you may at any time
change your mind and inform GSD you want to receive required notices and disclosures only in
paper format. The procedure concerning how you may inform GSD of your decision to receive
future notices and disclosures in paper format as well as withdraw your consent to receive
notices and disclosures electronically is stated in Section D, immediately below.
D. Consequences of changing your mind
If you elect to receive required notices and disclosures only in paper format, it will slow the
speed with which GSD will be able to complete certain steps in specific transactions and deliver
paper copies to you. GSD will need: (1) to send the required notices or disclosures to you in
paper format; and (2) wait until GSD receives your acknowledgment of your receipt of such
paper notices or disclosures. Further, you will no longer be able to use the DocuSign system to
receive required notices and consents electronically from SONM or to electronically sign
documents generated and sent to you from SONM.
Electronic Record and Signature Disclosure created on: 4/14/2020 1:18:28 PM
Parties agreed to: Valerie Paulk
Page 126 of 733
E. All notices and disclosures will be sent to
you electronically
Unless you inform GSD otherwise according to these procedures, GSD will electronically
provide you through the DocuSign system all required notices, disclosures, authorizations,
acknowledgements and other documents that are required to be provided or made available to
you during the course of your electronic signature relationship with SONM. To reduce the
possibility of inadvertent non-receipt, GSD prefers to provide all required notices and disclosures
by the same method and to the same email or physical address that you furnish to GSD. Thus,
you may receive the disclosures and notices electronically or in paper form. If you do not agree
with this procedure, please inform GSD according to the procedures stated in Section I, below.
Please also refer to Section D, immediately above, which states the consequences resulting from
your declination of electronic delivery of notices and disclosures.
F. How to contact GSD:
You may inform General Services Department (GSD) of any changes you select regarding State
Purchasing Division’s (SPD) electronic communications with you, to request paper copies of
certain information from SPD, and to withdraw your prior consent to receive notices and
disclosures electronically by emailing your request(s) to SPD at: GSD.SPDinfo@state.nm.us
G. To advise SPD of your new email address
To inform SPD of a change in the email address to which SPD sends you notices and disclosures
electronically, you must send an email to SPD at GSD.SPDinfo@state.nm.us and in the body of
such request you must include your previous and new email addresses.
H. To request paper copies from SPD
To request delivery of paper copies of electronic notices and disclosures that DocuSign and/or
SPD have previously provided to you, you must send an email to SPD at
GSD.SPDinfo@state.nm.us and in the body of your email request state your email address, full
name, mailing address, and telephone number. SPD will charge you a $1.00 per page copy fee
plus postage.
I. To withdraw your consent with SPD
To inform SPD that you no longer wish to receive notices and disclosures in electronic format
you may:
Page 127 of 733
(1) Decline to sign a document from within a signing session, and on the subsequent page, select
the check-box indicating you wish to withdraw your consent, or you may:
(2) Send SPD an email to GSD.SPDinfo@state.nm.us and in the body of your request state your
email address, full name, mailing address, and telephone number.
J. Required hardware and software
The minimum system requirements for using the DocuSign system may change over time. The
current DocuSign system requirements may be found at:
https://support.docusign.com/guides/signer-guide-signing-system-requirements
K. Acknowledging your access and consent to
receive and sign documents electronically
To confirm that you are able to electronically access the information contained in this Electronic
Record and Signature Disclosure (ERSD), please confirm that you have: (1) read this ERSD, and
either: (2) you are able to print on paper or electronically save this ERSD for your future
reference and access; or (3) you are able to email this ERSD to an email address where you will
be able to print this ERSD on paper and/or save this ERSD for your future reference and access.
Further, if you consent to receiving notices and disclosures from DocuSign and/or SPD
exclusively in electronic format, then select the check-box next to “I agree to use electronic
records and signatures,” before you click “CONTINUE” within the DocuSign system.
By selecting the check-box next to “I agree to use electronic records and signatures,” you
confirm that:
You have read this Electronic Record and Signature Disclosure (ERSD); and
You can print this ERSD on paper, or you can save and/ or send this ERSD to a location
where you can print this ERSD, for your future reference and access; and
Until or unless you notify SPD as stated in this ERSD, you consent to exclusively receive
through electronic means all notices, disclosures, authorizations, acknowledgements, and
other documents that are required to be provided or made available to you by SPD during
the course of your electronic signature relationship with SPD.
Page 128 of 733
/SPA_Signature/ SPD_SWPA_Award_004_Rev_00_0220
Purchasing Division: 1100 St. Francis Drive, Santa Fe, NM 87505; PO Box 6850, Santa Fe, NM 87502 (505) 827-0472
State of New Mexico
General Services Department
Statewide Price Agreement
Awarded Vendor:
3 Awarded Vendors (See page 6)
Price Agreement Number: 00-00000-20-00087
Payment Terms: Net 30
F.O.B.: Destination
Delivery: See page 6
Ship To:
All State of New Mexico agencies, commissions,
institutions, political subdivisions and local public
bodies allowed by law.
Procurement Specialist: Amber Sanchez
Telephone No.: 505-827-0554
Email: Amber.Sanchez2@state.nm.us
Invoice:
As Requested
Title: Transit Vehicles
Term: January 28, 2021 thru January 27, 2022
This Statewide Price Agreement is made subject to the “terms and conditions” as indicated on
subsequent pages.
Accepted for the State of New Mexico
/Purchasing_Agent/ Date:
Mark Hayden, New Mexico State Purchasing Agent
TThis Agreement was signed on behalf of the State Purchasing Agent
1/27/2021
Page 129 of 733
State of New Mexico
General Services Department
Purchasing Division
Statewide Price Agreement #:00-00000-20-00087
Terms and Conditions
(Unless otherwise specified)
1.General:When the State Purchasing Agent or his/her designee issues a purchase document in response to the
Vendor's bid, a binding contract is created.
2.Variation in Quantity: No variation in the quantity of any item called for by this order will be accepted unless such
variation has been caused by conditions of loading, shipping, packing or allowances in manufacturing process and then
only to the extent, if any, specified in this order.
3.Assignment:
a. Neither the order, nor any interest therein, nor any claim thereunder, shall be assigned or transferred by the
Vendor, except as set forth in Subparagraph 3b or as expressly authorized in writing by the State Purchasing
Agent or his/her designee. No such assignment or transfer shall relieve the Vendor from the obligations and
liabilities under this order.
b. Vendor agrees that any and all claims for overcharge resulting from antitrust violations which are borne by
the State as to goods, services, and materials purchased in connection with this bid are hereby assigned to the
State.
4.State Furnished Property: State furnished property shall be returned to the State upon request in the same condition
as received except for ordinary wear, tear and modifications ordered hereunder.
5.Discounts:Prompt payment discounts will not be considered in computing the low bid.
6.Inspection:Final inspection and acceptance will be made at the destination. Supplies rejected at the destination for
nonconformance with specifications shall be removed at the Vendor's risk and expense, promptly after notice of
rejection.
7.Inspection of Plant:The State Purchasing Agent or his/her designee may inspect, at any reasonable time, the part of
the Contractor's, or any subcontractor's plant or place of business, which is related to the performance of this contract.
8.Commercial Warranty:The Vendor agrees that the supplies or services furnished under this order shall be covered
by the most favorable commercial warranties the Vendor gives for such to any customer for such supplies or services.
The rights and remedies provided herein shall extend to the State and are in addition to and do not limit any rights
afforded to the State by any other clause of this order. Vendor agrees not to disclaim warranties of fitness for a
particular purpose of merchantability.
9.Taxes:The unit price shall exclude all state taxes.
10.Packing, Shipping and Invoicing:
a. The State's purchasing document number and the Vendor's name, user's name and location shall be shown on
each packing and delivery ticket, package, bill of lading and other correspondence in connection with the
shipments. The user's count will be accepted by the Vendor as final and conclusive on all shipments not
accompanied by a packing ticket.
b. The Vendor's invoice shall be submitted duly certified and shall contain the following information: order
number, description of supplies or services, quantities, unit price and extended totals. Separate invoices shall be
rendered for each and every complete shipment.
c. Invoices must be submitted to the using agency and NOT the State Purchasing Agent.
11.Default:The State reserves the right to cancel all or any part of this order without cost to the State, if the Vendor
fails to meet the provisions of this order and, except as otherwise provided herein, to hold the Vendor liable for any
excess cost occasioned by the State due to the Vendor's default. The Vendor shall not be liable for any excess costs if
failure to perform the order arises out of causes beyond the control and without the fault or negligence of the Vendor,
such causes include but are not restricted to, acts of God or the public enemy, acts of the State or Federal Government,
fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, unusually severe weather and defaults of
subcontractors due to any of the above, unless the State shall determine that the supplies or services to be furnished by
Page 130 of 733
State of New Mexico
General Services Department
Purchasing Division
Statewide Price Agreement #:00-00000-20-00087
the subcontractor were obtainable from other sources in sufficient time to permit the Vendor to meet the required
delivery scheduled. The rights of the State provided in this paragraph shall not be exclusive and are in addition to any
other rights now being provided by law or under this order.
12.Non-Collusion:In signing this bid the Vendor certifies he/she has not, either directly or indirectly, entered into
action in restraint of free competitive bidding in connection with this offer submitted to the State Purchasing Agent or
his/her designee.
13.Nondiscrimination: Vendor doing business with the State of New Mexico must be in compliance with the Federal
Civil Rights Act of 1964 and Title VII of the Act (Rev. 1979) and the Americans with Disabilities Act of 1990 (Public
Law 101-336).
14.The Procurement Code: Sections 13-1-28 through 13-1-199 NMSA 1978, imposes civil and criminal penalties for
its violation. In addition the New Mexico criminal statutes impose felony penalties for bribes, gratuities and kickbacks.
15.Items:All bid items are to be NEW and of most current production, unless otherwise specified.
16.Payment for Purchases:Except as otherwise agreed to: late payment charges may be assessed against the user state
agency in the amount and under the conditions set forth in Section 13-1-158 NMSA 1978.
17.Workers' Compensation:The Contractor agrees to comply with state laws and rules pertaining to Workers'
Compensation benefits for its employees. If the Contractor fails to comply with Workers' Compensation Act and
applicable rules when required to do so, this Agreement may be terminated by the contracting agency.
18.Submission of Bid: Bids must be submitted in a sealed envelope with the bid number and opening date clearly
indicated on the bottom left hand side of the front of the envelope. Failure to label bid envelope will necessitate the
premature opening of the bid in order to identify the bid number.
19.Contractor Personnel: Personnel proposed in the Contractor’s written bid to the Procuring Agency are considered
material to any work performed under this Price Agreement. Once a Purchase Order or contract has been executed, no
changes of personnel will be made by the Contractor without prior written consent of the Procuring Agency. Replacement
of any Contractor personnel, if approved, shall be with personnel of equal ability, experience, and qualifications. The
Contractor will be responsible for any expenses incurred in familiarizing the replacement personnel to insure their being
productive to the project immediately upon receiving assignments. Approval of replacement personnel shall not be
unreasonably withheld. The Procuring Agency shall retain the right to request the removal of any of the Contractor’s
personnel at any time.
20.Subcontracting:The Contractor shall not subcontract any portion of the Price Agreement without the prior written
approval of the Procuring Agency. No such subcontracting shall relieve the Contractor from its obligations and liabilities
under this Price Agreement, nor shall any subcontracting obligate payment from the Agency.
21.Records and Audit:The Contractor shall maintain detailed time and expenditure records that indicate the date, time,
nature, and cost of services rendered during this Price Agreement’s term and effect, and retain them for a period of three
(3) years from the date of final payment under this Price Agreement. The records shall be subject to inspection by the
Agency, State Purchasing Division, Department of Finance and Administration, and for Information Technology contracts,
State Chief Information Officer. The Agency shall have the right to audit billings, both before and after payment. Payment
for services under this Price Agreement shall not foreclose the right of the Agency to recover excessive or illegal payments.
22.Subcontracts: The foregoing requirements for Contractor Personnel, Subcontracting, and Audit shall be inserted into
all subcontracts from the prime contractor to the subcontractor.
Page 131 of 733
State of New Mexico
General Services Department
Purchasing Division
Statewide Price Agreement #:00-00000-20-00087
New Mexico Employees Health Coverage
A. If Contractor has, or grows to, six (6) or more employees who work, or who are expected to work, an average
of at least 20 hours per week over a six (6) month period during the term of the contract, Contractor certifies, by signing
this agreement, to have in place, and agrees to maintain for the term of the contract, health insurance for its New Mexico
Employees and offer that health insurance to its New Mexico Employees if the expected annual value in the aggregate of
any and all contracts between Contractor and the State exceeds $250,000 dollars.
B. Contractor agrees to maintain a record of the number of its New Mexico Employees who have (a) accepted
health insurance; (b) declined health insurance due to other health insurance coverage already in place; or (c) declined
health insurance for other reasons. These records are subject to review and audit by a representative of the state.
C. Contractor agrees to advise all of its New Mexico Employees of the availability of State publicly financed
health care coverage programs by providing each of its New Mexico Employees with, as a minimum, the following web
site link to additional information: https://bewellnm.com.
D. For purposes of this Paragraph, the following terms have the following meanings:
(1) “New Mexico Employee” means any resident of the State of New Mexico employed by Contractor who
performs the majority of the employee’s work for Contractor within the State of New Mexico, regardless
of the location of Contractor’s office or offices; and
(2) “offer” means to make available, without unreasonable restriction, enrollment in one or more health
coverage plans and to actively seek and encourage participation in order to achieve the goals of Executive
Order 2007-049. This could include State publicly financed public health coverage programs such as
Insure New Mexico!
Statewide Price Agreement
Article I – Statement of Work
Under the terms and conditions of this Price Agreement all State of New Mexico agencies, commissions, institutions,
political subdivisions and local public bodies allowed by law may issue orders for items and/or services described herein. The
terms and conditions of this Price Agreement shall form a part of each order issued hereunder.
The items and/or services to be ordered shall be as listed under Article IX - Price Schedule. All orders issued hereunder will
bear both an order number and this Price Agreement number. It is understood that no guarantee or warranty is made or
implied by the New Mexico State Purchasing Agent, his/her designee or the user that any order for any definite quantity will
be issued under this Price Agreement. The Contractor is required to accept the order and furnish the items and/or services in
accordance with the articles contained hereunder for the quantity of each order.
Article II – Term
The term of this Price Agreement, for issuance of orders, shall be as indicated in the specifications.
Article III – Specifications
Items and/or services furnished hereunder shall conform to the requirements of specifications and/or drawings applicable to
items listed under Article IX-Price Schedule. Orders issued against this schedule will show the applicable Price Agreement
item(s), number(s), and price(s); however they may not describe the item(s) fully.
Article IV – Shipping and Billing Instructions
Contractor shall ship in accordance with the following instructions: Shipment shall be made only against specific orders
which the user may place with the Contractor during the term; The Contractor shall enclose a packing list with each shipment
listing the order number, price agreement number and the commercial parts number (if any) for each item; Delivery shall be
made as indicated on page1. If vendor is unable to meet stated delivery the State Purchasing Agent or his/her designee must
be notified.
Page 132 of 733
State of New Mexico
General Services Department
Purchasing Division
Statewide Price Agreement #:00-00000-20-00087
Article V – Termination
The Agency may terminate this Agreement for convenience or cause. The Contractor may only terminate this Agreement
based upon the Agency’s uncured, material breach of this Agreement. Contractor shall give Agency written notice of
termination at least thirty (30) days prior to the intended date of termination, which notice shall (i) identify all the Agency’s
material breaches of this Agreement upon which the termination is based and (ii) state what the Agency must do to cure such
material breaches. Contractor’s notice of termination shall only be effective (i) if the Agency does not cure all material
breaches within the thirty (30) day notice period or (ii) in the case of material breaches that cannot be cured within thirty (30)
days, the Agency does not, within the thirty (30) day notice period, notify the Contractor of its intent to cure and begin with
due diligence to cure the material breach. Termination of this Contract, however, shall not affect any outstanding orders. This
provision is not exclusive and shall not waive other rights and remedies afforded either party in the event of breach of
contract or default. In such instances the contract may be cancelled effective immediately.
Article VI – Amendment
This Price Agreement may be amended by mutual agreement of the New Mexico State Purchasing Agent or his/her designee
and the Contractor upon written notice by either party to the other. An amendment to this Price Agreement shall not affect
any outstanding orders issued prior to the effective date of the amendment as mutually agreed upon, and as published by the
New Mexico State Purchasing Agent or his/her designee. Amendments affecting price adjustments and/or the extension of a
price agreement expiration date are not allowed unless specifically provided in the bid and price agreement specifications.
Article VII – Indemnity Clause
Contractor shall indemnify and hold harmless the State, its officers and employees, against liability, claims, damages, losses
or expenses arising out of bodily injury to persons or damage to properties caused by, or resulting from Contractor’s, and/or
its employees, own negligent act or omission while Contractor, and/or its employees, perform or fails to perform its
obligations and duties under the Terms and Conditions of this agreement. This save harmless and indemnification clause is
subject to the immunities, provisions, and limitations of the Tort Claims Act (Section 41-4-1, et seq., N.M.S.A. 1978 comp.
and Section 57-7-1 N.M.S.A. 1878 comp. and any amendments thereto.
It is specifically agreed between the parties executing this agreement that it is not intended by any of the provisions of any
part of the agreement to create in the public or any member thereof a third party beneficiary or to authorize anyone not a party
to the agreement to maintain a suit(s) for wrongful death(s), bodily and/ or personal injury(s) to person(s), damage(s) to
property(ies) and/or any other claim(s) whatsoever pursuant to the provisions of this agreement.
Vendor shall provide all insurance necessary to employees on the work site, including but not limited to Worker’s
Compensation.
Article VIII – Issuance or Orders
Only written signed orders are valid under this Price Agreement.
Article IX – Packing (if applicable)
Packing shall be in conformance with standard commercial practices.
Article X – Price Schedule
Prices as listed in the price schedule hereto attached are firm.
Page 133 of 733
State of New Mexico
General Services Department
Purchasing Division
Statewide Price Agreement #:00-00000-20-00087
Awarded Vendors:
Delivery: 365 Days After Receipt of Order($$)
Alliance Bus Group, Inc.
1926 Hyannis Court
College Park, GA 30337
(770) 305-0060
info@alliancebusgroup.com
nickcorley@alliancebusgroup.com
walterpedersen@alliancebusgroup.com
Delivery: 12-18 months depending on the
model
Delivery: As Requested
($%)
BYD Coach and Bus LLC
1800 S. Figueroa St.
Los Angeles, CA 90015
(213) 748-3980
bids.na@byd.com
patrick.duan@byd.com
($&)0000097376
Creative Bus Sales Inc.
5760 Pino Ave NE
Albuquerque, NM 87109
(800) 326-2877
info@creativebussales.com
marcush@creativebussales.com
Page 134 of 733
Creative Bus Sales, Inc. One-way delivery cost-list by County from (CBS)
to Recipient’s destination:
Add this to a
different page,
it’s on all items
Distance to County from
CBS- NM
Trip Charge
Bernalillo 16 Miles $32.00
Catron 180 Miles $360.00
Chaves 203 Miles $406.00
Eddy 284 Miles $568.00
Grant 259 Miles $518.00
Guadalupe 125 Miles $250.00
Harding 228 Miles $456.00
Hidalgo 332 Miles $664.00
Lea 304 Miles $608.00
Lincoln 153 Miles $306.00
Los Alamos 96 Miles $192.00
Luna 247 Miles $494.00
McKinley 150 Miles $300.00
Mora 147 Miles $294.00
Otero 266 Miles $532.00
Quay 196 Miles $392.00
Rio Arriba 126 Miles $252.00
Roosevelt 253 Miles $506.00
Sandoval 40 Miles $80.00
San Juan 180 Miles $360.00
San Miguel 142 Miles $284.00
Santa Fe 72 Miles $144.00
Sierra 164 Miles $328.00
Socorro 103 Miles $206.00
Taos 129 Miles $258.00
Torrance 70 Miles $140.00
Union 253 Miles $506.00
Valencia 49 Miles $98.00
Page 135 of 733
State of New Mexico
General Services Department
Purchasing Division
Statewide Price Agreement #:00-00000-20-00087
Establish a Statewide Price Agreement for purchasing the following Transit Vehicles, in accordance with the State
Procurement Code of New Mexico and is available to all State of New Mexico Agencies, commissions, institutions,
political subdivisions and local public bodies allowed by law. Pursuant to Public Law 114-94 (FAST Act) Section 3019
and 49 USC (United States Code) 5325, this price agreement may be used by any recipient or sub-recipient of Federal
Transit Administration funding, regardless of geographic location. To the greatest extent possible, preference shall be
given to the production and delivery of orders for the State of New Mexico over out-of-state purchasers.
Vehicle
#
Model
Year Type of Vehicle – Commodity Title
#1 CURRENT LOW FLOOR, PURPOSE BUILT (NOT CONVERSION OR MODIFIED) PARATRANSIT MOBILITY VAN
#2 CURRENT ADA-ACCESSIBLE BODY ON CHASSIS OR PURPOSE BUILT – MEDIUM/HEAVY DUTY
#3 CURRENT ADA-ACCESSIBLE SMALL AND MID-SIZED BODY ON CHASSIS APPROXIMATELY 20’ TO 25’
#4 CURRENT 130” WHEELBASE TRANSIT VEHICLE WITH SIDE DOOR WHEELCHAIR LIFT, ADA-COMPLIANT
Note:
All State Agencies (except for the legislative and judicial branches, public schools and institutions of higher education)
need to acquire Transportation Services Division approval to purchase state vehicles (per 15-8-7 NMSA 1978). Under
Section 15-8-3 NMSA 1978, a “state vehicle means an automobile, van, sport-utility truck, pickup truck or other vehicle
with a declared gross vehicle weight of less than ten thousand pounds used by a State Agency to transport passengers or
property[.]”
Term:
The term of this Price Agreement shall be for one (1) year from date of award with the option to extend for a period of
three (3) additional years, on a year-to-year basis, by mutual agreement of all parties and approval of the New Mexico
State Purchasing Agent at the same price, terms and conditions. This Price Agreement shall not exceed four (4) years.
Pursuant to Public Law 114-94 (FAST Act) Section 3019 and 49 USC (United States Code) 5325, this price agreement
may be used by any recipient or sub-recipient of Federal Transit Administration funding, regardless of geographic
location.
The Price Agreement award will be determined by meeting all the Base Specifications and FTA compliance
requirements.
The vehicles purchased by the State may be federally funded; therefore the New Mexico Resident Preference
and/or Resident Veterans Preference shall not apply to the evaluation of this Price Agreements.
Multiple Awards:
Pursuant to the Procurement Code, Sections 13-1-153 and 13-1-154, the State reserves the right to issue multiple awards
to obtain the items listed. Multiple awards are recommended to ensure availability and timely delivery. Awards will be
made to meet the best interests of the State of New Mexico. The State reserves the right to include the add-on options in
total, or by groups of options in the award
The following required federal documents must be included in the Bidder(s) submittal package (see Appendix B):
x Certification and Restrictions on Lobbying
x Certification of Compliance with Buy America Rolling Stock Requirements
x If applicable, Certification of Non-Compliance with Buy America Rolling Stock Requirements
x Bus Testing Certification, including Altoona Bus Testing Reports available at
https://www.altoonabustest.psu.edu/test-reports/index.aspx
x Most recent Semi-Annual Uniform Report of Disadvantaged Business Enterprise (DBE) Awards/Commitments and
Payments as submitted to the Federal Transit Administration
Page 136 of 733
State of New Mexico
General Services Department
Purchasing Division
Statewide Price Agreement #:00-00000-20-00087
Prior to award of price agreement, Bidder(s) must provide the following required federal documents (see
Appendix C):
x Pre-Award Buy America Certification
x If applicable, Pre-Award Buy America Certification of Non-Compliance
x Pre-Award Purchaser’s Requirements Certification
x Pre-Award FMVSS Compliance Certification
x If applicable, Pre-Award Certification of FMVSS Inapplicability
The bidder may provide information to the ordering agency, if requested, about the manufacturing capacity and capability
to produce the specified vehicles. The information shall include the following:
• Past performance on previous vehicle orders
• Qualifications of key personnel
• Facility layouts/drawings, production line layout/flowchart
• Plant output capacity
• Staffing counts by craft
• Readiness of fixtures for car body construction
• Quality assurance and control plan
Awarded vendors are required to submit an annual sales activity report for each item (unit) sold on this Price
Agreement. The report shall include the procuring agency name, brief description of units sold, and the total amount
subtotaled by processing agency name. The annual sales activity report shall be submitted to the New Mexico State
Purchasing Division (NMSPD) along with the annual extension memorandum, at time of renewal.
Availability of Items:
Awarded vendors are responsible for notifying the NMSPD in writing when items or options are no longer available.
The request shall be submitted to NMSPD immediately upon MFG/Supplier notification is available.
Escalation Clause:
In the event of a product cost increase an escalation request will be reviewed at the time of renewal by the NMSPD on an
individual basis once a year. Requests for escalation MUST be submitted to NMSPD. Please be aware this measure is not
intended to allow any increase in profit margin, only to compensate for an actual cost increase. Effective dates for increase
will not be any sooner than fifteen days from the date the written request is received by this office.
To facilitate prompt consideration, all requests for price increase must include all information listed below:
• Price Agreement Item Number
• Current Item Price
• Proposed New Price
• Percentage of Increase
• Supplier/Manufacturer’s Notification of Price Increase Indicating Percentage (%) of Increase
• Reason for price increase
On-site service and/or repair will be conducted at customer’s place of business, the Contractor’s place of business in New
Mexico, or located at any other facility authorized by the successful Contractor(s). A technical support representative
shall be available to the ordering agency during the warranty period for assistance in failure analysis and repairs.
Workmanship:
Workmanship throughout these vehicles shall conform to the highest standard of commercial accepted practices for the
class of work and shall result in a neat finished appearance, the design of the body, and equipment which the vendor
proposed to furnish must be such as to provide a vehicle of substantial and durable construction in all respects.
Page 137 of 733
State of New Mexico
General Services Department
Purchasing Division
Statewide Price Agreement #:00-00000-20-00087
If any vehicle is delivered incomplete or contains any defective or damaged parts, said parts shall be removed and new
parts shall be furnished. The new parts furnished including transportation charges, labor for removing and replacing, shall
be free of all costs to the State of New Mexico and the Buying Agencies using these vehicles.
PRODUCTION SCHEDULE AND INSPECTION:The Contractor shall be required to provide in writing, a ninety
(90) day notice prior to a cutoff date for ordering of vehicles.
The awarded Contractor(s) shall be required to give a production delivery schedule at the time of receipt of the vehicle
order form. Updates on a monthly basis shall be required until the delivery has been made.
LATE DELIVERY: It is expressly understood and agreed that, because of the public interest, and of the monetary losses
which Public Entities, may sustain because of failure to deliver the equipment described in the price agreement on time
that time is of the essence in the performance of this price agreement. It is agreed that damages resulting from late delivery
can neither be accurately anticipated or calculated.
Documented strikes, national emergencies, or Acts of God are the only justification for delay in delivery. Acts of God are
defined as unusual, sudden, and unexpected manifestations of the forces of nature, the effect(s) of which could not have
been prevented by reasonable foresight, pains, and care.
TRAINING: The Contractor shall have at least one (1) qualified instructor who shall be available at the Agency’s
property within thirty (30) days of delivery of the vehicle. Instructor(s) shall advise the Buying Agency on the proper
operation and preventive maintenance of the equipment.
TECHNICAL SPECIFICATIONS: Each vehicle shall be a new, current year production model. At minimum, the
vehicles shall comply with all current, applicable Federal, State, and ADA regulations.
Specifications reflect the needs of the Buying Agency for which the Price Agreement is intended. This has been done to
establish a certain standard of quality and to standardize inventory of replacement parts.
TERMINATION FOR CAUSE: State Purchasing Division has the option to terminate this Agreement if the Contractor
fails to comply with any provision. A written notice of termination shall be given at least thirty (30) days prior to the
intended date of termination and shall identify all of the Contractors breaches on which the termination is based.
VEHICLE OPTIONS: The standards described under each category are considered to be baseline specifications for the
State of New Mexico, unless otherwise defined, and priced accordingly, even if some of the required features are typically
offered as options to a manufacturer’s baseline. Each bidder must also include a price list of all other available options
for each make and model, including but not limited to the following examples: alternative fuel engines; liquid suspension
systems; vehicle painting, wrap and decal installation. Pricing for options may also include deductions for omissions of
features.
Page 138 of 733
State of New Mexico
General Services Department
Purchasing Division
Statewide Price Agreement #:00-00000-20-00087
Protests of the solicitation or award must be submitted in writing to the Protest Manager identified as Mark
Hayden, New Mexico State Purchasing Agent, pursuant to §13-1-172, NMSA 1978 and 1.4.1.82 NMAC, ONLY
protests delivered directly to the Protest Manager in writing and in a timely fashion will be considered to have
been submitted properly and in accordance with statute, rule and this Request for Proposals. Protests submitted or
delivered to a person other than the Protest Manager will NOT be considered properly submitted.
Protest Deadline
Any protest by a bidder must be timely submitted and in conformance with §13-1-172, NMSA 1978 and
applicable procurement regulations. As a Protest Manager has been named in this Invitation to Bid, pursuant to
§13-1-172, NMSA 1978 and 1.4.1.82 NMAC, ONLY protests delivered directly to the Protest Manager in writing
and in a timely fashion will be considered to have been submitted properly and in accordance with statute, rule
and this Invitation to Bid. The 15 calendar day protest period shall begin on the day following the notice of
award of price agreement(s) and will end at 5:00 pm MST/MDT on the 15th day. Protests must be written and
must include the name and address of the protestor and the request for bid number. It must also contain a
statement of the grounds for protest including appropriate supporting exhibits and it must specify the ruling
requested from the party listed below. The protest must be delivered to:
Mark Hayden, State Purchasing Agent
PO Box 6850
Santa Fe, NM 87502
PROTESTS RECEIVED AFTER THE DEADLINE WILL NOT BE ACCEPTED.
Page 139 of 733
State of New Mexico
General Services Department
Purchasing Division
Statewide Price Agreement #:00-00000-20-00087
DEFINITION OF TERMINOLOGY:
5310 FTA Program - Enhanced Mobility of Seniors and Individuals with Disabilities
5311 FTA Program - Formula Grants for Rural Areas
ABS Anti-lock braking system
ADA Americans with Disabilities Act of 1990, found here
ASTM formerly known as American Society for Testing and Materials, found here
AWS American Welding Society, found here
BBP Blood-borne pathogen
BTU British Thermal Unit
BZK Benzalkonium chloride
CARB California Air Resources Board, found here
CCA Cold cranking amps
CFR Code of Federal Regulations, found here
CNG Compressed natural gas
DBE Disadvantaged Business Enterprise
EPA Environmental Protection Agency, found here
FMCSR Federal Motor Carrier Safety Regulations, found here
FMVSS Federal Motor Vehicle Safety Standards, found here
FRP Fiberglass reinforced plastic
FRT Fiberglass reinforced tape
FTA Federal Transit Administration, found here
FTA Docket 90-A Recommended Fire Safety Practices for Transit Bus and Van Materials Selection,
found here. The wash test described by footnote 3 to Table 1 is deemed not
appropriate.
GVWR Gross vehicle weight rating
ICC International Code Council, found here
LED Light-emitting diode
MUTCD Manual on Uniform Traffic Control Devices, found here
OEM Original equipment manufacturer
PA Public address
SAE Society of Automotive Engineers, found here
TDSS Tie-down storage system
ULB Useful life benchmark
US MIL-SPEC H-5606-G US Military Specification for Hydraulic Fluid, Petroleum Base; Aircraft, Missile,
and Ordnance, found here
Page 140 of 733
State of New Mexico
General Services Department
Purchasing Division
Statewide Price Agreement #:00-00000-20-00087
TRANSIT VEHICLE #1
LOW FLOOR, PURPOSE BUILT (NOT CONVERSION OR MODIFIED) PARATRANSIT MOBILITY VAN
All references to brand names are for illustrative purposes only and do not indicate a preference for a specific
manufacturer. Equivalent products meeting the required specifications are acceptable.
Examples of vehicles in this category include:
Braun Entervan
Lone Star Vans
Where possible, all bidders are encouraged to include an electric-powered vehicle option, provided that the electric-
powered vehicle meets all applicable specifications and performance standards.
1. Dimensions
a. Interior Height (at center): Minimum 57.5”
b. Interior Length: Overall interior floor length will be a minimum of 81.5”
c. Overall Height (Measured from front to highest point of vehicle): Minimum 66”, maximum 83”
d. Overall Length: Minimum of 195”, maximum 210”
e. Overall Width – Exterior: Maximum 80”
f. Ground Clearance: Minimum 6”
g. Overall Width – Interior: Minimum 64.5”
h. Wheel Base: Minimum of 122”
2. Chassis Components
a. Minimum 3.7L liter V6 gasoline engine with electronic fuel injection and shall include: oil filter, air cleaner and
heavy duty radiator capable of providing sufficient cooling capacity for the operation of all air conditioning
equipment.
b. Engines that are E-85 flexible fuel capable are preferred if available at no additional cost.
c. Engine cooling system shall be protected with permanent type antifreeze to minus 20 degrees Fahrenheit.
d. The Coolant used shall meet or exceed the engine manufacture’s specification. A permanent label listing
protection level shall be supplied and riveted or screwed to the close proximity to the radiator. Engine warning
system with light indicated oil pressure below 6 psi and with a light to indicate water temperature above 210
degrees Fahrenheit. Engine shall meet the latest applicable emission control standards.
e. Radiator will be heavy-duty with factory-installed coolant recovery system.
x 4 wheel anti-lock brake system (ABS) with disc brakes.
x The vehicle must have been tested to comply with FMVSS 105. The driver cannot shift the automatic
transmission out of Park unless brake pedal is depressed. Brake warning light and ABS malfunction warning
light shall be supplied.
f. Rear Axle: Minimum 3000 lbs. capacity or OEM maximum. Shall be rear wheel drive with a 3.45 axle ratio.
Shall have an air self-leveling suspension system. A liquid suspension system will be available as an option.
g. Front Axle: Minimum 3000 lbs. capacity or OEM maximum.
h. Fuel Tank: Largest available, but no less than 24 U.S. gallons.
i. Tank, fuel lines, and hardware must meet all current FMVSS, including FMVSS 301, as well as all current
CARB and EPA requirements.
j. Fuel Tank shall include an easy access fuel pump cover in Body.
k. Tank shall be calibrated with the OEM dash fuel gauge.
l. Gauges: Fuel, water-temperature, oil pressure, voltmeter, speedometer, odometer and tachometer.
m. Steering: Power-assisted, with tilt column
n. Suspension: The vehicle will have front and rear independent suspension systems adequate to support the rated
weight capacity of the individual axles.
o. Transmission: Four-speed minimum, automatic, including overdrive
Page 141 of 733
State of New Mexico
General Services Department
Purchasing Division
Statewide Price Agreement #:00-00000-20-00087
p. Transmission will be capable of transmitting the torque and horsepower listed on the engine and have a
transmission oil cooler.
q. Wheels and Tires: Tire size will be compatible with each vehicle and will meet 6,600-pound GVWR minimum
r. Tires will be steel-belted radial all-season type tires.
s. Wheels will be made of steel.
t. Wheels will have full wheel covers.
u. A tire sealant and inflator kit will be included.
3. Electrical
a. Alternator: 12 Volt, 130 Amps. (Minimum) or OEM Maximum.
b. Battery: A Heavy duty, minimum 750 CCA, 12 Volt, maintenance free or OEM maximum.
c. The location and installation of the battery shall ensure easy access for replacement and maintenance.
d. Wiring: A schematic of wiring will be included with the vehicle at time of delivery.
e. Vehicle will have a 12-volt electrical charging system as supplied from the OEM.
f. All electrical wiring will be automotive stranded copper of sufficient gauge to handle the load and color-coded to
match the OEM.
g. All harnesses will be secured to the frame/body at a maximum of two-foot intervals with insulated clamps.
h. All exposed terminals and wiring will be protected from the elements using sealed terminals or heat shrink where
necessary. Exposed wires will be wrapped or loomed in corrosion and moisture resistant material.
i. Wiring will be continuous wiring with OEM-type pin connectors at harness connections. Butt connectors are NOT
allowed.
4. Body Construction
a. Bumper: Front and rear. Bumper height shall provide proper ground clearance.
b. Frame: Must have a fully boxed frame and tubed supportive cross members to provide additional frame stiffness
and durability. Frame must be coated with a rust inhibitor to increase longevity of vehicle.
c. Body Assembly: Body shall be a Body on Frame Structure (Unibody Construction Not Allowed)
d. Body shall be made of Galvanized Steel.
e. Sub-floor: The interior floor shall be made of metal and provide a smooth surface for flooring attachment and to
minimize interior noise.
f. The proper insulation should be used to prevent the exhaust from making the floor so hot that it would be
uncomfortable for the passengers.
g. Floor Covering Material: Shall be durable nonskid transit-type flooring.
h. The floor covering shall be butt jointed and cemented to the floor with a waterproof adhesive in order to prevent
bubbles and blisters which could create a safety hazard.
i. Mobility air restraint tracks and seat locks shall be beveled, with no sharp edges and will protrude no more than
¼” above floor surface.
j. Interior Insulation: All side walls and areas around the windows shall be insulated and finished with matching
trim and color.
k. Entire ceiling shall be insulated.
l. Insulation shall consist of a polystyrene composite and shall be nontoxic.
m. A polyurethane foam or honeycomb resin is also acceptable.
n. Storage: Will have one storage place in center console and one in dash
o. Rear Window :Defogger/defroster with wiper/washer
p. Roof Gutters: Gutters will be contoured into the roof design of vehicle
q. Undercoating: All exposed floor seams will be sealed with an industrial grade butyl sealant or equivalent that
conforms to ASTM C920.
r. Vehicle Colors: Exterior will be white. Interior will match the exterior vehicle color and be aesthetically
pleasing.
s. Windows: All windows will have factory-tinted safety glass.
t. One window on each side will be capable of being opened.
Page 142 of 733
State of New Mexico
General Services Department
Purchasing Division
Statewide Price Agreement #:00-00000-20-00087
u. The vehicle will have at least 30% smoked glass windows in the passenger area. Windows will be factory
installed.
v. All windows and emergency exits will meet the performance and operational requirements as outlined in
FMVSS Standards and Procedures.
w. Windshield: Tinted safety glass
x. Windshield Washer: Windshield washer will be protected with winter-strength solution.
y. Wipers: The vehicle will have front and rear wipers with an intermittent wiper system.
z. Miscellaneous Technical Specifications: There will be no sharp corners on the vehicle. All corners will be
slightly rounded and filed smooth.
aa. All weld joints will have been cleaned, primed, be free of slag intrusions, undercut, roll, blow holes, craters, and
porosity. Welds will be properly fused, of ample penetration, and smoothly finished on exposed surfaces. Sheet
metal fill-up will be properly executed and concealed by a finish coat of paint. Finish and all glass will be free of
any defects due to welding, welding slag, heat, warpage, or assembly damage.
bb. All materials will be new and free of rust.
cc. No wires will be visible on the exterior or interior of the unit.
Vehicle Features
DAccessories: All safety items and air pollution controls required by statute or regulation in effect at the time
thevehicle is produced, dual sunshades, horn, prismatic type day/night mirror, parking brake with warning
light,factory standard electronic AM/FM/CD stereo with clock, factory tinted glass in all windows, and all
otheraccessories or optional items which may be shown in the proposal shall be installed in each vehicle. In
additionthree sets of key fobs shall be provided with the vehicle.
EAir Bags: Driver side shall be equipped with Generation II air bags
FAir Conditioner: The air conditioning system shall be factory installed and shall be designed to adequately cool
the interior of the vehicle with a full load of passengers.
GThe system shall consist of one evaporator installed in the front area with integral dash outlets and with rear
outlets designed to direct the air throughout the vehicle. Evaporator shall be equipped with multi-speed fan.
On/Off switches and fan controls shall be within easy reach of the driver. Air conditioning efficiency is of
paramount concern to the purchaser. The Vehicle’s electrical system shall be designed so that an ample
electrical supply will be provided to maintain optimum air-conditioning performance without battery discharge.
All lines and hoses shall be sufficiently fastened, protected, and insulated to ensure against wear from friction
and the elements. The lines must be mechanically attached, with OEM clamps, to the vehicle structure at no
greater than 18 inch intervals and must be routed so as not to be exposed to wheel spray and not pass within 2
inches of any part of the exhaust system.
HHorn: Dual, electric
IHeater: Heavy-duty heater is required.
JShall be factory installed hot water type, of sufficient capacity to warm cabin area and clear windows of snow,
ice and fog.
KThe water lines for the heater coil may be housed within the conduit used for the air conditioning refrigerant
lines.
LAll lines and hoses shall be sufficiently fastened, protected, and insulated to ensure against wear from friction
and the elements.
MThe lines must be mechanically attached, with 2(0clamps, to the vehicle structure at no greater than 18 inch
intervals and must be routed so as not to be exposed to wheel spray and not pass within 2 inches of any part of
the exhaust system.
NInterior Trim: Material and treatments will be flame retardant to meet FMVSS 571.302 and be surface treated
for efficient cleaning.
OPanel fastening devices will have smooth finishes without any unprotected sharp edges.
PDriver’s Seat: Will have a six-way adjustable commercial driver’s seat
QFront Passenger Seat Area: The front passenger area will be dedicated for a wheelchair and meet all applicable
ADA requirements
Page 143 of 733
State of New Mexico
General Services Department
Purchasing Division
Statewide Price Agreement #:00-00000-20-00087
o. Rear (3
rd Row) Seat: Standard three-passenger capacity, all passenger seats will be made of durable type
materials that can be cleaned easily and will be fully padded for occupant comfort and retention.
p. All materials used in seats (including driver’s seat) will comply with FMVSS burn resistance requirements
q. All seat colors will match the vehicle color and be aesthetically pleasing.
r. All seats will comply with FMVSS seat anchorage requirements.
s. The floor plan will comply with current ADA standards, such as axle width, knee room, etc.
t. Seat Belts: Passenger restraints (seat belts) will be furnished for all passenger seating positions and for the
driver.
u. Restraints will consist of lap belts and/or shoulder seat belts.
v. Belts will comply with FMVSS seat belt requirements and be of sufficient length for adults, and include two
seat belt extensions.
w. Wheelchair Positions: A minimum of one ADA-compliant wheelchair position and three ambulatory positions
will be provided as standard equipment. Wheelchair position will be forward-facing. This tie-down
configuration allows for one wheelchair passenger and three ambulatory passengers.
x. Wheelchair Ramp: Vehicle will be equipped with a manually deployed integrated ramp that stores under the
floor as standard equipment.
y. The ramp will have a minimum usable width of 30” and a slope that meets ADA requirements.
z. The ramp surface will be continuous, with the surface being either expanded or solid metal. If solid metal, it will
be covered in slip-retardant flooring (Armstrong Crosswalk or equivalent).
aa. The ramp side rails will have a bright yellow finish running the full length of the rail.
bb. The ramp will have a rated capacity of 1000 pounds with a safety factor of at least 3 based on the ultimate
strength of the material.
cc. Each side of the ramp will have protective barriers at least 2” high to prevent mobility aids from rolling off the
ramp edge and will also have yellow tape on them.
dd. The ramp will meet all ADA requirements.
ee. Wheelchair Securements System: The wheelchair securement system will be Q’Straint QRT MAX Automatic
Retractor System Q-8309-L with L-Track anchorage system and J-Hooks, or equivalent.
ff. Securements will be fully assembled and ready to use.
gg. Securement system will include securement pouches for storage of wheelchair securement tie-downs.
hh. System will include four Q5-7580 Webbing Loops for securing scooters. The belt system will be of sufficient
length to accommodate a motorized wheelchair.
ii. A minimum of two tracks/pads, each of sufficient length for proper attachment and positioning of the belts, will
be placed parallel to each other and perpendicular to the direction in which the wheelchair faces.
jj. The anchors will be bolted to structural steel.
kk. The tracks will be securely mounted to the vehicle, flush from the floor and ramps, to ensure that the track will
not pull away from the vehicle floor or shift position under anticipated loads.
ll. Any tracks overlapping the access path will be recessed into the floor to prevent passengers from tripping.
mm. All attachment hardware and anchorages shall meet or exceed the 30 mph/20 Impact Test criteria per SAE
J2249; 36 CFR Part 1192; CFR Part 38; and all applicable FMVSS standards.
nn. Wheelchair Occupant Restraint: The wheelchair occupant restraint system will be Q’Straint Q8-6325 or
equivalent.
oo. The wheelchair occupant restraint system will have a standard manual lap/shoulder belt combination, or
equivalent, that meets SAE J2249 and ADA requirements.
pp. The L-tracks will be bolted to structural steel. The bid should be for two sets of wheelchair restraints (which
would cover both wheelchair placements).
qq. The bidder will supply written or video instructions on the use of the restraint system.
rr. Vehicle must be equipped with a back-up camera and monitor.
6. Vehicle Doors and Safety Features
a. Back Up Warning Device: The vehicle shall be equipped with an audible warning device that is activated when
the vehicle transmission is engaged in reverse and continues as the vehicle is being backed. This should be
located behind the rear axle of the vehicle and all wires should be enclosed and secured.
Page 144 of 733
State of New Mexico
General Services Department
Purchasing Division
Statewide Price Agreement #:00-00000-20-00087
b. Cruise Control: Must be Standard OEM factory equipment.
c. Driver/Front Passenger Door: Standard OEM factory equipment.
d. Passenger Doors: The vehicle shall be equipped with manually operated single, left and right-side mounted
(behind left and right-side front passenger doors) doors. (Sliding Doors Not Allowed)
e. Doors must maintain seal to prevent the entrance of air, water and other elements.
f. Doors must have a minimum opening of 36" and a minimum door clearance height of 56".
g. The Ramp Door shall be equipped with an interlock system
h. The door must be capable of opening from the inside of the vehicle.
i. Passenger doors must be aligned correctly and able to open and close smoothly
j. Doors and Windows: Shall have Power Windows and Power Door Locks:
k. Fit and finish standards must include that the doors and interior panels shall be painted or otherwise finished
with a non-glare matching the other interior panels.
l. Emergency Equipment: All miscellaneous equipment must be secured to the vehicle and easily accessible.
m. First aid kit: 36 Unit deluxe vehicle first aid kit
i. If not, Cintas model 02092 (equivalent)
n. Fire extinguisher – Multi-purpose Stored Pressure Dry Chemical Extinguisher.
i. If not, 5 lb. type 2A:10B:C, Amerex B500T (equivalent)
o. Triangle warning devices (3), with storage container, must meet FMVSSP # 125
p. Blood borne Pathogens infection control kit.
i. If not, Cintas model 25011 (equivalent)
q. Blood borne Pathogens infection control kit refill
i. If not, Cintas model 25010 (equivalent)
r. Seatbelt cutter
s. Lighting: Must meet all ADA requirements as stated in the Federal Register, Part IV, Department of
Transportation, 49 CFR Parts 27, 37 and 38, Transportation for Individuals with Disabilities; Final Rule,
published Friday, September 6, 1991.
x Ramp area lighting shall illuminate automatically when door is opened.
x Adequate interior lighting shall be installed throughout which provides a minimum of two foot-
candles at a seated level.
x Interior lighting fixtures shall be reasonably flush with the interior walls and ceiling to prevent a hazard to
passengers.
t. Lamps: Automatic daytime running lamps, if available
u. Exterior Mirrors: Left and right folding, power adjustable and manual folding
v. Interior Mirrors: 10” automatic day/night rear view mirror
w. Wheelchair Accessibility Symbol: The international wheelchair accessibility symbol depicted on Sign D9-6 in
the Manual of Uniform Traffic Control Devices (MUTCD) published by the Federal Highway Administration
will be affixed to the outside of each vehicle on all four sides.
i. No vendor/dealer advertisements will be on the symbols.
ii. Symbols will be between 3” and 4” in height.
7. Service, Warranties, and Delivery
a. At a minimum, the warranties will be as follows:
x A bumper-to bumper warranty of 5 years or 100,000 miles.
x A power train warranty of 5 years or 100,000 miles
x A rust-through warranty of 5 years or 100,000 miles
x An emissions warranty as mandated by Federal and State laws
x A wheelchair ramp warranty of 5 years or 100,000 miles
b. All warranties will begin on the date that the vehicle delivery is accepted by the agency issuing the purchase order
c. Keys: Will have three (3) sets of key fobs at time of delivery
Page 145 of 733
Item 1- (AC) Creative Bus Sales, Inc.
Braun RT In-floor
Page 146 of 733
Vendor:
Bus Manufacturer:
Bus Model:
Category Price
1.1 $
1.2 $44,338.00
1.3 $
1.4 $
A.$1,400
B.See List By
County
C.150 Days
-760
-1510
-2595
Quote
INC
INC
43
1187
INC
INC
INC
187
INC
593
$
831
122
$
$
$
ADDITIONAL MANUFACTURER’S OPTIONS FOR TRANSIT VEHICLE #1 CONTINUED
Mopar Running Boards (Rear Entry)
2nd Row Folding Plate (Rear Entry)
10” Seat Belt Extender
Vinyl Seating Surfaces (Matches Freedman Middle Foldaway Seat)
Rear Seat Folding Foot Rest
FRP Body Sliding With FRT Steps (Includes LED Step Lights)
Load Leveling Suspension – Air Lift or OEM850
Extra Key Remote
OEM Engine Block Heater
Full Size Spare Tire
Additional Standard (Price Each)
*)ORRUSODQVPXVWEHVXEPLWWHGIRUHDFKFDWHJRU\ELG
*&HUWLILHGSUHEXLOGZHLJKWFHUWLILFDWHVPXVWEHVXEPLWWHGIRUHDFKFDWHJRU\ELG
*7HFK,QIR&DUG 6WDQGDUG:DUUDQW\&DUGDUH5HTXLUHGSHU&DWHJRU\%LG
ADDITIONAL MANUFACTURER’S OPTIONS AVAILABLE
Power Ramp
Entry Location – Rear
Entry Location – Side
Two-Way Radio System
Folding Jump Seat (Freedman Two Passenger Forward Facing Foldaway)
Upgrade to Q-Straint QRT (Price Each Set)
0 2 + Foldaway
Delivery/freight charge from Bus Manufacturer to Santa Fe, NM.
One-way delivery cost from Vendor to Recipient's destination
(price should include cost for one hour of recipient orientation.)
Delivery Time Frame after receipt of Purchase Order (days)
31
3 1 + Foldaway
02
Engine Type:
/*DVROLQH
Wheelbase:
GVWR:
Number of Passenger
Seats
Number of
Wheelchair
Options
PRICING & OPTIONS – VEHICLE #1
CURRENT MODEL YEAR – REAR OR SIDE DOOR ENTRY MOBILITY VAN
%DVHSULFHZLOOLQFOXGHDOOUHEDWHVDQGFRQFHVVLRQVDQGLQFOXGHSULFHIRU$'$FRPSOLDQWVHFRQGZKHHOFKDLUSRVLWLRQZKHUH
DSSOLFDEOH
&UHDWLYH%XV6DHV,QF
%UDXQ
57,QIORRU
Chassis Manufacturer:
&KU\VOHU
Page 147 of 733
$
Gross Axle Weight Rating (lbs.)
Capacity
GVWR
Axle, Front Manufacturer Mopar
Type
Model
Output (amps)130
Starter Motor Manufacturer Mopar
Model
Air Compressor (if equipped) Manufacturer
Model
Speeds 6
Cooler
TECHNICAL INFORMATION – VEHICLE #1 CONTINUED
Alternator Manufacturer Mopar
Model
Type/Model Gasoline 3.6L V-6
Net SAE Horsepower
Net SAE Torque
Transmission Manufacturer Mopar
Type/Model Automatic
Chassis Manufacturer Chrysler
Certified Weight of Bus - Total
On Front Axle
On Rear Axle
Engine Manufacturer Mopar
Subframe
Body frame
Exterior panels
Interior panels
Insulation
Ambulatory Width Inches / Height
Wheelchair Width Inches / Height
Wheel base 148"
Floor thickness 5/8"
Construction Type/Materials
Overall Length (including bumpers)18'
Overall Width (excluding mirrors)84"
Overall Exterior Height 78"
Interior Height (center of aisle)
Doorway Opening
Test Report Model:Dodge RT ADA Manual Infloor
Test Report Number:LTI-BT-R1804
Test Report Date:Jul-18
Production Location Winamac, IN
Warehouse and Service Locations
CURENT MODEL YEAR – REAR OR SIDE DOOR ENTRY MOBILITY VAN
Bus Vendor Creative Bus Sa1es, Inc.
Bus Manufacturer Braun
Bus Model Number RT
Altoona Test Life (years/miles)4 years/100,000 Miles
TECHNICAL INFORMATION – VEHICLE #1
Page 148 of 733
Model OEM
Interlock – Manufacturer Intermotive
Model FlexTech
Backup Alarm (db)76
Type 3pt
Passenger Seats – Manufacturer Freedman
Type 3PT
Minimum knee-to-hip space
Driver’s Seat – Manufacturer Chrysler
Wheelchair Lift – Manufacturer Braun
Model Infloor
Wheelchair Securement – Manufacturer Q'Straint
Model Q'8100
Seat Belts – Manufacturer Chrysler/Freedman
Type, Size
Capacity (CCA at 0 degrees F)650
Accessory – Manufacturer
Type, Size
Capacity (CCA at 0 degrees F)
Type
Load Range
TECHNICAL INFORMATION – VEHICLE #1 CONTINUED
Batteries Mopar
Main – Manufacturer
Model OEM
Capacity (BTUs)35k
Fuel Tank Capacity (Gallons)24
Tires – Manufacturer BF Goodrich
Size
Overheat Alarm Temperature Setting Degrees
Heating System Capacity Front BTUs Rear
Heating Cores – Manufacturer
Number of Cores
Air Conditioning – Manufacturer Chrysler
Model
Total System Capacity (Excludes auxiliary heating Gallons
Radiator Fan Speed Control Type
Surge Tank Capacity
Engine Thermostat Temperature Setting Degrees
Diameter
Rear – Type Disc
Diameter
Radiator Manufacturer Mopar
Type
Differential Ratio
Power Steering Pump Manufacturer Mopar
Model
Brakes – Manufacturer Mopar
Front – Type Disc
Axle, Rear Manufacturer Mopar
Type
Model
Gross Axle Weight Rating (lbs.)
Page 149 of 733
Other Options 36,000 3
VEHICLE #1 - LIST ALL AUTHORIZED SERVICE DEALERS BELOW:
Name Address/Phone City/County/State
Creative Bus Sa1es, Inc. 5760 Pino Ave NE / 866-973-8369 A1buquerque, NM
Transmission 60,000 5
Air Conditioner 36,000 3
Lift Unlimited 2
Body Structure 100,000 5
Chassis 36,000 3
Engine 60,000 5
Interior Lighting – Type LED
Number of Fixtures min 4
Identification Lights – Manufacturer Chrysler
STANDARD WARRANTIES – VEHICLE #1
CURRENT MODEL YEAR – REAR OR SIDE DOOR ENTRY MOBILITY VAN
Warranty Miles Years
Roof Marker Lights – Manufacturer Chrysler
Page 150 of 733
CBS Specialty
Description Sale
Graphics Package A - Level 1 Minivan/MV-1 $ 695
Graphics Package B - Level 1 Minivan/MV-1 $ 1,148
Graphics Package C - Level 1 Minivan/MV-1 $ 1,715
Graphics Package D - Level 1 Minivan/MV-1 $ 2,652
Graphics Package E- Levels 1-8 Custom Quote
Clever Device Complete System $ 28,000
Clever Device Wiring only $ 12,000
APC Add On $ 6,397
Trapeze Complete $ 18,418
Trapeze Cabling only $ 5,372
Seon TL4 $ 4,500
Hanover Displays Frt $ 2,316
Hanover Displays Side $ 2,410
Hanover Displays Side $ 2,360
Apollo Video Technology $ 8,500
TSO Mobile Base System w/ MDT $ 4,291
TSO Mobile APC System (Per Door)$ 5,892
TSO Mobile DVR 4 Channel 4 Cameras $ 6,500
TSO Mobile DVR 4 Channel 2 Cameras $ 3,500
TSO Mobile AVAS System (Stand Alone)$ 4,800
TSO Mobile AVAS System (Using DVR)$ 3,500
Additonal Route Set Up over 5 (Per Route)$ 207
TSO In Vehicle Electronic Ad Display + GPS +
Wi-Fi $ 3,746
TSO Anti-Bunchin Monitor $ 744
TSO APP Public Mobile Tracker Set-UP $ 486
TSO AVIS Set UP $ 1,043
TSO ATIS Set UP $ 625
TSI Camera System- 4 Camera System $ 6,500
TSI Camera System- 6 Camera System $ 8,000
Ford Powertrain Extended Warranty5yr/100K
$ 4,500
Ford Premium Care Extended Warranty5yr/100K
$ 6,500
Kidde Fire Suppression System $ 7,000
Amerex Fire Suppression System $ 7,000
Fogmaker Fire Suppression System $ 5,000
DIAMOND MANUFACTURING NV $ 893
DIAMOND MANUFACTURING RV $ 1,383
DIAMOND MANUFACTURING SV $ 1,280
Page 151 of 733
CBS Specialty
DIAMOND MANUFACTURING H $ 1,988
DIAMOND MANUFACTURING E-5 $ 1,937
DIAMOND MANUFACTURING D $ 1,151
DIAMOND MANUFACTURING XV $ 1,182
GFI GENFARE Odyssey $ 16,666
OBDII Scanner with Laptop $ 7,000
Noregon JPRO Heavy Duty w/Laptop
(Cummins & Allison)$ 7,000
Page 152 of 733
Item 1- (AC) Creative Bus Sales, Inc.
Braun RU Side Entry
Page 153 of 733
Vendor:
Bus Manufacturer:
Bus Model:
Category Price
1.1 $
1.2 $47,933.00
1.3 $
1.4 $
A.$1,400
B.See List By County
C.150 Days
N/A
N/A
INC
Quote
INC
INC
43
1187
INC
INC
N/A
187
INC
593
$
831
122
$
PRICING & OPTIONS – VEHICLE #1
CURRENT MODEL YEAR – REAR OR SIDE DOOR ENTRY MOBILITY VAN
Base price will include all rebates and concessions and include price for ADA compliant second
wheelchair position where applicable.
&UHDWLYH%XV6DHV,QF
%UDXQ
586LGH(QWU\
Chassis Manufacturer:
&KU\VOHU
Engine Type:/*DVROLQH
Wheelbase:
GVWR:
Number of
Passenger Seats
Number
of
Options
31
3 1 + Foldaway
02
0 2 + Foldaway
Delivery/freight charge from Bus Manufacturer to Santa Fe,
NMOne-way delivery cost from Vendor to Recipient's destination
(price should include cost for one hour of recipient
Delivery Time Frame after receipt of Purchase Order (days)
*)ORRUSODQVPXVWEHVXEPLWWHGIRUHDFKFDWHJRU\ELG
*&HUWLILHGSUHEXLOGZHLJKWFHUWLILFDWHVPXVWEHVXEPLWWHGIRUHDFKFDWHJRU\ELG
*7HFK,QIR&DUG 6WDQGDUG:DUUDQW\&DUGDUH5HTXLUHGSHU&DWHJRU\%LG
ADDITIONAL MANUFACTURER’S OPTIONS AVAILABLE
Power Ramp
Entry Location – Rear
Entry Location – Side
Two-Way Radio System
Folding Jump Seat (Freedman Two Passenger Forward Facing Foldaway)
Upgrade to Q-Straint QRT (Price Each Set)
10” Seat Belt Extender
Vinyl Seating Surfaces (Matches Freedman Middle Foldaway Seat)
Rear Seat Folding Foot Rest
FRP Body Sliding With FRT Steps (Includes LED Step Lights)
Load Leveling Suspension – Air Lift or OEM850
Extra Key Remote
OEM Engine Block Heater
Full Size Spare Tire
Additional Standard (Price Each)
ADDITIONAL MANUFACTURER’S OPTIONS FOR TRANSIT VEHICLE #1 CONTINUED
Mopar Running Boards (Rear Entry)
2nd Row Folding Plate (Rear Entry)
Page 154 of 733
$
$
$
TECHNICAL INFORMATION – VEHICLE #1
CURENT MODEL YEAR – REAR OR SIDE DOOR ENTRY MOBILITY VAN
Bus Vendor Creative Bus Sa1es, Inc.
Bus Manufacturer Braun
Bus Model Number RU
Altoona Test Life (years/miles)4 years/100,000 Miles
Test Report Model:Dodge Voyager RU ADA Manual Ramp
Test Report Number:TBD
Test Report Date:TBD
Production Location Winamac, IN
Warehouse and Service Locations
Overall Length (including bumpers)18'
Overall Width (excluding mirrors)84"
Overall Exterior Height 78"
Interior Height (center of aisle)
Doorway Opening
Ambulatory Width Inches / Height
Wheelchair Width Inches / Height
Wheel base 130"
Floor thickness 5/8"
Construction Type/Materials
Subframe
Body frame
Exterior panels
Interior panels
Insulation
Chassis Manufacturer Chrysler
Certified Weight of Bus - Total
On Front Axle
On Rear Axle
Engine Manufacturer Mopar
Type/Model Gasoline 3.6L V-6
Net SAE Horsepower
Net SAE Torque
Transmission Manufacturer Mopar
Type/Model Automatic
Speeds 6
Cooler
TECHNICAL INFORMATION – VEHICLE #1 CONTINUED
Alternator Manufacturer Mopar
Model
Output (amps)130
Starter Motor Manufacturer Mopar
Model
Air Compressor (if equipped) Manufacturer
Model
Capacity
GVWR
Axle, Front Manufacturer Mopar
Type
Page 155 of 733
Model
Gross Axle Weight Rating (lbs.)
Axle, Rear Manufacturer Mopar
Type
Model
Gross Axle Weight Rating (lbs.)
Differential Ratio
Power Steering Pump Manufacturer Mopar
Model
Brakes – Manufacturer Mopar
Front – Type Disc
Diameter
Rear – Type Disc
Diameter
Radiator Manufacturer Mopar
Type
Model
Total System Capacity (Excludes auxiliary heating Gallons
Radiator Fan Speed Control Type
Surge Tank Capacity
Engine Thermostat Temperature Setting Degrees
Overheat Alarm Temperature Setting Degrees
Heating System Capacity Front BTUs Rear
Heating Cores – Manufacturer
Number of Cores
Air Conditioning – Manufacturer Chrysler
Model OEM
Capacity (BTUs)35k
Fuel Tank Capacity (Gallons)24
Tires – Manufacturer BF Goodrich
Size
Type
Load Range
TECHNICAL INFORMATION – VEHICLE #1 CONTINUED
Batteries Mopar
Main – Manufacturer
Type, Size
Capacity (CCA at 0 degrees F)650
Accessory – Manufacturer
Type, Size
Capacity (CCA at 0 degrees F)
Wheelchair Lift – Manufacturer Braun
Model Infloor
Wheelchair Securement – Manufacturer Q'Straint
Model Q'8100
Seat Belts – Manufacturer Chrysler/Freedman
Type 3pt
Passenger Seats – Manufacturer Freedman
Type 3PT
Minimum knee-to-hip space
Driver’s Seat – Manufacturer Chrysler
Model OEM
Interlock – Manufacturer Intermotive
Page 156 of 733
Model FlexTech
Backup Alarm (db)76
Roof Marker Lights – Manufacturer Chrysler
Interior Lighting – Type LED
Number of Fixtures min 4
Identification Lights – Manufacturer Chrysler
STANDARD WARRANTIES – VEHICLE #1
CURRENT MODEL YEAR – REAR OR SIDE DOOR ENTRY MOBILITY VAN
Warranty Miles Years
Body Structure 100,000 5
Chassis 36,000 3
Engine 60,000 5
Transmission 60,000 5
Air Conditioner 36,000 3
Lift Unlimited 2
Other Options 36,000 3
VEHICLE #1 - LIST ALL AUTHORIZED SERVICE DEALERS BELOW:
Name Address/Phone City/County/State
Creative Bus Sa1es, Inc.5760 Pino Ave NE / 866-A1buquerque, NM
Page 157 of 733
CBS Specialty
Description Sale
Graphics Package A - Level 1 Minivan/MV-1 $ 695
Graphics Package B - Level 1 Minivan/MV-1 $ 1,148
Graphics Package C - Level 1 Minivan/MV-1 $ 1,715
Graphics Package D - Level 1 Minivan/MV-1 $ 2,652
Graphics Package E- Levels 1-8 Custom Quote
Clever Device Complete System $ 28,000
Clever Device Wiring only $ 12,000
APC Add On $ 6,397
Trapeze Complete $ 18,418
Trapeze Cabling only $ 5,372
Seon TL4 $ 4,500
Hanover Displays Frt $ 2,316
Hanover Displays Side $ 2,410
Hanover Displays Side $ 2,360
Apollo Video Technology $ 8,500
TSO Mobile Base System w/ MDT $ 4,291
TSO Mobile APC System (Per Door)$ 5,892
TSO Mobile DVR 4 Channel 4 Cameras $ 6,500
TSO Mobile DVR 4 Channel 2 Cameras $ 3,500
TSO Mobile AVAS System (Stand Alone)$ 4,800
TSO Mobile AVAS System (Using DVR)$ 3,500
Additonal Route Set Up over 5 (Per Route)$ 207
TSO In Vehicle Electronic Ad Display + GPS +
Wi-Fi $ 3,746
TSO Anti-Bunchin Monitor $ 744
TSO APP Public Mobile Tracker Set-UP $ 486
TSO AVIS Set UP $ 1,043
TSO ATIS Set UP $ 625
TSI Camera System- 4 Camera System $ 6,500
TSI Camera System- 6 Camera System $ 8,000
Ford Powertrain Extended Warranty5yr/100K
$ 4,500
Ford Premium Care Extended Warranty5yr/100K
$ 6,500
Kidde Fire Suppression System $ 7,000
Amerex Fire Suppression System $ 7,000
Fogmaker Fire Suppression System $ 5,000
DIAMOND MANUFACTURING NV $ 893
DIAMOND MANUFACTURING RV $ 1,383
DIAMOND MANUFACTURING SV $ 1,280
Page 158 of 733
CBS Specialty
DIAMOND MANUFACTURING H $ 1,988
DIAMOND MANUFACTURING E-5 $ 1,937
DIAMOND MANUFACTURING D $ 1,151
DIAMOND MANUFACTURING XV $ 1,182
GFI GENFARE Odyssey $ 16,666
OBDII Scanner with Laptop $ 7,000
Noregon JPRO Heavy Duty w/Laptop
(Cummins & Allison)$ 7,000
Page 159 of 733
State of New Mexico
General Services Department
Purchasing Division
Statewide Price Agreement #:00-00000-20-00087
TRANSIT VEHICLE #2
ADA-ACCESSIBLE BODY ON CHASSIS OR PURPOSE BUILT – MEDIUM/HEAVY DUTY
All references to brand names are for illustrative purposes only and do not indicate a preference for a specific
manufacturer. Equivalent products meeting the required specifications are acceptable.
Examples of vehicles in this category include:
Arboc Spirit of Liberty
Eldorado AeroElite
Glaval Legacy
New Flyer Xcelsior
Starcraft Allstar XL
StarTrans Senator HD
StarTrans PS/2
Where possible, all bidders are encouraged to include an electric-powered vehicle option, provided that the electric-
powered vehicle meets all applicable specifications and performance standards.
1. Dimensions
a. Passenger door(s) shall have a minimum height of 77 inches. Passenger door(s) will be powered and controlled
by driver.
b.0LQLPXPRILQFKHVNQHHဨWRဨKLSVSDFLQJEHWZHHQSDVVHQJHUVHDWV
c. Minimum aisle width is 16 inches; 12 inches minimum is permissible in wheelchair area; 15 inch minimum is
SHUPLVVLEOHDGMDFHQWWRIRUZDUGIDFLQJIROGဨDZD\VHDWV
d. Passenger door entrance area must meet ADA requirements minimum 30” clear opening.
e. GVWR of the completed vehicle will be adequate and appropriate for application described, a full tank of fuel,
the number of passengers and wheelchairs described, plus 200 pounds. Any exceptions to this requirement,
seating capacity, or any other specification must be noted. Certified weight of completed vehicle as ordered will
be affixed to the completed vehicle.
2. Chassis Components
Medium Duty:
a. Chassis shall be current model years with sufficient GVWR for the vehicle’s rated capacity with a minimum
6.0L gasoline engine or similar electric-powered engine.
b. Drive train will be adequate for GVWR and will maintain 70 mph, except when a lesser speed is recommended
by the manufacturer. Performance evaluation data confirming the specification will be supplied with the
proposal. Vehicles will be equipped with fast idle.
c. Engine block heater
d. Hour Meter
e. Vehicle will have a minimum of one power point in driver’s area.
f. Vehicle must be equipped with brake or transmission interlock meeting ADA requirements, as set forth in 40
CFR 38.23(b), and protected from the weather.
g. Automatic transmission to be equipped with a starter interlock as set forth in FMVSS 102 to prevent starting the
engine unless the transmission is in neutral or park. OEM and factory installed.
h. Engine coolant protection to minus 34 degrees Fahrenheit.
i. Power steering with tilt steering wheel.
j. Windshield will be the darkest available tint.
k. Gauges – full gauge package including fuel, oil pressure, water temperature, amp meter or volt meter.
l. Fuel filler mechanism or charging mechanism shall be of an approved design, in compliance with the applicable
safety regulations. For fuel filler mechanisms, the volume capacity of the neck and fill must match standard fill
rates and vent capacity for refueling.
Page 160 of 733
State of New Mexico
General Services Department
Purchasing Division
Statewide Price Agreement #:00-00000-20-00087
m. Tank, fuel lines, and hardware must meet all current FMVSS, including FMVSS 301, as well as all current
CARB and EPA requirements.
n. All buses with a wheelchair lift located on the rear right side of the vehicle will have the exhaust pipe routed out
the left rear of the vehicle in conformance with FMCSR, Part 393.83. Exhaust pipe will not interfere with any
tow hooks or other equipment.
o. Disc brakes will be required. Dual (4 total) rear wheels shall be provided on a single rear axle.
p. Tires will be radials with size appropriate to GVWR requirements and compatible with the warranty
requirements of Section 6 (Warranties, Service, and Deliveries) below.
q. The front end shall be aligned and front wheels balanced after completion of body on chassis. A computerized
alignment printout shall be supplied with vehicle.
r. Brakes - hydraulic brakes required for vehicle up to 30,000 pounds GVWR. Air brakes required for vehicles in
excess of 30,000 pounds GVWR. Use largest OEM available and extended life brake linings, if available.
s. Suspension – matched to GVWR.
Heavy Duty:
a. Chassis shall be current model years with sufficient GVWR for the vehicle’s rated capacity with a minimum
Cummings ISL9 Diesel Engine.
b. Drive train will be adequate for GVWR and will maintain 70 mph, except when a lesser speed is recommended
by the manufacturer. Performance evaluation data confirming the specification will be supplied with the
proposal. Vehicles will be equipped with fast idle.
c. Engine block heater
d. Hour Meter
e. Vehicle will have a minimum of one power point in driver’s area.
f. Vehicle must be equipped with brake or transmission interlock meeting ADA requirements, as set forth in 40
CFR 38.23(b), and protected from the weather.
g. Automatic transmission to be equipped with a starter interlock as set forth in FMVSS 102 to prevent starting the
engine unless the transmission is in neutral or park. OEM and factory installed.
h. Engine coolant protection to minus 34 degrees Fahrenheit.
i. Power steering with tilt steering wheel.
j. Windshield will be the darkest available tint.
k. Gauges – full gauge package including fuel, oil pressure, water temperature, amp meter or volt meter.
l. Fuel filler mechanism or charging mechanism shall be of an approved design, in compliance with the applicable
safety regulations. For fuel filler mechanisms, the volume capacity of the neck and fill must match standard fill
rates and vent capacity for refueling.
m. Tank, fuel lines, and hardware must meet all current FMVSS, including FMVSS 301, as well as all current
CARB and EPA requirements.
n. Exhaust pipe will be routed out of the rear of the vehicle and interfere with any tow hooks or other equipment.
o. Disc brakes will be required. Dual (4 total) rear wheels shall be provided on a single rear axle.
p. Tires will be radials with size appropriate to GVWR requirements and compatible with the warranty
requirements of Section 6 (Warranties, Service, and Delivery) below.
q. The front end shall be aligned and front wheels balanced after completion of the bus. A computerized alignment
printout shall be supplied with vehicle.
r.%UDNHVဨK\GUDXOLFEUDNHVUHTXLUHGIRUvehicle up to 30,000 pounds GVWR. Air brakes required for vehicles in
excess of 30,000 pounds GVWR. Use largest OEM available and extended life brake linings, if available.
s.6XVSHQVLRQဨPDWFKHGWR*9:5
Page 161 of 733
State of New Mexico
General Services Department
Purchasing Division
Statewide Price Agreement #:00-00000-20-00087
3. Electrical
a. 12 Volt system minimum, dual batteries with minimum 1100 CCA's total at 0 degrees (F).
b. Minimum 200 Amp alternator.
c. Batteries will be in a skirt-mounted battery box with access door. Box must not extend below entrance door step
and will have a sliding tray capable of supporting two (2) batteries. Battery compartments shall be constructed to
prevent entrance of debris (if metal, all seams to be continuously welded) and to allow adequate ventilation of
vapors. Battery cables to be run full length with no splices. Standard Step Well Battery Box as approved equal.
d. Redundant ground between chassis and power unit at two locations.
e. Electrical wiring will be coded for easy identification. Junction panels will be located within a compartment
with all circuit breakers and fuses easily accessible. The proposer will supply, with each vehicle, a complete set
of fuses, including at least one (1) spare fuse of each type and size used in the vehicle, including fuses under the
hood.
f. A set of individual, customized wiring diagrams, including coding, will be provided for and with each individual
vehicle.
4. Body Construction
a. Body Structure -Frame and body structures must meet Federal FMVSS 220 standard. Certification of
Compliance with FMVSS 220 rollover protection shall be furnished with the proposal, along with a diagram of
proposed structure, including floor members.
b. Bus must meet FMVSS 217 Federal escape standards. Emergency side exits will include a minimum of one
window per side, equipped with a safety release latch and swing out capability, in conformance with the
operating characteristics of FMVSS 217. Each emergency exit will have the designation "Emergency Exit"
permanently affixed in a manner that will not loosen in normal vehicle operation.
c. Prior to final assembly, all metal parts shall be treated with multiple stage anti-corrosion treatment. All nuts,
bolts, clips, washers, clamps, rivets and like parts shall be zinc or cadmium plated, or phosphate coated, to
prevent corrosion. Use stainless steel where practical.
d. Wherever threaded fasteners are attached into interior panels only, a reinforcing nut or panel will be installed for
added strength and fastener retention.
e. Welding procedures used throughout the vehicle including materials, methods and personnel will be in
accordance with ASTM and AWS Standards.
f. All handrails, stanchions and auxiliary air conditioners, where attached to wall or ceiling, will be secured
directly to the metal frame structure or to reinforcement plates which are secured directly to the frame or
embedded securely in the body panels.
g. Exterior body panels will be galvanized steel, aluminum or fiberglass with a white finish. Dissimilar metals
will be insulated to prevent galvanic action. With the exception of stainless steel, all metal will be pre-treated,
primed, and painted to resist corrosion for the life of the vehicle.
h. Interior finish will be off white or light tone, color coordinated with seats, floor and exterior.
i. Body will be thoroughly water tested to ensure no leakage. Certification must be supplied with delivery of each
vehicle.
j. Lift Door - Vertically hinged, horizontal swing, double doors - with windows, will be provided for the
installation of a wheelchair lift device meeting ADA standards. The location of this door will be on the right side
of the vehicle. The height of the lift door will be in compliance with CFR 49 Part 38.25 (ADA). Does not apply
to low floor buses with ramps.
k. Insulation -With unloaded bus, driver's area noise level will not exceed 82 decibels at a constant speed of 55
mph.
l. Floor - The floor will be marine grade plywood, 5/8" thick minimum. The floor and step covering will be slip-
resistant transit safety-floor. There must be a two (2) inch wide band of contrasting color on step edges and
aisle threshold directly behind driver.
m. Floor covering must meet FMVSS 302 and ADA requirements.
n. Windows will be transit type passenger windows on each side.
o. Driver's side will have a sun visor.
p. Driver storage compartment with door and latch must be included.
Page 162 of 733
State of New Mexico
General Services Department
Purchasing Division
Statewide Price Agreement #:00-00000-20-00087
q. Undercoating - Entire body will be undercoated with a non-hardening and non-chipping material. Chassis will
be rustproofed to OEM standard. No warranties will be reduced or limited by the application of undercoating.
r. Rubber or molded fender splashguards will be installed on rear wheel openings.
s. Mud flaps will be installed on front and rear (large enough to cover duals).
t. Bumpers - manufacturer's standard bumper will be heavy duty and be flush with or extend beyond projected
vertical lines of all body paneling and exterior lights. Bumpers will be fastened directly to the vehicle frame.
Bumper height will be industry standard to provide protection against automobile and bus damage.
u. Towing -price agreement vendor must identify procedures for safely towing a completed vehicle according to
chassis manufacturer's recommendation.
5. Vehicle Features
a. Seating -Standard floor plans are required with the proposal. Detailed floor plans are required with vehicle
orders. Exceptions to capacity required to meet other specifications must be noted.
b. Passenger Seats -Forward-facing medium-back (21-26" from top of seat cushion to top of seat back) double
seats secured to the vehicle floor in accordance with FMVSS 207. Single seats may be used on narrow bodied
vehicles and where dictated by standard floor plans. Seats will have a minimum of 17 inch cushion width and
depth per person. All buses to have track type seat anchorages, to allow users to easily rearrange seating
configurations.
c. All flip seats and fold-away seats are to be double (two-passenger) forward facing seats unless otherwise
specified.
d. Driver's Seat -The seat shall be the OEM standard or Freedman Sport driver's seat.
e. Seat materials -All seat materials must meet FMVSS 302. Cloth/Vinyl Level 1 upholstery is standard with
color to be selected by purchaser from several available colors or patterns.
f. Seat Belts - Must meet FMVSS 209 and 210. The driver's seat will be equipped with a retracting seat belt. All
standard passenger seats will be equipped with under seat mounted retracting adult seat belts, except seats
against rear of bus, which will have non-retracting seat belts.
g. Seat belt cutter, capable of cutting supplied wheelchair securement straps without exposed cutting edge and not
usable as a weapon.
h. Priority seating signs and all other ADA required signage must be in place.
i. Lift/Ramp - ADA approved, with minimum 1,000-pound capacity. If 1,000-pound capacity is not available, an
800-pound capacity lift must be provided as a deduction from base price. Lift and ramp will meet or exceed all
State, Federal, ICC, and ADA requirements. Fluid used will be Aircraft Hydraulic Fluid to meet US MIL-SPEC
H-5606-G. (Texaco #15 or Mobil Aero HFA or equivalent). Minimum clear dimensions for platform are 34"
wide X 54" length. An ADA compliant interlock system must be included.
j. Wheelchair Securement Devices will be retractable automatic self-tensioning, self-locking with tightening
knob(s) approved by State, Federal and ADA requirements. Wheelchair securements will be flush mounted on
the floor, or approved equal.
k. Heating Systems - Dual; one (1) in front which will be the standard heater supplied in the chassis and one (1)
rear heater. Rear heater will be rated at 60,000 BTU's minimum, controlled at driver's console. Each heater will
be fused and switched separately. Additional heaters shall be available as an option.
l. Air Conditioning System – must have dual compressors including chassis factory air conditioning plus a rear air
conditioner unit rated at 68,000 BTU minimum, with a minimum of three (3) blower speed settings, controlled
at driver's console. Air Conditioning System will use non-corrosive, positive seal hose system to avoid leakage.
m. Defroster fan - mounted on right side of dashboard or above windshield and controlled at driver's console.
n. Vehicle must be equipped with a back-up camera and monitor.
o. Vehicle Lighting and Safety Features
p. Day-time Running Lights - module to hook up must be relay type (transistor type not allowed).
q. Interior Lighting - six (6) LED overhead lights minimum, to go on automatically when passenger door is
opened. Switched at driver's console.
r. Passenger and lift doorways will be LED illuminated according to CFR 49 Part 38.31 (ADA) and will be
illuminated whenever respective door is open.
Page 163 of 733
State of New Mexico
General Services Department
Purchasing Division
Statewide Price Agreement #:00-00000-20-00087
s. Engine compartment will be provided with at least one (1) 10 foot-candle light, conveniently located.
t. All exterior lights and reflectors to meet FMCSR 393.11. LED lighting package consisting of: Running Lights,
Triple ID Lights, Turn Signals, Brake Lights (including Center Brake Light), Backup Lights and Tail Lights.
u. Flashing directional signals, self-canceling, will be provided on the front, side and rear of the coach, and must
permit continuous flashing of all directional lights for emergency parking, even with the brakes applied, or when
passenger entry/ADA door is open.
v. 6" wide by 9.5" high. Mirrors will have breakaway mounts; brackets will be powder-coated or made of stainless
steel. Interior rear-view mirror to allow driver to see entire interior of vehicle.
w. Extra vision window(s) in transition panel between chassis fender and front right side passenger loading area.
x. Vertical stanchion and cross rail, with modesty panel, between entry door and front row of seats.
y. Vertical stanchion and cross rail, with modesty panel, behind driver.
z. Handrails - per ADA, entry assist handrails, both left and right; anti-vandalism grab handles on aisle seats.
aa. On vehicles 22 feet or longer, per ADA, a grab rail will be securely attached to the ceiling the length of the bus
except for the wheelchair securement area.
bb. Fire Extinguisher-minimum five (5) pound ABC rechargeable, mounted upright near the driver's compartment.
cc. First Aid Kit - in a dustproof container, labeled "FIRST AID," will be mounted in easily accessible location. The
first aid kit must contain at least the following items: (1) six 4" X 4" sterile gauze pads; (2) two soft roll
bandages 3" to 6" by 5 yards; (3) adhesive tape; (4) adhesive bandages; (5) scissors.
dd. Blood borne Pathogens (BBP) and Bodily Fluid Spill Kit – in a dustproof container, labeled “Blood borne
Pathogen/Bodily Fluid Spill Kit,” will be mounted in an easily-accessible location. The blood borne pathogens
spill kit must contain at least the following items: (1) two biohazard bags, 24” X 24” 10-gallon capacity; (2) one
biohazard scoop; (3) one bodily fluid pick-up guide; (4) three BZK antiseptic towelettes; (5) two clear plastic
bags; (6) three disposable clean-up towels; (7) one disposable gown; (8) two disposable shoe covers; (9) one eye
and face shield; (10) one fluid control solidifier pack, 21 gm; (11) two germicidal wipes 8” X 8”; (12) two nitrite
exam gloves; (13) two twist ties.
ee. Three emergency warning triangles will be provided. Both faces of each triangle must consist of red reflective
and orange fluorescent material. Each of the three sides of the triangular device must be 17" to 22" long and 2"
to 3” wide. Triangles will be provided in a protective container.
ff. Backup Alarm will be an electric alarm, activated by reverse transmission setting, with 107 minimum decibels.
gg. OEM, or equivalent, AM/FM/CD Digital Clock Radio with 4 speakers mounted in the passenger compartment.
hh. Designed to Transport -The final stage manufacturer will determine the original seating capacity of each
vehicle. The manufacturer's certification label will indicate the original seating capacity of the vehicle and will
be affixed to the vehicle in a location protected from wear. The label will state the "Original Seating Capacity -
Design to Transport" (number of passengers, including driver) and GVWR of vehicle.
6. Warranties, Service, and Delivery
a. At a minimum, the warranties will be as follows:
x A bumper-to bumper conversion warranty of 5 years or 100,000 miles.
x A power train warranty of 3 years or 36,000 miles
x A rust-through warranty of 5 years or 100,000 miles
x An emissions warranty as mandated by Federal and State laws
x A wheelchair ramp warranty of 5 years or 100,000 miles
x All warranties will begin on the date that the vehicle delivery is accepted by the agency issuing the purchase
order
b. Maintenance and Inspection Schedule -a single comprehensive maintenance and inspection schedule for each
type of vehicle for which a proposal is submitted, that incorporates the required maintenance and inspection of
body, chassis, tires, wheelchair lift and other equipment and sub-systems, as prescribed by the respective
manufacturers must be provided. The maintenance and inspections schedule will be supplied with each bus.
c. Quality -body manufacturer must meet chassis manufacturer's quality assurance program, if available.
Certification from chassis manufacturer must be submitted with proposal for each chassis.
d. Tires will be covered by OEM chassis warranty.
Page 164 of 733
State of New Mexico
General Services Department
Purchasing Division
Statewide Price Agreement #:00-00000-20-00087
e. Bus chassis will be covered by OEM warranty.
f. Body structure materials and workmanship will be covered by bumper-to-bumper warranty.
g. Installation, labor and workmanship (including electrical) performed by the body manufacturer, final stage
manufacturer or vendor (if vendor installs components or otherwise completes vehicle) will be covered by OEM
warranty.
h. All other components and accessory equipment will be covered by bumper-to-bumper warranty.
i. All components installed by a dealer shall be covered by a warranty of 1 year unlimited miles unless covered by
applicable manufacturer’s warranty exceeding this 1 year timeline.
j. The responder will provide a report of all warranties and excluded warranties associated with each vehicle.
k. During established warranty periods, the price agreement vendor and respective manufacturer will furnish all
warranty parts at no cost to the transit system. Replacement costs, parts and assemblies will be made without
delay.
l. The price agreement vendor will provide the recipient, or a designated representative of the recipient, the
opportunity to inspect the vehicle for compliance with these specifications and applicable motor vehicle
regulations. The inspection(s) must be completed prior to the delivery and acceptance of the vehicle.
m. Prior to releasing the vehicle to the recipient, the price agreement vendor will provide hands on instructions, by
a qualified and experienced employee, in the proper and safe operation of all mechanical, electrical and
hydraulic components in the vehicle. Towing procedures must be included in the instruction. The recipient's
driver/designee will conduct an operational familiarization test drive with the price agreement vendor's
employee.
7. Additional Option Pricing
a. For Transit Vehicle #2, all bidders will provide pricing information for the following additional options:
x Extended OEM Chassis/Powertrain warranties
x Suspension upgrades, for example: Kelderman, liquid spring
Automatic snow chains
Page 165 of 733
Item 2- (AA) Alliance Bus Group LLC
Grande West Transportation Vi30D
Page 166 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
DESCRIPTION OF OPTIONS – VEHICLE #2
CURRENT MODEL YEAR - MEDIUM DUTY, REAR ENGINE, LOW FLOOR, PURPOSE BUILT VEHICLE
A MINIMUM 10 YEAR/300,000 MILE LIFE EXPECTANCY
CHASSIS OPTIONS: Vicinity Vi30D (30 foot Low Floor Purpose Built, 12 year/500,000 mile life)
(1a) Chassis DESCRIPTION SPECIFY/LIST
Diesel engine n/a No optional engine
Manufacturer
Model
Displacement
H.P. Rating
Torque Rating
Transmission Compatible
In lieu of proposed engine price
(1b) Chassis DESCRIPTION SPECIFY/LIST
Diesel engine n/a No optional engine
Manufacturer
Model
Displacement
H.P. Rating
Torque Rating
Transmission Compatible
In lieu of proposed engine price
(1c) Chassis DESCRIPTION SPECIFY/LIST
Diesel engine n/a No optional engine
Manufacturer
Model
Displacement
H.P. Rating
Torque Rating
Transmission Compatible
In lieu of proposed engine price
(2) Chassis DESCRIPTION SPECIFY/LIST
Gas engine n/a No optional gas engine
Manufacturer
Model
Displacement
H.P. Rating
Torque Rating
Transmission Compatible
Inclusions
In lieu of proposed engine price
(3) Chassis DESCRIPTION SPECIFY/LIST
CNG engine
Manufacturer Cummins
Model ISB 6.7G
Displacement 6.7 ltr
H.P. Rating 240
Page 167 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
DESCRIPTION OF OPTIONS – VEHICLE #2 CONTINUED
CHASSIS OPTIONS:
Torque Rating 560 ft-lb
Transmission Compatible Allison B300R
Inclusions
In lieu of proposed engine price
A. Delete Fast Idle Fast idle recommended for air buildup
B. Electric Cooling for Diesel Engine Standard Modine eFan system
C. Add/Delete Fuel Tanks for CNG
Option
(4) Hybrid Propulsion System DESCRIPTION SPECIFY/LIST
A. Generator Not available
Specify Capacity:
Specify Capacity:
Specify Capacity:
(5) Fuel System Options DESCRIPTION SPECIFY/LIST
A. In-line Fuel Heater Not required with Cummins engine
Manufacturer
Model
B. Fuel Tank Access Plate Removable tank cover standard
(6) Automation Transmission ( in
lieu of proposed transmission)
DESCRIPTION SPECIFY/LIST
A. Manufacturer/ Model ZF Ecolife 6AP1002B
B. Manufacturer/ Model Voith DIWA D854.6
C. Transmission temperature gauge Standard in rear run box
(7) Optional Suspension DESCRIPTION SPECIFY/LIST
A. Front Air bag suspension standard
Manufacturer
Model
Rating
Price w/ hydraulic brakes
Price w/ air brakes
B. Air Ride Suspension Standard
C. Other (e.g., Mor-Ryde, etc.)Not applicable
D. Air Dryer Bendix standard, no option
(8) Brakes (in lieu of standard) DESCRIPTION SPECIFY/LIST
A. Hydraulic Not available
Manufacturer
Model
Size of front/rear
B. Air Air brakes standard
Manufacturer
Model
Size of front/rear
C. Air Dryer Bendix AD1S standard
Page 168 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
DESCRIPTION OF OPTIONS – VEHICLE #2 CONTINUED
CHASSIS OPTIONS:
(9) Tires and Wheels DESCRIPTION SPECIFY/LIST
A. Tire pressure monitoring system
(monitors tire pressure for rear duals
and has a single airing point that fills
both tires at the same time).
HawksHead Talon pressure and temperature
monitoring system
B. Extended valve stems on rear
Wheels
standard
C. Spare tire and rim to match other
wheels provided
D. Mud and snow tire Rear M&S standard
Delete if Standard (Deduct)
1. Rim painted white Standard
a. Outside Not applicable
b. Both Sides Standard
2. Stainless Steel Wheels Inserts Not Applicable
E. Optional Wheel Inserts
(10) Coolant Heaters DESCRIPTION SPECIFY/LIST
A. Coolant Heaters (e.g. Webasto,
Espar, etc.) Heaters must exhaust in
compliance with FMCSR 393.83
Valeo (Webasto) standard Thermo 230
Timer standard
Timer
Timer
B. Coolant Auxiliary Circulating
Pump
standard
(11) Braking Help Options DESCRIPTION SPECIFY/LIST
A. Driveline retarder (e.g. Telma,
etc.)
Automatic transmission hydraulic
retarder standard
B. Brake Assist systems (e.g.
Brakeright, etc.)
Not Applicable
ELECTRICAL OPTIONS:
(12) Electric DESCRIPTION SPECIFY/LIST
A. Batter box w/ stainless sliding
tray capable of supporting (2) batteries
Standard battery box is fixed Location at rear bumper does not
require sliding tray
B. Battery mounted behind step wall
with access through step (in lieu of
external battery box).
Not applicable – no step well on low
floor bus
C. Other batteries in lieu of standard Optima AGM Group 31 900 CCA x 2
(13) Alternator(s) (in lieu of
standard)DESCRIPTION SPECIFY/LIST
A. Multiplexing Specify Amps: No Option
Specify Amps:
B. 24 Volt Electrical System Specify Amps: 24 volt standard
Specify Amps:
C. Remote Start System Specify: Not applicable
Page 169 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
DESCRIPTION OF OPTIONS – VEHICLE #2 CONTINUED
BODY OPTIONS:
(14) Stainless Steel Chassis DESCRIPTION SPECIFY/LIST
Stainless Steel (304) chassis, Fully-
welded stainless-steel structure
Ferritic stainless steel chassis optional Fully welded monocoque structure
(15) Conspicuity markings with
reflective tape 2” wide – location
determined my transit system
DESCRIPTION SPECIFY/LIST
A. One stripe up to 10 feet long 3M or equal tape
B. One stripe up to 25 feet long 3M or equal tape
C. Rear Perimeter 3M or equal tape
D. Other options
(16) Standard Manufacturer
Striping Package (does not include
graphics or lettering)
DESCRIPTION SPECIFY/LIST
A. Single color 3M or equal decal
B. Two color combination 3M or equal decal
C. Multiple color combination 3M or equal decal
(17) Paint Entire Bus DESCRIPTION SPECIFY/LIST
(18) Apply Logo DESCRIPTION SPECIFY/LIST
A. Logo supplied by purchaser
B. Dealers supplied according to
purchasers specifications.Price per location:
(19) Lettering (per character) DESCRIPTION SPECIFY/LIST
A. Three- Inch height
B. Four- Inch height
C. Five- Inch height
FLOORING OPTIONS:
(20) Flooring DESCRIPTION SPECIFY/LIST
A. Flat floor extending to passenger
boarding area or sloped with
additional step in existing step well
Flat floor from entrance door to rear
deck. No slope.
Standard low floor layout.
B. Flat floor extending to passenger
boarding area with diagonal step
behind driver (must have recessed
lighted strip illuminating the step for
safety)
Not applicable
C. Alternative floor covering that
meets FMVSS 302 and ADA
requirements for slip resistance. A 2”
wide band of contrasting color on step
edges and aisle threshold directly
behind driver required
Standard floor covering is Gerflor.
Altro or RCA rubber optional
D. Non-standard floor covering
Covers List color: See Product catalogues
List color:
Page 170 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
DESCRIPTION OF OPTIONS – VEHICLE #2 CONTINUED
FLOORING OPTIONS:
E. Covered flooring (extends up
wall to bottom of seat track)
standard
F. Galvanized steel, aluminum, or
approved equal 0.20” minimum
underbelly between the plywood and
subfloor structure
optional
G. Alternate subflooring that meets or
exceeds the standard detailed
Specifications
¾” Composite floor is standard.
¾” plywood is optional.
(21) Optional Body Skin Material DESCRIPTION SPECIFY/LIST
(22) Optional Exterior Styling (ULB
-12-year busses only)
DESCRIPTION SPECIFY/LIST
(23) Bumpers DESCRIPTION SPECIFY/LIST
A. Romeo Rim “help” bumper
Front Specify: Romeo Rim
Rear Specify: Romeo Rim anti-ride
B. Rear Step Bumper Specify: not applicable
C. Anti-ride Plate on rear bumper Specify: standard on Romeo rim
D. Other Bumper Specify: no available
(24) Tow Hooks (rear) DESCRIPTION SPECIFY/LIST
(25) Antenna Ground Plane,
minimum 18 “square or 18” diameter
for UHF, 40” for VHF x 1/16” thick
steel plate, attached to roof of body.
Customer will supply antenna
DESCRIPTION SPECIFY/LIST
18”standard
40”optional
A. Conduit for additional wiring-
large enough to hold coaxial cable
optional
B. Metal mounting plate for 2-way
radio- location to be specified
optional
(26) Roof Ventilation/Escape Hatch
Make & Model Specify: Transpec opaque
Make & Model Specify: Transpec glass
(27) Passenger Entrance
A. Manual passenger door with lock
or latch to prevent accidental opening
and to prevent entrance from the
exterior
(Deduct) not applicable
B. Easy access door above passenger
door for maintenance of powered door
standard
C. Push button switch for door light,
mounted above passenger door
Door light is automatic
D. Exterior key entry optional
Page 171 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
DESCRIPTION OF OPTIONS – VEHICLE #2 CONTINUED T
FLOORING OPTIONS:
E. Stepwell Material Option Low floor bus – no stepwell
Stainless Steel
Composite
(28) Passenger Door With a
Minimum of a 36” Wide Opening
DESCRIPTION SPECIFY/LIST
Specify width: 33” standard no option
(29) Passenger Door With 30” or
Less Opening
DESCRIPTION SPECIFY/LIST
(Deduct) 33” standard no option
(30) Emergency Door - Rear
emergency exit door, with window,
designated “Emergency Door” or
“Emergency Exit,” permanently
affixed in a manner that will not
loosen in normal vehicle operations.
Emergency doors must also be
identified by a red light. Emergency
door latch must have an exterior lock,
but can be opened at all times from
the interior. Windows to be installed
on both sides of rear emergency exit
door.
DESCRIPTION
No rear door available on
rear engine, low floor
Vicinity bus.
SPECIFY/LIST
3 emergency push out side windows.
Standard on low floor bus.
A. Starter interrupt for rear
emergency door to disable ignition
Not applicable
(31) Lift Entrance Door DESCRIPTION SPECIFY/LIST
A. Vertically hinged, horizontal
Swing-out single door, with window
in lieu of double doors.
Not applicable No lift, low floor entrance door ramp
B. Delete Low floor vehicles where
ramp is incorporated in passenger
door opening
(Deduct) Not applicable
C. Other lift entrance doors Not applicable
SEATING OPTIONS:
STANDARD SEATING PRICES CAN BE DEDUCTED AND REPLACED
WITH THE OPTIONAL SEATING PRICE.
Optional seating and securements must meet all applicable requirements of ADA, state and federal rules, and must notin
any case reduce the clear aisle width to less than 16" (except as permitted in specification 1.06). All passenger seats
must meet the flammability requirements specified for standardseating.
(32) Driver Seating DESCRIPTION SPECIFY/LIST
A. Driver's seat in lieu of
standard, if available and
consistent with warranties to be
provided Vehicle must meet
flammability standard specified.
Standard seat is ISRI air ride transit
seat.
USSC 9110 ALX option priced.
Other USSC models and Recaro
available as well
33” standard no option
Page 172 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
DESCRIPTION OF OPTIONS – VEHICLE #2 CONTINUED
B. Mechanical suspension seat Specify: Not available
C. Power Seat Specify: Air power standard
D. Lumbar - adjustable support Specify: standard on air seat
E. Other Specify: Other brands of seat available
(33) Floor Mounted/Forward
Facing Flip Seat w/Non-Retracting
Seat Belt
DESCRIPTION SPECIFY/LIST
A. Single flip seat
a. Notchback (Split back)Style In lieu of fixed seat
b. 3 - point restraintseat Requires change in seat model CitiPro in lieu of CitiSeat
B. Double flip seat
a. Notchback (Split back)Style In lieu of fixed seat
b. 3 - point restraintseat Requires change in seat model CitiPro in lieu of CitiSeat
(34) Forward Facing Foldaway Seat
w/Non-Retracting Seat Belt
A. Single foldaway seat
a. Notchback (Split back)Style
B. Double foldaway seat
a. Notchback (Split back)Style
b. With aisle support leg Specify Mfg.: Freedman
c. 3 - point restraintseat
C. Wheel well adapter
D. Foldaway seat cover - stored
Position
(35) Additional Passenger Seats
Including Specified Seat Belts
A. Single Passenger Seat - Add or
Deduct Add or (Deduct)
a. 3-point restraint seat Specify Mfg.: Freedman
B. Double Passenger Seat - Add or
Deduct Add or (Deduct)
a. 3-point restraint seat Specify Mfg.: Freedman
C. Integrated Child Restraint Seat -
w/non-retracting seat belts - to match
other passenger seats
a. Single Passenger Child
Restraint Seat
Specify Mfg.: Freedman
b. Double Passenger Child
Restraint Seat w/one child seat
Specify Mfg.: Freedman
c. Double Passenger Child
Restraint Seat w/two childseats Specify Mfg.: Freedman
D. Other Optional Passenger Seats Description & Mfg. American Seating
E. Pillowtop Cushion Seat (not
available on flip or folding seats)Specify pedestal height
Page 173 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
DESCRIPTION OF OPTIONS – VEHICLE #2 CONTINUED
SEATING OPTIONS:
(36) Passenger Seat Material DESCRIPTION SPECIFY/LIST
A. Vinyl in lieu of cloth, meeting
specified flammability standards (per
seat) Passenger Only
B. Vertical Stitch - Vinyl or Cloth
C. Level of seat material above
standard
Level 2 Driver Passenger
Level 3 Driver Passenger
Level 4 Driver Passenger
Level 5 Driver Passenger
Level 6 Driver Passenger
Level 7 Driver Passenger
D. Seat materials meeting FTA Docket
90-A
Foam
Upholstery
Per seat
E. Moisture Barrier
F. Seat arm rest
G. Aisle side seat slider
LIFTS AND SECUREMENT DEVICES:
(37) Additional Wheelchair Mounts
including Securements
DESCRIPTION SPECIFY/LIST
A. Additional wheelchair mounts
including securements
Q’Straint Slide ‘N Click
B. Other Wheelchair Securement
Applications
Q’Straint Q’Pod
(38) Seat Belt Extenders (each) DESCRIPTION SPECIFY/LIST
Seat belt extenders extender
Seat belt extenders
Seat belt extenders
(39) Seat Belts (in lieu of standard)
(per seat)
DESCRIPTION SPECIFY/LIST
A. Non-Retracting
Specify: Freedman
B. Retracting Specify: Freedman
C. Delete Passenger Seat Belts - This
option not available to 5310 and
5311 programs
(Deduct) CitiSeats, no belts
(40) Seat Belt Retaining Device DESCRIPTION SPECIFY/LIST
Seat belt retaining device
Page 174 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
DESCRIPTION OF OPTIONS – VEHICLE #2 CONTINUED
LIFTS AND SECUREMENT DEVICES OPTIONS:
(41) Lifts, Other Than Standard, To
Meet Minimum Specifications DESCRIPTION SPECIFY/LIST
A. Manufacturer/ Model/Platform
Size
Specify:
//
Low floor entrance ramp, no lift
A. Manufacturer/ Model/Platform
Size
Specify:
//
A. Manufacturer/ Model/Platform
Size
Specify:
//
B. Lift Covers Not applicable
C. Safety belt on lift Not applicable
D. Ramp in lieu of lift on low floor
Vehicles
Standard Ricon 6:1 ramp
(42) Retractable Wheelchair
Securements (in lieu of standard)DESCRIPTION SPECIFY/LIST
Specify: Q’Straint are retractable
Specify:
A. Retractable Occupant shoulder
belt with wheelchair securements
standard
B. Shoulder Height Adjuster with
wheelchair securements
standard
i. Vertical L-Track on Wall for
Adjustment
ii. Horizontal L-Track on Wall for
Adjustment
C. Storage pouches for wheelchair
Securements
standard
D. Other securement Storage (TDSS,
Rack, etc.)
E. Additional Track
F. Webbing loops for wheelchair
securement when hooks cannot be
used
(43) Non-Retractable Securement
Tie-Down Device (in lieu of
standard)
A. Manufacturer/ Model Specify:
//
B. Manufacturer/ Model Specify:
//
C. Additional Track
(44) Fully Automatic Lift Interlock
System with Self Diagnostic
Capability:
Specify:
Page 175 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
DESCRIPTION OF OPTIONS – VEHICLE #2 CONTINUED
STANCHIONS AND HANDRAILS:
(45) Driver Stanchion DESCRIPTION SPECIFY/LIST
A. Delete lower modesty panel,
attached to crossbar and stanchion (Deduct)
Driver rear barrier is integrated into bus
design, no lower modesty panel
B. Driver's partitions - upper
Plexiglas panel behind driver
Driver rear barrier is integrated into bus
design
(46) GRAB RAIL
A. Additional ceiling grab rail
extending the length of the
bus
2 ceiling grab rails full length are
standard
B. Other than standard entrance and
ceiling grab rails Specify:
C. Standee loops attached to ceiling
grab rails
Vinyl straps
D. Horizontal wall grab rail at
wheelchair position
1.25” SS stanchion
E. Grab Handles on wall seats (per
each)
(47) STANCHIONS: DESCRIPTION SPECIFY/LIST
A. Vertical stanchion and cross rail,
with modesty panel, between lift door
and front row of seats, when vehicle
has a front lift
No front lift, low floor ramp
B. Stanchion and cross rail between
wheelchair position and first row of
seats to meet same securement
requirements as specified behind
driver's seat
HEATING, VENTILATION, AIR CONDITIONING:
(48) Air Conditioning DESCRIPTION SPECIFY/LIST
A. As specified with 40,000 BTU in
lieu of 5.12 (Deduct)
133,000 BTU roof mount standard
B. Roof mounted condenser in lieu
of skirt mounted per 5.12
HVAC is roof mounted
i. Additional exterior height added
to bus:Inches:
HVAC on roof is standard
C. Other than standard - minimum
40,000 BTU BTUs:
133,000 BTU standard
Dual Compressor Setup Not required
D. Delete standard air conditioning (Deduct)Remove rooftop HVAC
(49) Defroster Fan - Add or Delete DESCRIPTION SPECIFY/LIST
Defroster Fan Add or (Delete)Dash mounted fan
(50) Rear Heater(s) - Fused and
Switched Separately DESCRIPTION SPECIFY/LIST
A. Additional heater(s)Not applicable on low floor bus
BTU:
Manufacturer/Model:
Page 176 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
DESCRIPTION OF OPTIONS – VEHICLE #2 CONTINUED
HEATING, VENTILATION, AIR CONDITIONING:
B. Additional heater(s)271,000 BTU heating standard No added heaters needed
BTU:
Manufacturer/Model:
C. Additional heater(s)
BTU:
Manufacturer/Model:
D. Heat Coil in AC
E. Delete standard heater (Deduct)
F. Insulate coolant lines to rear
heaters
INTERIOR/EXTERIOR LIGHTING:
(51) Day-Time Running Lights DESCRIPTION SPECIFY/LIST
Delete Day-time running lights (Deduct)Programmed
(52) Exterior Head Lamps – 12 year
buses only DESCRIPTION SPECIFY/LIST
A. Xenon
B. LED Trucklite LED standard
(53) LED lighting package -
Consisting of: Running Lights, Triple
ID Lights, Turn Signals, Brake Lights,
Backup Lights and Tail Lights
DESCRIPTION
Trucklite LED lighting is
standard
SPECIFY/LIST
Delete LED lighting package (Deduct) Not applicable
(54) LED Rear Exterior Lights DESCRIPTION SPECIFY/LIST
Additional LED rear exterior Lights Add
(55) Interior Lighting DESCRIPTION SPECIFY/LIST
A. LED Lights Specify Mfg. Trucklite, Grande West
B. Fluorescent type Lighting - Full
Length Specify Mfg. Not available, all LED
STORING OPTIONS:
(56) Locks DESCRIPTION SPECIFY/LIST
All compartment locks keyed the
same
standard
(57) Locks
Locks for storage compartments as
specified (per compartment)
As specified
(58) Additional Storage
Specify size and location
Specify:
16”/ 20” / 9”
Right side wheel well
Specify size and location Specify:
//
Specify size and location Specify:
//
Page 177 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
DESCRIPTION OF OPTIONS – VEHICLE #2 CONTINUED
RADIO:
(59) Radio DESCRIPTION SPECIFY/LIST
AM/FM/PA/CD Digital Radio (in lieu
of standard)
REI
(60) Radio DESCRIPTION SPECIFY/LIST
AM/FM/PA Digital Radio (in lieu of
standard)
REI
(61) System DESCRIPTION SPECIFY/LIST
Public Address (PA) Specify: REI standard
A. External Speaker System 1 exterior speaker standard
(62) Radio DESCRIPTION SPECIFY/LIST
Delete Specification AM/FM/CD
Digital radio and speakers (Deduct)
(63) Radio DESCRIPTION SPECIFY/LIST
AM/FM Digital radio - No CD (in lieu
of standard)(Deduct) REI
(64) Speakers DESCRIPTION SPECIFY/LIST
Additional Interior Speakers Specify:
ACCESSORY OPTIONS:
(65) Body Fluid Clean-Up Kit DESCRIPTION SPECIFY/LIST
(66) Additional Equipment -
Including body fluid clean-up kit, ice
scraper, adult blanket, flashlight and
"NO SMOKING" sign, in addition to
equipment specified standard to
vehicle.
As stated
(67) Oxygen Tank Holder -
Adaptable designed to integrate into
wheelchair floor tracking
As stated
SERVICE, WARRANTY AND DELIVERY OPTIONS (DOES NOT INCLUDE ANY MAINTENANCE
SERVICES):
(68) Service Manuals DESCRIPTION SPECIFY/LIST
Shop service manuals and diagrams.
Shop manuals may be deliverable
separately from vehicle if not yet
published at time of vehicle
completion.
All manuals are included online on the
Customer Portal, no charge.
Manuals may be ordered if necessary.
A. Chassis Complete bus
a. Book
b. CD
B. Body Complete bus
C. Engine only Cummins
D. Individual, customized wiring
diagrams, including coding
Included in Service Manual
Chassis:
Body:
E. Other Specify: Operator’s Manuals
Page 178 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
DESCRIPTION OF OPTIONS – VEHICLE #2 CONTINUED
SERVICE, WARRANTY AND DELIVERY OPTIONS (DOES NOT INCLUDE ANY MAINTENANCE
SERVICES):
(69) Warranty DESCRIPTION SPECIFY/LIST
OEM/Aftermarket Extended Warranty
(No maintenance services)
1 year Complete Bus extended warranty 2 year / 75,000 mile is standard
Component: Miles: Years:
Component/Miles/Years Engine unlimited 5
Component/Miles/Years
Component/Miles/Years
Component/Miles/Years
OTHER:
(70) Mirrors - Exterior DESCRIPTION SPECIFY/LIST
A. Exterior mirrors with remote
controlled with replaceable motor
standard Safe Fleet power heated, lighted
mirrors
B. Heated external mirrors standard
C. Combined heated and remote
controlled mirrors
standard
D. Turn signal indicators in mirror standard
E. Front crossover mirrors
Specify:
F. Delete interior mirror
(Deduct)
G. Other
a. Interior (e.g. BDS) Specify:
b. Exterior (e.g. BDS) Specify:
(71) Windows DESCRIPTION SPECIFY/LIST
A. Thermalpane Windows Specify:
B. Windows not designed to be
opened (may be opened solely as an
'Emergency Exit')
C. Extra-large windows (per vehicle) Specify:Vicinity windows are very large
D. Alarm system on emergency
windows to signal when opened
E. Flush window – 12 buses only Flush windows standard in design
(72) Lens On Rear Window DESCRIPTION SPECIFY/LIST
Delete Fresnal (fish-eye) (Delete) No rear window on bus
(73) Windshield Wipers DESCRIPTION SPECIFY/LIST
A. Winter blades
B. Heated wiper blades Not available Heated grid in lower windshield
(74) Curb Feelers DESCRIPTION SPECIFY/LIST
(75) Rear Collision Avoidance Sys
Specify: Hawkeye
(76) Heavy-Duty Step-Well Heater DESCRIPTION SPECIFY/LIST
A. Engine Coolant Heater ducting to entranceway
B. Electric Not available
C. Other Specify
Page 179 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
DESCRIPTION OF OPTIONS – VEHICLE #2 CONTINUED
OTHER:
(77) Master Power Switch DESCRIPTION SPECIFY/LIST
Master power switch to completely
shut off all power to body accessories
Master battery switch included in engine
compartment at rear
(78) Fire Suppression System
Specify: Amerex V25
Specify:
(79) Seasonal Options in Addition
to Features Specified
DESCRIPTION SPECIFY/LIST
A. Cold weather front cover Rear engine
B. Bug screen Rear engine
INTERIOR SIDEWALL / CEILING COVERING – CARPET/CLOTH:
(80) Interior sidewall /ceiling
covering -carpet/cloth
DESCRIPTION SPECIFY/LIST
A. From floor to lower window edge
B. From floor to ceiling
C. Entire ceiling
D. Center 1/3rd of ceiling
MISCELLANEOUS:
(81) Underbody Insulation
Specify: spray foam
(82) Rustproofing
Specify: included in bus design
(83) ADA Stop Request Push button system is standard
A. Pull Cord Chimes System Specify:
B. Touch Pad/Tape System Specify:
(84) Destination Sign
A. Manual Specify: Side / Front Transign Roller Curtain
B. Electronic Specify: Side / Front Transign LED Destinator
C. Electric Specify: Side / Front Not applicable
(85) Bus Camera System
Specify: Angel Trax 4 camera
Specify: REI 4 camera
Specify: Seon 7 camera
Specify: Apollo 8 camera
(86) AVL (Automatic Vehicle
Location) System (Does not include
software or monthly service fees,
voice announcements, automated
vehicle monitoring or mobile
computing management).
Specify: Doublemap MDT, Apps, hardware
Specify: Cubic NextBus MDT, Apps, hardware
Specify:
Page 180 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
DESCRIPTION OF OPTIONS – VEHICLE #2 CONTINUED
MISCELLANEOUS:
(87) Farebox
A. Main M4 & 1 vault w/pole
B. Additional vaults for Main M4
C. Main Treasury & 1 vault w/pole
D. Additional vault for Main
Treasury
E. Main metal donation box Specify:
F. Main metal donation box w/pole Specify:
G. Diamond D & 1 vault w/pole
H. Additional Vaults for Diamond D
I. Diamond XV & 1 vault w/pole
J. Additional vaults for Diamond
XV
K. Above fare box coded to
purchaser's existing keys
L. Pre-wire for Electronic Fare box
M. 'Pole only' for Fare box
N. Pre-wire for Smart Card Reader –
Purchaser will supply necessary
information.
O. Other Specify:
(88) Workshop/Seminar
Workshop/Seminar on operation of
vehicle features and preventive
maintenance specific to the vehicle(s)
offered in this proposal (one vehicle
per class) for approximately 15 people
(not including meeting facility). To
include instructional video.
Four days training for Operation, PM,
Service is standard, no cost.
(89) Hour Meter
(90) Bike Rack
Specify: Sportworks DL2
Specify: Sportworks DL2 SS
Specify: Byk Rak SS
Two position bike rack
Three Bike Rack “Sportsworks” in
lieu of two
(91) Anti-Spray Skirting - Rear of
Vehicle
standard
(92) Special option for systems not
regulated by FTA or ADA
A. Delete Wheelchair lift and lift
entrance (Deduct) no wheelchair lift
Ramp at entrance door
B. Delete Wheelchair securements (Deduct)Q’Straint Slide ‘N Click
Page 181 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
DESCRIPTION OF OPTIONS – VEHICLE #2 CONTINUED
MISCELLANEOUS:
(93) Miscellaneous
A. Curb-Side Blind Spot Camera
Mounted on Mirror Head w/Monitor
B. Lighted Diamond Fare Box Diamond XV
C. Rear Backup View
Camera/Monitor
Safety Vision
D. Upper T Slider Passenger
Windows in Lieu of Coach Style
Windows
E. Power Windows/Door Locks Not applicable, purpose built bus
F. Tilt Steering Wheel/Cruise Control Tilt/telescope standard, no cruise control
G. Angeltrax 4 Camera System
H. GFI Electronic Fare Box
I. Electronics Cabinet
J. Dual Thermo King SLR Roof Top
A/C
K. REI 4 Camera System
L. Seon 7 Camera System
M. Bustle Back option
(94) Miscellaneous Warranties
A. Braun Lift - 5 years/Unlimited
miles
B. Transign Destination Sign: 7
years/250,000 miles
C. Bus electrical system (parts &
labor) 3yrs/36 K miles
D. Mor/Ryde suspension: 5
years/175,000 miles
E. Champion Body warranty to
include the following:
a. Body Structure: 5
years/Unlimited Miles
b. Corrosion: 7 years/Unlimited
Miles
c. Paint: 2 years/Unlimited Miles
F. ACC TC70: (Price is per single
rooftop unit)
a. 3 years/Unlimited Miles
b. 4 years/125,000 Miles
G. Standard A/C warranty:
2yrs/Unlimited or 3yrs/75k Miles
H. A&M Door Assembly: 3
years/Unlimited Miles
Page 182 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
DESCRIPTION OF OPTIONS – VEHICLE #2 CONTINUED
CURRENT MODEL YEAR – CUTAWAY & LOW FLOOR STYLE TRANSIT VEHICLE
MISCELLANEOUS:
(95) Miscellaneous Not Included In
Options - to be completed by
Vendor
A. Emco Posi Lock diesel filler neck
B. Battery Booster Plug
C. Add Rear Door
D.
E.
F.
G.
H.
I.
J.
K.
PRICING & OPTIONS – VEHICLE #2
CURRENT YEAR MODEL - MEDIUM DUTY, REAR ENGINE, LOW FLOOR, PURPOSE BUILT VEHICLE
WITH A MINIMUM 10 YEAR/300,000 MILE LIFE EXPECTANCY
Base price will include all rebates & concessions and include price for ADA compliant
Vendor:$OOLDQFH%XV*URXS
Bus Manufacturer:*UDQGH:HVW7UDQVSRUWDWLRQ
Bus Model:
9L'
Base Model Floorplans – Transit Vehicle #2
29 to 37 Passenger Vehicle BASE $
23 to 33 Passenger Vehicle BASE 27 Seats $ 346,833.00
Adds & Deletes Optional Pricing – Transit Vehicle #2
CHASSIS OPTIONS:
(1a) Chassis Options - Diesel
- Manufacturer 1
ADD $ n/a
(1b) Chassis Options - Diesel
- Manufacturer 2
ADD $n/a
(1c) Chassis Options - Diesel
- Manufacturer 3
ADD $n/a
(2) Chassis Options - Gas ADD $n/a
(3) Chassis Options - CNG ADD $ 32,500.00
A. Delete Fast Idle ADD $n/a
B. Electric Cooling for Diesel
Engine ADD $Included
C.Add/Delete Fuel Tanks for CNG
Option ADD/DELETE $ (n/a )
(4) Hybrid Propulsion System
Hybrid Propulsion System ADD $n/a
Page 183 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
PRICING & OPTIONS – VEHICLE #2 CONTINUED
(5) Fuel System Options
A. In-line Fuel Heater ADD $n/a
B. Fuel Tank Access Plate ADD $ included
(6) Automation Transmission ( in
lieu of proposed transmission)
A. Manufacturer/ Model ADD $ 1,275.00
B. Manufacturer/ Model ADD $ 2,653.00
C. Transmission temperature gauge ADD $ 533.00
(7) Optional Suspension
A. Front
With hydraulic brakes ADD $n/a
With air brakes ADD $ included
B. Air Ride Suspension ADD $ included
C. Other (e.g., Mor-Ryde, etc.) ADD $n/a
D. Air Dryer ADD $n/a
(8) Brakes (in lieu of standard)
A. Hydraulic ADD $n/a
B. Air ADD $ included
C. Air Dryer ADD $ included
(9) Tires and Wheels
A. Tire pressure monitoring system
(monitors tire pressure for rear duals
and has a Single airing point that fills
both tires at the same time).
ADD $ 1,267.00
B. Extended valve stems on rear
wheels ADD $ included
C. Spare tire and rim to match other
wheels provided ADD $ 828.00
D. Mud and snow tire ADD $ rear included
Delete if Standard DELETE $ ( )
1. Rim painted white ADD $ included
a. Outside ADD $ included
b. Both Sides ADD $ included
E. Optional Wheel Inserts ADD $n/a
(10) Coolant Heaters - must exhaust
in compliance with FMCSR
393.83
A. Coolant Heaters ADD $ included
Timer - Manufacturer 1 ADD $n/a
Timer - Manufacturer 2 ADD $n/a
B. Coolant Auxiliary Circulating
Pump ADD $ included
(11) Braking Help Options
A. Driveline retarder (e.g. Telma,
etc.)ADD $ included - built into transmission
B. Brake Assist systems (e.g.
Brakeright, etc.)ADD $n/a
Page 184 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
PRICING & OPTIONS – VEHICLE #2 CONTINUED
ELECTRICAL OPTIONS:
(12) Electrical Options
A. Batter box w/ stainless sliding
tray capable of supporting (2) batteries ADD $ 753.00
B. Battery mounted behind step wall
with access through step (in lieu of
external battery box).
ADD $n/a
C. Other batteries in lieu of standard ADD $ 263.00
(13) Alternator(s) (in lieu of
standard)
A. Multiplexing ADD $ included
B. 24 Volt Electrical System ADD $ included
C. Remote Start System ADD $ included
BODY OPTIONS:
(14) Body Options
Stainless Steel chassis, Fully-welded
stainless-steel structure ADD $ 14,000.00
(15) Conspicuity markings with
reflective tape 2” wide – location
determined my transit system
A. One stripe up to 10 feet long ADD $ 700.00
B. One stripe greater than 10 feet up
to 25 feet long ADD $ 900.00
C. Rear Perimeter ADD $ 650.00
D. Other options ADD
(16) Standard Manufacturer
Striping Package (does not include
graphics or lettering)
A. Single color ADD $ 750.00
B. Two color combination ADD $ 1,500.00
C. Multiple color combination ADD $ 1,875.00
(17) Paint Entire Bus
Paint Entire Bus ADD $ included
(18) Apply Logo - Installed -
percent discount from vendor's
current year catalog
A. Logo supplied by purchaser ADD $ 150.00
B. Dealers supplied according to
purchasers specifications ADD $ 500.00
(19) Lettering (per character) -
Installed
A. Three- Inch height ADD $ 6.00
B. Four- Inch height ADD $ 8.00
C. Five- Inch height ADD $ 10.00
Page 185 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
PRICING & OPTIONS – VEHICLE #2 CONTINUED
FLOORING OPTIONS:
(20) Floor Options
A. Flat floor extending to passenger
boarding area or sloped with
additional step in existing step well
ADD $ included
B. Flat floor extending to passenger
boarding area with diagonal step
behind driver (must have recessed
lighted strip illuminating the step for
safety)
ADD $n/a
C. Alternative floor covering that
meets FMVSS 302 and ADA
requirements for slip resistance. A 2”
wide band of contrasting color on step
edges and aisle threshold directly
behind driver required
ADD $ 250.00
D. Non-standard floor covering
covers ADD $ 0
E. Covered flooring (extends up
wall to bottom of seat track)ADD $ included
F. Galvanized steel, aluminum, or
approved equal 0.20” minimum
underbelly between the plywood and
subfloor structure
ADD $ 1150.00
G. Alternate subflooring that meets or
exceeds the standard detailed spec ADD $ 250.00
(21) Optional Body Skin Material
Body Skin Material ADD $n/a
(22) Optional Exterior Styling (12-
year busses only)
Exterior Styling ADD $n/a
(23) Bumpers
A. Romeo Rim “help” bumper
Front ADD $ 2,165.00
Rear ADD $ 2,450.00
B. Rear Step Bumper ADD $n/a
C. Anti-ride Plate on rear bumper ADD $ included
D. Other Bumper ADD $n/a
(24) Tow Hooks (rear)
Tow Hooks (rear) ADD $ included
(25) Antenna ground plane,
minimum 18 “square or 18”
diameter for UHF, 40” for VHF x
1/16” thick steel plate, attached to
roof of body. Customer to supply
antenna
18" ADD $ included
40" ADD $ 250.00
Page 186 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
PRICING & OPTIONS – VEHICLE #2 CONTINUED
FLOORING OPTIONS:
A. Conduit for additional wiring-
large enough to hold coaxial cable ADD $ 250.00
B. Metal mounting plate for 2-way
radio location to be specified
ADD $ 350.00
(26) Roof Ventilation/Escape Hatch
Make/model ADD $ standard
(27) Passenger Entrance
A. Manual passenger door with lock
or latch to prevent accidental opening
and to prevent entrance from the
exterior
ADD $ 365.00
DEDUCT $ ( )
B. Easy access door above passenger
door for maintenance of powered door ADD $ included
C. Push button switch for door light,
mounted above passenger door ADD $ included
D. Exterior key entry ADD $ 275.00
E. Stepwell Material Option ADD $n/a
Stainless Steel ADD $n/a
Composite ADD $n/a
(28) Passenger Door With a
Minimum of a 36” Wide Opening
Passenger door with a minimum of a
36” wide opening ADD $n/a
(29) Passenger Door with 30” or
Less Opening
Passenger door with 30” or less
opening DEDUCT $ (n/a )
(30) Emergency Door
A. Starter interrupt for rear
emergency door to disable ignition ADD $n/a
(31) Lift Entrance Door
A. Vertically hinged, horizontal swig-
out door, with widow, in lieu of
double doors.
DEDUCT
$ (n/a )
B. Delete on low floor vehicles where
ramp is incorporated in passenger
door opening
DEDUCT
$ (n/a )
C. Other Lift Entrance Doors ADD $n/a
SEATING OPTIONS:
(32) Drivers Seat
A. Air ride seat ADD $ 594.30
B. Mechanical suspension seat ADD $n/a
C. Power Seat ADD $ included
D. Lumbar - Adjustable Support ADD $ included
E. Other ADD $ included
Page 187 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
PRICING & OPTIONS – VEHICLE #2 CONTINUED
(33) Floor Mounted/forward facing
flip seat/non-retracting seat belt
A. Single flip seat
a. Notchback (Split back) Style ADD $ 900.00
b. 3 - point restraint seat ADD $ 1,700.00
B. Double flip seat
a. Notchback (Split back) Style ADD $ 1,700.00
b. 3 - point restraint seat ADD $ 2,500.00
(34) Forward facing foldaway seat
w/non-retracting seat belt
A. Single foldaway seat
a. Notchback (Split back) Style ADD $ 1,300.00
b. 3 - point restraint seat ADD $ 1,700.00
B. Double foldaway seat ADD $ 1,800.00
a. Notchback (Split back) Style ADD $ 1,900.00
b. With aisle support leg ADD $ 2,100.00
c. 3 - point restraint seat ADD $ 2,500.00
C. Wheel well adapter ADD $n/a
D. Foldaway seat cover - stored
position ADD $n/a
(35) Additional Passenger Seats
Including Specified Seat Belts
A. Single Passenger Seat - Add or
Deduct ADD/DEDUCT $ 350.00
a. 3- point restraint seat ADD $ 550.00
B. Double Passenger Seat - Add or
Deduct ADD/DEDUCT $ 700.00
a. 3- point restraint seat ADD $ 1,500.00
C. Integrated Child Restraint Seat -
w/non-retracting seat belts ADD $ 285.00
a. Single Passenger Child
restraint Seat ADD $ 550.00
b. Double Passenger Child
Restraint Seat w/one child seat ADD $ 1,200.00
c. Double Passenger Child
Restraint Seat w/two child seats ADD $ 1,900.00
D. Other Passenger Seats ADD $ 13,000.00
E. Pillowtop Cushion Seat (not
available on flip or folding seats) (per
seat)
ADD $ 75.00
F. Optional Passenger Seat Anchorage DEDUCT $n/a
(36) Passenger Seat Material
A. Vinyl in lieu of cloth ADD $ included
B. Vertical Stitch ADD $ 50.00
Page 188 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
PRICING & OPTIONS – VEHICLE #2 CONTINUED
C. Level of seat material above
standard ADD $
Level 2
Driver ADD $ 150.00
Passenger ADD $ 45.00
Level 3
Driver ADD $ 200.00
Passenger ADD $ 50.00
Level 4
Driver ADD $ 275.00
Passenger ADD $ 65.00
Level 5
Driver ADD $ 325.00
Passenger ADD $ 75.00
Level 6
Driver ADD $ 350.00
Passenger ADD $ 90.00
Level 7
Driver ADD $n/a
Passenger ADD $n/a
D. Seat Materials meeting FTA Docket
90-A ADD $ 2,700.00
E. Moisture Barrier (per seat) ADD $ 45.00
F. Seat arm rest ADD $ 65.00
G. Aisle side seat slider ADD $n/a
SEAT BELT RETAINING DEVICE
(37) Additional Wheelchair Mounts
Including Securements ADD $ 510.00
A. Other Wheelchair Securement
Applications ADD $ 3,811.00
(38) Seat Belt Extenders (per each)ADD $ 35.00
(39) Seat Belts in (lieu of standard)
(per seat)
A. Non-Retracting ADD $ 75.00
B. Retracting ADD $ 150.00
C. Delete Passenger Seat Belts DEDUCT $ (1,200.00 )
(40) Seat Belt Retaining Device ADD $ 35.00
(41) Lifts (other than standard)
A. Manufacturer ADD $n/a
Manufacturer ADD $n/a
Manufacturer ADD $n/a
Manufacturer ADD $n/a
B. Lift Covers ADD $n/a
C. Safety Belt on Lift ADD $n/a
D. Ramp in lieu of lift on low floor
vehicles ADD $ included
Page 189 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
PRICING & OPTIONS – VEHICLE #2 CONTINUED
(42) Retractable Wheelchair
Securements (in lieu of standard)
Specify ADD/DEDUCT $ included
Specify ADD/DEDUCT $ included
A. Retractable Occupant shoulder
belt with wheelchair securements ADD $ included
B. Shoulder Height Adjuster with
Wheelchair securements
$ included
Vertical L - Track on Wall ADD $ 175.00
Horizontal L - Track on Wall ADD $ 175.00
C. Storage pouches for wheelchair
securements ADD $ 75.00
D. Other securement storage ADD $
E. Additional Track ADD $
F. Webbing loops ADD $ 65.00
(43) Non-Retractable Securement
Tie - Down Device (in lieu of
standard)
A. Manufacturer/Model ADD/DEDUCT $ (125.00)
B. Manufacturer/Model ADD/DEDUCT $
C. Additional Track ADD $
(44) Fully Automatic Lift Interlock
System ADD $ included
STANCHIONS AND HAND RAILS:
(45) Driver Stanchion
A. Delete lower modesty panel DEDUCT $ (n/a )
B. Driver's partition ADD $ included
(46) Grab Rail
A. Additional ceiling grab rail
extending the length of the bus ADD $ included
B. Other than standard entrance and
ceiling grab rails ADD $ included
C. Standee loops attached to ceiling
grab rails ADD $ 34.65 each
D. Horizontal wall grab rail at
wheelchair position ADD $ 160.00
E. Grab Handles on wall seats ADD $ 45.00
(47) Vertical stanchion and cross
rail, modesty panel, between lift
door and front row of seats, 'when
vehicle has a front lift'
ADD $n/a
A. Stanchion and cross rail between
wheelchair position and first row of
seats to meet same securement
requirements as specified behind
driver's seat
ADD $n/a
Page 190 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
PRICING & OPTIONS – VEHICLE #2 CONTINUED
HEATING, VENTILATION, AIR CONDITIONING:
(48) Air Conditioning
A. Air Conditioning in lieu of spec ADD $n/a
B. Roof mounted condenser in lieu of
skirt mounted ADD $ included
C. Delete standard air conditioning DEDUCT $ (5345.00 )
(49) Defroster Fan ADD/DEDUCT $ 210.00
(50) Rear Heater
A. Additional Heater(s) ADD $n/a
B. Additional Heater(s) ADD $n/a
C. Additional Heater(s) ADD $n/a
D. Heat Coil in AC ADD $ included
E. Delete standard heater DEDUCT $ (n/a )
F. Insulate coolant lines to rear
heaters ADD $n/a
INTERIOR/EXTERIOR LIGHTING
(51) Delete Day-Time Running
Lights DEDUCT $ (0.00 )
(52) Optional Exterior Head Lamps
(12-year buses only)
A. Xenon ADD $n/a
B. LED ADD $standard
(53) Delete LED Lighting Package DEDUCT $ (n/a )
(54) Additional LED Rear Exterior
Lights ADD $n/a
(55) Optional Interior Lighting
A. LED lights ADD $ included
B. Fluorescent type Lighting ADD $n/a
STORING OPTIONS:
(56) All Compartments Locks
Keyed The Same ADD $ included
(57) Locks For Storage
Compartments as Specified (per
compartment)
ADD $ 57.00
(58) Additional Storage
Specify ADD $ 212.00
Specify ADD $
Specify ADD $
RADIO:
(59) AM/FM/PA/CD Digital Radio
(in lieu of standard)ADD $ 399.00
(60) AM/FM/PA Digital Radio (in
lieu of standard)ADD $ 473.00
(61) PA System ADD/DEDUCT $ included
A. External Speaker System ADD $ included
(62) AM/FM/Cassette Digital Radio
and Speakers DEDUCT $ (100.00 )
Page 191 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
PRICING & OPTIONS – VEHICLE #2 CONTINUED
(63) AM/FM Digital radio - No CD DEDUCT $ (137.00 )
(64) Additional Interior Speakers ADD $ 63.00
ACCESSORY OPTIONS:
(65) Body Fluid Clean-up kit ADD $ 92.40
(66) Additional Equipment ADD $ 77.20
(67) Adaptable Oxygen Tank
Holder ADD $ 123.00
SERVICE, WARRANTY AND DELIVERY OPTIONS (DOES NOT INCLUDE ANY MAINTENANCE
SERVICES):
(68) Shop Service Manuals and
Diagrams
A. Chassis
a. Book ADD $ 262.50
b. CD ADD $ 25.00
B. Body ADD $ 262.50
C. Engine only ADD $ 455.00
D. Individual, customized wiring
diagrams, including coding
Chassis ADD $ 262.50
Body ADD $ 262.50
E. Other ADD $ 110.00
(69) OEM/Aftermarket Extended
Warranty
A. A/C System - Unlimited Miles - 3
years ADD $ 2,034.00
B. A/C System - 125,000 Miles - 4
years ADD $ 3,007.00
C. Chassis - Bumper to bumper ADD $ 6,250.00
D. Chassis - Powertrain ADD $
E. Braun Lift - Unlimited - 5 years ADD $n/a
OTHER:
(70) Mirrors
A. Exterior mirrors, remote
controlled, with replacement motor ADD $ included
B. Heated external mirrors ADD $ included
C. Combined heated and remote
controlled mirrors ADD $ included
D. Turn signal indicators in mirror ADD $ included
E. Front crossover mirrors ADD $n/a
F. Delete interior mirror DEDUCT $ (37.50 )
G. Other
a. Interior ADD $
b. Exterior ADD $
(71) Windows
A. Thermaplane Windows ADD $n/a
B. Windows not designed to be
opened ADD $ 650.00
Page 192 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
PRICING & OPTIONS – VEHICLE #2 CONTINUED
C. Extra-large windows (per vehicle) ADD $ included
D. Alarm system on emergency
windows ADD $ 385.00
E. Flushed Widows -12-year buses only ADD $ included
(72) Delete Fresnal (fish-eye) Lens
on Rear Window DEDUCT $ (0.00 )
(73) Windshield Wipers
A. Winter blades ADD $ 73.00
B. Heated wiper blades ADD $n/a
(74) Curb Feelers ADD $ 89.00
(75) Rear Collision Avoidance Sys
Specify - Hawkeye ADD $ 1,675.00
Specify ADD $
(76) Heavy-Duty Step-Well Heater
A. Engine Coolant ADD $ 450.00
B. Electric ADD $n/a
C. Other ADD $n/a
(77) Master Power Switch -to
Completely shut off all power to body
accessories
ADD
$ included
(78) Fire Suppression System ADD $ 3,039.00
(79) Seasonal Options in Addition
To Features Specified
A. Cold weather front cover ADD $n/a
B. Bug screen ADD $n/a
INTERIOR SIDEWALL / CEILING COVERING - CARPET/CLOTH:
(80) Interior Sidewall/Ceiling
Covering - Carpet/Cloth
A. From floor to lower window edge ADD $ 1235.00
B. From floor to ceiling ADD $ 1632.00
C. Entire ceiling ADD $ 1744.00
D. Center 1/3rd of ceiling ADD $ 1235.00
MISCELLANEOUS:
(81) Underbody Insulation ADD $ 2235.00
(82) Rustproofing ADD $ included
(83) ADA Stop Request
A. Pull Cord Chimes System ADD $ 632.00
B. Touch Pad/Tape System ADD $ 895.00
(84) Destination Sign
A. Manual ADD $ 3,130.00
B. Electronic ADD $ 4,120.00
C. Electric ADD $n/a
(85) Bus Camera System
Angel Trax 4 Camera ADD $ 5,521.00
REI 4 Camera ADD $ 4,285.00
Seon 7 Camera ADD $ 7,853.00
Other (not Listed) ADD $ 7,317.00
Page 193 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
PRICING & OPTIONS – VEHICLE #2 CONTINUED
(86) AVL (Automatic Vehicle
Location) System
Specify ADD $ 2,658.00
Specify ADD $ 3,438.00
Specify ADD $
(87) Fare Boxes
A. Main M4 & 1 vault w/pole ADD $ 1,358.00
B. Additional vaults for Main M4 ADD $ 342.00
C. Main Treasury & 1 vault w/pole ADD $
D. Additional vault for Main Treasury ADD $
E. Main metal donation box ADD $
F. Main metal donation box w/pole ADD $
G. Diamond D & 1 vault w/pole ADD $ 1,337.00
H. Additional Vaults for Diamond D ADD $ 601.00
I. Diamond XV & 1 vault w/pole ADD $ 1,465.00
J. Additional vaults for Diamond XV ADD $ 473.00
K. Above fare box coded to
purchaser's existing keys ADD $ 25.00
L. Pre-wire for Electronic Fare box ADD $ included
M. 'Pole only' for Fare box ADD $ 221.00
N. Pre-wire for Smart Card Reader –
Purchaser will supply necessary
information.
ADD $ 275.00
O. Other ADD $
(88) Workshop/seminar on
operation of vehicle features and
preventative maintenance
ADD $ included
(89) Hour Meter ADD $ 574.00
(90) Bike Racks
Specify: Sportworks DL2 ADD $ 1,344.00
Specify: Sportworks DL2 SS ADD $ 1,734.00
Specify: Byk Rak SS ADD $ 1,292.00
(91) Anti-Spray Skirting - Rear of
Vehicle ADD $ included
Telescoping steering column ADD $ included
(92) Special option for systems not
regulated by FTA or NMDOT
A. Delete Wheelchair lift and lift
entrance DEDUCT $ (n/a )
B. Delete Wheelchair securements DEDUCT $ (233.00 )
(93) Additional
A. Curb-Side Blind Spot Camera
Mounted on Mirror Head w/Monitor ADD $ 1,750.00
B. Lighted Diamond Fare Box ADD $ 1,465.00
C. Rear Backup View
Camera/Monitor ADD $ 646.00
Page 194 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
PRICING & OPTIONS – VEHICLE #2 CONTINUED
D. Upper T Slider Passenger
Windows in Lieu of Coach Style
Windows
ADD $ 653.00
E. Power Windows/Door Locks ADD $n/a
F. Tilt Steering Wheel/Cruise Control ADD $n/a
G. Angeltrax 4 Camera System ADD $ 5,521.00
H. GFI Electronic Fare Box ADD $ 15,281.00
I. Electronics Cabinet ADD $ 975.00
J. Dual Thermo King SLR Roof Top
A/C ADD $n/a
K. REI 4 Camera System ADD $ 4,285.00
L. Seon 7 Camera System ADD $ 7,853.00
M. Bustle Back option ADD $
(94) Miscellaneous Warranties
A. Braun Lift - 5 years/Unlimited
miles ADD $n/a
B. Transign Destination Sign: 7
years/250,000 miles ADD $ included
C. Bus electrical system (parts &
labor) 3yrs/36 K miles ADD $ 3,750.00
D. Mor/Ryde suspension: 5
years/175,000 miles ADD $n/a
E. Champion Body warranty to
include the following:ADD $n/a
a. Body Structure: 5
years/Unlimited Miles ADD $ included
b. Corrosion: 7 years/Unlimited
Miles ADD $ included
c. Paint: 2 years/Unlimited Miles ADD $ included
F. ACC TC70: (Price is per single
rooftop unit)ADD $n/a
a. 3 years/Unlimited Miles ADD $n/a
b. 4 years/125,000 Miles ADD $n/a
G. Standard A/C warranty:
2yrs/Unlimited or 3yrs/75k Miles ADD $ included 2 years
H. A&M Door Assembly: 3
years/Unlimited Miles ADD $n/a
(95) Miscellaneous Not Included In Options - to be completed by Vendor
A. Emco Posi Lock diesel filler neck ADD $ 1,575.00
B. Battery Booster Plug ADD $ 300.00
C. Add Rear Door ADD $ 6,000.00
D. ADD $
E. ADD $
F. ADD $
G. ADD $
H. ADD $
I. ADD $
Page 195 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
PRICING & OPTIONS – VEHICLE #2 CONTINUED
A. Delivery/freight charge from Bus Manufacturer to Santa Fe, NM.$ 1,931.00
B.One-way delivery cost from Vendor to Recipient's destination (price
should include cost for one hour of recipient orientation.)
$included
C. Delivery Time Frame after receipt of Purchase Order (days)365 Days
*Floorplans must be submitted for each category bid.
*Certified pre-build weight certificates must be submitted for each category bid.
*Tech Info Card & Standard Warranty Card are Required per Category Bid
Page 196 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
*Floorplans must be submitted for each category bid.
*Certified pre-build weight certificates must be submitted for each category bid.
*Tech Info Card & Standard Warranty Card are Required per Category Bid
TECHNICAL INFORMATION – VEHICLE #2
CURRENT YEAR MODEL - MEDIUM DUTY, REAR ENGINE, LOW FLOOR, PURPOSE BUILT VEHICLE
WITH A MINIMUM 10 YEAR/300,000 MILE LIFE EXPECTANCY
Bus Vendor Alliance Bus Group Inc.
Bus Manufacturer Grande West Transportation International Inc.
Bus Model Number Vi30D
Altoona Test Life (years/miles)12 years / 500,000 miles
Test Report Model Vicinity 30 foot diesel (Vi30D)
Test Report Number LTI-BT-R1504
Test Report Date June 2016
Production Location Charlotte Michigan
Warehouse and Service Locations Lewisville TX, Slidell LA, College Park GA
Overall Length (including bumpers)31’
Overall Width (excluding mirrors)99”
Overall Exterior Height 118”
Interior Height (center of aisle)92.5”
Doorway Opening
Ambulatory Width 33 inches /Height 74 inches
Wheelchair Width 33 inches /Height 74 inches
Wheel base 191.5”
Floor thickness ¾” Composite
Construction Type/Materials Monocoque welded steel frame (Stainless optional)
Subframe Welded galvanized steel structural tubing
Body frame Welded galvanized steel structural tubing
Exterior panels 1/8” fiberglass composite
Interior panels Melamine coated aluminum
Insulation Expanded polystyrene
Chassis Manufacturer Grande West Transportation
Certified Weight of Bus - Total Curb Weight / GVW
On Front Axle 8,129 lb / 11,184 lb
On Rear Axle 13,915 lb / 18,060 lb
Engine Manufacturer Cummins
Type Diesel
Model ISB 6.7
Net S.A.E. Horsepower 250 HP
Net S.A.E.Torque 660 ft-lb
Transmission Manufacturer Allison
Type Automatic with retarder
Page 197 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
TECHNICAL INFORMATION – VEHICLE #2
Model B300R
Speeds 6
Cooler Allison cooler
Alternator Manufacturer C.E. Neihoff
Model C706
Output (amps)300
Starter Motor Manufacturer Prestolite
Model M97R3009SE
Air Compressor (if equipped) Manufacturer Wabco
Model 318
Capacity 18.7 CFM
Gross Vehicle Weight Rating (GVWR)30,203 lb
Axle, Front Manufacturer Voith / Brist
Type Independent front suspension
Model IFS TJ58-225
Gross Axle Weight Rating (lbs.)12,125
Axle, Rear Manufacturer Dana
Type Inverted Portal
Model BRA 81 DC80
Gross Axle Weight Rating (lbs.)18,078
Differential Ratio 5.73:1
Power Steering Pump Manufacturer Luk
Model LF73
Brakes - Manufacturer Knorr Bremse
Front - Type Air Disc
Diameter 17”
Rear - Type Air Disc
Diameter 17”
Radiator Manufacturer Modine
Type Tube and Fin Electronic
Model eFan
Total System Capacity (Excluding auxiliary heating
system)
18.5
Gallons
Radiator Fan Speed Control Type Electronic
Surge Tank Capacity 4 Gallons
Engine Thermostat Temperature Setting 203 Degrees
Overheat Alarm Temperature Setting 225 Degrees
Heating System Capacity Front 270,000 BTUs /Rear BTUs
Heating Cores - Manufacturer Valeo
Number of cores 2 floor heaters, driver and defrost, rooftop HVAC system
Air Conditioning - Manufacturer Valeo
Model RG400
Capacity (BTUs)133,000
Fuel Tank Capacity (gallons)71
Tires - Manufacturer Goodyear
Size/Type Front 275/70R22.5, Rear 385/55R22.5 radials
Page 198 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
TECHNICAL INFORMATION – VEHICLE #2
Load Range J
Batteries
Main - Manufacturer East Penn
Type, Size Absorbed Glass Mat, Group 31
Capacity (CCA at 0 degrees F)800 x 2 = 1600
Accessory - Manufacturer n/a
Type, Size
Capacity (CCA at 0 degrees F)
Wheelchair Lift - Manufacturer Ricon (flip out ramp)
Model 621SA
Wheelchair Securement - Manufacturer Q’Straint
Model Slide ‘N Click 4 point
Seat Belts - Manufacturer Freedman
Type Under seat
Passenger Seats - Manufacturer Freedman
Type CitiSeat molded transit seats
Minimum knee-to-hip space 28”
Driver's Seat - Manufacturer ISRI
Model 6832/872
Interlock - Manufacturer Grande West
Model Programmed with Parker-Vansco PLC
Backup Alarm (db)110
Roof Marker Lights - Manufacturer Trucklite LED
Interior Lighting - Type LED Trucklite / Grande West
Number of Fixtures LED Ceiling strip lights front to back, door and step lights
Identification Lights - Manufacturer Trucklite LED
STANDARD WARRANTIES – VEHICLE #2
CURRENT YEAR MODEL - MEDIUM DUTY, REAR ENGINE, LOW FLOOR, PURPOSE BUILT VEHICLE
WITH A MINIMUM 10 YEAR/300,000 MILE LIFE EXPECTANCY
Warranty Miles Years
Body Structure 500,000 12
Chassis 500,000 12
Engine Unlimited 2
Transmission Unlimited 2
Air Conditioner Unlimited 2
Lift Unlimited 2
Other Options – Destination Signs Unlimited 6
Page 199 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
VEHICLE #2 - LIST ALL AUTHORIZED SERVICE DEALERS BELOW:
Name Address/Phone City/County/State
1. Alliance Bus Group – Georgia 1926 Hyannis Court College Park, Clayton Co., Georgia
College Park, GA, 30337
2.Alliance Bus Group - Florida 112226 Boggy Creek Road Orlando, Orange Co., Florida
Orlando, FL, 32834
3. Alliance Bus Group - Texas 820 Office Park Circle Lewisville, Denton Co., Texas
Lewisville, TX, 75057
4. Alliance Bus Group - Louisiana 56396 Frank Pichon Drive Slidell, St. Tammany Parish, Louisiana
Slidell, LA, 704548
5. Alliance Bus Group – NY/NJ 51 Kero Road Carlstadt, Bergen Co., New Jersey
Carlstadt, NJ, 07072
6. Alliance Bus Group - Mississippi 4741 I-55 South Jackson, Hinds Co., Mississippi
Jackson, MS, 39212
7. Alliance Bus Group – NH 13 Rebel Road Hudson, Hillsborough Co., New Hampshire
Hudson, NH, 03051
8. A1 Alternative Fuel Systems 2320 East Stanislaus Street Fresno, Fresno Co., California
Fresno, CA, 93721
9. Spartan Motors Inc. 733 Millerburg Road Charlotte, Eaton Co., Michigan
Charlotte, MI, 48813
10. Additional local dealers will be determined before delivery of first bus
Page 200 of 733
Item 2- (AA) Alliance Bus Group LLC
Grande West Transportation Vi35D
Page 201 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
DESCRIPTION OF OPTIONS – VEHICLE #2
CURRENT MODEL YEAR - MEDIUM DUTY, REAR ENGINE, LOW FLOOR, PURPOSE BUILT VEHICLE
A MINIMUM 10 YEAR/300,000 MILE LIFE EXPECTANCY
CHASSIS OPTIONS: Vicinity Vi35D (35 foot Low Floor Purpose Built, 12 year/500,000 mile life)
(1a) Chassis DESCRIPTION SPECIFY/LIST
Diesel engine n/a No optional engine
Manufacturer
Model
Displacement
H.P. Rating
Torque Rating
Transmission Compatible
In lieu of proposed engine price
(1b) Chassis DESCRIPTION SPECIFY/LIST
Diesel engine n/a No optional engine
Manufacturer
Model
Displacement
H.P. Rating
Torque Rating
Transmission Compatible
In lieu of proposed engine price
(1c) Chassis DESCRIPTION SPECIFY/LIST
Diesel engine n/a No optional engine
Manufacturer
Model
Displacement
H.P. Rating
Torque Rating
Transmission Compatible
In lieu of proposed engine price
(2) Chassis DESCRIPTION SPECIFY/LIST
Gas engine n/a No optional gas engine
Manufacturer
Model
Displacement
H.P. Rating
Torque Rating
Transmission Compatible
Inclusions
In lieu of proposed engine price
(3) Chassis DESCRIPTION SPECIFY/LIST
CNG engine
Manufacturer Cummins
Model ISB 6.7G
Displacement 6.7 ltr
H.P. Rating 240
Page 202 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
DESCRIPTION OF OPTIONS – VEHICLE #2 CONTINUED
CHASSIS OPTIONS:
Torque Rating 560 ft-lb
Transmission Compatible Allison B300R
Inclusions
In lieu of proposed engine price
A. Delete Fast Idle Fast idle recommended for air buildup
B. Electric Cooling for Diesel Engine Standard Modine eFan system
C. Add/Delete Fuel Tanks for CNG
Option
(4) Hybrid Propulsion System DESCRIPTION SPECIFY/LIST
A. Generator Not available
Specify Capacity:
Specify Capacity:
Specify Capacity:
(5) Fuel System Options DESCRIPTION SPECIFY/LIST
A. In-line Fuel Heater Not required with Cummins engine
Manufacturer
Model
B. Fuel Tank Access Plate Removable tank cover standard
(6) Automation Transmission ( in
lieu of proposed transmission)
DESCRIPTION SPECIFY/LIST
A. Manufacturer/ Model ZF Ecolife 6AP1002B
B. Manufacturer/ Model Voith DIWA D854.6
C. Transmission temperature gauge Standard in rear run box
(7) Optional Suspension DESCRIPTION SPECIFY/LIST
A. Front Air bag suspension standard
Manufacturer
Model
Rating
Price w/ hydraulic brakes
Price w/ air brakes
B. Air Ride Suspension Standard
C. Other (e.g., Mor-Ryde, etc.)Not applicable
D. Air Dryer Bendix standard, no option
(8) Brakes (in lieu of standard) DESCRIPTION SPECIFY/LIST
A. Hydraulic Not available
Manufacturer
Model
Size of front/rear
B. Air Air brakes standard
Manufacturer
Model
Size of front/rear
C. Air Dryer Bendix AD1S standard
Page 203 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
DESCRIPTION OF OPTIONS – VEHICLE #2 CONTINUED
CHASSIS OPTIONS:
(9) Tires and Wheels DESCRIPTION SPECIFY/LIST
A. Tire pressure monitoring system
(monitors tire pressure for rear duals
and has a single airing point that fills
both tires at the same time).
HawksHead Talon pressure and temperature
monitoring system
B. Extended valve stems on rear
Wheels
standard
C. Spare tire and rim to match other
wheels provided
D. Mud and snow tire Rear M&S standard
Delete if Standard (Deduct)
1. Rim painted white Standard
a. Outside Not applicable
b. Both Sides Standard
2. Stainless Steel Wheels Inserts Not Applicable
E. Optional Wheel Inserts
(10) Coolant Heaters DESCRIPTION SPECIFY/LIST
A. Coolant Heaters (e.g. Webasto,
Espar, etc.) Heaters must exhaust in
compliance with FMCSR 393.83
Valeo (Webasto) standard Thermo 230
Timer standard
Timer
Timer
B. Coolant Auxiliary Circulating
Pump
standard
(11) Braking Help Options DESCRIPTION SPECIFY/LIST
A. Driveline retarder (e.g. Telma,
etc.)
Automatic transmission hydraulic
retarder standard
B. Brake Assist systems (e.g.
Brakeright, etc.)
Not Applicable
ELECTRICAL OPTIONS:
(12) Electric DESCRIPTION SPECIFY/LIST
A. Batter box w/ stainless sliding
tray capable of supporting (2) batteries
Standard battery box is fixed Location at rear bumper does not
require sliding tray
B. Battery mounted behind step wall
with access through step (in lieu of
external battery box).
Not applicable – no step well on low
floor bus
C. Other batteries in lieu of standard Optima AGM Group 31 900 CCA x 2
(13) Alternator(s) (in lieu of
standard)DESCRIPTION SPECIFY/LIST
A. Multiplexing Specify Amps: No Option
Specify Amps:
B. 24 Volt Electrical System Specify Amps: 24 volt standard
Specify Amps:
C. Remote Start System Specify: Not applicable
Page 204 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
DESCRIPTION OF OPTIONS – VEHICLE #2 CONTINUED
BODY OPTIONS:
(14) Stainless Steel Chassis DESCRIPTION SPECIFY/LIST
Stainless Steel (304) chassis, Fully-
welded stainless-steel structure
Ferritic stainless steel chassis optional Fully welded monocoque structure
(15) Conspicuity markings with
reflective tape 2” wide – location
determined my transit system
DESCRIPTION SPECIFY/LIST
A. One stripe up to 10 feet long 3M or equal tape
B. One stripe up to 25 feet long 3M or equal tape
C. Rear Perimeter 3M or equal tape
D. Other options
(16) Standard Manufacturer
Striping Package (does not include
graphics or lettering)
DESCRIPTION SPECIFY/LIST
A. Single color 3M or equal decal
B. Two color combination 3M or equal decal
C. Multiple color combination 3M or equal decal
(17) Paint Entire Bus DESCRIPTION SPECIFY/LIST
(18) Apply Logo DESCRIPTION SPECIFY/LIST
A. Logo supplied by purchaser
B. Dealers supplied according to
purchasers specifications.Price per location:
(19) Lettering (per character) DESCRIPTION SPECIFY/LIST
A. Three- Inch height
B. Four- Inch height
C. Five- Inch height
FLOORING OPTIONS:
(20) Flooring DESCRIPTION SPECIFY/LIST
A. Flat floor extending to passenger
boarding area or sloped with
additional step in existing step well
Flat floor from entrance door to rear
deck. No slope.
Standard low floor layout.
B. Flat floor extending to passenger
boarding area with diagonal step
behind driver (must have recessed
lighted strip illuminating the step for
safety)
Not applicable
C. Alternative floor covering that
meets FMVSS 302 and ADA
requirements for slip resistance. A 2”
wide band of contrasting color on step
edges and aisle threshold directly
behind driver required
Standard floor covering is Gerflor.
Altro or RCA rubber optional
D. Non-standard floor covering
Covers List color: See Product catalogues
List color:
Page 205 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
DESCRIPTION OF OPTIONS – VEHICLE #2 CONTINUED
FLOORING OPTIONS:
E. Covered flooring (extends up
wall to bottom of seat track)
standard
F. Galvanized steel, aluminum, or
approved equal 0.20” minimum
underbelly between the plywood and
subfloor structure
optional
G. Alternate subflooring that meets or
exceeds the standard detailed
Specifications
¾” Composite floor is standard.
¾” plywood is optional.
(21) Optional Body Skin Material DESCRIPTION SPECIFY/LIST
(22) Optional Exterior Styling (ULB
-12-year busses only)
DESCRIPTION SPECIFY/LIST
(23) Bumpers DESCRIPTION SPECIFY/LIST
A. Romeo Rim “help” bumper
Front Specify: Romeo Rim
Rear Specify: Romeo Rim anti-ride
B. Rear Step Bumper Specify: not applicable
C. Anti-ride Plate on rear bumper Specify: standard on Romeo rim
D. Other Bumper Specify: no available
(24) Tow Hooks (rear) DESCRIPTION SPECIFY/LIST
(25) Antenna Ground Plane,
minimum 18 “square or 18” diameter
for UHF, 40” for VHF x 1/16” thick
steel plate, attached to roof of body.
Customer will supply antenna
DESCRIPTION SPECIFY/LIST
18”standard
40”optional
A. Conduit for additional wiring-
large enough to hold coaxial cable
optional
B. Metal mounting plate for 2-way
radio- location to be specified
optional
(26) Roof Ventilation/Escape Hatch
Make & Model Specify: Transpec opaque
Make & Model Specify: Transpec glass
(27) Passenger Entrance
A. Manual passenger door with lock
or latch to prevent accidental opening
and to prevent entrance from the
exterior
(Deduct) not applicable
B. Easy access door above passenger
door for maintenance of powered door
standard
C. Push button switch for door light,
mounted above passenger door
Door light is automatic
D. Exterior key entry optional
Page 206 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
DESCRIPTION OF OPTIONS – VEHICLE #2 CONTINUED
FLOORING OPTIONS:
E. Stepwell Material Option Low floor bus – no stepwell
Stainless Steel
Composite
(28) Passenger Door With a
Minimum of a 36” Wide Opening
DESCRIPTION SPECIFY/LIST
Specify width: 33” standard no option
(29) Passenger Door With 30” or
Less Opening
DESCRIPTION SPECIFY/LIST
(Deduct) 33” standard no option
(30) Emergency Door - Rear
emergency exit door, with window,
designated “Emergency Door” or
“Emergency Exit,” permanently
affixed in a manner that will not
loosen in normal vehicle operations.
Emergency doors must also be
identified by a red light. Emergency
door latch must have an exterior lock,
but can be opened at all times from
the interior. Windows to be installed
on both sides of rear emergency exit
door.
DESCRIPTION
No rear door available on
rear engine, low floor
Vicinity bus.
SPECIFY/LIST
3 emergency push out side windows.
Standard on low floor bus.
A. Starter interrupt for rear
emergency door to disable ignition
Not applicable
(31) Lift Entrance Door DESCRIPTION SPECIFY/LIST
A. Vertically hinged, horizontal
Swing-out single door, with window
in lieu of double doors.
Not applicable No lift, low floor entrance door ramp
B. Delete Low floor vehicles where
ramp is incorporated in passenger
door opening
(Deduct) Not applicable
C. Other lift entrance doors Not applicable
SEATING OPTIONS:
STANDARD SEATING PRICES CAN BE DEDUCTED AND REPLACED
WITH THE OPTIONAL SEATING PRICE.
Optional seating and securements must meet all applicable requirements of ADA, state and federal rules, and must notin
any case reduce the clear aisle width to less than 16" (except as permitted in specification 1.06). All passenger seats
must meet the flammability requirements specified for standardseating.
(32) Driver Seating DESCRIPTION SPECIFY/LIST
A. Driver's seat in lieu of
standard, if available and
consistent with warranties to be
provided Vehicle must meet
flammability standard specified.
Standard seat is ISRI air ride transit
seat.
USSC 9110 ALX option priced.
Other USSC models and Recaro
available as well
33” standard no option
Page 207 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
DESCRIPTION OF OPTIONS – VEHICLE #2 CONTINUED
B. Mechanical suspension seat Specify: Not available
C. Power Seat Specify: Air power standard
D. Lumbar - adjustable support Specify: standard on air seat
E. Other Specify: Other brands of seat available
(33) Floor Mounted/Forward
Facing Flip Seat w/Non-Retracting
Seat Belt
DESCRIPTION SPECIFY/LIST
A. Single flip seat
a. Notchback (Split back)Style In lieu of fixed seat
b. 3 - point restraintseat Requires change in seat model CitiPro in lieu of CitiSeat
B. Double flip seat
a. Notchback (Split back)Style In lieu of fixed seat
b. 3 - point restraintseat Requires change in seat model CitiPro in lieu of CitiSeat
(34) Forward Facing Foldaway Seat
w/Non-Retracting Seat Belt
A. Single foldaway seat
a. Notchback (Split back)Style
B. Double foldaway seat
a. Notchback (Split back)Style
b. With aisle support leg Specify Mfg.: Freedman
c. 3 - point restraintseat
C. Wheel well adapter
D. Foldaway seat cover - stored
Position
(35) Additional Passenger Seats
Including Specified Seat Belts
A. Single Passenger Seat - Add or
Deduct Add or (Deduct)
a. 3-point restraint seat Specify Mfg.: Freedman
B. Double Passenger Seat - Add or
Deduct Add or (Deduct)
a. 3-point restraint seat Specify Mfg.: Freedman
C. Integrated Child Restraint Seat -
w/non-retracting seat belts - to match
other passenger seats
a. Single Passenger Child
Restraint Seat
Specify Mfg.: Freedman
b. Double Passenger Child
Restraint Seat w/one child seat
Specify Mfg.: Freedman
c. Double Passenger Child
Restraint Seat w/two childseats Specify Mfg.: Freedman
D. Other Optional Passenger Seats Description & Mfg. American Seating
E. Pillowtop Cushion Seat (not
available on flip or folding seats)Specify pedestal height
Page 208 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
DESCRIPTION OF OPTIONS – VEHICLE #2 CONTINUED
SEATING OPTIONS:
(36) Passenger Seat Material DESCRIPTION SPECIFY/LIST
A. Vinyl in lieu of cloth, meeting
specified flammability standards (per
seat) Passenger Only
B. Vertical Stitch - Vinyl or Cloth
C. Level of seat material above
standard
Level 2 Driver Passenger
Level 3 Driver Passenger
Level 4 Driver Passenger
Level 5 Driver Passenger
Level 6 Driver Passenger
Level 7 Driver Passenger
D. Seat materials meeting FTA Docket
90-A
Foam
Upholstery
Per seat
E. Moisture Barrier
F. Seat arm rest
G. Aisle side seat slider
LIFTS AND SECUREMENT DEVICES:
(37) Additional Wheelchair Mounts
including Securements
DESCRIPTION SPECIFY/LIST
A. Additional wheelchair mounts
including securements
Q’Straint Slide ‘N Click
B. Other Wheelchair Securement
Applications
Q’Straint Q’Pod
(38) Seat Belt Extenders (each) DESCRIPTION SPECIFY/LIST
Seat belt extenders extender
Seat belt extenders
Seat belt extenders
(39) Seat Belts (in lieu of standard)
(per seat)
DESCRIPTION SPECIFY/LIST
A. Non-Retracting
Specify: Freedman
B. Retracting Specify: Freedman
C. Delete Passenger Seat Belts - This
option not available to 5310 and
5311 programs
(Deduct) CitiSeats, no belts
(40) Seat Belt Retaining Device DESCRIPTION SPECIFY/LIST
Seat belt retaining device
Page 209 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
DESCRIPTION OF OPTIONS – VEHICLE #2 CONTINUED
LIFTS AND SECUREMENT DEVICES OPTIONS:
(41) Lifts, Other Than Standard, To
Meet Minimum Specifications DESCRIPTION SPECIFY/LIST
A. Manufacturer/ Model/Platform
Size
Specify:
//
Low floor entrance ramp, no lift
A. Manufacturer/ Model/Platform
Size
Specify:
//
A. Manufacturer/ Model/Platform
Size
Specify:
//
B. Lift Covers Not applicable
C. Safety belt on lift Not applicable
D. Ramp in lieu of lift on low floor
Vehicles
Standard Ricon 6:1 ramp
(42) Retractable Wheelchair
Securements (in lieu of standard)DESCRIPTION SPECIFY/LIST
Specify: Q’Straint are retractable
Specify:
A. Retractable Occupant shoulder
belt with wheelchair securements
standard
B. Shoulder Height Adjuster with
wheelchair securements
standard
i. Vertical L-Track on Wall for
Adjustment
ii. Horizontal L-Track on Wall for
Adjustment
C. Storage pouches for wheelchair
Securements
standard
D. Other securement Storage (TDSS,
Rack, etc.)
E. Additional Track
F. Webbing loops for wheelchair
securement when hooks cannot be
used
(43) Non-Retractable Securement
Tie-Down Device (in lieu of
standard)
A. Manufacturer/ Model Specify:
//
B. Manufacturer/ Model Specify:
//
C. Additional Track
(44) Fully Automatic Lift Interlock
System with Self Diagnostic
Capability:
Specify:
Page 210 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
DESCRIPTION OF OPTIONS – VEHICLE #2 CONTINUED
STANCHIONS AND HANDRAILS:
(45) Driver Stanchion DESCRIPTION SPECIFY/LIST
A. Delete lower modesty panel,
attached to crossbar and stanchion (Deduct)
Driver rear barrier is integrated into bus
design, no lower modesty panel
B. Driver's partitions - upper
Plexiglas panel behind driver
Driver rear barrier is integrated into bus
design
(46) GRAB RAIL
A. Additional ceiling grab rail
extending the length of the
bus
2 ceiling grab rails full length are
standard
B. Other than standard entrance and
ceiling grab rails Specify:
C. Standee loops attached to ceiling
grab rails
Vinyl straps
D. Horizontal wall grab rail at
wheelchair position
1.25” SS stanchion
E. Grab Handles on wall seats (per
each)
(47) STANCHIONS: DESCRIPTION SPECIFY/LIST
A. Vertical stanchion and cross rail,
with modesty panel, between lift door
and front row of seats, when vehicle
has a front lift
No front lift, low floor ramp
B. Stanchion and crossrail between
wheelchair position and first row of
seats to meet same securement
requirements as specified behind
driver's seat
HEATING, VENTILATION, AIR CONDITIONING:
(48) Air Conditioning DESCRIPTION SPECIFY/LIST
A. As specified with 40,000 BTU in
lieu of 5.12 (Deduct)
133,000 BTU roof mount standard
B. Roof mounted condenser in lieu
of skirt mounted per 5.12
HVAC is roof mounted
i. Additional exterior height added
to bus:Inches:
HVAC on roof is standard
C. Other than standard - minimum
40,000 BTU BTUs:
133,000 BTU standard
Dual Compressor Setup Not required
D. Delete standard air conditioning (Deduct)Remove rooftop HVAC
(49) Defroster Fan - Add or Delete DESCRIPTION SPECIFY/LIST
Defroster Fan Add or (Delete)Dash mounted fan
(50) Rear Heater(s) - Fused and
Switched Separately DESCRIPTION SPECIFY/LIST
A. Additional heater(s)Not applicable on low floor bus
BTU:
Manufacturer/Model:
Page 211 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
DESCRIPTION OF OPTIONS – VEHICLE #2 CONTINUED
HEATING, VENTILATION, AIR CONDITIONING:
B. Additional heater(s)271,000 BTU heating standard No added heaters needed
BTU:
Manufacturer/Model:
C. Additional heater(s)
BTU:
Manufacturer/Model:
D. Heat Coil in AC
E. Delete standard heater (Deduct)
F. Insulate coolant lines to rear
heaters
INTERIOR/EXTERIOR LIGHTING:
(51) Day-Time Running Lights DESCRIPTION SPECIFY/LIST
Delete Day-time running lights (Deduct)Programmed
(52) Exterior Head Lamps – 12 year
buses only DESCRIPTION SPECIFY/LIST
A. Xenon
B. LED Trucklite LED standard
(53) LED lighting package -
Consisting of: Running Lights, Triple
ID Lights, Turn Signals, Brake Lights,
Backup Lights and Tail Lights
DESCRIPTION
Trucklite LED lighting is
standard
SPECIFY/LIST
Delete LED lighting package (Deduct) Not applicable
(54) LED Rear Exterior Lights DESCRIPTION SPECIFY/LIST
Additional LED rear exterior Lights Add
(55) Interior Lighting DESCRIPTION SPECIFY/LIST
A. LED Lights Specify Mfg. Trucklite, Grande West
B. Fluorescent type Lighting - Full
Length Specify Mfg. Not available, all LED
STORING OPTIONS:
(56) Locks DESCRIPTION SPECIFY/LIST
All compartment locks keyed the
same
standard
(57) Locks
Locks for storage compartments as
specified (per compartment)
As specified
(58) Additional Storage
Specify size and location
Specify:
16”/ 20” / 9”
Right side wheel well
Specify size and location Specify:
//
Specify size and location Specify:
//
Page 212 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
DESCRIPTION OF OPTIONS – VEHICLE #2 CONTINUED
RADIO:
(59) Radio DESCRIPTION SPECIFY/LIST
AM/FM/PA/CD Digital Radio (in lieu
of standard)
REI
(60) Radio DESCRIPTION SPECIFY/LIST
AM/FM/PA Digital Radio (in lieu of
standard)
REI
(61) System DESCRIPTION SPECIFY/LIST
Public Address (PA) Specify: REI standard
A. External Speaker System 1 exterior speaker standard
(62) Radio DESCRIPTION SPECIFY/LIST
Delete Specification AM/FM/CD
Digital radio and speakers (Deduct)
(63) Radio DESCRIPTION SPECIFY/LIST
AM/FM Digital radio - No CD (in lieu
of standard)(Deduct) REI
(64) Speakers DESCRIPTION SPECIFY/LIST
Additional Interior Speakers Specify:
ACCESSORY OPTIONS:
(65) Body Fluid Clean-Up Kit DESCRIPTION SPECIFY/LIST
(66) Additional Equipment -
Including body fluid clean-up kit, ice
scraper, adult blanket, flashlight and
"NO SMOKING" sign, in addition to
equipment specified standard to
vehicle.
As stated
(67) Oxygen Tank Holder -
Adaptable designed to integrate into
wheelchair floor tracking
As stated
SERVICE, WARRANTY AND DELIVERY OPTIONS (DOES NOT INCLUDE ANY MAINTENANCE
SERVICES):
(68) Service Manuals DESCRIPTION SPECIFY/LIST
Shop service manuals and diagrams.
Shop manuals may be deliverable
separately from vehicle if not yet
published at time of vehicle
completion.
All manuals are included online on the
Customer Portal, no charge.
Manuals may be ordered if necessary.
A. Chassis Complete bus
a. Book
b. CD
B. Body Complete bus
C. Engine only Cummins
D. Individual, customized wiring
diagrams, including coding
Included in Service Manual
Chassis:
Body:
E. Other Specify: Operator’s Manuals
Page 213 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
DESCRIPTION OF OPTIONS – VEHICLE #2 CONTINUED
SERVICE, WARRANTY AND DELIVERY OPTIONS (DOES NOT INCLUDE ANY MAINTENANCE
SERVICES):
(69) Warranty DESCRIPTION SPECIFY/LIST
OEM/Aftermarket Extended Warranty
(No maintenance services)
1 year Complete Bus extended warranty 2 year / 75,000 mile is standard
Component: Miles: Years:
Component/Miles/Years Engine unlimited 5
Component/Miles/Years
Component/Miles/Years
Component/Miles/Years
OTHER:
(70) Mirrors - Exterior DESCRIPTION SPECIFY/LIST
A. Exterior mirrors with remote
controlled with replaceable motor
standard Safe Fleet power heated, lighted
mirrors
B. Heated external mirrors standard
C. Combined heated and remote
controlled mirrors
standard
D. Turn signal indicators in mirror standard
E. Front crossover mirrors
Specify:
F. Delete interior mirror
(Deduct)
G. Other
a. Interior (e.g. BDS) Specify:
b. Exterior (e.g. BDS) Specify:
(71) Windows DESCRIPTION SPECIFY/LIST
A. Thermalpane Windows Specify:
B. Windows not designed to be
opened (may be opened solely as an
'Emergency Exit')
C. Extra-large windows (per vehicle) Specify:Vicinity windows are very large
D. Alarm system on emergency
windows to signal when opened
E. Flush window – 12 buses only Flush windows standard in design
(72) Lens On Rear Window DESCRIPTION SPECIFY/LIST
Delete Fresnal (fish-eye) (Delete) No rear window on bus
(73) Windshield Wipers DESCRIPTION SPECIFY/LIST
A. Winter blades
B. Heated wiper blades Not available Heated grid in lower windshield
(74) Curb Feelers DESCRIPTION SPECIFY/LIST
(75) Rear Collision Avoidance Sys
Specify: Hawkeye
(76) Heavy-Duty Step-Well Heater DESCRIPTION SPECIFY/LIST
A. Engine Coolant Heater ducting to entranceway
B. Electric Not available
C. Other Specify
Page 214 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
DESCRIPTION OF OPTIONS – VEHICLE #2 CONTINUED
OTHER:
(77) Master Power Switch DESCRIPTION SPECIFY/LIST
Master power switch to completely
shut off all power to body accessories
Master battery switch included in engine
compartment at rear
(78) Fire Suppression System
Specify: Amerex V25
Specify:
(79) Seasonal Options in Addition
to Features Specified
DESCRIPTION SPECIFY/LIST
A. Cold weather front cover Rear engine
B. Bug screen Rear engine
INTERIOR SIDEWALL / CEILING COVERING – CARPET/CLOTH:
(80) Interior sidewall /ceiling
covering -carpet/cloth
DESCRIPTION SPECIFY/LIST
A. From floor to lower window edge
B. From floor to ceiling
C. Entire ceiling
D. Center 1/3rd of ceiling
MISCELLANEOUS:
(81) Underbody Insulation
Specify: spray foam
(82) Rustproofing
Specify: included in bus design
(83) ADA Stop Request Push button system is standard
A. Pull Cord Chimes System Specify:
B. Touch Pad/Tape System Specify:
(84) Destination Sign
A. Manual Specify: Side / Front Transign Roller Curtain
B. Electronic Specify: Side / Front Transign LED Destinator
C. Electric Specify: Side / Front Not applicable
(85) Bus Camera System
Specify: Angel Trax 4 camera
Specify: REI 4 camera
Specify: Seon 7 camera
Specify: Apollo 8 camera
(86) AVL (Automatic Vehicle
Location) System (Does not include
software or monthly service fees,
voice announcements, automated
vehicle monitoring or mobile
computing management).
Specify: Doublemap MDT, Apps, hardware
Specify: Cubic NextBus MDT, Apps, hardware
Specify:
Page 215 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
DESCRIPTION OF OPTIONS – VEHICLE #2 CONTINUED
MISCELLANEOUS:
(87) Farebox
A. Main M4 & 1 vault w/pole
B. Additional vaults for Main M4
C. Main Treasury & 1 vault w/pole
D. Additional vault for Main
Treasury
E. Main metal donation box Specify:
F. Main metal donation box w/pole Specify:
G. Diamond D & 1 vault w/pole
H. Additional Vaults for Diamond D
I. Diamond XV & 1 vault w/pole
J. Additional vaults for Diamond
XV
K. Above fare box coded to
purchaser's existing keys
L. Pre-wire for Electronic Fare box
M. 'Pole only' for Fare box
N. Pre-wire for Smart Card Reader –
Purchaser will supply necessary
information.
O. Other Specify:
(88) Workshop/Seminar
Workshop/Seminar on operation of
vehicle features and preventive
maintenance specific to the vehicle(s)
offered in this proposal (one vehicle
per class) for approximately 15 people
(not including meeting facility). To
include instructional video.
Four days training for Operation, PM,
Service is standard, no cost.
(89) Hour Meter
(90) Bike Rack
Specify: Sportworks DL2
Specify: Sportworks DL2 SS
Specify: Byk Rak SS
Two position bike rack
Three Bike Rack “Sportsworks” in
lieu of two
(91) Anti-Spray Skirting - Rear of
Vehicle
standard
(92) Special option for systems not
regulated by FTA or ADA
A. Delete Wheelchair lift and lift
entrance (Deduct) no wheelchair lift
Ramp at entrance door
B. Delete Wheelchair securements (Deduct)Q’Straint Slide ‘N Click
Page 216 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
DESCRIPTION OF OPTIONS – VEHICLE #2 CONTINUED
MISCELLANEOUS:
(93) Miscellaneous
A. Curb-Side Blind Spot Camera
Mounted on Mirror Head w/Monitor
B. Lighted Diamond Fare Box Diamond XV
C. Rear Backup View
Camera/Monitor
Safety Vision
D. Upper T Slider Passenger
Windows in Lieu of Coach Style
Windows
E. Power Windows/Door Locks Not applicable, purpose built bus
F. Tilt Steering Wheel/Cruise Control Tilt/telescope standard, no cruise control
G. Angeltrax 4 Camera System
H. GFI Electronic Fare Box
I. Electronics Cabinet
J. Dual Thermo King SLR Roof Top
A/C
K. REI 4 Camera System
L. Seon 7 Camera System
M. Bustle Back option
(94) Miscellaneous Warranties
A. Braun Lift - 5 years/Unlimited
miles
B. Transign Destination Sign: 7
years/250,000 miles
C. Bus electrical system (parts &
labor) 3yrs/36 K miles
D. Mor/Ryde suspension: 5
years/175,000 miles
E. Champion Body warranty to
include the following:
a. Body Structure: 5
years/Unlimited Miles
b. Corrosion: 7 years/Unlimited
Miles
c. Paint: 2 years/Unlimited Miles
F. ACC TC70: (Price is per single
rooftop unit)
a. 3 years/Unlimited Miles
b. 4 years/125,000 Miles
G. Standard A/C warranty:
2yrs/Unlimited or 3yrs/75k Miles
H. A&M Door Assembly: 3
years/Unlimited Miles
Page 217 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
DESCRIPTION OF OPTIONS – VEHICLE #2 CONTINUED
CURRENT MODEL YEAR – CUTAWAY & LOW FLOOR STYLE TRANSIT VEHICLE
MISCELLANEOUS:
(95) Miscellaneous Not Included In
Options - to be completed by
Vendor
A. Emco Posi Lock diesel filler neck
B. Battery Booster Plug
C. Add Rear Door
D.
E.
F.
G.
H.
I.
J.
K.
PRICING & OPTIONS – VEHICLE #2
CURRENT YEAR MODEL - MEDIUM DUTY, REAR ENGINE, LOW FLOOR, PURPOSE BUILT VEHICLE
WITH A MINIMUM 10 YEAR/300,000 MILE LIFE EXPECTANCY
Base price will include all rebates & concessions and include price for ADA compliant
Vendor:$OOLDQFH%XV*URXS
Bus Manufacturer:*UDQGH:HVW7UDQVSRUWDWLRQ
Bus Model:
9L'
Base Model Floorplans – Transit Vehicle #2
29 to 37 Passenger Vehicle BASE 33 Seats $ 356,866.00
23 to 33 Passenger Vehicle BASE $
Adds & Deletes Optional Pricing – Transit Vehicle #2
CHASSIS OPTIONS:
(1a) Chassis Options - Diesel
- Manufacturer 1
ADD $ n/a
(1b) Chassis Options - Diesel
- Manufacturer 2
ADD $n/a
(1c) Chassis Options - Diesel
- Manufacturer 3
ADD $n/a
(2) Chassis Options - Gas ADD $n/a
(3) Chassis Options - CNG ADD $ 32,500.00
A. Delete Fast Idle ADD $n/a
B. Electric Cooling for Diesel
Engine ADD $Included
C.Add/Delete Fuel Tanks for CNG
Option ADD/DELETE $ (n/a )
(4) Hybrid Propulsion System
Hybrid Propulsion System ADD $n/a
Page 218 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
PRICING & OPTIONS – VEHICLE #2 CONTINUED
(5) Fuel System Options
A. In-line Fuel Heater ADD $n/a
B. Fuel Tank Access Plate ADD $ included
(6) Automation Transmission ( in
lieu of proposed transmission)
A. Manufacturer/ Model ADD $ 1,275.00
B. Manufacturer/ Model ADD $ 2,653.00
C. Transmission temperature gauge ADD $ 533.00
(7) Optional Suspension
A. Front
With hydraulic brakes ADD $n/a
With air brakes ADD $n/a
B. Air Ride Suspension ADD $ included
C. Other (e.g., Mor-Ryde, etc.) ADD $n/a
D. Air Dryer ADD $n/a
(8) Brakes (in lieu of standard)
A. Hydraulic ADD $n/a
B. Air ADD $ included
C. Air Dryer ADD $ included
(9) Tires and Wheels
A. Tire pressure monitoring system
(monitors tire pressure for rear duals
and has a Single airing point that fills
both tires at the same time).
ADD $ 1,267.00
B. Extended valve stems on rear
wheels ADD $ included
C. Spare tire and rim to match other
wheels provided ADD $ 828.00
D. Mud and snow tire ADD $ rear included
Delete if Standard DELETE $ ( )
1. Rim painted white ADD $ included
a. Outside ADD $ included
b. Both Sides ADD $ included
E. Optional Wheel Inserts ADD $n/a
(10) Coolant Heaters - must exhaust
in compliance with FMCSR
393.83
A. Coolant Heaters ADD $ included
Timer - Manufacturer 1 ADD $n/a
Timer - Manufacturer 2 ADD $n/a
B. Coolant Auxiliary Circulating
Pump ADD $ included
(11) Braking Help Options
A. Driveline retarder (e.g. Telma,
etc.)ADD $ included - built into transmission
B. Brake Assist systems (e.g.
Brakeright, etc.)ADD $n/a
Page 219 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
PRICING & OPTIONS – VEHICLE #2 CONTINUED
ELECTRICAL OPTIONS:
(12) Electrical Options
A. Batter box w/ stainless sliding
tray capable of supporting (2) batteries ADD $ 753.00
B. Battery mounted behind step wall
with access through step (in lieu of
external battery box).
ADD $n/a
C. Other batteries in lieu of standard ADD $ 263.00
(13) Alternator(s) (in lieu of
standard)
A. Multiplexing ADD $ included
B. 24 Volt Electrical System ADD $ included
C. Remote Start System ADD $ included
BODY OPTIONS:
(14) Body Options
Stainless Steel chassis, Fully-welded
stainless-steel structure ADD $ 16,000.00
(15) Conspicuity markings with
reflective tape 2” wide – location
determined my transit system
A. One stripe up to 10 feet long ADD $ 700.00
B. One stripe greater than 10 feet up
to 25 feet long ADD $ 900.00
C. Rear Perimeter ADD $ 650.00
D. Other options ADD
(16) Standard Manufacturer
Striping Package (does not include
graphics or lettering)
A. Single color ADD $ 750.00
B. Two color combination ADD $ 1,500.00
C. Multiple color combination ADD $ 1,875.00
(17) Paint Entire Bus
Paint Entire Bus ADD $ included
(18) Apply Logo - Installed -
percent discount from vendor's
current year catalog
A. Logo supplied by purchaser ADD $ 150.00
B. Dealers supplied according to
purchasers specifications ADD $ 500.00
(19) Lettering (per character) -
Installed
A. Three- Inch height ADD $ 6.00
B. Four- Inch height ADD $ 8.00
C. Five- Inch height ADD $ 10.00
Page 220 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
PRICING & OPTIONS – VEHICLE #2 CONTINUED
FLOORING OPTIONS:
(20) Floor Options
A. Flat floor extending to passenger
boarding area or sloped with
additional step in existing step well
ADD $ included
B. Flat floor extending to passenger
boarding area with diagonal step
behind driver (must have recessed
lighted strip illuminating the step for
safety)
ADD $n/a
C. Alternative floor covering that
meets FMVSS 302 and ADA
requirements for slip resistance. A 2”
wide band of contrasting color on step
edges and aisle threshold directly
behind driver required
ADD $ 250.00
D. Non-standard floor covering
covers ADD $ 0
E. Covered flooring (extends up
wall to bottom of seat track)ADD $ included
F. Galvanized steel, aluminum, or
approved equal 0.20” minimum
underbelly between the plywood and
subfloor structure
ADD $ 1150.00
G. Alternate subflooring that meets or
exceeds the standard detailed spec ADD $ 250.00
(21) Optional Body Skin Material
Body Skin Material ADD $n/a
(22) Optional Exterior Styling (12-
year busses only)
Exterior Styling ADD $n/a
(23) Bumpers
A. Romeo Rim “help” bumper
Front ADD $ 2,165.00
Rear ADD $ 2,450.00
B. Rear Step Bumper ADD $n/a
C. Anti-ride Plate on rear bumper ADD $ included
D. Other Bumper ADD $n/a
(24) Tow Hooks (rear)
Tow Hooks (rear) ADD $ included
(25) Antenna ground plane,
minimum 18 “square or 18”
diameter for UHF, 40” for VHF x
1/16” thick steel plate, attached to
roof of body. Customer to supply
antenna
18" ADD $ included
40" ADD $ 250.00
Page 221 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
PRICING & OPTIONS – VEHICLE #2 CONTINUED
FLOORING OPTIONS:
A. Conduit for additional wiring-
large enough to hold coaxial cable ADD $ 250.00
B. Metal mounting plate for 2-way
radio location to be specified
ADD $ 350.00
(26) Roof Ventilation/Escape Hatch
Make/model ADD $ standard
(27) Passenger Entrance
A. Manual passenger door with lock
or latch to prevent accidental opening
and to prevent entrance from the
exterior
ADD $ 365.00
DEDUCT $ ( )
B. Easy access door above passenger
door for maintenance of powered door ADD $ included
C. Push button switch for door light,
mounted above passenger door ADD $ included
D. Exterior key entry ADD $ 275.00
E. Stepwell Material Option ADD $n/a
Stainless Steel ADD $n/a
Composite ADD $n/a
(28) Passenger Door With a
Minimum of a 36” Wide Opening
Passenger door with a minimum of a
36” wide opening ADD $n/a
(29) Passenger Door with 30” or
Less Opening
Passenger door with 30” or less
opening DEDUCT $ (n/a )
(30) Emergency Door
A. Starter interrupt for rear
emergency door to disable ignition ADD $n/a
(31) Lift Entrance Door
A. Vertically hinged, horizontal swig-
out door, with widow, in lieu of
double doors.
DEDUCT
$ (n/a )
B. Delete on low floor vehicles where
ramp is incorporated in passenger
door opening
DEDUCT
$ (n/a )
C. Other Lift Entrance Doors ADD $n/a
SEATING OPTIONS:
(32) Drivers Seat
A. Air ride seat ADD $ 594.30
B. Mechanical suspension seat ADD $n/a
C. Power Seat ADD $ included
D. Lumbar - Adjustable Support ADD $ included
E. Other ADD $ included
Page 222 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
PRICING & OPTIONS – VEHICLE #2 CONTINUED
(33) Floor Mounted/forward facing
flip seat/non-retracting seat belt
A. Single flip seat
a. Notchback (Split back) Style ADD $ 900.00
b. 3 - point restraint seat ADD $ 1,700.00
B. Double flip seat
a. Notchback (Split back) Style ADD $ 1,700.00
b. 3 - point restraint seat ADD $ 2,500.00
(34) Forward facing foldaway seat
w/non-retracting seat belt
A. Single foldaway seat
a. Notchback (Split back) Style ADD $ 1,300.00
b. 3 - point restraint seat ADD $ 1,700.00
B. Double foldaway seat ADD $ 1,800.00
a. Notchback (Split back) Style ADD $ 1,900.00
b. With aisle support leg ADD $ 2,100.00
c. 3 - point restraint seat ADD $ 2,500.00
C. Wheel well adapter ADD $ n/a
D. Foldaway seat cover - stored
position ADD $ n/a
(35) Additional Passenger Seats
Including Specified Seat Belts
A. Single Passenger Seat - Add or
Deduct ADD/DEDUCT $ 350.00
a. 3- point restraint seat ADD $ 550.00
B. Double Passenger Seat - Add or
Deduct ADD/DEDUCT $ 700.00
a. 3- point restraint seat ADD $ 1,500.00
C. Integrated Child Restraint Seat -
w/non-retracting seat belts ADD $ 285.00
a. Single Passenger Child
restraint Seat ADD $ 550.00
b. Double Passenger Child
Restraint Seat w/one child seat ADD $ 1,200.00
c. Double Passenger Child
Restraint Seat w/two child seats ADD $ 1,900.00
D. Other Passenger Seats ADD $ 14,000.00
E. Pillowtop Cushion Seat (not
available on flip or folding seats) (per
seat)
ADD $ 75.00
F. Optional Passenger Seat Anchorage DEDUCT $ n/a
(36) Passenger Seat Material
A. Vinyl in lieu of cloth ADD $ included
B. Vertical Stitch ADD $ 50.00
Page 223 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
PRICING & OPTIONS – VEHICLE #2 CONTINUED
C. Level of seat material above
standard ADD $
Level 2
Driver ADD $ 150.00
Passenger ADD $ 45.00
Level 3
Driver ADD $ 200.00
Passenger ADD $ 50.00
Level 4
Driver ADD $ 275.00
Passenger ADD $ 65.00
Level 5
Driver ADD $ 325.00
Passenger ADD $ 75.00
Level 6
Driver ADD $ 350.00
Passenger ADD $ 90.00
Level 7
Driver ADD $ n/a
Passenger ADD $ n/a
D. Seat Materials meeting FTA Docket
90-A ADD $ 2,700.00
E. Moisture Barrier (per seat) ADD $ 45.00
F. Seat arm rest ADD $ 65.00
G. Aisle side seat slider ADD $ n/a
SEAT BELT RETAINING DEVICE
(37) Additional Wheelchair Mounts
Including Securements ADD $ 510.00
A. Other Wheelchair Securement
Applications ADD $ 3,811.00
(38) Seat Belt Extenders (per each)ADD $ 35.00
(39) Seat Belts in (lieu of standard)
(per seat)
A. Non-Retracting ADD $ 75.00
B. Retracting ADD $ 150.00
C. Delete Passenger Seat Belts DEDUCT $ (1,200.00 )
(40) Seat Belt Retaining Device ADD $ 35.00
(41) Lifts (other than standard)
A. Manufacturer ADD $ n/a
Manufacturer ADD $ n/a
Manufacturer ADD $ n/a
Manufacturer ADD $ n/a
B. Lift Covers ADD $ n/a
C. Safety Belt on Lift ADD $ n/a
D. Ramp in lieu of lift on low floor
vehicles ADD $ included
Page 224 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
PRICING & OPTIONS – VEHICLE #2 CONTINUED
(42) Retractable Wheelchair
Securements (in lieu of standard)
Specify ADD/DEDUCT $ included
Specify ADD/DEDUCT $ included
A. Retractable Occupant shoulder
belt with wheelchair securements ADD $ included
B. Shoulder Height Adjuster with
Wheelchair securements
$ included
Vertical L - Track on Wall ADD $ 175.00
Horizontal L - Track on Wall ADD $ 175.00
C. Storage pouches for wheelchair
securements ADD $ 75.00
D. Other securement storage ADD $
E. Additional Track ADD $
F. Webbing loops ADD $ 65.00
(43) Non-Retractable Securement
Tie - Down Device (in lieu of
standard)
A. Manufacturer/Model ADD/DEDUCT $ (125.00)
B. Manufacturer/Model ADD/DEDUCT $
C. Additional Track ADD $
(44) Fully Automatic Lift Interlock
System ADD $ included
STANCHIONS AND HAND RAILS:
(45) Driver Stanchion
A. Delete lower modesty panel DEDUCT $ (n/a )
B. Driver's partition ADD $ included
(46) Grab Rail
A. Additional ceiling grab rail
extending the length of the bus ADD $ included
B. Other than standard entrance and
ceiling grab rails ADD $ included
C. Standee loops attached to ceiling
grab rails ADD $ 34.65 each
D. Horizontal wall grab rail at
wheelchair position ADD $ 160.00
E. Grab Handles on wall seats ADD $ 45.00
(47) Vertical stanchion and cross
rail, modesty panel, between lift
door and front row of seats, 'when
vehicle has a front lift'
ADD $n/a
A. Stanchion and cross rail between
wheelchair position and first row of
seats to meet same securement
requirements as specified behind
driver's seat
ADD $n/a
Page 225 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
PRICING & OPTIONS – VEHICLE #2 CONTINUED
HEATING, VENTILATION, AIR CONDITIONING:
(48) Air Conditioning
A. Air Conditioning in lieu of spec ADD $n/a
B. Roof mounted condenser in lieu of
skirt mounted ADD $ included
C. Delete standard air conditioning DEDUCT $ (5345.00 )
(49) Defroster Fan ADD/DEDUCT $ 210.00
(50) Rear Heater
A. Additional Heater(s) ADD $n/a
B. Additional Heater(s) ADD $n/a
C. Additional Heater(s) ADD $n/a
D. Heat Coil in AC ADD $ included
E. Delete standard heater DEDUCT $ (n/a )
F. Insulate coolant lines to rear
heaters ADD $n/a
INTERIOR/EXTERIOR LIGHTING
(51) Delete Day-Time Running
Lights DEDUCT $ (0.00 )
(52) Optional Exterior Head Lamps
(12-year buses only)
A. Xenon ADD $n/a
B. LED ADD $standard
(53) Delete LED Lighting Package DEDUCT $ (n/a )
(54) Additional LED Rear Exterior
Lights ADD $n/a
(55) Optional Interior Lighting
A. LED lights ADD $ included
B. Fluorescent type Lighting ADD $n/a
STORING OPTIONS:
(56) All Compartments Locks
Keyed The Same ADD $ included
(57) Locks For Storage
Compartments as Specified (per
compartment)
ADD $ 57.00
(58) Additional Storage
Specify ADD $ 212.00
Specify ADD $
Specify ADD $
RADIO:
(59) AM/FM/PA/CD Digital Radio
(in lieu of standard)ADD $ 399.00
(60) AM/FM/PA Digital Radio (in
lieu of standard)ADD $ 473.00
(61) PA System ADD/DEDUCT $ included
A. External Speaker System ADD $ included
(62) AM/FM/Cassette Digital Radio
and Speakers DEDUCT $ (100.00 )
Page 226 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
PRICING & OPTIONS – VEHICLE #2 CONTINUED
(63) AM/FM Digital radio - No CD DEDUCT $ (137.00 )
(64) Additional Interior Speakers ADD $ 63.00
ACCESSORY OPTIONS:
(65) Body Fluid Clean-up kit ADD $ 92.40
(66) Additional Equipment ADD $ 77.20
(67) Adaptable Oxygen Tank
Holder ADD $ 123.00
SERVICE, WARRANTY AND DELIVERY OPTIONS (DOES NOT INCLUDE ANY MAINTENANCE
SERVICES):
(68) Shop Service Manuals and
Diagrams
A. Chassis
a. Book ADD $ 262.50
b. CD ADD $ 25.00
B. Body ADD $ 262.50
C. Engine only ADD $ 455.00
D. Individual, customized wiring
diagrams, including coding
Chassis ADD $ 262.50
Body ADD $ 262.50
E. Other ADD $ 110.00
(69) OEM/Aftermarket Extended
Warranty
A. A/C System - Unlimited Miles - 3
years ADD $ 2,034.00
B. A/C System - 125,000 Miles - 4
years ADD $ 3,007.00
C. Chassis - Bumper to bumper ADD $ 6,250.00
D. Chassis - Powertrain ADD $
E. Braun Lift - Unlimited - 5 years ADD $n/a
OTHER:
(70) Mirrors
A. Exterior mirrors, remote
controlled, with replacement motor ADD $ included
B. Heated external mirrors ADD $ included
C. Combined heated and remote
controlled mirrors ADD $ included
D. Turn signal indicators in mirror ADD $ included
E. Front crossover mirrors ADD $n/a
F. Delete interior mirror DEDUCT $ (37.50 )
G. Other
a. Interior ADD $
b. Exterior ADD $
(71) Windows
A. Thermaplane Windows ADD $n/a
B. Windows not designed to be
opened ADD $ 650.00
Page 227 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
PRICING & OPTIONS – VEHICLE #2 CONTINUED
C. Extra large windows (per vehicle) ADD $ included
D. Alarm system on emergency
windows ADD $ 385.00
E. Flushed Widows -12-year buses only ADD $ included
(72) Delete Fresnal (fish-eye) Lens
on Rear Window DEDUCT $ (0.00 )
(73) Windshield Wipers
A. Winter blades ADD $ 73.00
B. Heated wiper blades ADD $n/a
(74) Curb Feelers ADD $ 89.00
(75) Rear Collision Avoidance Sys
Specify - Hawkeye ADD $ 1,675.00
Specify ADD $
(76) Heavy-Duty Step-Well Heater
A. Engine Coolant ADD $ 450.00
B. Electric ADD $n/a
C. Other ADD $n/a
(77) Master Power Switch -to
Completely shut off all power to body
accessories
ADD
$ included
(78) Fire Suppression System ADD $ 3,039.00
(79) Seasonal Options in Addition
To Features Specified
A. Cold weather front cover ADD $n/a
B. Bug screen ADD $n/a
INTERIOR SIDEWALL / CEILING COVERING - CARPET/CLOTH:
(80) Interior Sidewall/Ceiling
Covering - Carpet/Cloth
A. From floor to lower window edge ADD $ 1235.00
B. From floor to ceiling ADD $ 1632.00
C. Entire ceiling ADD $ 1744.00
D. Center 1/3rd of ceiling ADD $ 1235.00
MISCELLANEOUS:
(81) Underbody Insulation ADD $ 2235.00
(82) Rustproofing ADD $ included
(83) ADA Stop Request
A. Pull Cord Chimes System ADD $ 632.00
B. Touch Pad/Tape System ADD $ 895.00
(84) Destination Sign
A. Manual ADD $ 3,130.00
B. Electronic ADD $ 4,120.00
C. Electric ADD $n/a
(85) Bus Camera System
Angel Trax 4 Camera ADD $ 5,521.00
REI 4 Camera ADD $ 4,285.00
Seon 7 Camera ADD $ 7,853.00
Other (not Listed) ADD $ 7,317.00
Page 228 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
PRICING & OPTIONS – VEHICLE #2 CONTINUED
(86) AVL (Automatic Vehicle
Location) System
Specify ADD $ 2,658.00
Specify ADD $ 3,438.00
Specify ADD $
(87) Fare Boxes
A. Main M4 & 1 vault w/pole ADD $ 1,358.00
B. Additional vaults for Main M4 ADD $ 342.00
C. Main Treasury & 1 vault w/pole ADD $
D. Additional vault for Main Treasury ADD $
E. Main metal donation box ADD $
F. Main metal donation box w/pole ADD $
G. Diamond D & 1 vault w/pole ADD $ 1,337.00
H. Additional Vaults for Diamond D ADD $ 601.00
I. Diamond XV & 1 vault w/pole ADD $ 1,465.00
J. Additional vaults for Diamond XV ADD $ 473.00
K. Above fare box coded to
purchaser's existing keys ADD $ 25.00
L. Pre-wire for Electronic Fare box ADD $ included
M. 'Pole only' for Fare box ADD $ 221.00
N. Pre-wire for Smart Card Reader –
Purchaser will supply necessary
information.
ADD $ 275.00
O. Other ADD $
(88) Workshop/seminar on
operation of vehicle features and
preventative maintenance
ADD $ included
(89) Hour Meter ADD $ 574.00
(90) Bike Racks
Specify: Sportworks DL2 ADD $ 1,344.00
Specify: Sportworks DL2 SS ADD $ 1,734.00
Specify: Byk Rak SS ADD $ 1,292.00
(91) Anti-Spray Skirting - Rear of
Vehicle ADD $ included
Telescoping steering column ADD $ included
(92) Special option for systems not
regulated by FTA or NMDOT
A. Delete Wheelchair lift and lift
entrance DEDUCT $ (n/a )
B. Delete Wheelchair securements DEDUCT $ (233.00 )
(93) Additional
A. Curb-Side Blind Spot Camera
Mounted on Mirror Head w/Monitor ADD $
B. Lighted Diamond Fare Box ADD $ 1,465.00
C. Rear Backup View
Camera/Monitor ADD $ 646.00
Page 229 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
PRICING & OPTIONS – VEHICLE #2 CONTINUED
D. Upper T Slider Passenger
Windows in Lieu of Coach Style
Windows
ADD $ 653.00
E. Power Windows/Door Locks ADD $n/a
F. Tilt Steering Wheel/Cruise Control ADD $n/a
G. Angeltrax 4 Camera System ADD $ 5,521.00
H. GFI Electronic Fare Box ADD $ 15,281.00
I. Electronics Cabinet ADD $ 975.00
J. Dual Thermo King SLR Roof Top
A/C ADD $n/a
K. REI 4 Camera System ADD $ 4,285.00
L. Seon 7 Camera System ADD $ 7,853.00
M. Bustle Back option ADD $
(94) Miscellaneous Warranties
A. Braun Lift - 5 years/Unlimited
miles ADD $n/a
B. Transign Destination Sign: 7
years/250,000 miles ADD $ included
C. Bus electrical system (parts &
labor) 3yrs/36 K miles ADD $ 3,750.00
D. Mor/Ryde suspension: 5
years/175,000 miles ADD $n/a
E. Champion Body warranty to
include the following:
ADD $n/a
a. Body Structure: 5
years/Unlimited Miles ADD $ included
b. Corrosion: 7 years/Unlimited
Miles ADD $ included
c. Paint: 2 years/Unlimited Miles ADD $ included
F. ACC TC70: (Price is per single
rooftop unit)ADD $n/a
a. 3 years/Unlimited Miles ADD $n/a
b. 4 years/125,000 Miles ADD $n/a
G. Standard A/C warranty:
2yrs/Unlimited or 3yrs/75k Miles ADD $ included 2 years
H. A&M Door Assembly: 3
years/Unlimited Miles ADD $n/a
(95) Miscellaneous Not Included In Options - to be completed by Vendor
A. Emco Posi Lock diesel filler neck ADD $ 1,575.00
B. Battery Booster Plug ADD $ 300.00
C. Add Rear Door ADD $ 6,000.00
D. ADD $
E. ADD $
F. ADD $
G. ADD $
H. ADD $
I. ADD $
Page 230 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
PRICING & OPTIONS – VEHICLE #2 CONTINUED
A. Delivery/freight charge from Bus Manufacturer to Santa Fe, NM.$ 1,931.00
B.One-way delivery cost from Vendor to Recipient's destination (price
should include cost for one hour of recipient orientation.)
$included
C. Delivery Time Frame after receipt of Purchase Order (days)365 Days
*Floorplans must be submitted for each category bid.
*Certified pre-build weight certificates must be submitted for each category bid.
*Tech Info Card & Standard Warranty Card are Required per Category Bid
Page 231 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
*Floorplans must be submitted for each category bid.
*Certified pre-build weight certificates must be submitted for each category bid.
*Tech Info Card & Standard Warranty Card are Required per Category Bid
TECHNICAL INFORMATION – VEHICLE #2
CURRENT YEAR MODEL - MEDIUM DUTY, REAR ENGINE, LOW FLOOR, PURPOSE BUILT VEHICLE
WITH A MINIMUM 10 YEAR/300,000 MILE LIFE EXPECTANCY
Bus Vendor Alliance Bus Group Inc.
Bus Manufacturer Grande West Transportation International Inc.
Bus Model Number Vi35D
Altoona Test Life (years/miles)12 years / 500,000 miles
Test Report Model Vicinity 35 foot diesel (Vi35D)
Test Report Number LTI-BT-R1714-P
Test Report Date March 2020
Production Location Charlotte Michigan
Warehouse and Service Locations Lewisville TX, Slidell LA, College Park GA
Overall Length (including bumpers)36’
Overall Width (excluding mirrors)99”
Overall Exterior Height 118”
Interior Height (center of aisle)92.5”
Doorway Opening
Ambulatory Width 33 inches /Height 74 inches
Wheelchair Width 33 inches /Height 74 inches
Wheel base 223.5”
Floor thickness ¾” Composite
Construction Type/Materials Monocoque welded steel frame (Stainless optional)
Subframe Welded galvanized steel structural tubing
Body frame Welded galvanized steel structural tubing
Exterior panels 1/8” fiberglass composite
Interior panels Melamine coated aluminum
Insulation Expanded polystyrene
Chassis Manufacturer Grande West Transportation
Certified Weight of Bus - Total Curb Weight / GVW
On Front Axle 8,855 lb / 12,119 lb
On Rear Axle 14,746 lb / 20,181 lb
Engine Manufacturer Cummins
Type Diesel
Model ISB 6.7
Net S.A.E. Horsepower 250 HP
Net S.A.E.Torque 660 ft-lb
Transmission Manufacturer Allison
Type Automatic with retarder
Page 232 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
TECHNICAL INFORMATION – VEHICLE #2
Model B300R
Speeds 6
Cooler Allison cooler
Alternator Manufacturer C.E. Neihoff
Model C706
Output (amps)300
Starter Motor Manufacturer Prestolite
Model M97R3009SE
Air Compressor (if equipped) Manufacturer Wabco
Model 318
Capacity 18.7 CFM
Gross Vehicle Weight Rating (GVWR)30,203 lb
Axle, Front Manufacturer Voith / Brist
Type Independent front suspension
Model IFS TJ58-225
Gross Axle Weight Rating (lbs.)12,125
Axle, Rear Manufacturer Hande
Type T-Drive single reduction
Model HD95129008024
Gross Axle Weight Rating (lbs.)25,353
Differential Ratio 5.57:1
Power Steering Pump Manufacturer Luk
Model LF73
Brakes - Manufacturer Knorr Bremse
Front - Type Air Disc
Diameter 17”
Rear - Type Air Disc
Diameter 17”
Radiator Manufacturer Modine
Type Tube and Fin Electronic
Model eFan
Total System Capacity (Excluding auxiliary heating
system)
18.5
Gallons
Radiator Fan Speed Control Type Electronic
Surge Tank Capacity 4 Gallons
Engine Thermostat Temperature Setting 203 Degrees
Overheat Alarm Temperature Setting 225 Degrees
Heating System Capacity Front 270,000 BTUs /Rear BTUs
Heating Cores - Manufacturer Valeo
Number of cores 2 floor heaters, driver and defrost, rooftop HVAC system
Air Conditioning - Manufacturer Valeo
Model RG400
Capacity (BTUs)133,000
Fuel Tank Capacity (gallons)71
Tires - Manufacturer Goodyear
Size/Type 275/70R22.5 radials
Page 233 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
TECHNICAL INFORMATION – VEHICLE #2
Load Range J
Batteries
Main - Manufacturer East Penn
Type, Size Absorbed Glass Mat, Group 31
Capacity (CCA at 0 degrees F)800 x 2 = 1600
Accessory - Manufacturer n/a
Type, Size
Capacity (CCA at 0 degrees F)
Wheelchair Lift - Manufacturer Ricon (flip out ramp)
Model 621SA
Wheelchair Securement - Manufacturer Q’Straint
Model Slide ‘N Click 4 point
Seat Belts - Manufacturer Freedman
Type Under seat
Passenger Seats - Manufacturer Freedman
Type CitiSeat molded transit seats
Minimum knee-to-hip space 28”
Driver's Seat - Manufacturer ISRI
Model 6832/872
Interlock - Manufacturer Grande West
Model Programmed with Parker-Vansco PLC
Backup Alarm (db)110
Roof Marker Lights - Manufacturer Trucklite LED
Interior Lighting - Type LED Trucklite / Grande West
Number of Fixtures LED Ceiling strip lights front to back, door and step lights
Identification Lights - Manufacturer Trucklite LED
STANDARD WARRANTIES – VEHICLE #2
CURRENT YEAR MODEL - MEDIUM DUTY, REAR ENGINE, LOW FLOOR, PURPOSE BUILT VEHICLE
WITH A MINIMUM 10 YEAR/300,000 MILE LIFE EXPECTANCY
Warranty Miles Years
Body Structure 500,000 12
Chassis 500,000 12
Engine Unlimited 2
Transmission Unlimited 2
Air Conditioner Unlimited 2
Lift Unlimited 2
Other Options – Destination Signs Unlimited 6
Page 234 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
VEHICLE #2 - LIST ALL AUTHORIZED SERVICE DEALERS BELOW:
Name Address/Phone City/County/State
1. Alliance Bus Group – Georgia 1926 Hyannis Court College Park, Clayton, Georgia
College Park, GA, 30337
2.Alliance Bus Group - Florida 112226 Boggy Creek Road Orlando, Orange, Florida
Orlando, FL, 32834
3. Alliance Bus Group - Texas 820 Office Park Circle Lewisville, Denton, Texas
Lewisville, TX, 75057
4. Alliance Bus Group - Louisiana 56396 Frank Pichon Drive Slidell, St. Tammany Parish, Louisiana
Slidell, LA, 704548
5. Alliance Bus Group – NY/NJ 51 Kero Road Carlstadt, Bergen , New Jersey
Carlstadt, NJ, 07072
6. Alliance Bus Group - Mississippi 4741 I-55 South Jackson, Hinds, Mississippi
Jackson, MS, 39212
7. Alliance Bus Group – NH 13 Rebel Road Hudson, Hillsborough, New Hampshire
Hudson, NH, 03051
8. A1 Alternative Fuel Systems 2320 East Stanislaus Street Fresno, Fresno Co., California
Fresno, CA, 93721
9. Spartan Motors Inc. 733 Millerburg Road Charlotte, Eaton Co., Michigan
Charlotte, MI, 48813
10. Additional local dealers will be determined before delivery of first bus
Page 235 of 733
Item 2- (AB) BYD Coach and Bus LLC
30” K7M Low Floor
35” K9S Low Floor
40” K9M Low Floor
60” K11M Low Floor
Page 236 of 733
BYD Coach and Bus LLC
ITB Statewide Price Agreement #: 00-00000-20-00087
Vendor BYD Coach and Bus LLC
Bus Manufacture BYD Coach and Bus LLC
Bus Price and Model (All Battery Electric)
30' K7M Low Floor 641,782.24$ Delivery Fee from Lancaster, CA $5 / mile
35' K9S Low Floor 741,782.24$ Delivery Fee from Lancaster, CA $5 / mile
40' K9M Low Floor 792,782.24$ Delivery Fee from Lancaster, CA $5 / mile
60' K11M Low Floor 1,231,082.24$ Delivery Fee from Lancaster, CA $6 / mile
Section # Spec Category Price
Passenger Seat
BODY - PASSENGER SEATS 1 30' K7M - 22 Passenger Seats Category #2 Standard
BODY - PASSENGER SEATS 2 35' K9S - 32 Passenger Seats Category #2 Standard
BODY - PASSENGER SEATS 3 40' K9M - 37 Passenger Seats Category #2 Standard
BODY - PASSENGER SEATS 4 60' K11M - 55 Passenger Seats Category #2 Standard
Passenger Seat Options
Passenger Seat Options 1 USSC / 4 One Gemini Category #2 Standard
Other Option - Specify Option Quote
Air
Air 2 Shop Air Connection (Zsi-Foster 3003LV) Standard Standard
Air 3 Bendix AD-IS Air Dryer Standard Standard
Other Option - Specify Option Quote
Body- Bike Rack
Body – Bike Rack 1 None Standard Standard
Body – Bike Rack 2 Sportworks Apex 3 - 3 Position Bike, Stainless Steel Option $ 1,200.96
Body – Bike Rack 3 Sportworks - 2 Position Bike, Black Powder Coated Option $ 997.06
Body – Bike Rack 4 Sportworks - 2 Position Bike, Stainless Steel Option $ 973.73
Body – Bike Rack 5 Sportworks - 3 Position Bike, Black Powder Coated Option $ 1,281.31
Body – Bike Rack 6 Sportworks - Trilogy 3 Position Bike, Stainless Steel Option $ 1,640.74
Body – Bike Rack 7 Sportworks - Trilogy 3 Position Bike, Black Option $ 1,210.46
Body – Bike Rack 8 Sportworks - DL2 Bike Rack - Black Option $ 729.22
Body – Bike Rack 9 Sportworks - S/S DL2 Bike Rack Stainless Steel - Anti-Glare
Finish Option $ 997.06
Body – Bike Rack 10 Midwest Bus - BYK RYK (Stainless Steel) Option $ 1,418.40
Body – Bike Rack 11 Bike Rack Deployed Indicator on Dash Standard Standard
Body – Bike Rack 12 Sportworks - Advertising Panel, Sheet Metal, 14" X 44", Option $ 205.63
Body – Bike Rack 13 Sportworks - Bolt Kit, Advertising Panel, Apex 2 Option $ 133.92
Body – Bike Rack 14 Sportworks - Bolt Kit, Advertising Panel, Apex 3 Option $ 137.38
Body – Bike Rack 15 Sportworks - Bolt Kit, Advertising Panel, DL2/NP Option $ 88.13
Body – Bike Rack 16 Sportworks - Bolt Kit, Advertising Panel, DL3/V2 Option $ 88.13
Other Option - Specify Option Quote
Body - Driver's Barrier
Body – Driver's Barrier 1 Wrap Around Fiberglass with Schedule Rack Cutouts Option Quote
Body – Driver's Barrier 2 Wrap Around Fiberglass W/O Schedule Rack Cutouts Option Quote
Body – Driver's Barrier 3 Plexiglass Drivers Security Enclosure Option Quote
Body – Driver's Barrier 4 ArowGlobal SLIDE STOW DRIVER PROTECTION SYSTEM - Standard Glass Option $ 8,987.88
Body – Driver's Barrier 5 ArowGlobal SLIDE STOW DRIVER PROTECTION SYSTEM - Extended Glass Option $ 9,787.13
Body – Driver's Barrier 6 Flat Melamine, Two Piece Option Quote
Body – Driver's Barrier 7 Flat Melamine, Two Piece, w/(4) Schedule Holders Option Quote
Body – Driver's Barrier 8 Plexiglass Drivers Security Enclosure, two pieces Option Quote
Other Option - Specify Option Quote
Body - Driver'Seat
Body – Driver Seat 1 Recaro Ergo Metro w/Fabric Seat and Back w/Gray Fabric Boxing Standard Standard
Body – Driver Seat 2 Recaro MCII Option $ 512.40
Body – Driver Seat 3 USSC 9100 ALX w/Fabric Seat and Back w/Gray Fabric Boxing Standard Standard
Body – Driver Seat 4 USSC 9100 ALX - 3 w/Fabric Seat and Back w/Gray Fabric Boxing Option $ 264.00
Body – Driver Seat 5 USSC Q900 2pt Drivers Seat Option $362.40
Body – Driver Seat 6 USSC G2A -2pt Drivers Seat (Included Headrest)Option $416.40
Body – Driver Seat 7 USSC Q910 - 3Pt Drivers Seat Option $506.40
Body – Driver Seat 8 USSC Full Docket 90 FR Seat Option $1,116.00
Body – Driver Seat 9 Add Headrest Option Specific to Model below
Body – Driver Seat 10 Add Headrest - Recaro Standard Standard
Body – Driver Seat 11 Add Headrest - USSC Option $ 42.00
Body – Driver Seat 12 Add Armrest (Right Side only) Option Specific to Model below
Body – Driver Seat 13 Add Armrest (Right Side only) - Recaro Option $ 156.00
Body – Driver Seat 14 Add Armrest (Right Side only) - USSC Option $ 48.00
Body – Driver Seat 15 Add Shoulder Belt Option Specific to Model below
Body – Driver Seat 16 Add Shoulder Belt - Recaro Standard Standard
Body – Driver Seat 17 Add Shoulder Belt - USSC Option $ 144.00
Body – Driver Seat 18 Add 3 -Point, Horizontally Adjustable D - Loop Option Specific to Model below
Body – Driver Seat 19 Add 3 -Point, Horizontally Adjustable D - Loop - Recaro Option $ 252.00
Body – Driver Seat 20 Add 3 -Point, Horizontally Adjustable D - Loop - USSC Option $ 168.00
Body – Driver Seat 21 Driver’s Seat Vacancy Alarm Option Specific to Model below
Body – Driver Seat 22 Driver’s Seat Vacancy Alarm - Recaro Option $ 128.40
Body – Driver Seat 23 Driver’s Seat Vacancy Alarm - USSC Option $ 96.00
Body – Driver Seat 24 Safety Orange Shoulder Belt (US SC ALX) Option $ 144.00
Body – Driver Seat 25 Silicon Foam At Lower Seat Cushion - USSC Option Specific to Model below
Body – Driver Seat 26 Silicon Foam At Lower Seat - Recaro Option $ 660.00
Body – Driver Seat 27 Silicon Foam At Lower Seat - USSC Option $ 972.00
Body – Driver Seat 28 Holdsworth Fabric Option Quote
Body – Driver Seat 29 FR Treated Foam (Recaro) Option $ 294.00
Page 237 of 733
BYD Coach and Bus LLC
ITB Statewide Price Agreement #: 00-00000-20-00087
Vendor BYD Coach and Bus LLC
Bus Manufacture BYD Coach and Bus LLC
Body – Driver Seat 30 USSC Q90 ALX Option Quote
Body – Driver Seat 31 USSC G2A -2pt Drivers Seat Option Quote
Other Option - Specify Option Quote
Body - Exit Door
Body – Exit Door 1
Standard Melamine Panels on Lower Section Both Sides of Rear Exit Door (Not Applicable to
High Floor Coach) Standard Standard
Body – Exit Door 2
Upper Clear Plexiglas Modesty Panels Both Sides of Rear Exit Door (Not Applicable to High
Floor Coach)Option $144
Body - Exit Door 3 Accelerator Interlock when doors are open Standard Standard
Other Option - Specify Option Quote
Body - Floor Covering
Body – Floor Covering 1 Altro Meta/Chroma Transfloor OR Gerflor Terabus Sirius/Helios Option Quote Specific Model Below
Body – Floor Covering 2 Altro Meta/Chroma Transfloor Standard Standard
Body – Floor Covering 3 Gerflor Sirius Standard Standard
Body – Floor Covering 4 Gerflor Galaxy Option $ 285.60
Body – Floor Covering 5 Gerflor Helios Option $ 309.60
Body – Floor Covering 6 Gerflor Venus Option $ 366.00
Body – Floor Covering 7 Gerflor Apollo Option $ 366.00
Body – Floor Covering 8 Gerflor Luna Option $ 520.80
Body – Floor Covering 9 Gerflor Harmonia Option $ 589.20
Body – Floor Covering 10 Gerflor Sirius (K11M Model) Standard Standard
Body – Floor Covering 11 Gerflor Galaxy (K11M Model) Option $ 571.20
Body – Floor Covering 12 Gerflor Helios (K11M Model) Option $ 619.20
Body – Floor Covering 13 Gerflor Venus (K11M Model) Option $ 732.00
Body – Floor Covering 14 Gerflor Apollo (K11M Model) Option $ 732.00
Body – Floor Covering 15 Gerflor Luna (K11M Model) Option $ 1,041.60
Body – Floor Covering 16 Gerflor Harmonia (K11M Model) Option $ 1,178.40
Body – Floor Covering 17 Altro wood safety (vinyl simulated woodgrain) Option Quote
Body – Floor Covering 18 Gerflor Tarabus Gaya Wood (vinyl simulated woodgrain) Option $ 607.20
Body – Floor Covering 19 Gerflor Tarabus Gaya Wood (vinyl simulated woodgrain) (K11M Model / C10MS Model) Option $ 1,214.40
Body – Floor Covering 20 Composite Sub Floor Standard Standard
Body – Floor Covering 21 Rear Seat Riser for Forward Facing Seats Standard Standard
Body – Floor Covering 22 Front Seat Risersor for Forward Facing Seats (Each Side) Option Quote
Other Option - Specify Quote
Body - Mirror, Exterior
Body – Mirror, Exterior 1 Low Floor Models Safe Fleet 10"x15" C.S. (p/n M14B25TA-OTS) Standard Standard
Body – Mirror, Exterior 2 Low Floor Models Safe Fleet 10"x15" S.S. (p/n M14B24TA-OTS) Standard Standard
Body – Mirror, Exterior 3 Coach Models Safe Fleet 8"x18" C.S. (p/n M14F13AC-6-TS1) Standard Standard
Body – Mirror, Exterior 4 Coach Models Safe Fleet 8"x18" C.S. (p/n M14F12AC-TS1) Standard Standard
Other Option - Specify Quote
Body - Mirror, Interior
Body – Mirror, Interior 1 Mirror - 8 1/2 " X 16" Standard Standard
Body – Mirror, Interior 2 Mirror - 4.75" X 15" Option Quote
Body – Mirror, Interior 3 Mirror - Front Door 6" Round on Header Door Option $ 23.81
Body – Mirror, Interior 4 Mirror - Rear Exit Door/Step Well 12" Convex (Low Floor) Standard Standard
Body – Mirror, Interior 5 Mirror - 8 1/2 " X 1" center Option Quote
Body – Mirror, Interior 6 Mirror - 5" flat Option Quote
Other Option - Specify Quote
Body - Paint & Decal
Body – Paint & Decal 1 BYD Standard White with Roof Numbers Standard Standard
Body – Paint & Decal 2 One Color w/Roof Numbers Option
Quote - Varies by Paint Color
Selected
Body – Paint & Decal 3 (2) Colors, with and without Black Mask At Windows Option
Quote - Varies by Paint Color
Selected
Body – Paint & Decal 4 (3) Colors, with and without Black Mask At Windows Option
Quote - Varies by Paint Color
Selected
Body – Paint & Decal 5 Basic Decal Package (Up to Three Strips and Equivalent Design) Option Quote
Body – Paint & Decal 6 Custom Paint/Decal Design (Per Purchasers' Spec) Option Quote
Body – Paint & Decal 7 Clear Coat Complete Bus Standard Standard
Body – Paint & Decal 8 Remove Roof Numbers Standard Standard
Body – Paint & Decal 9 C6M Full Body Wrap Option $ 3,988.00
Body – Paint & Decal 10 K7M Full Body Wrap Option $ 4,842.05
Body – Paint & Decal 11 K9S Full Body Wrap Option $ 5,633.05
Body – Paint & Decal 13 K9M Full Body Wrap Option $ 6,688.00
Body – Paint & Decal 14 C9M Full Body Wrap Option $ 6,880.00
Body – Paint & Decal 14 C10M Full Body Wrap Option $ 7,023.50
Body – Paint & Decal 15 K11M Full Body Wrap Option $ 8,629.50
Other Option - Specify Quote
Body - Passenger Signal
Body – Passenger Signal 1 Pullcords - Above Windows (Neutral Or Yellow) w/Touch Pad At W/C Positions Standard Standard
Body – Passenger Signal 2 Touch Tape (At Window Mullions) Option Quote
Body – Passenger Signal 3 Button at Exit Door Vertical Stanchion Standard Standard
Body – Passenger Signal 4 Additional Amber Stop Request Lamp Mounted on Driver's Dash Option $ 51.22
Body – Passenger Signal 5 Button in the Parcel Rack Option Quote
Body – Passenger Signal 6 Push Button on Air Duct (Coach) Standard Standard
Other Option - Specify Quote
Body - Rear Door
Body – Rear Door 1 33" Wide Door w/Full Driver Control (Electric) (Not Applicable to High Floor Coach) Standard Standard
Page 238 of 733
BYD Coach and Bus LLC
ITB Statewide Price Agreement #: 00-00000-20-00087
Vendor BYD Coach and Bus LLC
Bus Manufacture BYD Coach and Bus LLC
Body – Rear Door 2 40" Wide Door w/Full Driver Control (Electric) Option Quote
Body – Rear Door 3 Electric Operated Front/Rear Door Motor and Control Standard Standard
Body – Rear Door 4 Touch Bars w/Driver Override Option Quote
Body – Rear Door 5 Touch Tape in Place of Touch Bars Option Quote
Body – Rear Door 6 Vapor Class Acoustic (Photo Sensor) Option 1272
Body – Rear Door 7 Vapor V Touch (Electronic Touch Bar) Option 546.4179
Body – Rear Door 8 Vapor Electric Transit Operator Standard Standard
Body – Rear Door 9 Vapor Electric Door Control / 1939 Interface Standard Standard
Body – Rear Door 10 Vapor Optical Pressure Wave Switch Option Quote
Body – Rear Door 11 Vapor Sensitive Edge Standard Standard
Body – Rear Door 12 Exterior Air Release (Front Door Control Valve) Option Quote
Body – Rear Door 13 Driver Push Button Door Controls Option Quote
Body – Rear Door 14 Drive 5 Position Handle Door Control Standard Standard
Body – Rear Door 15 Bode CADS All electric doors Option Quote
Body – Rear Door 16 Remove Rear Door, Add Two Seats Option Quote
Body – Rear Door 17 Ventura electric rear door Option Quote
Body – Rear Door 18 Add Center Door (Articulated bus only) Standard Standard
Other Option - Specify Quote
Body - Roof Hatch
Body – Roof Hatch 1 Manual Hatch At Front and Rear Positions (All Models exluding K7M, C6M) Standard Standard
Body – Roof Hatch 2 One (1) Roof Hatch Position - Rear (K7M, C6M) Standard Standard
Body – Roof Hatch 3 One (1) Roof Hatch Position - Rear (All Models excluding K7M, K7M-ER) Standard Standard
Body – Roof Hatch 4 Electric Hatch with Driver Control (per Position) Option $ 174.00
Body – Roof Hatch 5 Glass Hatch in Lieu of Standard Option Quote
Body – Roof Hatch 6 Additional Roof Hatch Position Option Quote
Other Option - Specify Quote
Body - Schedule Rack $ -
Body – Schedule Rack 1 none Standard Standard
Body – Schedule Rack 2 Innocom Schedule Racks 3.75" x 7" x 1.5" Option $ 17.00
Body – Schedule Rack 3 Innocom Schedule Racks 8.62" x 1 1" x 1" Option $ 22.00
Body – Schedule Rack 4 22" x 21" Black, RH Load Open Back Option Quote
Body – Schedule Rack 5 Transit Information Products - 19" x 21" OBIC 19/214P1LTRMC Option $ 240.00
Body – Schedule Rack 6 Transit Information Products - 19" x 21" OBICT10P2LTRMC Option $ 410.00
Other Option - Specify Quote
Body - Stanchions/Grab Rails
Body – Stanchions/Grab Rails 1 Stainless Steel Stanchions and Grab Rails and Modesty Panel Tubes (Low Floor) Standard Standard
Body – Stanchions/Grab Rails 2 Powder Coated Vertical Stanchions, Grab Rails and Modesty Panel Tubes Option Quote - Specific to Model
Body – Stanchions/Grab Rails 3 Powder Coated Vertical Stanchions only Option Quote - Specific to Model
Body – Stanchions/Grab Rails 4 Farebox Guard Rail Standard Standard
Body – Stanchions/Grab Rails 5 Grab Rail Forward Wheel Housing Standard Standard
Body – Stanchions/Grab Rails 6 Luggage Rack 68", Two -Tier with Fixed Shelf's Option 2,824.99$
Body – Stanchions/Grab Rails 7 Vinyl Coated Nylon Grab Straps (Cost per Handle) Standard Standard
Body – Stanchions/Grab Rails 8 SSTL Spring Loaded Grab Handle (Cost per Handle) Option Quote
Body – Stanchions/Grab Rails 9 non-vinyl-coated nylon grab straps (per handle, color to be chosen by agency) Standard Standard
Other Option - Specify Quote
Cooling System
Cooling System 1 BYD Electric Cooling Fan System Standard Standard
Cooling System 2 Double Breeze Constant Tension Clamps Standard Standard
Cooling System 3 Double Breeze Constant Tension Clamps Standard Standard
Other Option - Specify Quote
Electrical
Electrical 1
24V battery isolation system (keeps house batteries from being drained by cameras,
recorders, etc.) Standard Standard
Electrical 2
High Voltage to Low Voltage Smart Charging (When LV Battery is under 24V, Smart Charging is
activated)Standard Standard
Other Option - Specify Quote
Electrical - Accessories
Electrical – Accessories 1 12 V Cigarette-Style Light Adaptor for PC Auxiliary Power - Drivers Area Option $ 24.00
Electrical – Accessories 2 BYD Standard USB (2) Port Standard Standard
Other Option - Specify Quote
Electrical - Automatic
Passenger Counter
Electrical – Automatic Passenger
Counter 1 none Standard Standard
Electrical – Automatic Passenger
Counter 2 UTA Automatic Passenger Counter System with GPS, WLAN Capabilities Option $ 5,900.00
Electrical – Automatic Passenger
Counter 3 Clever Devices APC (Integrated with IVN System) - 2 Door Option $ 5,252.24
Electrical – Automatic Passenger
Counter 4 Clever Devices APC (Integrated with IVN System) - 3 Door Option $ 6,619.54
Electrical – Automatic Passenger
Counter 5 Clever Devices APC (Standalone) - 2 Door Option $ 8,987.00
Electrical – Automatic Passenger
Counter 6 Clever Devices APC (Standalone) - 3 Door Option $ 9,906.60
Electrical – Automatic Passenger
Counter 7 UTA APC Sensors, Cabling, CPU only Option Quote
Electrical – Automatic Passenger
Counter 8 Wiring provisions IAW APC manufacture Standard Standard
Page 239 of 733
BYD Coach and Bus LLC
ITB Statewide Price Agreement #: 00-00000-20-00087
Vendor BYD Coach and Bus LLC
Bus Manufacture BYD Coach and Bus LLC
Electrical – Automatic Passenger
Counter 9 Strategic Mapping APC system Option Quote
Other Option - Specify Quote
Electrical - Auxiliary Lights
Electrical – Auxiliary Lights 1 Four (4) 4" Diameter LED Auxiliary Brake Lights Option Quote
Electrical – Auxiliary Lights 2 Two (2) 4" Diameter LED Auxiliary Brake Lights Standard Standard
Electrical – Auxiliary Lights 3 Two (2) Dialight 7" Diameter LED Auxiliary Brake Lights Option Quote
Electrical – Auxiliary Lights 4 4 LED Brake Strip Lamps Option Quote
Electrical – Auxiliary Lights 5 JKA Enterprises LED "Stop" Light Option Quote
Electrical – Auxiliary Lights 6 Exterior Curb Lamps, Front & Rear - Dialight Option Quote
Electrical – Auxiliary Lights 7 Triangle Amber LED Yield Sign - Dialight Obsolete Obsolete
Electrical – Auxiliary Lights 8 Two (2) Red LED Brake Strip Lamps Standard Standard
Electrical – Auxiliary Lights 9 Remove LED Auxiliary Brake Lights (DEDUCT) Option Quote
Electrical – Auxiliary Lights 10
Overhead Farebox LED - Light W/Night - Day Switch (on Drivers Side Panel) - Light Illuminates
W/Frt. Door Open and Switch in the Night Position Standard Standard
Electrical – Auxiliary Lights 11 Service Compartment Lights - LED Standard Standard
Electrical – Auxiliary Lights 12 LED Beacon Light Option Quote
Electrical – Auxiliary Lights 13 LED Decal Lights (2) - Non - Flashing only (Per NHTSA) Option Quote
Other Option - Specify Quote
Electrical - Battery & Battery
Chargers
Electrical - Battery & Battery Chargers 1 Aluminium battery tray Standard Standard
Electrical - Battery & Battery Chargers 2 (2) Odyssey Group 32 Standard Standard
Electrical – Battery & Battery Chargers 3 Anderson 350 Jump Start Connector (Each) Standard Standard
Electrical – Battery & Battery Chargers 4 Remove Anderson 350 Jump Start Standard Standard
Electrical – Battery & Battery Chargers 5 En-route Battery Charging system (please specify) Option
Quote - Compatible with
wireless and overhead
charging
Electrical – Battery & Battery Chargers 6 40 kW Charger and Dispenser (C6M) Standard $ 5,000.00
Electrical – Battery & Battery Chargers 7 80 kW Charger and Dispenser (K7M, K9S, K9M, C9M) Standard $ 11,000.00
Electrical – Battery & Battery Chargers 8 200 kW Charger and Dispenser - (K11M, C10M) Standard $ 29,700.00
Electrical – Battery & Battery Chargers 9 125 / 150 / 160 kW DC Charger SAE J1772 CCS Type 1 Option
Quote - Integrated.
Compliant to major chargers
in Market. Varies by Vendor
Electrical – Battery & Battery Chargers 10 Momentum Dynamics Wireless Inductive Charging Equipment In Route Pad (Equipment Only) Option Quote Specific to Model
Below
Electrical – Battery & Battery Chargers 11
75 kW - Momentum Dynamics Wireless Inductive Charging Equipment In Route Pad
(Equipment Only) Option $ 57,750.00
Electrical – Battery & Battery Chargers 12
150 kW - Momentum Dynamics Wireless Inductive Charging Equipment In Route Pad
(Equipment Only) Option $ 115,500.00
Electrical – Battery & Battery Chargers 13
300 kW - Momentum Dynamics Wireless Inductive Charging Equipment In Route Pad
(Equipment Only) Option $ 210,000.00
Electrical – Battery & Battery Chargers 14
Momentum Dynamics Wireless Inductive Charging Equipment Depot Level Pad (Equipment
Only) Option Quote Specific to Model
Below
Electrical – Battery & Battery Chargers 15
75 kW - Momentum Dynamics Wireless Inductive Charging Equipment Depot Level Pad
(Equipment Only) Option $ 57,750.00
Electrical – Battery & Battery Chargers 16
150kW - Momentum Dynamics Wireless Inductive Charging Equipment Depot Level Pad
(Equipment Only) Option $ 115,500.00
Electrical – Battery & Battery Chargers 17
300 kW - Momentum Dynamics Wireless Inductive Charging Equipment Depot Level Pad
(Equipment Only) Option $ 210,000.00
Electrical – Battery & Battery Chargers 18 Momentum Dynamics Wireless Inductive Charging Equipment On Bus Receiver Option Quote - Fully Integrated
Electrical – Battery & Battery Chargers 19 75 kW - Momentum Dynamics Wireless Inductive Charging Equipment On Bus Receiver Option $ 11,550.00
Electrical – Battery & Battery Chargers 20 150 kW - Momentum Dynamics Wireless Inductive Charging Equipment On Bus Receiver Option $ 23,100.00
Electrical – Battery & Battery Chargers 21 300 kW - Momentum Dynamics Wireless Inductive Charging Equipment On Bus Receiver Option $ 44,100.00
Electrical – Battery & Battery Chargers 22
Momentum Dynamics/Princeton power Wayside Battery storage-one megawatt with optional
500 kW Option Quote - Fully Integrated
Electrical – Battery & Battery Chargers 23 Electrical Management Software Option Quote
Electrical – Battery & Battery Chargers 24 Energy Storage System = Battery Packs Option Specific to Model below
Electrical – Battery & Battery Chargers 25 141 kWh (23' C6M) Standard Standard
Electrical – Battery & Battery Chargers 26 215 kWh (30' K7M) Standard Standard
Electrical – Battery & Battery Chargers 27 266 kWh (35' K9S) Standard Standard
Electrical – Battery & Battery Chargers 28 352 kWh (40' K9M) Standard Standard
Page 240 of 733
BYD Coach and Bus LLC
ITB Statewide Price Agreement #: 00-00000-20-00087
Vendor BYD Coach and Bus LLC
Bus Manufacture BYD Coach and Bus LLC
Electrical – Battery & Battery Chargers 29 391 kWh (35' K9S -Extended Range) Option Standard
Electrical – Battery & Battery Chargers 30 446 kWh (40' K9M Extended Range, 45' C10M) Standard Standard
Electrical – Battery & Battery Chargers 31 578 kWh (60' K11M) Standard Standard
Other Option - Specify Quote
Electrical -
Communication/Radio
Electrical – Communication/Radio 1 Pre - Wire:12V/40A Direct Battery & 12V/10A Ignition (Route to RH Dash & Ele. Equip. Box)
and Install Roof Mount RF/GPS/Cellular Antenna Standard Standard
Other Option - Specify Quote
Electrical - Destination Sign
Electrical – Destination Sign 1 I/O Controls Amber LED Sign Set (Front, Side and Rear) Standard Standard
Electrical – Destination Sign 2 I/O Controls White LED Sign Set (Front, Side and Rear) Option $ 361.20
Electrical – Destination Sign 3 I/O Controls Dash Sign, 14*36 - Amber LED Option $ 702.00
Electrical – Destination Sign 4 I/O Controls Dash Sign, 14*36 - White LED Option $ 738.00
Electrical – Destination Sign 5 I/O Controls Amber LED Sign Set (Front and Side) - Transit Option $ (700.00)
Electrical – Destination Sign 6 I/O Controls Amber LED Sign Set (Front and Side) - Coach Standard Standard
Electrical – Destination Sign 7 I/O Controls White LED Sign Set (Front and Side) - Transit Option $ (434.00)
Electrical – Destination Sign 8 I/O Controls White LED Sign Set (Front and Side) - Coach Option $ 266.00
Electrical – Destination Sign 9 Twin Vision Silver Series Sign (16 X160) Front & Side - Transit Option (25.00)$
Electrical – Destination Sign 10 Twin Vision Silver Series Sign (16 X160) Front & Side - Coach Option 810.00$
Electrical – Destination Sign 11 Twin Vision Silver Series Sign (24 X 200) Front & Side - Transit Option $ (77.00)
Electrical – Destination Sign 12 Twin Vision Silver Series Sign (24 X 200) Front & Side - Coach Option $ 747.60
Electrical – Destination Sign 13 Twin Vision Smart Series II (16 X160) Front & Side -Transit Option Quote
Electrical – Destination Sign 14 Twin Vision Smart Series II (16 X160) Front & Side -Coach Option Quote
Electrical – Destination Sign 15 Twin Vision Smart Series II (24 X 200) Front & Side - Transit Option $ (477.00)
Electrical – Destination Sign 16 Twin Vision Smart Series II (24 X 200) Front & Side - Coach Option $ 267.60
Electrical – Destination Sign 17 Twin Vision 100% Amber LED, Front, Curb Side, Rear Option 352.08$
Electrical – Destination Sign 18 Twin Vision 100% Amber LED, Rear Option $ 924.00
Electrical – Destination Sign 19 Twin Vision Chroma I Color LED Front Option $ 4,972.00
Electrical – Destination Sign 20 Twin Vision Chroma IV 100% Color LED Option $ 6,014.99
Electrical – Destination Sign 21 Twin Vision 24 X 200 Front Amber LED Sign Option $ 2,576.40
Electrical – Destination Sign 22 Luminator SMT Horizon 100% Amber LED Front, Curbside, Rear Option Quote
Electrical – Destination Sign 23 AXION with WI FI and Time and Date Time Stamp Option Quote
Electrical – Destination Sign 24 Luminator Spectrum 100% Amber LED Front ,Curbside, Rear Option $ 510.00
Electrical – Destination Sign 25 Luminator White LED Front, Curb-side and Rear Option $ 2,884.66
Electrical – Destination Sign 26 Add Twin Vision Smart Series II w/ rear camera, Rear Sign Option Quote
Electrical – Destination Sign 27 Add Street Side Sign (Twin Vision Amber LED) Option $ 1,056.00
Electrical – Destination Sign 28 Add Street Side Sign (Twin Silver Series LED) Option $ 1,320.00
Electrical – Destination Sign 29 Remove Rear Sign (DEDUCT) Option Quote - Specific to Model
Electrical – Destination Sign 30 Program Software (Twin Vision) Option $ 498.00
Electrical – Destination Sign 31 Luminator Programming Software USB Wireless Option $ 1,056.00
Electrical – Destination Sign 32 Transign Curtain Front and Side Sign Option Quote
Electrical – Destination Sign 33 Heated Front Sign Glazing Option $ -
Electrical – Destination Sign 34 Transign, (4) Character, Metal Housing Option Quote
Electrical – Destination Sign 35 Transign, (3) Character, Metal Housing Option Quote
Electrical – Destination Sign 36 Transign, (2) Character, D - 1 853, Metal Housing Option Quote
Electrical – Destination Sign 37 Twin Vision Electronic Front Dash Sign Option $ 792.00
Electrical – Destination Sign 38 Hanover Display LED Amber Destination Signs (model# OL028, OL054 & OL64J) Option $ 30.00
Electrical – Destination Sign 39 Luminator Electronic Front Dash Sign Option $ 792.00
Electrical – Destination Sign 40 I/O controls Destination sign all Models Option
Quote specific to model
above
Other Option - Specify Quote
Electrical - Destination Sign
Programming
Electrical – Destination Sign
Programming 1 Luminator USB & Integrated Programing Software Option $ 498.00
Electrical – Destination Sign
Programming 2 Twin Vision Elyse 2 USB Option $ 498.00
Electrical – Destination Sign
Programming 3 Twin Vision Software Package Option $ 498.00
Other Option - Specify Quote
Electrical - Diagnostics
Electrical – Diagnostics add I/O Controls G4 system Standard Standard
Electrical – Diagnostics add I/O Controls G4 One Set PC Diagnostic Software Option 3542.55
Other Option - Specify Quote
Electrical - Equipment
Storage Box
Electrical – Equipment Storage Box add BYD Standard 18’’ x 22’’ x 27" Standard Standard
Electrical – Equipment Storage Box add BYD Standard 19’’ x 22’’ x 27" Standard Standard
Electrical – Equipment Storage Box add BYD Standard 23’’ x 22’’ x 31" Standard Standard
Other Option - Specify Quote
Electrical - Lights, Exterior
Electrical – Lights, Exterior 1 All Exterior Lights LED - Type Lamps Standard Standard
Electrical – Lights, Exterior 2 Headlight LED Dialight - Low Beam Option Quote
Electrical – Lights, Exterior 3 Headlight LED Dialight - High Beam Option Quote
Electrical – Lights, Exterior 4 Headlight LED I/O Controls - Low Beam Standard Standard
Page 241 of 733
BYD Coach and Bus LLC
ITB Statewide Price Agreement #: 00-00000-20-00087
Vendor BYD Coach and Bus LLC
Bus Manufacture BYD Coach and Bus LLC
Electrical – Lights, Exterior 5 Headlight LED I/O Controls - High Beam Standard Standard
Electrical – Lights, Exterior 6 Halogen Sealed Beam Headlights Option Quote
Electrical – Lights, Exterior 7 Tail Lights - Manufacturer Dialite LED, Fixture Size - 7" Diameter Standard Standard
Electrical – Lights, Exterior 8 Tail Lights - Manufacturer Dialite LED, Fixture Size - 4" Diameter Standard Standard
Other Option - Specify Quote
Electrical - Intelligent Vehicle
Network
Electrical – Intelligent Vehicle Network 1 none Standard Standard
Electrical – Intelligent Vehicle Network 2 ITS - Provisions Standard Standard
Electrical – Intelligent Vehicle Network 3
Customized Specification - ( Varies by customer. Need detailed specification to provide
accurate price)Option Quote
Other Option - Specify Quote
Electrical - Multiplexing
Electrical – Multiplexing 1 Dinex, I/O Controls G4 System Standard Standard
Other Option - Specify Quote
Electrical - Pleasure
Electrical – Pleasure 1 none Standard Standard
Electrical – Pleasure 2 Radio Tacho Link Event Data Recorder Option Quote
Electrical – Pleasure 3 Radio Option Quote
Electrical – Pleasure 4 Radio Am/FM/CD Option Quote
Electrical - Pleasure 5 On-Board entertainment system including 6 video screen DVD CD-ROM player Option Quote
Other Option - Specify Quote
Electrical - Public
Announcement
Electrical – Public Announcement 1 Drivers Speaker W/Separate Volume Control Option Quote
Electrical – Public Announcement 2 REI Model 750040 PA W/Handheld Mic W/(6) Flush Mounted Speakers Option Quote
Electrical – Public Announcement 3 REI 2-Channel 700890 PA w/ Gooseneck Mic w/ exterior & interior speakers Standard Standard
Electrical – Public Announcement 4 Luminator IVS W/GPS Capability, w/LED Sign, W/O Mapping Option Quote
Electrical – Public Announcement 5 DR700 Vehicle Logic Unit W/GPS Capability, w/LED Sign, W/O Mapping Option Quote
Electrical – Public Announcement 6 Clever Devices - Speakeasy II Option $ 2,054.40
Electrical – Public Announcement 7 Rei Echo PA System Option Quote
Electrical – Public Announcement 8 Shure Brothers Lapel Microphone w/REI PA System Option Quote
Electrical – Public Announcement 9 Midwest Lapel Microphone (Use w/Voice Annunciation System) Option Quote
Electrical – Public Announcement 10 Interior LED Sign Option
Quote Specific to IVN/ITS
System
Electrical – Public Announcement 11 One Additional Pair of Interior Speakers Option Quote
Electrical – Public Announcement 12 One Additional exterior Speaker Each Option Quote
Electrical – Public Announcement 13 REI w/switch mounted in Driver’s Area Option Quote
Other Option - Specify Quote
Electrical - Video Surveillance
Electrical – Video Surveillance 1 none Standard Standard
Electrical – Video Surveillance 2 Apollo RoadRunner DVR 2TB 4 Camera System w/Audio Option $ 4,100.66
Electrical – Video Surveillance 3 Apollo RoadRunner DVR 2TB 8 Camera System w/Audio Option $ 5,196.98
Electrical – Video Surveillance 4 Apollo RoadRunner DVR 2TB 12 Camera System w/Audio Option $ 6,773.58
Electrical – Video Surveillance 5 Apollo RoadRunner DVR 2TB 16 Camera System w/Audio Option $ 7,756.10
Electrical – Video Surveillance 6 Apollo RoadRunner HDR DVR 2TB 4 Camera System & Audio (4K) Option $ 5,138.56
Electrical – Video Surveillance 7 Apollo RoadRunner HDR DVR 2TB 8 Camera System & Audio (4K) Option $ 7,756.10
Electrical – Video Surveillance 8 Apollo RoadRunner HDR DVR 2TB 12 Camera System & Audio (4K) Option $ 9,926.84
Electrical – Video Surveillance 9 Apollo RoadRunner HDR DVR 2TB 16 Camera System & Audio (4K) Option $ 11,985.44
Electrical – Video Surveillance 10 Apollo Wireless Data Download capable Option Quote
Electrical – Video Surveillance 11 Apollo Cellular "Live Look Through" Capable Option Quote
Electrical – Video Surveillance 12 Apollo Vehicle Information Management System (ViM) Option Quote
Electrical – Video Surveillance 13 Apollo video 4K DVR w/9 camera system w/ Audio Option Quote
Electrical – Video Surveillance 14 Cole Hersee 12063 Electrical Tow Connector Option Quote
Electrical – Video Surveillance 15 Cole Hersee 12063 Electrical Tow Connector Option $ 120.00
Electrical – Video Surveillance 16 Replacement - SEON TH8WH1T0 8 channel w/1 TB hard drive Option $ 2,220.00
Electrical – Video Surveillance 17 SEON 2 TB hard drive upgrade (DVR and HDD sold together) Option $ 2,373.00
Electrical – Video Surveillance 18 SEON CQ903A integrated IR Dome day/Night 600TVL interior camera, audio, 2.9 mm lens. Option $ 225.60
Electrical – Video Surveillance 19
Replacement - SEON CA1004EI Day/Night 600TVL camera, exterior (w/infrared, no audio), 3.6
mm lens.Option $ 333.60
Electrical – Video Surveillance 20 SEON CJ904A Dome Day/Night 600TVL camera, audio, 3.6mm lens w/mount Option $ 225.60
Electrical – Video Surveillance 21
Replacement - SEON CHW804E Option $ 558.00
Electrical – Video Surveillance 22 SEON SRLGA07 Smart-Reach Lite, 2.4GHz Wireless bridge w/antenna Option $ 643.04
Electrical – Video Surveillance 23 Replacement - SEON HDD3-STB Vmax View software, docking station & handheld mouse. Option $ 354.00
Electrical – Video Surveillance 24 SEON LMK LCD monitor, 5.6 inch, AC charger, battery pack Option $ 300.00
Electrical – Video Surveillance 25 SEON 12 Camera System, 4tb HD Option $ 9,725.10
Electrical – Video Surveillance 26 SEON 8 Camera System, 4tb HD Option $ 6,562.70
Electrical – Video Surveillance 27 Safety Vision SV-ENC4112-6CAM Option $ 3,583.42
Electrical – Video Surveillance 28 Safety Vision SV-ENC4112-8CAM Option $ 4,069.64
Electrical – Video Surveillance 29 Safety Vision SV-ENC4112-10CAM Option $ 5,119.37
Electrical – Video Surveillance 30 Safety Vision SV-ENC4116-6CAM Option $ 7,121.33
Electrical – Video Surveillance 31 Safety Vision SV-ENC4116-8CAM Option $ 7,418.00
Electrical – Video Surveillance 32 Safety Vision SV-ENC4116-10CAM Option $ 8,175.30
Electrical – Video Surveillance 33 Angel Trax Live View, Live GPS, and System Health Notification option Option Quote
Page 242 of 733
BYD Coach and Bus LLC
ITB Statewide Price Agreement #: 00-00000-20-00087
Vendor BYD Coach and Bus LLC
Bus Manufacture BYD Coach and Bus LLC
Electrical – Video Surveillance 34 AngelTrax 6 Camera System, 1TB HD and 64 GB SD Card, Wifi Ready Option $ 3,289.67
Electrical – Video Surveillance 35 AngelTrax 9 Camera System, 1TB HD and 64 GB SD Card, Wifi Ready Option $ 4,386.11
Electrical – Video Surveillance 36 AngelTrax 12 Camera System, 1TB HD and 64 GB SD Card, Wifi Ready Option $ 7,069.54
Electrical – Video Surveillance 37 March Network (8) Camera System Option Quote
Electrical – Video Surveillance 38 REI Bus Watch Digital Option Quote
Electrical – Video Surveillance 39 TVSS Claim Safe III w/4 Digital Cameras Option Quote
Electrical – Video Surveillance 40 Rear View Camera System Option Quote
Electrical – Video Surveillance 41 Add Additional Color Camera Option Quote
Electrical – Video Surveillance 42 Verint 4 Camera System Option Quote
Electrical – Video Surveillance 43 Verint 5 Camera System Option Quote
Electrical – Video Surveillance 44 Desk Top Viewing Station (REI) Option Quote
Electrical – Video Surveillance 45 Velvac Hyperion Virtual DVR (up to 7 camera views through dash mounted tablet) Option Quote
Other Option - Specify Quote
Fare Box
Fare Box 1 No Fare box, Power Circuit and Ground strap only Standard Standard
Fare Box 2 GFI 36" Fastfare Option $ 11,576.25
Fare Box 3 GFI 36" Odyssey Option $ 11,576.25
Fare Box 4 GFI 41" Fast Fare Option $ 11,576.25
Fare Box 5 GFI 41" Odyssey Option $ 11,576.25
Fare Box 6 Diamond Model SV w/Two (2) Vaults Option $ 1,202.88
Fare Box 7 Globe Transfer Cutter Option $ 120.00
Other Option - Specify Quote
HVAC
HVAC 1 BYD Standard HVAC Standard Standard
HVAC 2
TK Electric HVAC System - REH-M8 059549 - All Models excluding K11M and Coach (Roof
Mount)Option $ 21,947.10
HVAC 3 K11M - (2) TK Electric HVAC System - REH-M8 059549 (Roof Mount) Option $ 43,894.20
HVAC 4 Mobile Climate Control HVAC (Eco-136e) Option $ 20,770.05
HVAC 5 K11M - (2) Mobile Climate Control HVAC (Eco-136e) - Option $ 41,540.10
HVAC 6 Defroster, 460VAC, Electric - 12-600XX Option $ 2,784.07
HVAC 7 Control Panel for 12-600XX - T56-03XX Option $ 294.68
HVAC 8 Defroster, 24V, Glycol - T13-22112 Option $ 1,241.78
HVAC 9 Control Panel for T13-22112 - T56-0358 Option $ 294.68
HVAC 10 Driver Booster Blower, 24V - T15-61046 Option $ 400.80
HVAC 11 Sutrak All Electric Air Conditioning - All Models excluding K11M and Coach (Roof Mount) Option $ 23,569.35
HVAC 12 K11M - (2) Sutrak All Electric Air Conditioning - (Roof Mount) Option $ 47,138.70
HVAC 13 Air Purification System Option Quote
Auxiliary Heater 14 Hybrid Heater
Required by
RFP Included
Auxiliary Heater 15 Electric Water Heater instead of Diesel Heater Option $ 4,430.00
Auxiliary Heater 16 Electric PTC Heater instead of Diesel Heater Option $ (300.00)
Other Option - Specify Quote
Manuals
Manuals 1 Drivers Handbook (1 Manual/1 CD per Bus Order) Standard Included
Manuals 2 Service Manual (1 Manual/1 CD per Bus Order Standard Included
Manuals 3 Parts Manual (1 Manual/1CD per Bus Order) Standard Included
Manuals 4 Electrical Schematics (1 Manual/1CD per Bus Order) Standard Included
Manuals add Electrical and Air Schematics (1 Manual/1CD per Bus Order) Standard Included
Manuals 5 Vendor Manuals (1 Manual/1 CD per Bus Order) Standard Included in service manual
Manuals 6 Additional Driver's Handbook Option $ 80.00
Manuals 8 Additional Parts Manuals Option $ 200.00
Manuals 9 Additional Electrical Schematics Option $ 75.00
Manuals 10 Additional Electrical Multiplex Option Quote
Other Option - Specify Quote
Safety
Safety 1 Amerex Fire Suppression System w/Automatic Shutdown, Programmable Heat Detectors
(PHDs) - Rear and Battery Compartments Standard Standard
Safety 2 Fire Extinguisher and Safety Triangle Kit Standard Standard
Safety 3 Twenty - Four Unit First Aid Kit Option $ 120.00
Safety 4 Ten Unit First Aid Kit Option $ 60.00
Safety 5 Blood Borne Pathogens Kit Option $ 90.00
Safety 6 Bio - Hazard Disposal Kit Option $ 42.00
Safety 7 (3) 20 - Minute Road Flares Option $ 24.00
Other Option - Specify Quote
Steering
Steering 1 Standard Size Padded Steering Wheel Standard Standard
Steering 2 Douglas Autotech Steering Column (PN 9204746) Standard Standard
Other Option - Specify Quote
Towing & Hoisting
Towing & Hoisting 1 Set Towing Adapters/Tow Bar Standard Standard
Towing & Hoisting 4 Incl w/set - Front Adapters Standard Standard
Towing & Hoisting 6 Incl w/set - Rear Adapters Standard Standard
Towing & Hoisting 7 Front towing point Standard Standard
Other Option - Specify Quote
Training
Training 1 40 hours BYD Training included in base price with bus order quantity of 1-9 Standard Included
Training 2 80 hours BYD Training included in base price with bus order quantity of 10-19 Standard Included
Training 3 120 hours BYD Training included in base price with bus order quantity of 20-29 Standard Included
Training 4 160 hours BYD Training included in base price with bus order quantity of 30-49 Standard Included
Page 243 of 733
BYD Coach and Bus LLC
ITB Statewide Price Agreement #: 00-00000-20-00087
Vendor BYD Coach and Bus LLC
Bus Manufacture BYD Coach and Bus LLC
Training 5 200 hours BYD Training included in base price with bus order quantity of 50 + Standard Included
Training 6 Additional training … per hour - BYD Option $ 200.00
Training 7 Vendor Training Option Quote
Other Option - Specify Quote
Training Equipment Modules
Training Equipment Modules 1 I/O Controls Multiplex Board (G4-STB) Option $ 19,635.00
Other Option - Specify Quote
W/C Restraints
W/C Restraints 1 AMSECO - Advanced Restraint Module (Front telescoping) Belts additional Standard Standard
W/C Restraints 2 AMSECO - Advanced Restraint Module (Rear telescoping) Belts additional Option $ 216.00
W/C Restraints 3 AMSECO - Advanced Restraint Module (Center pivoting) Belts additional Option $ 343.20
W/C Restraints 4 AMESCO Passive rear-facing restraints (rear facing barriers) - Belts additional Option $ 836.40
W/C Restraints 5 Q'Straint - QRT Option $ 565.20
W/C Restraints 6 Q'Straint - ORT 360 Option $ 181.20
W/C Restraints 7 Q'Straint - QRT Delexe (Coach Model) Standard Standard
W/C Restraints 8 Q'Straint - Q'UBE 3- Point Securement Station - Belts additional /Front and Rear Q'UBE 4-Point
Securement Station(Low Floor) Standard Standard
W/C Restraints 9 Q'Straint - Quantum Securement System Option $ 9,295.00
W/C Restraints 10 Q'Strant/Sure-Lok - OMNI Floor Anchor System Option $ 108.00
W/C Restraints 11 Q’Straint Slide N Click floor mount restraint system Option $ 630.00
W/C Restraints 12 AMSECO Q- Pod W/C Restraint System Option $ 3,083.77
W/C Restraints 13 AMESCO Dual Auto Lock W/C Restraint System Option $ 643.20
W/C Restraints 14 USSC - V- PRO Standard Standard
Other Option - Specify Quote
Wheel Chair Ramp (low-floor
only) / Lift (high-floor only)
Wheel Chair Ramp (low-floor only) /
Lift (high-floor only)1 LIFT- U Model LU18, Dual- Mode 1:6 (Street)/1:8 (Sidewalk) Standard Standard
Wheel Chair Ramp (low-floor only) /
Lift (high-floor only)2 Ricon 6:1 SA Self-Leveling Ramp Standard Standard
C6M - BRAUN Standard Standard
Wheel Chair Ramp (low-floor only) /
Lift (high-floor only)3 K7M - Ricon FR2SS02-11000000 Standard Standard
Wheel Chair Ramp (low-floor only) /
Lift (high-floor only)4 K9S (ER), K9M, K9MD (ER), K11M - Ricon SSR-0M27291Y00 Standard Standard
Wheel Chair Ramp (low-floor only) /
Lift (high-floor only)5 C10M - Ricon F10XF-002 Standard Standard
Other Option - Specify Quote
Wheel - Brakes
Wheel – Brakes 1 All Wheel Disc Brakes Standard Standard
Other Option - Specify Quote
Wheel - Hubometer
Wheel Hubometer 1 none Standard Standard
Wheel Hubometer 2 Veeder Root w/o Tenths w/o Guard Option $ 180.00
Wheel Hubometer 3 Engler (Stemco) Mechanical W/o Tenths W/o Guard Option $ 91.20
Wheel Hubometer 4 Engler Hubometer W/Powder Coat Guard Option $ 78.00
Other Option - Specify Quote
Wheel - Hubs
Wheel Hubs 1 Hub Piloted Wheels and Axles W/Grease Seals Standard Standard
Wheel Hubs 2 Bendix / Knorr Traction Control Standard Standard
Wheel Hubs 3 Wabco Traction Control Option Quote
Wheel Hubs 4 Hydraulic drop down snow chain system (Insta-Chain) Option Quote
Other Option - Specify Quote
Wheel - Tires
Wheel – Tires 1 Customer Supplied Standard Standard
Wheel – Tires 2 Michelin 285/70R19.5 - K7M & K7M-ER Option $ 418.61
Wheel – Tires 3 Michelin XZA 315/80R22.5 - C9M & C10M Option $ 557.95
Wheel – Tires 4 Michelin XZU2 (305/70R/22.5) Option Quote
Wheel – Tires 5 Michelin X INCITY Z 305/70R22.5 - K9S, K9M, K9MD, K11M Option $ 547.20
Wheel – Tires 6 Goodyear G152 (305/70R/22.5) Option $ 642.00
Wheel – Tires 7 Tire Pressure Monitoring System Standard Standard
Other Option - Specify Quote
Wheels
Wheels 1 (6) Aluminium Alcoa - Full Polish Standard Standard
Wheels 2 Spare Wheel - Full Polish Option $ 242.40
Wheels 3 Add Dura Flange to Alcoa (per wheel) Option $ 150.00
Wheels 4 Add Dura Bright to Alcoa (per wheel) Option $ 60.00
Other Option - Specify Quote
Windows
Windows 1 Driver Side Lamindated Safety Glass Window (1/4") - Framed Sliders Standard Standard
Windows 2 Hidden Framed Bonded - Transom -openable Standard Standard
Windows 3 Add Window Guards (Acrylic Liner and Film) - Per window Option Quote
Windows 4 anti-graffiti 3M film (per inside window) - Per Window Option Quote
Windows 5 All windows equipped with liners attached Option Quote
Other Option - Specify Quote
Warranty
Page 244 of 733
BYD Coach and Bus LLC
ITB Statewide Price Agreement #: 00-00000-20-00087
Vendor BYD Coach and Bus LLC
Bus Manufacture BYD Coach and Bus LLC
Complete Bus (All Bus) 1 Complete Bus (All Bus) - 5 years, 250,000 miles
RFP
Requirement Included
Complete Bus (C6M) 2 Complete Bus (C6M) - 2 years, 100,000 miles Option (30,182.24)$
Complete Bus (K7M, K9S, K9M) 3 Complete Bus (K7M, K9S, K9M) - 2 years, 100,000 miles Option (39,182.24)$
Complete Bus (K11M) 4 Complete Bus (K11M) - 2 years, 100,000 miles Option (57,182.24)$
Complete Bus (C9M, C10M) 5 Complete Bus (C9M, C10M) - 2 years, 100,000 miles Option (42,182.24)$
Destination Sign 6 Destination Sign - 7 years, unlimited miles
RFP
Requirement Included
Destination Sign 7 Destination Sign - 5 years, unlimited miles Option (1,182.24)$
8 Other Option - Specify Quote
Other Items $ -
Other Items 1 Brake System Diagnostics Standard Standard
Other Items 2 Cup Holder Option $ 24.00
Other Items 3 Auxiliary Drivers Fan Option $ 90.00
Other Items 4 Stainless Steel Trash Bag Holder Option $ 18.00
Other Items 5 Transfer Cutter Option $ 120.00
Other Items 6 Keyed Ignition Switch Option $ 36.00
Other Items 7 Fiber Optic Backlighting on Drivers Dash Standard Standard
Other Items 8 Exterior Ad Frame - Front 21" X 40" Option $175.00
Other Items 9 Exterior Ad Frame - Curbside 30" X 88" Option $283.00
Other Items 10 Exterior Ad Frame -Streetside 30" X 144" Option $335.00
Other Items 11 Exterior Ad Frame Rear 21" X 72" Option $226.00
Other Items 12 I/O Controls LED Interior Lights Standard Standard
Other Items 13 winter weather package (heated front entrance) Option $ 2,400.00
Other Items 14 First Aid kit for 24 people option Option $ 60.00
Other Items 15 2 front dash-mounted fans to defrost front door Option $ 180.00
Other Items 16 Driver’s LED reading light Standard Standard
Other Items 17 Driver’s sun visors - Manual Scissor Style Standard Standard
Other Items 18 Reducer removal socket tools (K7M) Special Tools $ 457.71
Other Items 19 Reducer removal socket tools (All Models except K7M) Special Tools $ 351.90
Other Items 20 Can Box Special Tools $ 971.45
Other Items 21 Bosh Vds Device Special Tools $ 6,000.00
Other Items 22
Special Tool For Battery Pack
(For Modularization Battery Pack)Special Tools $ 2,433.48
Other Items 23 Plug Special Tools $ 1.20
Other Items 24 Rubber Protector Special Tools $ 0.66
Other Items 25 Plier Special Tools $ 33.69
Page 245 of 733
Item 2- (AC) Creative Bus Sales, Inc.
Easy Rider/ Axess
Page 246 of 733
A.
B.
C.
PRICING & OPTIONS – VEHICLE #2 CONTINUED
Delivery/freight charge from Bus Manufacturer to Santa Fe, NM.$1,663.00
One-way delivery cost from Vendor to Recipient's destination
(price should include cost for one hour of recipient orientation.)See our attached
delivery matrix
per county.
Delivery Time Frame after receipt of Purchase Order (days)365 Days
*Floorplans must be submitted for each category bid.
*Certified pre-build weight certificates must be submitted for each category bid.
*Tech Info Card & Standard Warranty Card are Required per Category Bid
TECHNICAL INFORMATION – VEHICLE #2
CURRENT YEAR MODEL - MEDIUM DUTY, REAR ENGINE, LOW FLOOR, PURPOSE BUILT
VEHICLE WITH A MINIMUM 10 YEAR/300,000 MILE LIFE EXPECTANCY
(4)Hybrid Propulsion System
Hybrid Propulsion System ADD INC
Adds & Deletes Optional Pricing – Transit Vehicle #2
CHASSIS OPTIONS:
(1a) Chassis Options - Diesel
- Manufacturer 1
ADD Inc
(2)Chassis Options - Gas ADD N/A
(3)Chassis Options - CNG ADD INC
Axess 35' Diesel Base $427,094.00
Axess 35' CNG Base $495,999.00
Axess 40' Diesel
PRICING & OPTIONS – VEHICLE #2
CURRENT YEAR MODEL - MEDIUM DUTY, REAR ENGINE, LOW FLOOR, PURPOSE BUILT
VEHICLE WITH A MINIMUM 10 YEAR/300,000 MILE LIFE EXPECTANCY
Base price will include all rebates & concessions and include price for ADA compliant
Vendor:
Bus Manufacturer:
Bus Model:
Creative Bus Sales, Inc.
ENC REV
Easy Rider / Axess
Base Model Floorplans – Transit Vehicle #2
DESCRIPTION OF OPTIONS – VEHICLE #2
CURRENT MODEL YEAR - MEDIUM DUTY, REAR ENGINE, LOW FLOOR, PURPOSE BUILT
VEHICLE A MINIMUM 10 YEAR/300,000 MILE LIFE EXPECTANCY
Easy Rider 30' Diesel Base $399,328.00
Easy Rider 30' CNG Base $444,000.00
Easy Rider 30' Hybrid Base $602,451.00
Base $438,609.00
Axess 40' Hybrid Base $641,732.00
Axess 40' CNG BASE $507,514.00
Axess 40' Hydrogen Fuel Cell BASE $1,238,825.00
Page 247 of 733
Capacity
Gross Vehicle Weight Rating (GVWR)
Axle, Front Manufacturer
Type
Model
Gross Axle Weight Rating (lbs.)
Axle, Rear Manufacturer
Speeds
Cooler
Alternator Manufacturer
Model
Output (amps)
Starter Motor Manufacturer
Model
Air Compressor (if equipped) Manufacturer
Model
Engine Manufacturer
Type
Model
Net S.A.E. Horsepower
Net S.A.E.Torque
Transmission Manufacturer
Type
TECHNICAL INFORMATION – VEHICLE #2
Model
Subframe
Body frame
Exterior panels
Interior panels
Insulation
Chassis Manufacturer
Certified Weight of Bus - Total
On Front Axle
On Rear Axle
Overall Width (excluding mirrors)
Overall Exterior Height
Interior Height (center of aisle)
Doorway Opening
Ambulatory Width inches /Height
Wheelchair Width inches /Height
Wheel base
Floor thickness
Construction Type/Materials
Bus Manufacturer
Bus Model Number
Altoona Test Life (years/miles)
Test Report Model
Test Report Number
Test Report Date
Production Location
Warehouse and Service Locations
Overall Length (including bumpers)
Bus Vendor Creative Bus Sales, Inc.
Page 248 of 733
Driver's Seat - Manufacturer
Model
Interlock - Manufacturer
Model
Backup Alarm (db)
Wheelchair Lift - Manufacturer
Model
Wheelchair Securement - Manufacturer
Model
Seat Belts - Manufacturer
Type
Passenger Seats - Manufacturer
Type
Minimum knee-to-hip space
TECHNICAL INFORMATION – VEHICLE #2
Load Range
Batteries
Main - Manufacturer
Type, Size
Capacity (CCA at 0 degrees F)
Accessory - Manufacturer
Type, Size
Capacity (CCA at 0 degrees F)
Heating Cores - Manufacturer
Number of cores
Air Conditioning - Manufacturer
Model
Capacity (BTUs)
Fuel Tank Capacity (gallons)
Tires - Manufacturer
Size/Type
Radiator Manufacturer
Type
Model
Total System Capacity (Excluding auxiliary heating
system)
Gallons
Radiator Fan Speed Control Type
Surge Tank Capacity
Engine Thermostat Temperature Setting Degrees
Overheat Alarm Temperature Setting Degrees
Heating System Capacity Front BTUs /Rear
Gross Axle Weight Rating (lbs.)
Differential Ratio
Power Steering Pump Manufacturer
Model
Brakes - Manufacturer
Front - Type
Diameter
Rear - Type
Diameter
Type
Model
Page 249 of 733
Air Conditioner
Lift
Other Options
VEHICLE #2 - LIST ALL AUTHORIZED SERVICE DEALERS BELOW:
Name Address/Phone City/County/State
Creative Bus Sales, Inc. 5760 Pino Ave NE I 866-973- Albuquerque, NM
STANDARD WARRANTIES – VEHICLE #2
CURRENT YEAR MODEL - MEDIUM DUTY, REAR ENGINE, LOW FLOOR, PURPOSE BUILT
VEHICLE WITH A MINIMUM 10 YEAR/300,000 MILE LIFE EXPECTANCY
Warranty Miles Years
Body Structure
Chassis
Engine
Transmission
Roof Marker Lights - Manufacturer
Interior Lighting - Type
Number of Fixtures
Identification Lights - Manufacturer
Page 250 of 733
Category Item # DescriptionBid E-Z Rider 30'2Bid Axess 35' Bid Axess 40'Air Air 1 Shop Air Connection (Milton S790) $ 304.00 $ 304.00 $ 304.00 Air 2 Kingston Auto Drain Valve At Ping Tank $ 136.00 $ 136.00 $ 136.00 BodyBody 1 Change E-Z Rider 32' Length to 35' $ 8,194.00 N/A N/A Body 2 Trolley Styling Package Classic San Francisco (Complete Package) $ 65,789.00 65,789.00$ 65,789.00$ Body 3 Trolley Styling Package - 2 color custom trolley paint $ 1,810.00 1,810.00$ 1,810.00$ Body 4 Trolley Styling Package - brown leather overhead grab steps each $ 42.00 42.00$ 42.00$ Body 5 BRT Roof Fairings Front and Rear $ 1,263.00 1,263.00$ 1,263.00$ Body- Bike RackBody – Bike Rack 1 Sportworks Apex 3 - 3 Position Bike, Stainless Steel $ 1,362.00 $ 1,362.00 $ 1,362.00 Body – Bike Rack 2 Sportworks - 2 Position Bike, Black Powder Coated (Apex 2) $ 1,216.00 $ 1,216.00 $ 1,216.00 Body – Bike Rack 3 Sportworks - 2 Position Bike, Stainless Steel (Apex 2) $ 1,184.00 $ 1,184.00 $ 1,184.00 Body – Bike Rack 4 Sportworks - 3 Position Bike, Black Powder Coated (DL3) $ 1,481.00 $ 1,481.00 $ 1,481.00 Body – Bike Rack 5 Sportworks - Trilogy 3 Position Bike, Stainless Steel $ 1,863.00 $ 1,863.00 $ 1,863.00 Body – Bike Rack 6 Bike Rack 5" Spot Mirror $ 42.00 $ 42.00 $ 42.00 Body – Bike Rack 7 Bike Rack Mounted Advertising Frame, 14"X 44" $ 463.00 $ 463.00 $ 463.00 Body – Bike Rack 8 Sportworks - 3 Position Bike, Stainless Steel (DL3) $ 2,093.00 $ 1,230.00 $ 1,230.00 Body – Bike Rack 9 Velo Porter - 2 Position Bike, SS $ 1,076.00 $ 2,093.00 $ 2,093.00 Body – Bike Rack 10 Velo Porter - 3 Position Bike, SS $ 1,572.00 $ 1,076.00 $ 1,076.00 Body – Bike Rack 11 Midwest Bus - BYK RYK (Stainless Steel) 3 position, w/ Deployment Sensor $ 1,230.00 $ 1,572.00 $ 1,572.00 Body – Bike Rack 12 Sportworks DL2, Stainless Steel $ 1,212.00 $ 1,212.00 $ 1,212.00 Body – Bike Rack 13 Sportworks DL2, Black $ 831.00 $ 831.00 $ 831.00 Body – Bike Rack 14 Sportworks Apex 3 - 3 Position Bike, Black $ 1,466.00 $ 1,466.00 $ 1,466.00 Body – Bike Rack 15 Sportworks Bike Counter Kit - 3 Bike $ 429.00 $ 429.00 $ 429.00 Body – Bike Rack 16 Sportworks Bike Counter Kit - 2 Bike $ 317.00 $ 317.00 $ 317.00 Body – Bike Rack 17 BYK RAK Ad Sign for 3 Position Bike Rack $ 115.00 $ 115.00 $ 115.00 Body - Driver's BarrierBody – Driver's Barrier 1 Flat Melamine, Two Piece, w/(4) Schedule Holders $ 305.00 $ 305.00 $ 305.00 Body – Driver's Barrier 2 Plexiglass Drivers Security Enclosure, two pieces $ 1,947.00 $ 1,947.00 $ 1,947.00 Body – Driver's Barrier 3 Arow Global DPS $ 6,402.00 $ 5,981.00 $ 5,981.00 Body - Driver'SeatBody – Driver Seat 1 USSC 9100 ALX w/Fabric Seat and Back w/Gray Fabric Boxing $ (554.00) $ (554.00) $ (554.00)OPTONAL EQUIPMENT - STATE OF NEW MEXICO, ITB #: 00-00000-32-00087
Page 251 of 733
Body – Driver Seat 2 USSC 9100 ALX - 3 w/Fabric Seat and Back w/Gray Fabric Boxing $ (243.00) $ (243.00) $ (243.00)Body – Driver Seat 3 Add Armrest (Right Side only) $ 192.00 $ 192.00 $ 192.00 Body – Driver Seat 4 Add Shoulder Belt $ 311.00 $ 311.00 $ 311.00 Body – Driver Seat 5 Add 3 -Point, Horizontally Adjustable D - Loop $ 311.00 $ 311.00 $ 311.00 Body – Driver Seat 6 Driver’s Seat Vacancy Alarm $ 158.00 $ 158.00 $ 158.00 Body – Driver Seat 7 Safety Orange Shoulder Belt (US SC ALX) $ 311.00 $ 311.00 $ 311.00 Body – Driver Seat 8 Silicon Foam At Lower Seat Cushion (USSC) $ 863.00 $ 863.00 $ 863.00 Body – Driver Seat 9 Holdsworth Fabric $ 271.00 $ 271.00 $ 271.00 Body – Driver Seat 10 FR Treated Foam (Recaro) $ 815.00 $ 815.00 $ 815.00 Body – Driver Seat 11 USSC Q90 ALX $ (107.00) $ (107.00) $ (107.00)Body – Driver Seat 12 USSC G2A -2pt Drivers Seat $ (41.00) $ (41.00) $ (41.00)Body – Driver Seat 13 Recaro - Add Camira Fabric $ 247.00 $ 247.00 $ 247.00 Body – Driver Seat 14 Recaro - Add 3-pt Black Belt $ 311.00 $ 311.00 $ 311.00 Body – Driver Seat 15 Recaro - Add 3-pt Orange Belt $ 311.00 $ 311.00 $ 311.00 Body – Driver Seat 16 USSC Docket 90A Upcharge $ 1,482.00 $ 1,482.00 $ 1,482.00 Body - Exit DoorBody – Exit Door 1 Upper Clear Plexiglas Modesty Panels Both Sides of Rear Exit Door $ 136.00 $ 136.00 $ 136.00 Body - Floor CoveringBody – Floor Covering1 Composite Sub Floor $ 421.00 $ 421.00 $ 421.00 Body - Mirror, ExteriorBody – Mirror, Exterior 1Velvac View-All System (Camera Mounted in Exterior Mirror W/LCD Screen in Driver Area) $ 1,863.00 $ 1,863.00 $ 1,863.00 Body – Mirror, Exterior 2 Velvac Hyperion Lane Change Guardian $ 2,547.00 $ 2,547.00 $ 2,547.00 Body – Mirror, Exterior 3 ADD: LED Turn Signal to Side Mirror - Side Mount $ 157.00 $ 157.00 $ 157.00 Body – Mirror, Exterior 4 ADD: LED Turn Signal to Side Mirror - Within Glass $ 105.00 $ 105.00 $ 105.00 Body – Mirror, Exterior 5 Remove Remote Mirror Controls and Heated $ (210.00) $ (210.00) $ (210.00)Body - Mirror, InteriorBody – Mirror, Interior 1 Mirror - 4.75" X 15" $ (18.00) $ (18.00) $ (18.00)Body – Mirror, Interior 2 Mirror - 5" flat $ 26.00 $ 26.00 $ 26.00 Body - Paint & DecalBody – Paint & Decal 1 (2) Colors, with and without Black Mask At Windows $ 2,442.00 $ 2,442.00 $ 2,442.00 Body – Paint & Decal 2 (3) Colors, with and without Black Mask At Windows $ 3,347.00 $ 3,347.00 $ 3,347.00 Body – Paint & Decal 3 Basic Decal Package (Up to Three Strips and Equivalent Design) $ 3,684.00 $ 3,684.00 $ 3,684.00 Body – Paint & Decal 4 Custom Paint/Decal Design (Per Purchasers' Spec) Quote Quote Quote Body – Paint & Decal 5 Clear Coat Complete Bus $ 1,105.00 $ 1,105.00 $ 1,105.00 Body – Paint & Decal 6 Metallic Paint Upgrade per color $ 1,842.00 $ 1,842.00 $ 1,842.00
Page 252 of 733
Body - Passenger Seat OptionsPassenger Seat Options 1 4 One - Citipro $ 3,002.00 3,336.00$ 4,315.00$ Passenger Seat Options 2 (2) Passenger Seats on Curbside Wheelwell in lieu of 3 $ (300.00)N/A N/APassenger Seat Options 3 Hinged Rear Settee $ 194.00 194.00$ 194.00$ Passenger Seat Options 4 Dual USB charging station throughout seating layout $ 1,894.00 1,894.00$ 1,894.00$ Passenger Seat Options 5 AMSECO - Insight $ 2,291.00 2,734.00$ 2,686.00$ Passenger Seat Options 6 AMSECO - Prime + $ 1,862.00 2,713.00$ 2,268.00$ Passenger Seat Options 7 AMSECO - Prime $ 1,304.00 2,091.00$ 1,286.00$ Passenger Seat Options 8 AMSECO - Vison $ 4,465.00 5,057.00$ 6,050.00$ Passenger Seat Options 9 AMSECO - VR50 Seat Onserts as applicable $ 653.00 702.00$ 890.00$ Passenger Seat Options 10 AMSECO - CR50 Seat Inserts $ 2,700.00 2,958.00$ 3,749.00$ Passenger Seat Options 11 United States Seating - Aries N/A 4,347.00$ 5,653.00$ Passenger Seat Options 12 United States Seating - Gemini N/A (1,149.00)$ (1,526.00)$ Passenger Seat Options 13 Freedman Citipro with 3 point seatbelts $ 21,892.00 22,328.00$ 28,370.00$ Passenger Seat Options 14 ADD additional double flip seat in lieu of fixed seat $ 202.00 202.00$ 202.00$ Passenger Seat Options 15 Remove one set of fixed seats $ (591.00) (591.00)$ (591.00)$ Passenger Seat Options 16 Remove individual seat $ (348.00) (348.00)$ (348.00)$ Body - Passenger SignalBody – Passenger Signal 1 Touch Tape (At Window Mullions) $ 647.00 $ 647.00 $ 647.00 Body – Passenger Signal 2 Button at Exit Door Vertical Stanchion $ 68.00 $ 68.00 $ 68.00 Body – Passenger Signal 3 Button in the Parcel Rack $ 68.00 $ 68.00 $ 68.00 Body – Passenger Signal 4 Wireless Push Button Request - each $ 57.00 $ 57.00 $ 57.00 Body – Passenger Signal 5 Wired Push Button Request - each $ 68.00 $ 68.00 $ 68.00 Body - Rear DoorBody – Rear Door 1 56" Wide Rear Door w/Full Driver Control (Air Open/Air Close) $ 842.00 $ 842.00 $ 842.00 Body – Rear Door 2 Electric Operated Front/Rear Door Motor and Control $ 3,880.00 $ 3,880.00 $ 3,880.00 Body – Rear Door 3 Touch Bars w/Driver Override $ 757.00 $ 757.00 $ 757.00 Body – Rear Door 4 Touch Tape in Place of Touch Bars $ 757.00 $ 757.00 $ 757.00 Body – Rear Door 5 Vapor Class Acoustic (Photo Sensor) $ 2,684.00 $ 2,684.00 $ 2,684.00 Body – Rear Door 6 Vapor Electric Transit Operator $ 521.00 $ 521.00 $ 521.00 Body – Rear Door 7 Remove Rear Door, Add Two Seats $ (4,403.00) $ (4,403.00) $ (4,403.00)Body – Rear Door 8 Ventura electric rear door $ 1,951.00 $ 1,951.00 $ 1,951.00 Body – Rear Door 9 Ventura electric front door $ 2,592.00 $ 2,592.00 $ 2,592.00 Body - Roof HatchBody – Roof Hatch 1 Manual Hatch At Front and Rear Positions $ 373.00 $ 373.00 $ 373.00 Body – Roof Hatch 2 Electric Hatch with Driver Control (per Position) $ 231.00 $ 231.00 $ 231.00 Body – Roof Hatch 3 Glass Hatch in Lieu of Standard $ 157.00 $ 157.00 $ 157.00
Page 253 of 733
Body – Roof Hatch 4 Additional Roof Hatch Position $ 373.00 $ 373.00 $ 373.00 Body - Schedule RackBody – Schedule Rack 1 Innocom Schedule Racks 3.75" x 7" x 1.5" $ 33.00 $ 33.00 $ 33.00 Body – Schedule Rack 2 Innocom Schedule Racks 8.62" x 1 1" x 1" $ 33.00 $ 33.00 $ 33.00 Body – Schedule Rack 3 Transit Information Products - 19" x 21" OBIC 19/214P1LTRMC $ 333.00 $ 333.00 $ 333.00 Body – Schedule Rack 4 Transit Information Products - 19" x 21" OBICT10P2LTRMC $ 637.00 $ 637.00 $ 637.00 Body - Stanchions/Grab RailsBody – Stanchions/Grab Rails 1 Powdercoated Vertical Stanchions, Grab Rails & Modesty Panel Tubes $ 463.00 $ 463.00 $ 463.00 Body – Stanchions/Grab Rails 2 Powder Coated Vertical Stanchions only $ 294.00 $ 294.00 $ 294.00 Body – Stanchions/Grab Rails 3 Vinyl Coated Nylon Grab Straps (Cost per Handle) $ 21.00 $ 21.00 $ 21.00 Body – Stanchions/Grab Rails 4 SSTL Spring Loaded Grab Handle (Cost per Handle) $ 157.00 $ 157.00 $ 157.00 Body – Stanchions/Grab Rails 5 non-vinyl-coated nylon grab straps (Cost per handle) $ 21.00 $ 21.00 $ 21.00 Cooling SystemCooling System 1 Modine Electric Cooling Fan System $ (273.00) $ (273.00) $ (273.00)Cooling System 2 E - Coat Radiator, CAC & Hydraulic Cooler $ 842.00 $ 842.00 $ 842.00 Cooling System 3 Webasto Model Thermo 300 ( 104,000 btu ) Coolant Heater $ 2,411.00 $ 2,411.00 $ 2,411.00 Cooling System 4 Webasto Model Thermo 230 ( 80,000 btu ) Coolant Heater $ 2,969.00 $ 2,969.00 $ 2,969.00 Cooling System 5 Mechanical Fan Drive $ (4,526.00) $ (4,526.00) $ (4,526.00)Cooling System 6 Proheat Model X30 (31,000 BTU) Coolant Heater $ 2,744.00 $ 2,744.00 $ 2,744.00 Cooling System 7 Proheat Model M50 (50,000 BTU) Coolant Heater $ 2,422.00 $ 2,422.00 $ 2,422.00 Cooling System 8 Webasto Thermo G Gas Coolant Heater $ 5,070.00 $ 5,070.00 $ 5,070.00 Electrical - AlternatorElectrical – Alternator 1 EMP POWER 450 AMP Brushless Alternator $ 263.00 $ 263.00 $ 263.00 Electrical - Automatic Passenger CounterElectrical – APC 1UTA Automatic Passenger Counter System with GPS, WLAN Capabilities (1) Door Bus $ 5,402.00 $ 5,402.00 $ 5,402.00 Electrical – APC 2 UTA APC Sensors, Cabling, CPU only $ 3,657.00 $ 3,657.00 $ 3,657.00 Electrical – APC 3UTA Automatic Passenger Counter System with GPS, WLAN Capabilities, Double (2) Door Bus $ 6,255.00 $ 6,255.00 $ 6,255.00 Electrical – APC 4 UTA APC Software - Small Public Transit Agency per quote $ 49,473.00 $ 49,473.00 $ 49,473.00 Electrical – APC 5 UTA Pre-Wire Single (1) Door $ 1,608.00 $ 1,608.00 $ 1,608.00 Electrical – APC 6 UTA Pre-Wire Double (2) Door $ 1,757.00 $ 1,757.00 $ 1,757.00 Electrical - Auxiliary LightsElectrical – Auxiliary Lights 1 Four (4) 4" Diameter LED Auxiliary Brake Lights $ 117.00 $ 117.00 $ 117.00 Electrical – Auxiliary Lights 2 Two (2) Dialight 7" Diameter LED Auxiliary Brake Lights $ 50.00 $ 50.00 $ 50.00 Electrical – Auxiliary Lights 3 JKA Enterprises LED "Stop" Light $ 475.00 $ 475.00 $ 475.00
Page 254 of 733
Electrical – Auxiliary Lights 4 Exterior Curb Lamps, Front & Rear - Dialight $ 157.00 $ 157.00 $ 157.00 Electrical – Auxiliary Lights 5 Triangle Amber LED Yield Sign - Dialight $ 475.00 $ 475.00 $ 475.00 Electrical – Auxiliary Lights 6 Overhead Farebox LED Light $ 197.00 $ 197.00 $ 197.00 Electrical – Auxiliary Lights 7 Service Compartment Lights - LED $ 252.00 $ 252.00 $ 252.00 Electrical – Auxiliary Lights 8 LED Beacon Light $ 151.00 $ 151.00 $ 151.00 Electrical – Auxiliary Lights 9 Skirt Mounted Turning Lamps - each $ 100.00 $ 100.00 $ 100.00 Electrical - Battery & Battery ChargersElectrical - Battery & Chargers 1 Ultra Capacitors - KBI KAPower $ 4,078.00 $ 4,078.00 $ 4,078.00 Electrical - Battery & Chargers 2 Anderson 350 Jump Start Connector (Each) $ 195.00 $ 195.00 $ 195.00 Electrical - Battery & Chargers 3 Upgrade to (4) Odyssey Group 31 batteries $ 968.00 $ 968.00 $ 968.00 Electrical - Communication/RadioElectrical – Communication/Radio 1Pre - Wire:12V/40A Direct Battery & 12V/10A Ignition (Route to RH Dash & Ele. Equip. Box) and Install Roof Mount RF/GPS/Cellular Antenna $ 251.00 $ 251.00 $ 251.00 Electrical - Destination SignElectrical – Destination Sign 1 Delete base destination signs - Luminator front, side, rear amber $ (6,817.00) $ (6,817.00) $ (6,817.00)Electrical – Destination Sign 2 Twin Vision Silver Series Sign (16 X160) Front & Side $ 7,102.00 $ 7,102.00 $ 7,102.00 Electrical – Destination Sign 3 Twin Vision Smart Series II (16 X160) Front & Side $ 5,998.00 $ 5,998.00 $ 5,998.00 Electrical – Destination Sign 4 Twin Vision 100% Amber LED, Front, Curb Side, Rear $ 7,071.00 $ 7,071.00 $ 7,071.00 Electrical – Destination Sign 5 Twin Vision 100% Amber LED, Rear $ 1,046.00 $ 1,046.00 $ 1,046.00 Electrical – Destination Sign 6 Luminator Spectrum Color 100% LED Front ,Curbside, Rear $ 14,535.00 $ 14,535.00 $ 14,535.00 Electrical – Destination Sign 7 Luminator White LED Front, Curb-side and Rear $ 7,283.00 $ 7,283.00 $ 7,283.00 Electrical – Destination Sign 8 Add Twin Vision Smart Series II w/ rear camera, Rear Sign $ 1,456.00 $ 1,456.00 $ 1,456.00 Electrical – Destination Sign 9 Add Street Side Sign (Twin Vision Amber LED) $ 1,456.00 $ 1,456.00 $ 1,456.00 Electrical – Destination Sign 10 Add Street Side Sign (Twin Silver Series LED) $ 1,456.00 $ 1,456.00 $ 1,456.00 Electrical – Destination Sign 11 Remove Rear Sign (DEDUCT) $ (631.00) $ (631.00) $ (631.00)Electrical – Destination Sign 12 Transign Curtain Front and Side Sign $ 4,536.00 $ 4,536.00 $ 4,536.00 Electrical – Destination Sign 13 Heated Front Sign Glazing $ 195.00 $ 195.00 $ 195.00 Electrical – Destination Sign 14 Transign, (4) Character, Metal Housing $ 947.00 $ 947.00 $ 947.00 Electrical – Destination Sign 15 Twin Vision Electronic Front Dash Sign $ 935.00 $ 935.00 $ 935.00 Electrical – Destination Sign 16 Luminator Electronic Front Dash Sign $ 935.00 $ 935.00 $ 935.00 Electrical – Destination Sign 17 I/O controls Destination sign all Models Front/Side/Rear Amber $ 7,251.00 $ 7,251.00 $ 7,251.00 Electrical – Destination Sign 18 Transign Front and Side Sign System - Amber $ 7,137.00 $ 7,137.00 $ 7,137.00 Electrical – Destination Sign 19 Add Transign Roadside Sign to Front/Side - Amber $ 2,372.00 $ 2,372.00 $ 2,372.00 Electrical – Destination Sign 20 Add Transign Rear Route Sign to Front/Side - Amber $ 2,088.00 $ 2,088.00 $ 2,088.00 Electrical – Destination Sign 21Hanover LED Amber Destination Signs Front 160x17, Side 112x15, Rear 48x 15 w/ programming kit $ 6,902.00 $ 6,902.00 $ 6,902.00
Page 255 of 733
Electrical – Destination Sign 22Hanover LED Wireless Amber Destination Signs Front 160x17, Side 112x15, Rear 48x 15 w/ programming kit $ 7,298.00 $ 7,298.00 $ 7,298.00 Electrical – Destination Sign 23 Upgrade Hanover Amber Front Sign to 200x24 $ 992.00 $ 992.00 $ 992.00 Electrical – Destination Sign 24 Upgrade Hanover Amber Side Sign to 128x15 $ 116.00 $ 116.00 $ 116.00 Electrical – Destination Sign 25 Add Hanover White Dash Sign 48x15 $ 909.00 $ 909.00 $ 909.00 Electrical – Destination Sign 26 Add Hanover White Dash Sign 36x10 $ 772.00 $ 772.00 $ 772.00 Electrical – Destination Sign27 Add controller/cables for wireless update to Hanover signs $ 396.00 $ 396.00 $ 396.00 Electrical – Destination Sign 28 I/O Controls Destination Signs - Front, Side, Rear & Dash - White $ 8,562.00 $ 8,562.00 $ 8,562.00 Electrical - Destination Sign ProgrammingElectrical – Programming 1 Luminator USB & Integrated Programing Software $ 469.00 $ 469.00 $ 469.00 Electrical – Programming 2 Twin Vision Software Package $ 414.00 $ 414.00 $ 414.00 Electrical – Programming 3 Luminator Programming Software USB Wireless $ 1,509.00 $ 1,509.00 $ 1,509.00 Electrical - DiagnosticsElectrical – Diagnostics 1 I/O Controls Diagnostic Software (PC Not Included) $ 4,290.00 $ 4,290.00 $ 4,290.00 Electrical - Equipment Storage BoxElectrical – Equipment Storage Box 1 Remove Full Height Electronics Cabinet $ (1,052.00) N/A N/A Electrical - Lights, ExteriorElectrical – Lights, Exterior 1 LED headlights - high and low beam $ 652.00 $ 652.00 $ 652.00 Electrical – Lights, Exterior 2 Tail Lights - Manufacturer Dialite LED, Fixture Size - 7" Diameter $ 247.00 $ 247.00 $ 247.00 Electrical – Lights, Exterior 3 Tail Lights - Manufacturer Dialite LED, Fixture Size - 4" Diameter $ 63.00 $ 63.00 $ 63.00 Electrical - Intelligent Vehicle NetworkElectrical – IVN 1 Hanover ADA/AVA Public Announcement System w/ internal LED sign $ 7,287.00 $ 7,287.00 $ 7,287.00 Electrical – IVN 2 Hanover 1 Off Charge-Software Program/Set-up/Training for ADA/AVA System $ 5,789.00 $ 5,789.00 $ 5,789.00 Electrical - MultiplexingElectrical – Multiplexing 1 Dinex, I/O Controls G3 System $ 1,052.00 $ 1,052.00 $ 1,052.00 Electrical – Multiplexing 2 I/O Controls Vehicle Data Logger System $ 3,078.00 $ 3,078.00 $ 3,078.00 Electrical - PleasureElectrical - Pleasure 1 Hanover PIS Infotainment System w/ TFT/LCD Monitors - Double Sided $ 13,771.00 $ 13,771.00 $ 13,771.00 Electrical - Pleasure 2 Hanover PIS Infotainment System w/ TFT/LCD Monitors - Single Sided $ 9,961.00 $ 9,961.00 $ 9,961.00 Electrical - Pleasure 3 Hanover 1-Off Software for HTC/PIS Charge $ 5,789.00 $ 5,789.00 $ 5,789.00 Electrical - Public Announcement
Page 256 of 733
Electrical – Public Announcement 1 Drivers Speaker W/Separate Volume Control $ 136.00 $ 136.00 $ 136.00 Electrical – Public Announcement 2 Luminator IVS W/GPS Capability, w/LED Sign, W/O Mapping $ 7,621.00 $ 7,621.00 $ 7,621.00 Electrical – Public Announcement 3 Clever Devices - Speakeasy II $ 1,473.00 $ 1,473.00 $ 1,473.00 Electrical – Public Announcement 4 Interior LED Sign $ 921.00 $ 921.00 $ 921.00 Electrical – Public Announcement 5 One Additional Pair of Interior Speakers $ 75.00 $ 75.00 $ 75.00 Electrical – Public Announcement 6 One Additional exterior Speaker Each $ 157.00 $ 157.00 $ 157.00 Electrical - Video SurveillanceElectrical – Video Surveillance 1 Apollo RoadRunner DVR 2TB 4 Camera System w/Audio $ 5,146.00 $ 5,146.00 $ 5,146.00 Electrical – Video Surveillance 2 Apollo RoadRunner DVR 2TB 8 Camera System w/Audio $ 6,563.00 $ 6,563.00 $ 6,563.00 Electrical – Video Surveillance 3 Apollo RoadRunner DVR 2TB 12 Camera System w/Audio $ 8,923.00 $ 8,923.00 $ 8,923.00 Electrical – Video Surveillance 4 Apollo RoadRunner DVR 2TB 16 Camera System w/Audio $ 10,455.00 $ 10,455.00 $ 10,455.00 Electrical – Video Surveillance 5 Apollo RoadRunner HDR DVR 2TB 4 Camera System & Audio $ 6,288.00 $ 6,288.00 $ 6,288.00 Electrical – Video Surveillance 6 Apollo RoadRunner HDR DVR 2TB 8 Camera System & Audio $ 9,613.00 $ 9,613.00 $ 9,613.00 Electrical – Video Surveillance 7 Apollo RoadRunner HDR DVR 2TB 12 Camera System & Audio $ 12,489.00 $ 12,489.00 $ 12,489.00 Electrical – Video Surveillance 8 Apollo RoadRunner HDR DVR 2TB 16 Camera System & Audio $ 15,884.00 $ 15,884.00 $ 15,884.00 Electrical – Video Surveillance 9 Apollo Wireless Data Download capable $ 789.00 $ 789.00 $ 789.00 Electrical – Video Surveillance 10 Apollo Cellular "Live Look Through" Capable $ 1,605.00 $ 1,605.00 $ 1,605.00 Electrical – Video Surveillance 11 Apollo video 4K DVR w/9 camera system w/ Audio $ 10,153.00 $ 10,153.00 $ 10,153.00 Electrical – Video Surveillance 12Apollo mSET Base Software Single-Server License w/ Custom Clip Request Utility $ 5,200.00 $ 5,200.00 $ 5,200.00 Electrical – Video Surveillance 13 (4) Camera Pre Wire Package $ 631.00 $ 631.00 $ 631.00 Electrical – Video Surveillance 14Angel Trax - 6 HD/IR Camera System - 500 G HD Storage with SD Card Backup and Wi-Fi ready $ 3,732.00 $ 3,732.00 $ 3,732.00 Electrical – Video Surveillance 15Angel Trax - 8 HD/IR Camera System - 500 G HD Storage with SD Card Backup and Wi-Fi ready $ 6,887.00 $ 6,887.00 $ 6,887.00 Electrical – Video Surveillance 16Angel Trax - 12 HD/IR Camera System - 750 G HD Storage with SD Card Backup and Wi-Fi ready $ 9,222.00 $ 9,222.00 $ 9,222.00 Electrical – Video Surveillance 17Angel Trax -16 HD/IR Camera System - 750 G HD Storage with SD Card Backup and Wi-F- ready $ 12,365.00 $ 12,365.00 $ 12,365.00 Electrical – Video Surveillance 18 Angel Trax Live View, Live GPS, and System Health Notification option $ 2,550.00 $ 2,550.00 $ 2,550.00
Page 257 of 733
Electrical – Video Surveillance 19 Seon DX-HD, 10 Cameras with rear vision, audio, event button, GPS $ 9,736.00 $ 9,736.00 $ 9,736.00 Electrical – Video Surveillance 20SEON HDD3-STB vMax View software, HDD-DOCK3 USB docking station and handheld mouse. $ 404.00 $ 404.00 $ 404.00 Electrical – Video Surveillance 21 Seon SmartReach lite, 2.4GHz Wireless bridge w/antenna $ 886.00 $ 886.00 $ 886.00 Electrical – Video Surveillance 22 Safety Vision 10 Camera System, 12 Channel, 2TBHD $ 6,689.00 $ 6,689.00 $ 6,689.00 Electrical – Video Surveillance 23 Safety Vision 8 Camera System, 12 Channel, 2TBHD $ 5,322.00 $ 5,322.00 $ 5,322.00 Electrical – Video Surveillance 24 Safety Vision 6 Camera System, 12 Channel, 2TBHD $ 4,576.00 $ 4,576.00 $ 4,576.00 Electrical – Video Surveillance 25 Safety Vision 10 Camera System, 16 Channel,4TBHD $ 10,298.00 $ 10,298.00 $ 10,298.00 Electrical – Video Surveillance 26 Safety Vision 8 Camera System, 16 Channel,4TBHD $ 9,231.00 $ 9,231.00 $ 9,231.00 Electrical – Video Surveillance 27 Safety Vision 6 Camera System, 16 Channel,4TBHD $ 8,685.00 $ 8,685.00 $ 8,685.00 Electrical – Video Surveillance 28 REI 12-Channel DVR w/ 10 Cameras,SSD2TB $ 6,207.00 $ 6,207.00 $ 6,207.00 Electrical – Video Surveillance 29 REI Driver Behavior Reinforcement (G Force Sensor/GPS Receiver) $ 272.00 $ 272.00 $ 272.00 Engine Engine 1 Cummins ISB 6.7 280 HP $ (24,275.00) N/A N/A Engine - AccessoriesEngine – Accessories 1 Cummins Compucheck Fittings for (Air, Oil, Fuel & Coolant Testing) $ 203.00 $ 203.00 $ 203.00 Engine – Accessories 2 Kongsberg Adjustable Throttle and Brake Pedal $ 1,056.00 $ 1,056.00 $ 1,056.00 Engine – Accessories 3 By Pass Filter - Spinner - Bypass Model 976 $ 1,147.00 $ 1,147.00 $ 1,147.00 Engine – Accessories 4 FEMCO Oil Drain Plug $ 41.00 $ 41.00 $ 41.00 Engine – Accessories5 Magnetic Drain Plug $ 41.00 $ 41.00 $ 41.00 Engine – Accessories 6 Test Ports Shall Be Provided for Commonly Checked Bus Functions $ 391.00 $ 391.00 $ 391.00 Engine – Accessories 7 Rear Run Box Hand Throttle $ 168.00 $ 168.00 $ 168.00 Engine - DiagnosticsEngine – Diagnostics 1 Cummins Inline 6 Adapter Kit, Insite Basic $ 1,334.00 $ 1,334.00 $ 1,334.00 Engine – Diagnostics 2 Cummins INSITE Diagnostic Program 1 Year Subscription $ 810.00 $ 810.00 $ 810.00 Engine – Diagnostics 3 Cummins INSITE Diagnostic Program each Additional Year Subscription $ 810.00 $ 810.00 $ 810.00 Fare BoxFare Box 1 GFI 36" Fastfare $ 13,663.00 $ 13,663.00 $ 13,663.00 Fare Box 2 GFI 36" Odyssey $ 13,663.00 $ 13,663.00 $ 13,663.00 Fare Box 3 GFI 41" Fast Fare $ 13,663.00 $ 13,663.00 $ 13,663.00 Fare Box 4 GFI 41" Odyssey $ 13,663.00 $ 13,663.00 $ 13,663.00 Fare Box 5 Diamond Model SV w/Two (2) Vaults $ 1,326.00 $ 1,326.00 $ 1,326.00 Fare Box 6 Denominator Manual Passenger Counter $ 920.00 $ 920.00 $ 920.00
Page 258 of 733
Fare Box 7 Globe Transfer Cutter $ 226.00 $ 226.00 $ 226.00 Fare Box 8 Add TRIM to Fast Fare Farebox $ 6,178.00 $ 6,178.00 $ 6,178.00 Fare Box 9 Add Smart Card Reader to Fast Fare Farebox $ 817.00 $ 817.00 $ 817.00 Fare Box 10 Add 2D Bar Code Reader to Fast Fare Farebox $ 789.00 $ 789.00 $ 789.00 Fare Box 11 Diamond Model RV w/Two (2) Vaults $ 1,546.00 $ 1,546.00 $ 1,546.00 Fare Box 12 Diamond Model XV w/Two (2) Vaults $ 1,229.00 $ 1,229.00 $ 1,229.00 Fuel SystemFuel 1 Emco Wheaton Dry Lock Anti Spill Fuel System $ 1,263.00 1,263.00$ 1,263.00$ Fuel 2 EMCO - Posi/Lock Blue Urea Dispensing System $ 536.00 536.00$ 536.00$ Fuel 3 NGV 2-4 Type 4 Complete CNG Cylinder (Vendor will list GGE) #VALUE!5,000.00$ 5,000.00$ Fuel 4 Stainless Steel Fuel Tank $ 1,052.00 1,052.00$ 1,052.00$ Fuel Filter Fuel Filter 1 Low Fuel Alarm $ 315.00 315.00$ 315.00$ Fuel Filter 2 Spin on Primary and Secondary Fuel Filters $ 210.00 210.00$ 210.00$ HVACHVAC 1 TK System w/S391 Screw Compressor $ 1,031.00 $ 1,031.00 $ 1,031.00 HVAC 2 TK Electric HVAC System $ 20,157.00 $ 20,157.00 $ 20,157.00 HVAC 3 R134a Refrigerant N/A N/A N/A HVAC 4 MCC Drivers Heater W/Brushless Motors $ 462.00 $ 462.00 $ 462.00 HVAC 5 MCC Front Stepwell/Threshold Heater W/Brushless Motor (Each) $ 355.00 $ 355.00 $ 355.00 HVAC 6 MCC Underseat/Rear Stepwell Heater W/Brushless Motor (Each) $ 355.00 $ 355.00 $ 355.00 HVAC 7 MCC Underseat/Rear Stepwell Heater W/Brush Motor (Each) $ 252.00 $ 252.00 $ 252.00 HVAC 8 Baseboard Convection Heater $ 1,263.00 $ 1,263.00 $ 1,263.00 HVAC 9 ACT Espar Fuel-Fired Supplemental Coolant Heater $ 1,202.00 $ 1,202.00 $ 1,202.00 HVAC 10 Warm Welcome Mat (Rear Door) $ 327.00 $ 327.00 $ 327.00 HVAC 11 SanUVAire Breathe-Safe Model 1000 for Rear Mount HVAC $ 4,526.00 $ 4,526.00 $ 4,526.00 HVAC 12 SanUVAire Breathe-Safe Model 2000 for Roof Mount HVAC $ 7,894.00 $ 7,894.00 $ 7,894.00 HVAC 13 SanUVAire UV Resistant Electrostatic Air Filter for Roof Mount HVAC $ 684.00 $ 684.00 $ 684.00 HVAC 14 SanUVAire UV Resistant Electrostatic Air Filter for Rear Mount HVAC $ 342.00 $ 342.00 $ 342.00 HVAC Special PurposeHVAC Special Purpose 1 TK Intelligaire - Diagnostics $ 736.00 $ 736.00 $ 736.00 HVAC Special Purpose 2 Webasto Diagnostic Tool $ 547.00 $ 547.00 $ 547.00 Manuals Manuals 1 Drivers Handbook (1 Manual/1 CD per Bus Order) No Charge No Charge No Charge Manuals 2 Service Manual (1 Manual/1 CD per Bus Order No Charge No Charge No Charge
Page 259 of 733
Manuals 3 Parts Manual (1 Manual/1CD per Bus Order) No Charge No Charge No Charge Manuals 4 Electrical Schematics (1 Manual/1CD per Bus Order) No Charge No Charge No Charge Manuals 5 Additional Driver's Handbook $ 31.00 $ 31.00 $ 31.00 Manuals 6 Additional Parts Manuals $ 221.00 $ 221.00 $ 221.00 Manuals 7 Additional Electrical Schematics $ 221.00 $ 221.00 $ 221.00 Manuals 8 Additional Electrical Multiplex $ 94.00 $ 94.00 $ 94.00 Manuals 9 Additional Cummins ISL Manuals (4 Books) $ 684.00 $ 684.00 $ 684.00 Manuals 10 Additional Allison B400 Manuals (6 Books) $ 315.00 $ 315.00 $ 315.00 Manuals 11 Additional ZF 6HP594 Manuals (5 Books) $ 289.00 $ 289.00 $ 289.00 Manuals 12 Additional Voith Manuals (7 Books) $ 221.00 $ 221.00 $ 221.00 Manuals 13 Additional Amerex Manuals $ 94.00 $ 94.00 $ 94.00 Manuals 14 Additional Thermo King Manual $ 94.00 $ 94.00 $ 94.00 Safety Safety 1 Amerex V-25lb ABC System $ 3,684.00 $ 3,684.00 $ 3,684.00 Safety 2 Fogmaker Fire Suppression System (water mist) $ 5,712.00 $ 5,712.00 $ 5,712.00 Safety 3 Bio - Hazard Disposal Kit $ 63.00 $ 63.00 $ 63.00 Safety 4 (3) 20 - Minute Road Flares $ 47.00 $ 47.00 $ 47.00 Safety 5 Wheel Chocks (Per Set) $ 47.00 $ 47.00 $ 47.00 Safety 6 Kidde Fire and Gas System $ 567.00 $ 567.00 $ 567.00 Safety 7 Kidde Fire System $ 4,835.00 $ 4,835.00 $ 4,835.00 Safety 8 Kidde Fire System w/ Linear Detection $ 4,720.00 $ 4,720.00 $ 4,720.00 Safety 9 Fogmaker Fire Suppression & Gas Detection System (water mist) $ 1,728.00 $ 1,728.00 $ 1,728.00 Towing & HoistingTowing & Hoisting 1 Set Towing Adapters/Tow Bar $ 1,842.00 $ 1,842.00 $ 1,842.00 Towing & Hoisting 2 Set of Hoist Adapters (Includes the following Items) $ 2,315.00 $ 2,315.00 $ 2,315.00 Incl w/set - Front Saddle, Front Adapters, Rear Saddle, Rear Adapters $ - $ - $ - TrainingTraining 1 Maintenance/Operator Orientation - 24 Hours, (Procuring Agency) $ 3,789.00 $ 3,789.00 $ 3,789.00 Training 2 Maintenance/Operator Orientation - Additional hours of training, per hour $ 157.00 $ 157.00 $ 157.00 Training 3 Thermo King HVAC Maintenance Training Course Quote Quote Quote Training 4 Cummins Engine Maintenance Training Course Quote Quote Quote Training 5 Allison Transmission Maintenance Training Course Quote Quote Quote Training 6 Amerex Fire Suppression/Gas Detection Maintenance Training Quote Quote Quote Transmission
Page 260 of 733
Transmission 1 Allison B300R, GEN IV $ (3,212.00) N/A N/A Transmission 2 Voith D854.6 $ 157.00 $ 157.00 $ 157.00 Transmission 3 ZF 6AP1400B $ 157.00 $ 157.00 $ 157.00 Transmission 4 Allison B3400xFER N/A N/A N/A Transmission DiagnosticsTransmission Diagnostics 1 Allison Cable & Software $ 2,415.00 $ 2,415.00 $ 2,415.00 Transmission Diagnostics 2 Voith Cable & Software $ 987.00 $ 987.00 $ 987.00 Transmission Diagnostics 3 Voith Service Tool Kit $ 1,338.00 $ 1,338.00 $ 1,338.00 Transmission Diagnostics 4 ZF Diagnostics Kit (Includes the 3 Following Items) $ 2,326.00 $ 2,326.00 $ 2,326.00 Includes - Testman Diagnostic System, SAE Cable, Ecomat Testman Software $ - $ - $ - Warranties - ExtendedWarranties - Extended 1 Cummins Engine; 5 years / 300,000 miles $5,947 $5,947 $5,947Warranties - Extended 2 Cummins Engine; 5 years / 300,000 miles $7,631 $7,631 $7,631Warranties - Extended 3 Allison transmission; 5 years / unlimited miles $3,473 $3,473 $3,473Warranties - Extended 4 Thermo King HVAC (Athenia AMII); 3 years / unlimited $2,736 $2,736 $2,736Wheel Chair Restraints W/C Restraints 1 AMSECO - A.R.M. $ 2,006.00 $ 2,006.00 $ 2,006.00 W/C Restraints 2 AMESCO Passive rear-facing restraints (rear facing barriers) $ 1,766.00 $ 1,766.00 $ 1,766.00 W/C Restraints 3 Q'Straint - ORT 360 $ 333.00 $ 333.00 $ 333.00 W/C Restraints 4 Q'Straint - Quantum Securement System $ 10,500.00 $ 10,500.00 $ 10,500.00 W/C Restraints 5 Q’Straint Slide N Click floor mount restraint system $ 357.00 $ 357.00 $ 357.00 W/C Restraints 6 Q- Pod W/C Restraint System $ 4,358.00 $ 4,358.00 $ 4,358.00 W/C Restraints 7 AMESCO Dual Auto Lock W/C Restraint System $ 886.00 $ 886.00 $ 886.00 W/C Restraints 8 USSC - V- PRO $ 1,534.00 $ 1,534.00 $ 1,534.00 Wheel Chair Ramp Wheel Chair Ramp 1 Ricon 6:1 SSR Ramp $ 929.00 $ 929.00 $ 929.00 Wheel - BrakesWheel – Brakes 1 All Wheel Drum Brakes N/A $ (1,053.00) $ (1,053.00)Wheel – Brakes 2 MGM “E-Stroke” Electronic Brake Monitoring System – Disc Brakes N/A $ 3,573.00 $ 3,573.00 Wheel – Brakes 3 MGM “E-Stroke” Electronic Brake monitoring System – Drum Brakes $ 3,573.00 $ 3,573.00 $ 3,573.00 Wheel - HubometerWheel Hubometer 1 Veeder Root w/o Tenths w/o Guard $ 117.00 $ 117.00 $ 117.00 Wheel Hubometer 2 E J Ward Data System (Includes Receiver, Display Unit and Antenna) $ 813.00 $ 813.00 $ 813.00 Wheel Hubometer 3 Engler Hubometer W/Powder Coat Guard $ 144.00 $ 144.00 $ 144.00
Page 261 of 733
Wheel - HubsWheel Hubs 1 Hub Piloted w/Oil Seals (per Axle) $ 54.00 $ 54.00 $ 54.00 Wheel Hubs 2 Automatic Traction Control $ 368.00 $ 368.00 $ 368.00 Wheel Hubs 3 Onspot pneumatic drop down snow chain system $ 3,157.00 $ 3,157.00 $ 3,157.00 Wheel - TiresWheel – Tires 1 Customer Supplied $ (2,633.00) $ (3,063.00) $ (3,063.00)Wheel – Tires 2 Goodyear G152 (305/70R/22.5) N/A $ 486.00 $ 486.00 Wheel – Tires 3 Goodyear G152 (275/70R/22.5) $ 404.00 N/A N/A Wheel – Tires 4 Bridgestone 16H (275/70R/22.5) $ 1,263.00 N/A N/A Wheel – Tires 5 Tire Pressure Monitoring System $ 1,342.00 $ 1,342.00 $ 1,342.00 Wheels Wheels 1 (6) Aluminum Alcoa - Full Polish $ 2,951.00 $ 2,951.00 $ 2,951.00 Wheels 2 (6) Aluminum Alcoa - Full Polish W/Dura Bright Finish $ 3,974.00 $ 3,974.00 $ 3,974.00 Wheels 3 (6) Aluminum Alcoa - Machine Finish $ 2,105.00 $ 2,105.00 $ 2,105.00 Wheels 4 (6) Aluminum Alcoa - Machine Finish W/Dura Bright Finish $ 3,501.00 $ 3,501.00 $ 3,501.00 Wheels 5 Add Dura Flange to Alcoa $ 131.00 $ 131.00 $ 131.00 WindowsWindows 1 Laminated Safety Glass (1/4") - Framed Sliders $ 526.00 $ 684.00 $ 789.00 Windows 2 Laminated Safety Glass (1/4") - Framed Fixed $ (733.00) $ (792.00) $ (1,068.00)Windows 3 Laminated Safety Glass (1/4") - Framed Transom - openable $ 35.00 $ 376.00 $ 327.00 Windows 4 Hidden Framed Bonded - Fixed $ 6,445.00 $ 8,773.00 $ 9,035.00 Windows 5 Hidden Framed Bonded - Transom -openable $ 13,577.00 $ 18,355.00 $ 19,916.00 Windows 6 Add Window Guards (Acrylic Liner and Film) Per bus $ 1,026.00 $ 1,231.00 $ 1,578.00 Windows 7 anti-graffiti 3M film (per inside window) Per window $ 365.00 $ 365.00 $ 365.00 Other ItemsOther Items 1 Cup Holder $ 42.00 $ 42.00 $ 42.00 Other Items 2 Auxiliary Drivers Fan $ 51.00 $ 51.00 $ 51.00 Other Items 3 Stainless Steel Trash Bag Holder $ 42.00 $ 42.00 $ 42.00 Other Items 4 Keyed Ignition Switch No Charge No Charge No Charge Other Items 5 Exterior Ad Frame - Front 21" X 40" $ 121.00 $ 121.00 $ 121.00 Other Items 6 Exterior Ad Frame - Curbside 30" X 88" $ (157.00) $ (157.00) $ (157.00)Other Items 7 Exterior Ad Frame -Streetside 30" X 144" $ (205.00) $ (205.00) $ (205.00)Other Items 8 Exterior Ad Frame Rear 21" X 72" $ (152.00) $ (152.00) $ (152.00)Other Items 9 Pretoria LED Interior Lights $ (370.00) $ (426.00) $ (551.00)Other Items 10 Open Bottom Racks $ 13,457.00 $ 13,457.00 $ 13,457.00 Other Items 11 Suburban Package Racks/Open Bottom $ 14,736.00 $ 14,736.00 $ 14,736.00 Other Items 12 2 front dash-mounted fans to defrost front door $ 103.00 $ 103.00 $ 103.00
Page 262 of 733
Other Items 13 I/O Controls Emergency Backup Option for Lighting System $ 410.00 $ 410.00 $ 410.00 Other Items 14 Delete freight via drive away service to CBS - New Mexico $ (1,750.00) $ (1,750.00) $ (1,750.00)Other Items 15 Delete freight via truck to CBS - New Mexico $ (3,768.00) $ (3,768.00) $ (3,768.00)Other Items 16 Freight via drive away service per mile; minimum $450 $ 2.00 $ 2.00 $ 2.00 Other Items 17 Freight via truck per mile; minimum $1500 $ 4.00 $ 4.00 $ 4.00
Page 263 of 733
Item 2- (AC) Creative Bus Sales, Inc.
AllStar XL
Page 264 of 733
See Options
A.
B.
C.
BASE $136,163
AllStar XL International 32-2 BASE $137,332
AllStar XL International 36-2 BASE $140,349
StarTrans Add $500
AllStar XL F-650 28-2 BASE $134,612
Glaval Add $1,000
DESCRIPTION OF OPTIONS – VEHICLE #2
CURRENT MODEL YEAR - MEDIUM DUTY, REAR ENGINE, LOW FLOOR, PURPOSE BUILT
VEHICLE A MINIMUM 10 YEAR/300,000 MILE LIFE EXPECTANCY
AllStar XL F-650 32-2 BASE $137,629
AllStar XL F-650 36-2 BASE $138,798
AllStar XL Freightliner 28-2 BASE $132,545
AllStar XL Freightliner 32-2 BASE $133,886
AllStar XL Freightliner 36-2 BASE $138,831
AllStar XL International 28-2
PRICING & OPTIONS – VEHICLE #2
CURRENT YEAR MODEL - MEDIUM DUTY, REAR ENGINE, LOW FLOOR, PURPOSE BUILT
VEHICLE WITH A MINIMUM 10 YEAR/300,000 MILE LIFE EXPECTANCY
Base price will include all rebates & concessions and include price for ADA compliant
Vendor:
Bus Manufacturer:
Bus Model:
Creative Bus Sales, Inc.
Forest River StarCraft
AllStar XL
Base Model Floorplans – Transit Vehicle #2
(4)Hybrid Propulsion System
Hybrid Propulsion System ADD $N/A
Adds & Deletes Optional Pricing – Transit Vehicle #2
CHASSIS OPTIONS:
(1a) Chassis Options - Diesel
- Manufacturer 1
ADD $
(2)Chassis Options - Gas ADD $
(3)Chassis Options - CNG ADD See Options
Chassis Options - LPG
PRICING & OPTIONS – VEHICLE #2 CONTINUED
Delivery/freight charge from Bus Manufacturer to Santa Fe, NM.$2,138
One-way delivery cost from Vendor to Recipient's destination
(price should include cost for one hour of recipient orientation.)$2.00
Delivery Time Frame after receipt of Purchase Order (days)180 Days
*Floorplans must be submitted for each category bid.
*Certified pre-build weight certificates must be submitted for each category bid.
*Tech Info Card & Standard Warranty Card are Required per Category Bid
Page 265 of 733
Overall Length (including bumpers)36'
TECHNICAL INFORMATION – VEHICLE #2
CURRENT YEAR MODEL - MEDIUM DUTY, REAR ENGINE, LOW FLOOR, PURPOSE BUILT
VEHICLE WITH A MINIMUM 10 YEAR/300,000 MILE LIFE EXPECTANCY
Bus Vendor Creative Bus Sales, Inc.
Wheelchair Width inches /Height
Wheel base 260"
Floor thickness 0.625
Construction Type/Materials
Bus Manufacturer Forest River StarCraft
Bus Model Number
Altoona Test Life (years/miles)
Test Report Model
Test Report Number
Test Report Date
Production Location ElkHart, IN
Warehouse and Service Locations
Overall Width (excluding mirrors)102"
Overall Exterior Height
Interior Height (center of aisle)
Doorway Opening
Ambulatory Width inches /Height
Torqshift
Subframe High Stength C-Section Steel
Body frame
Exterior panels
Interior panels
Insulation
Chassis Manufacturer Ford
Certified Weight of Bus - Total 25,999
On Front Axle 8500
On Rear Axle 17499
Starter Motor Manufacturer Ford
Model
Air Compressor (if equipped) Manufacturer
Model
Engine Manufacturer Ford
Type Deisel
Model 6.7L
Net S.A.E. Horsepower 270
Net S.A.E.Torque 700
Transmission Manufacturer Ford
Type Aluminum Automatic
TECHNICAL INFORMATION – VEHICLE #2
Model
Speeds 6
Cooler Aux Std
Alternator Manufacturer Denso
Model HD
Output (amps)240
Capacity
Gross Vehicle Weight Rating (GVWR)25999
Page 266 of 733
Diameter
Axle, Front Manufacturer Ford
Type
Model
Gross Axle Weight Rating (lbs.)8500
Axle, Rear Manufacturer Ford
Type
Model
Surge Tank Capacity
Engine Thermostat Temperature Setting Degrees
Overheat Alarm Temperature Setting Degrees
Heating System Capacity Front BTUs /Rear 65,000
Gross Axle Weight Rating (lbs.)17499
Differential Ratio
Power Steering Pump Manufacturer
Model
Brakes - Manufacturer Bosch
Front - Type Disc
Diameter
Rear - Type Disc
Radiator Manufacturer
Type
Model
Total System Capacity (Excluding auxiliary heating
system)
Gallons
Radiator Fan Speed Control Type
Heating Cores - Manufacturer
Number of cores
Air Conditioning - Manufacturer Valeo
Model Tropicool
Capacity (BTUs)70,000 BTUs
Fuel Tank Capacity (gallons)55
Tires - Manufacturer 22.5
Size/Type
Type Under Seat
Passenger Seats - Manufacturer Freedman
Type Featherlite
Minimum knee-to-hip space
TECHNICAL INFORMATION – VEHICLE #2
Load Range
Batteries
Main - Manufacturer
Type, Size
Capacity (CCA at 0 degrees F)
Accessory - Manufacturer
Type, Size
Capacity (CCA at 0 degrees F)
Wheelchair Lift - Manufacturer Braun
Model 1,000
Wheelchair Securement - Manufacturer Q-Straint
Model QRT Max
Seat Belts - Manufacturer Freedman
Page 267 of 733
Engine 250,000 5
Transmission 250,000 5
Driver's Seat - Manufacturer FORD
Model
Interlock - Manufacturer
Model
Backup Alarm (db)107
Roof Marker Lights - Manufacturer
Interior Lighting - Type
Number of Fixtures
Identification Lights - Manufacturer
STANDARD WARRANTIES – VEHICLE #2
CURRENT YEAR MODEL - MEDIUM DUTY, REAR ENGINE, LOW FLOOR, PURPOSE BUILT
VEHICLE WITH A MINIMUM 10 YEAR/300,000 MILE LIFE EXPECTANCY
Warranty Miles Years
Body Structure 100,000 5
Chassis N/A 3
VEHICLE #2 - LIST ALL AUTHORIZED SERVICE DEALERS BELOW:
Name Address/Phone City/County/State
Creative Bus Sales, Inc. 5760 Pino Ave NE I 866-973- Albuquerque, NM
Air Conditioner 100,000 5
Lift 100,000 5
Other Options 12,000 1
Page 268 of 733
Options
ALLSTAR XL F650 - 96" WIDE
Description:Price:
FORD F-650 25,999 GVWR 6.8L GAS ENGINE - Rear Spring Suspension
Allstar XL 32 230" WB 6.8L Gas Includes Box & Tray,Relocation of Batteries $26,382.00
Allstar XL 36 260" WB 6.8L Gas Includes Box & Tray,Relocation of Batteries $28,353.00
Allstar XL 40 291" WB 6.8L Gas Includes Box & Tray,Relocation of Batteries $30,331.00
FORD F-650 25,999 GVWR 6.7L DIESEL ENGINE - Rear Air Suspension
Allstar XL 32 230" WB 6.7L Diesel Includes Box & Tray,Relocation of Batteries $26,382.00
Allstar XL 36 260" WB 6.7L Diesel Includes Box & Tray,Relocation of Batteries $28,353.00
Allstar XL 40 291" WB 6.7L Diesel Includes Box & Tray,Relocation of Batteries $30,331.00
ALLSTAR XL INTERNATIONAL - 96" WIDE
INTERNATIONAL T/C 27,500 GVWR Hydrauilc Brakes Air Suspension
Allstar XL 32 234" WB-264" Body Cummins ISB 240 HP Allison 2500 $26,842.00
Allstar XL 36 276" WB-322" Body Cummins ISB 240 HP Allison 2500 $28,813.00
Allstar XL 40 305" WB-364" Body Cummins ISB 240 HP Allison 2500 $30,791.00
INTERNATIONAL T/C 30,000 GVWR Air Brakes Air Suspension
Allstar XL 32 234" WB-264" Body Cummins ISB 240 HP Allison 2500 $26,842.00
Allstar XL 36 276" WB-322" Body Cummins ISB 240 HP Allison 2500 $28,813.00
Allstar XL 40 305" WB-364" Body Cummins ISB 240 HP Allison 2500 $30,791.00
ALLSTAR XL FREIGHTLINER - 96" WIDE
Freightliner S/2 25,850 GVWR - Mechanical Suspension - Hydraulic Brakes
Allstar XL Freightliner 32 96" WIDE 238" WB Cummins 6.7L 240HP Allison 2200 PTS $27,112.00
Allstar XL Freightliner 36 96" WIDE 279" WB Cummins 6.7L 240HP Allison 2200 PTS $29,085.00
Freightliner S/2 25,850 GVWR - Air Suspension - Hydraulic Brakes
Allstar XL Freightliner 32 96" WIDE 238" WB Cummins 6.7L 240HP Allison 2200 PTS $27,112.00
Allstar XL Freightliner 36 96" WIDE 279" WB Cummins 6.7L 240HP Allison 2200 PTS $29,085.00
Allstar XL Freightliner 40 96" WIDE 300" WB Cummins 6.7L 240HP Allison 2200 PTS $31,057.00
ALLSTAR XL FREIGHTLINER - 102" WIDE
Freightliner S/2 25,850 GVWR - Mechanical Suspension - Hydraulic Brakes
Allstar XL Freightliner 32 102" WIDE 238" WB Cummins 6.7L 240HP Allison 2200 PTS $28,957.00
Allstar XL Freightliner 36 102" WIDE 279" WB Cummins 6.7L 240HP Allison 2200 PTS $30,935.00
Freightliner S/2 25,850 GVWR - Air Suspension - Hydraulic Brakes
Allstar XL Freightliner 32 102" WIDE 238" WB Cummins 6.7L 240HP Allison 2200 PTS $28,957.00
Allstar XL Freightliner 36 102" WIDE 279" WB Cummins 6.7L 240HP Allison 2200 PTS $30,935.00
Allstar XL Freightliner 40 102" WIDE 300" WB Cummins 6.7L 240HP Allison 2200 PTS $32,908.00
XLT MODELS
XLT F650 - 102" WIDE
FORD F-650 DIESEL 25,999 GVWR Air Suspension
XLT 36, 102" WIDE, 260" Wheelbase - FORD F-650 6.7L FORD DIESEL $28,321.00
XLT 40, 102" WIDE, 291" Wheelbase - FORD F-650 6.7L FORD DIESEL $31,141.00
FORD F-650 GAS ENGINE 25,999 GVWR Spring Suspension
XLT 36, 102" WIDE, 260" Wheelbase - FORD F-650 6.8L GAS $28,321.00
XLT 40, 102" WIDE 291" Wheelbase - FORD F-650 6.8L GAS $31,141.00
Page 269 of 733
XLT INTERNATIONAL - 102" WIDE
Description:Price:
INTERNATIONAL T/C 27,500 GVWR Hydraulic Brakes Air Suspension
XLT 32, 102" WIDE, 234" WB - 264" Body Cummins ISB 240 HP Allison 2500 PTS $28,758.00
XLT 36, 102" WIDE, 276" WB - 322" Body Cummins ISB 240 HP Allison 2500 PTS $31,278.00
XLT 40, 102" WIDE, 305" WB - 364" Body Cummins ISB 240 HP Allison 2500 PTS $33,256.00
INTERNATIONAL T/C 30,000 GVWR Air Brakes Air Suspension
XLT 32, 102" WIDE, 234" WB - 264" Body Cummins ISB 240 HP Allison 2500 PTS $28,758.00
XLT 36, 102" WIDE, 276" WB - 322" Body Cummins ISB 240 HP Allison 2500 PTS $31,278.00
XLT 40, 102" WIDE, 305" WB - 364" Body Cummins ISB 240 HP Allison 2500 PTS $33,256.00
SIDEWALL / REARWALL / CEILING
Sidewall: Grey FRP $0.00
Rearwall: Grey Seaspray Fabric $0.00
Ceiling: Grey Seaspray Fabric $0.00
Driver Area: Grey Padded Vinyl $0.00
FRP on Ceiling, Grey $614.00
FRP on Rearwall, Grey $243.00
FRP on Sidewall Under Seat Track, Grey $187.00
Cove Black Flooring on Sidewall to Seat Track $343.00
Cove Colored Flooring on Sidewall to Seat Track $431.00
Grey Padded Cloth Interior (walls and ceiling)$309.00
Grey Padded Vinyl Interior (walls and ceiling)$431.00
Black Padded Vinyl Interior (walls and ceiling)$686.00
Stripe on Ceiling to Match Seats Up to Level 5 Fabric Surcharge for Level 6 & Specials $431.00
FLOORING
Aisle: Gerflor Sirius #6801 Graphite (Black) $0.00
Under Seats: Gerflor Sirius #6801 Graphite (Black)$0.00
Gerflor Sirius #6727 Anthracite (Grey) I.L.O. Graphite $243.00
Other Color Gerflor Sirius NT $370.00
Gerflor Gaya Wood $1,606.00
Gerflor Harmonia Wood $1,606.00
Altro Meta Storm $497.00
Altro Meta Other Than Storm $803.00
Altro CHROMA $985.00
Altro Wood Safety $1,606.00
Black RCA Rubber Floor w/Ribbed Aisle $686.00
FLOORING
Colored RCA Rubber Floor w/ Ribbed Aisle $985.00
Black All Ribbed RCA Rubber Floor $1,052.00
Colored All Ribbed RCA Rubber Floor $1,295.00
Yellow Step Nosing per Step $15.00
3/4" Plywood Floor $326.00
3/4" Marine Tech Plywood Floor $625.00
5/8" MarineTech Plywood Floor $575.00
Standard Floor 2 Step Entry with Extra Step Behind Driver (F550 only)$0.00
Page 270 of 733
FLOORING
Description:Price:
Raised Floor 2 Step Entry with Extra Step Behind Driver (F550 Only)$803.00
Raised Floor 3 Step Entry Flat to Front (F550 Only)$803.00
Fuel Tank Access Plate In Floor - N/A ALL APPLICATIONS - CHECK AVAILABILITY $60.00
EXTERIOR
Custom Paint ** REQUIRES PAINT CODE ** NOTE IN SPECIAL INSTRUCTIONS
Paint Skirt 28' - 32' MODEL BUS (LIST PAINT COLOR BELOW)$1,052.00
PAINT CODE & COLOR:$0.00
Paint Skirt 36' - 40' MODEL BUS (LIST PAINT COLOR BELOW)$1,273.00
PAINT CODE & COLOR:$0.00
ALL FIBERGLASS/COMPOSITE EXTERIOR - N/A ON XLT BODY $1,728.00
Gloss Black Out Window Paint - 28' TO 32' MODEL BUS $1,273.00
Gloss Black Out Window Paint - 36' TO 40' MODEL BUS $1,495.00
CHASSIS
Rear Tow Hooks $160.00
HEAVY DUTY DRIVER RUNNING BOARD ** F-550 ONLY $431.00
Exhaust Pipe Downturn $88.00
Mor-Ryde RL Suspension - F550 Chassis Only $1,173.00
Mor-Ryde SRS (Slipper Spring) Rear Suspension - F650 Gas Chassis Only $1,406.00
Telma Brake Retarder * N/A Ford Diesel With Dual Fuel Tanks $12,343.00
Galvanized Belly Metal $276.00
Manual Heated Exterior Mirrors Accustyle 8x15 Head (Pair)$586.00
Remote Exterior Mirrors Accustyle 8x15 Head (Pair)$725.00
Heated /Remote Exterior Mirrors Accustyle 8x15 Head (Pair)$830.00
DL-2 Powder Coated Bike Rack W/Deployment Kit COLOR:$2,791.00
DL-2 STAINLESS ANTI-GLARE FINISH BIKE RACK W/DEPLOYMENT KIT $3,467.00
DL-2 Stainless Powder Coated Bike Rack W/Deployment Kit $3,467.00
Romeo Rim Rear Bumper $1,601.00
CHASSIS
Romeo Rim Rear Bumper w/HawkEye RAS Installed $2,098.00
Rear Step Bumper - N/A Energy Absorbing Bumper $237.00
Stainless Steel Rear Bumper $742.00
Spare Tire and Wheel * No Carrier Available $1,229.00
Stainless Steel Wheel Insert, set of 4 ( 2 front & 2 rear)$614.00
Paint Both Sides of Wheel EACH. COLOR: $165.00
Valve Stem Extender Inner Dual Rear Wheel, pair $187.00
CHASSIS
Stainless Steel Entry Step Assembly * Includes Sides & Header $803.00
Stainless Steel Entry Step Assembly *Steps & Lower Only - No Upper $558.00
Galvanized Entry Step Assembly * Includes Sides & Header $370.00
Galvanized Entry Step Assembly *Steps & Lower Only - No Upper $243.00
Fast Idle Intermotive GTWY506 (NO INTERLOCK) Ford F550 $558.00
Metal Locking Door for Fuel Fill $165.00
Page 271 of 733
TRANS/AIR INTERNATIONAL A/C OPTIONS -NOTE: CHECK THE CHASSIS/BODY
COMBINATION FOR THE MODEL BEING ORDERED ABOVE FOR THE PROPER ENGINE KIT
ENVIRONMENTAL CONTROL * NO TIE IN SYSTEMS ALLOWED BY INTERNATIONAL
KIT!!!!
TA SUPER 60K SYSTEMS FOR NORTHERN CLIMATES ONLY -CHOOSE CEILING OR IN WALL
REAR MOUNT EVAP SKIRT OR ROOF MOUNT COND
10 CID COMPRESSOR
Description:Price:
TA712 SUPER 10 TA71 EVAP - SMC2S COND - 10 C.I.D. COMP $5,694.00
TAFM452 SUPER 10 FM45 EVAP - SMC2S COND - 10 C.I.D. COMP $5,827.00
TA71R60 SUPER 10 TA71 EVAP - R-60 RM COND - 10 C.I.D. COMP $7,340.00
TAFM45R60 SUPER 10 FM45 EVAP - R-60 RM COND - 10 C.I.D. COMP $7,473.00
TA SUPER 10 70K SYSTEMS -CHOOSE CEILING OR IN WALL EVAP SKIRT OR ROOF MOUNT
COND 10 CID COMPRESSOR
TA733 SUPER 10 TA73 EVAP SMC3L COND 10 CID COMP $6,076.00
TAFM553 SUPER 10 FM55 EVAP SMC3L COND 10 CID COMP $6,321.00
TA73R60 SUPER 10 TA73 EVAP R60 RM COND 10 C.I.D. COMP $7,606.00
TAFM55R60 SUPER 10 FM55 EVAP R60 RM COND 10 C.I.D. COMP $7,800.00
TA SUPER 13 75K SYSTEMS CHOOSE CEILING OR IN WALL EVAP SKIRT OR ROOF MOUNT
COND 13 CID COMPRESSOR
TA733 SUPER 13 TA73 EVAP SMC3L COND 13 CID COMP $6,326.00
TAFM553 SUPER 13 FM55 EVAP SMC3L COND 13 CID COMP $6,520.00
TA73R60 SUPER 13 TA73 EVAP R60 RM COND 13 C.I.D. COMP $8,022.00
TAFM55R60 SUPER 13 FM55 EVAP R60 RM COND 13 C.I.D. COMP $8,176.00
TA SUPER 13 80K SYSTEMS 13 CID COMPRESSOR- CHOOSE SINGLE TALL SKIRT OR ROOF
MOUNT CONDENSER
TA774C SUPER 13 TA77 EVAP SC4 TALL COND 13 CID COMP $9,068.00
TA77R90 SUPER 13 TA77 EVAP R90 RM COND 13 CID COMP $11,285.00
TA RT65 Super 13 80K Roof Mount System - 13.4 C.I.D. Comp (INTERNATIONAL CHASSIS)
TA RT65 Super 13 Roof Mount with 13.4 C.I.D. COMP $13,954.00
TA SUPER DUAL 10 125K SYSTEMS DUAL EVAPORATORS (2) 10 CID COMPRESSORS
TAFM457323 SUPER DUAL 10 FM45 & TA73 EVAP SMC2L & SMC3L COND (2) 10 CID COMP $12,620.00
TA737123 SUPER DUAL 10 TA73 &TA71 EVAP SMC2L & SMC3L COND (2) 10 CID COMP $12,620.00
TA SUPER DUAL 13 125K SYSTEMS (2) 13 CID COMPRESSORS CHOOSE DUAL SKIRT OR
ROOF MOUNTED CONDENSER
TA7733 SUPER DUAL 13 TA77 EVAP (2) SMC3L COND (2) 13 CID COMP $13,190.00
TA77R120 SUPER DUAL 13 TA77 EVAP R120 RM COND (2) 13 CID COMP $14,786.00
TA SUPER DUAL 10 125K SYSTEM DUAL SKIRT COND/DUAL EVAP (2) 10 CID COMPRESSORS
FM45 FRONT IN WALL & FM55 REAR IN WALL
TAFM455533 Super 120K FM45&FM55 (2)SMC3L (2) 10 CID CMPR $13,190.00
TA SUPER DUAL 13 135K SYSTEM DUAL SKIRT COND/DUAL EVAP (2) 13 CID COMPRESSORS
FM55 FRONT IN WALL TA77 REAR
TAFM557733 SUPER DUAL 13 TA77 EVAP FM55 EVAP (2) SMC3L COND (2) 13 CID $14,592.00
Page 272 of 733
Description:Price:
TA SUPER DUAL 13 135K SYSTEM DUAL SKIRT COND/DUAL EVAP (2) 13 CID COMPRESSORS
TA70 FRONT SIDE MOUNT EVAP TA77 REAR
TA777033 Super TA77 & TA70 (2)SMC3L (2) 13 CID CMPR $14,592.00
TA RT96 Super 100K Roof Mount System - (2) 10 C.I.D. Comp (INTERNATIONAL CHASSIS)
TA RT96 Super Roof Mount with (2) 10 C.I.D.$19,295.00
TRANS/AIR F550 / F650 GASOLINE ENGINE A/C OPTIONS
TA SUPER 60K SYSTEMS FOR NORTHERN CLIMATES ONLY CHOOSE CEILING OR IN WALL
EVAP SKIRT OR ROOF MOUNT COND 10 CID COMPRESSOR
TA712 SUPER 10 TA71 EVAP - SMC2S COND - 10 C.I.D. COMP $7,085.00
TAFM452 SUPER 10 FM45 EVAP - SMC2S COND - 10 C.I.D. COMP $6,022.00
TA71R60 SUPER 10 TA71 EVAP - R-60 RM COND - 10 C.I.D. COMP $7,761.00
TAFM45R60 SUPER 10 FM45 EVAP - R-60 RM COND - 10 C.I.D. COMP $7,855.00
TA SUPER 10 70K SYSTEMS CHOOSE CEILING OR IN WALL EVAP SKIRT OR ROOF MOUNT
COND 10 CID COMPRESSOR
TA733 SUPER 10 TA73 EVAP SMC3L COND 10 CID COMP $6,326.00
TAFM553 SUPER 10 FM55 EVAP SMC3L COND 10 CID COMP $6,520.00
TA73R60 SUPER 10 TA73 EVAP R60 RM COND 10 C.I.D. COMP $7,883.00
TAFM55R60 SUPER 10 FM55 EVAP R60 RM COND 10 C.I.D. COMP $8,022.00
TA SUPER 13 75K SYSTEMS CHOOSE CEILING OR IN WALL EVAP SKIRT OR ROOF MOUNT
COND 13 CID COMPRESSOR
TA733 SUPER 13 TA73 EVAP SMC3L COND 13 CID COMP $6,586.00
TAFM553 SUPER 13 FM55 EVAP SMC3L COND 13 CID COMP $6,708.00
TA73R60 SUPER 13 TA73 EVAP R60 RM COND 13 C.I.D. COMP $8,143.00
TAFM55R60 SUPER 13 FM55 EVAP R60 RM COND 13 C.I.D. COMP $8,270.00
TA SUPER 13 80K SYSTEMS 13 CID COMPRESSOR CHOOSE SINGLE TALL SKIRT OR ROOF
MOUNT CONDENSER
TA774C SUPER 13 TA77 EVAP SC4 TALL COND 13 CID COMP $9,450.00
TA77R90 SUPER 13 TA77 EVAP R90 RM COND 13 CID COMP $11,894.00
TART65 Super 13 80K Roof Mount System - 13.4 C.I.D. Comp (F550 GAS CHASSIS)
TA RT65 Super 13 Roof Mount with 13.4 C.I.D. COMP $13,706.00
TA SUPER DUAL 10 125K SYSTEMS DUAL EVAPORATORS (2) 10 CID COMPRESSORS
TAFM457323 SUPER DUAL 10 FM45 & TA73 EVAP SMC2L & SMC3L COND (2) 10 CID COMP $13,993.00
TA737123 SUPER DUAL 10 TA73 &TA71 EVAP SMC2L & SMC3L COND (2) 10 CID COMP $13,871.00
TA SUPER DUAL 13 125K SYSTEMS (2) 13 CID COMPRESSORS CHOOSE DUAL SKIRT OR
ROOF MOUNTED CONDENSER
TA7733 SUPER DUAL 13 TA77 EVAP (2) SMC3L COND (2) 13 CID COMP $13,993.00
TA77R120 SUPER DUAL 13 TA77 EVAP R120 RM COND (2) 13 CID COMP $15,517.00
TA SUPER DUAL 10 125K SYSTEM DUAL SKIRT COND/DUAL EVAP (2) 10 CID COMPRESSORS
FM45 FRONT IN WALL & FM55 REAR IN WALL
TAFM4555533 Super 125K FM45&FM55 (2)SMC3L (2) 10 CID CMPR $13,572.00
Page 273 of 733
TRANS/AIR F550 / F650 GASOLINE ENGINE A/C OPTIONS
Description:Price:
TA SUPER DUAL 13 135K SYSTEM DUAL SKIRT COND/DUAL EVAP (2) 13 CID
COMPRESSORS FM55 FRONT IN WALL TA77 REAR
TAFM557733 SUPER DUAL 13 TA77 EVAP FM55 EVAP (2) SMC3L COND (2) 13 CID $14,642.00
TA SUPER DUAL 13 135K SYSTEM DUAL SKIRT COND/DUAL EVAP (2) 13 CID
COMPRESSORS TA70 FRONT SIDE MOUNT EVAP TA77 REAR
TA777033 Super TA77 & TA70 (2)SMC3L (2) 13 CID CMPR $14,758.00
TA-RT96 Super 100K Roof Mount System - (2) 10 C.I.D. Comp (F-550 / 650
GAS CHASSIS)
TA RT96 Super Roof Mount with (2) 10 C.I.D.$16,852.00
TRANS/AIR F550 / F650 DIESEL ENGINE A/C OPTIONS
TA SUPER 60K SYSTEMS FOR NORTHERN CLIMATES ONLY CHOOSE CEILING OR IN
WALL EVAP SKIRT OR ROOF MOUNT COND 10 CID COMPRESSOR
TA712 SUPER 10 TA71 EVAP - SMC2S COND - 10 C.I.D. COMP $6,847.00
TAFM452 SUPER 10 FM45 EVAP - SMC2S COND - 10 C.I.D. COMP $7,301.00
TA71R60 SUPER 10 TA71 EVAP - R-60 RM COND - 10 C.I.D. COMP $8,786.00
TAFM45R60 SUPER 10 FM45 EVAP - R-60 RM COND - 10 C.I.D. COMP $9,013.00
TA SUPER 10 70K SYSTEMS CHOOSE CEILING OR IN WALL EVAP SKIRT OR ROOF MOUNT
COND 10 CID COMPRESSOR
TA733 SUPER 10 TA73 EVAP SMC3L COND 10 CID COMP $7,190.00
TAFM553 SUPER 10 FM55 EVAP SMC3L COND 10 CID COMP $7,533.00
TA73R60 SUPER 10 TA73 EVAP R60 RM COND 10 C.I.D. COMP $8,902.00
TAFM55R60 SUPER 10 FM55 EVAP R60 RM COND 10 C.I.D. COMP $9,246.00
TA SUPER 13 75K SYSTEMS CHOOSE CEILING OR IN WALL EVAP SKIRT OR ROOF MOUNT
COND 13 CID COMPRESSOR
TA733 SUPER 13 TA73 EVAP SMC3L COND 13 CID COMP $7,417.00
TAFM553 SUPER 13 FM55 EVAP SMC3L COND 13 CID COMP $7,761.00
TA73R60 SUPER 13 TA73 EVAP R60 RM COND 13 C.I.D. COMP $9,013.00
TAFM55R60 SUPER 13 FM55 EVAP R60 RM COND 13 C.I.D. COMP $9,356.00
TA SUPER 13 80K SYSTEMS 13 CID COMPRESSOR CHOOSE SINGLE TALL
SKIRT OR ROOF MOUNT CONDENSER
TA774C SUPER 13 TA77 EVAP SC4 TALL COND 13 CID COMP $9,816.00
TA77R90 SUPER 13 TA77 EVAP R90 RM COND 13 CID COMP $11,412.00
TA SUPER DUAL 10 125K SYSTEMS DUAL EVAPORATORS (2) 10 CID
COMPRESSORS
TAFM457323 SUPER DUAL 10 FM45 & TA73 EVAP SMC2L & SMC3L COND (2) 10 CID COMP $11,638.00
TA737123 SUPER DUAL 10 TA73 &TA71 EVAP SMC2L & SMC3L COND (2) 10 CID COMP $11,638.00
TA-RT65 Super 13 80K Roof Mount System - 13.4 C.I.D. Comp (F550 / 650 DIESEL
CHASSIS)
TA RT65 Super 13 Roof Mount with 13.4 C.I.D. COMP $13,706.00
TA SUPER DUAL 13 125K SYSTEMS (2) 13 CID COMPRESSORS CHOOSE DUAL SKIRT OR
ROOF MOUNTED CONDENSER
TA7733 SUPER DUAL 13 TA77 EVAP (2) SMC3L COND (2) 13 CID COMP $11,900.00
TA77R120 SUPER DUAL 13 TA77 EVAP R120 RM COND (2) 13 CID COMP $14,265.00
Page 274 of 733
TRANS/AIR F550 / F650 DIESEL ENGINE A/C OPTIONS
Description:Price:
TA SUPER DUAL 10 125K SYSTEM DUAL SKIRT COND/DUAL EVAP (2) 10 CID
COMPRESSORS FM45 FRONT IN WALL & FM55 REAR IN WALL
TAFM455533 Super 125K FM45&FM55 (2)SMC3L (2) 10 CID CMPR $11,384.00
TA SUPER DUAL 13 135K SYSTEM DUAL SKIRT COND/DUAL EVAP (2) 13 CID
COMPRESSORS FM55 FRONT IN WALL TA77 REAR
TAFM557733 SUPER DUAL 13 TA77 EVAP FM55 EVAP (2) SMC3L COND (2) 13 CID $13,694.00
TA SUPER DUAL 13 135K SYSTEM DUAL SKIRT COND/DUAL EVAP (2) 13 CID
COMPRESSORS TA70 FRONT SIDE MOUNT EVAP TA77 REAR
TA777033 Super TA77 & TA70 (2)SMC3L (2) 13 CID CMPR $13,240.00
TART96 Super 100K Roof Mount System - (2) 10 C.I.D. Comp (F-550 / 650 DIESEL
CHASSIS)
TA RT96 Super Roof Mount with (2) 10 C.I.D.$17,616.00
TRANS/AIR FREIGHTLINER 6.7L OPTIONS
*** ALL CHASSIS ORDERED WITH OEM A/C ONLY
TA SUPER 10 70K SYSTEMS CHOOSE CEILING OR IN WALL EVAP SKIRT OR ROOF MOUNT
COND 10 CID COMPRESSOR
TA733 SUPER 10 TA73 EVAP SMC3L COND 10 CID COMP $7,855.00
TAFM553 SUPER 10 FM55 EVAP SMC3L COND 10 CID COMP $7,976.00
TA73R60 SUPER 10 TA73 EVAP R60 RM COND 10 C.I.D. COMP $9,373.00
TAFM55R60 SUPER 10 FM55 EVAP R60 RM COND 10 C.I.D. COMP $9,506.00
TA SUPER 13 75K SYSTEMS CHOOSE CEILING OR IN WALL EVAP SKIRT OR ROOF MOUNT
COND 13 CID COMPRESSOR
TA733 SUPER 13 TA73 EVAP SMC3L COND 13 CID COMP $7,971.00
TAFM553 SUPER 13 FM55 EVAP SMC3L COND 13 CID COMP $8,110.00
TA73R60 SUPER 13 TA73 EVAP R60 RM COND 13 C.I.D. COMP $9,506.00
TAFM55R60 SUPER 13 FM55 EVAP R60 RM COND 13 C.I.D. COMP $9,638.00
TA SUPER 13 80K SYSTEMS 13 CID COMPRESSOR CHOOSE SINGLE
TALL SKIRT OR ROOF MOUNT CONDENSER
TA774C SUPER 13 TA77 EVAP SC4 TALL COND 13 CID COMP $10,154.00
TA77R90 SUPER 13 TA77 EVAP R90 RM COND 13 CID COMP $12,309.00
TA-RT65 Super 13 CID Comp 80K Roof Mount System
TA RT65 SUPER 13 INTEGRATED ROOF MOUNT A/C SYSTEM $14,720.00
TA SUPER DUAL 10 125K SYSTEMS DUAL EVAPORATORS (2) 10 CID
COMPRESSORS
TAFM457323 SUPER DUAL 10 FM45 & TA73 EVAP SMC2L & SMC3L COND (2) 10 CID COMP $14,465.00
TA737123 SUPER DUAL 10 TA73 &TA71 EVAP SMC2L & SMC3L COND (2) 10 CID COMP $14,608.00
TA SUPER DUAL 13 125K SYSTEMS (2) 13 CID COMPRESSORS CHOOSE DUAL
SKIRT OR ROOF MOUNTED CONDENSER
TA7733 SUPER DUAL 13 TA77 EVAP (2) SMC3L COND (2) 13 CID COMP $13,954.00
TA77R120 SUPER DUAL 13 TA77 EVAP R120 RM COND (2) 13 CID COMP $15,224.00
TA SUPER DUAL 10 120K SYSTEM DUAL SKIRT COND/DUAL EVAP (2) 10 CID
COMPRESSORS FM45 FRONT IN WALL TA77 REAR
TAFM4555533 Super 120K FM45&FM55 (2)SMC3L (2) 10 CID CMPR $13,954.00
Page 275 of 733
TRANS/AIR FREIGHTLINER 6.7L OPTIONS
*** ALL CHASSIS ORDERED WITH OEM A/C ONLY
Description:Price:
TA SUPER DUAL 13 135K SYSTEM DUAL SKIRT COND/DUAL EVAP (2) 13 CID
COMPRESSORS FM55 FRONT IN WALL TA77 REAR
TAFM557733 SUPER DUAL 13 TA77 EVAP FM55 EVAP (2) SMC3L COND (2) 13 CID $15,356.00
TA SUPER DUAL 13 135K SYSTEM DUAL SKIRT COND/DUAL EVAP (2) 13 CID
COMPRESSORS TA70 FRONT SIDE MOUNT EVAP TA77 REAR
TA777033 Super TA77 & TA70 (2)SMC3L (2) 13 CID CMPR $15,102.00
TA-RT96 Super (2) 13 CID Comp 100K Roof Mount System $0.00
TA RT96 SUPER (2)13 CID COMP INTEGRATED ROOF MOUNT A/C SYSTEM $20,054.00
TRANS/AIR WINTER CONDENSER COVERS
AC Winter Cover Kit (Trans/Air 2 Fan)$221.00
AC Winter Cover Kit (Trans/Air 3 Fan)$248.00
ACC CLIMATE CONTROL FREIGHTLINER 6.7L A/C OPTIONS NOTE: !! MEANS USE IN HOT
CLIMATES. ** MEANS DO NOT USE IN HOT CLIMATES *****ALL CHASSIS ORDERED WITH
OEM AC ONLY
R236516 70K Frtlnr 6.7L 23023 EVAP 25065 COND (1) 10 CID CMPR $7,090.00
R236521 75K Frtlnr 6.7L 23023 EVAP 25065 COND (1) 13 CID CMPR $7,285.00
R476021 87K Frtlnr 6.7L 23047 EVAP 25060 COND (1) 13 CID CMPR $8,110.00
**R366021 90K Frtlnr 6.7L 23036 EVAP 25060 COND (1) 13 CID CMPR $8,886.00
!! R5565651616 95K Frtlnr 6.7L 23055 EVAP (2) 25065 COND (2)10 CID CMPR $13,966.00
R365521 96K Frtlnr 6.7L 23036 EVAP 25055 ROOF COND (1)13 CID CMPR $11,550.00
!! R5565652121 110K Frtlnr 6.7L 23055 EVAP (2) 25065 COND (2)13 CID CMPR $14,465.00
RW45FW4565652121 120K (2) W2345 IN WALL EVAP (2) 25065 COND (2) 13 CID CMPR $14,093.00
!! R36W61582121 120K 23036 & IW23061 EVAPS 25058 ROOF COND (2)13 CID CMPR $16,121.00
R36S2260652121 140K 23036 & 23022 EVAP 25060 & 65 COND (2)13 CID CMPR $16,121.00
ACC TC60 & TC80 ROOF MOUNT COMBO UNITS - FREIGHTLINER CHASSIS
TC6016 70K TC60 ROOFTOP COMBO UNIT TM16 CMPR $11,667.00
TC6021 80K TC60 ROOFTOP COMBO UNIT TM21 CMPR $12,176.00
TC8021 90K TC80 ROOFTOP COMBO UNIT TM21 CMPR $13,423.00
ACC CLIMATE CONTROL INTERNATIONAL A/C OPTIONS NOTE: CHECK THE CHASSIS/BODY
COMBINATION FOR THE MODEL BEING ORDERED ABOVE FOR THE PROPER ENGINE KIT =
SYSTEM IS FOR MILD CLIMATES = FOR HOT CLIMATES
ENVIRONMENTAL CONTROL * NO TIE IN SYSTEMS ALLOWED BY INTERNATIONAL
DOES THE ENGINE HAVE AN AIR PUMP? YOU MUST ENTER YES OR NO FOR PROPER ENGINE
KIT!!!!
R226216 60K INT 6.7 Cummins 23022 EVAP 25062 COND (1) 10 CID CMPR $5,694.00
FW446216 60K INT 6.7 Cummins 23044W EVAP 25062 COND (1) 10 CID CMPR $5,827.00
R236516 70K INT 6.7 Cummins 23023 EVAP 25065 COND (1) 10 CID CMPR $6,326.00
R236521 75K INT 6.7 Cummins 23023 EVAP 25065 COND (1) 13 CID CMPR $6,458.00
R476021 87K INT 6.7 Cummins 23047 EVAP 25060 COND (1) 13 CID CMPR $8,886.00
**R366021 90K INT 6.7 Cummins 23036 EVAP 25060 COND (1) 13 CID CMPR $8,548.00
!! R5565651616 95K INT 6.7 Cummins 23055 EVAP (2) 25065 COND (2)10 CID CMPR $12,691.00
R365521 96K INT 6.7 Cummins 23036 EVAP 25055 ROOF COND (1)13 CID CMPR $11,278.00
!! R5565652121 110K INT 6.7 Cummins 23055 EVAP (2) 25065 COND (2)13 CID CMPR $13,323.00
RW45FW4565652121 120K (2) W2345 IN WALL EVAP (2) 25065 COND (2) 13 CID CMPR $13,068.00
Page 276 of 733
Description:Price:
!! R36W61582121 120K 23036 & IW23061 EVAPS 25058 ROOF COND (2)13 CID CMPR $15,102.00
R36S2260652121 140K INT MAXX 23036 & 23022 EVAP 25060 & 65 COND (2)13 CID CMPR $15,224.00
ACC TC60 & TC80 ROOF MOUNT COMBO UNITS- INTERNATIONALCHASSIS
TC6016 70K INT TC60 ROOFTOP COMBO UNIT TM16 CMPR $9,888.00
TC6021 80K INT TC60 ROOFTOP COMBO UNIT TM21 CMPR $11,035.00
TC8021 90K INT TC80 ROOFTOP COMBO UNIT TM21 CMPR $12,049.00
ACC CLIMATE CONTROL F550 / F650 GAS ENGINE A/C OPTIONS
R226216 60K F550 GAS 23022 EVAP 25062 COND (1) 10 CID CMPR $6,076.00
FW446216 60K F550 GAS 23044W EVAP 25062 COND (1) 10 CID CMPR $6,076.00
R236516 70K F550 GAS 23023 EVAP 25065 COND (1) 10 CID CMPR $6,326.00
R236521 75K F550 GAS 23023 EVAP 25065 COND (1) 13 CID CMPR $6,586.00
R476021 87K F550 GAS 23047 EVAP 25060 COND (1) 13 CID CMPR $7,616.00
**R366021 90K F550 GAS 23036 EVAP 25060 COND (1) 13 CID CMPR $8,742.00
!! R5565651616 95K F550 GAS 23055 EVAP (2) 25065 COND (2)10 CID CMPR $13,572.00
R365521 96K F550 GAS 23036 EVAP 25055 ROOF COND (1)13 CID CMPR $11,035.00
!! R5565652121 110K F550 GAS 23055 EVAP (2) 25065 COND (2)13 CID CMPR $14,027.00
RW45FW4565652121 120K (2) W2345 IN WALL EVAP (2) 25065 COND (2) 13 CID CMPR $14,027.00
!! R36W61582121 120K 23036 & IW23061 EVAPS 25058 ROOF COND (2)13 CID CMPR $15,495.00
R36S2260652121 140K 23036 & 23022 EVAP 25060 & 65 COND (2)13 CID CMPR $15,611.00
ACC TC60 & TC80 ROOF MOUNT COMBO UNITS F-550 / F-650 GAS CHASSIS
TC6016 70K F550 GAS TC60 ROOFTOP COMBO UNIT TM16 CMPR $10,044.00
TC6021 80K F550 GAS TC60 ROOFTOP COMBO UNIT TM21 CMPR $10,930.00
TC8021 90K F550 GAS TC80 ROOFTOP COMBO UNIT TM21 CMPR $11,822.00
ACC CLIMATE CONTROL F550 / F650 DIESEL ENGINE A/C OPTIONS
R226216 60K F550 DSL 23022 EVAP 25062 COND (1) 10 CID CMPR $6,963.00
FW446216 60K F550 DSL 23044W EVAP 25062 COND (1) 10 CID CMPR $7,417.00
R236516 70K F550 DSL 23023 EVAP 25065 COND (1) 10 CID CMPR $7,301.00
R236521 75K F550 DSL 23023 EVAP 25065 COND (1) 13 CID CMPR $7,871.00
R476021 87K F550 DSL 23047 EVAP 25060 COND (1) 13 CID CMPR $8,088.00
**R366021 90K F550 DSL 23036 EVAP 25060 COND (1) 13 CID CMPR $9,927.00
!! R5565651616 95K F550 DSL 23055 EVAP (2) 25065 COND (2)10 CID CMPR $12,703.00
R365521 96K F550 DSL 23036 EVAP 25055 ROOF COND (1)13 CID CMPR $11,672.00
!! R5565652121 110K F550 DSL 23055 EVAP (2) 25065 COND (2)13 CID CMPR $12,941.00
RW45FW4565652121 120K (2) W2345 IN WALL EVAP (2) 25065 COND (2) 13 CID CMPR $12,941.00
!! R36W61582121 120K 23036 & IW23061 EVAPS 25058 ROOF COND (2)13 CID CMPR $15,102.00
R36S2260652121 140K F550 DSL 23036 & 23022 EVAP 25060 & 65 COND (2)13 CID CMPR $15,102.00
ACC TC60 & TC80 ROOF MOUNT COMBO UNITS
F-550 / F-650 DIESEL CHASSIS
TC6016 70K F550 TC60 ROOFTOP COMBO UNIT TM16 CMPR $10,930.00
TC6021 80K F550 TC60 ROOFTOP COMBO UNIT TM21 CMPR $11,572.00
TC8021 90K F550 TC80 ROOFTOP COMBO UNIT TM21 CMPR $12,713.00
Page 277 of 733
HEATERS
Description:Price:
Hot Water Heater, 35K BTU - Floor Mounted $315.00
Hot Water Heater, 65K BTU - Floor Mounted $404.00
Hot Water Heater, 65K BTU-Mounted Under Seat to Frame $431.00
"Tower" Hot Water Heater, 60K BTU $431.00
Wall Mount Hot Water Heater, 32K BTU $370.00
Fuel Fired 40K Coolant Heater, Includes SS Enclosure, Internal Booster Pump - Diesel Engine
Only $4,321.00
Webasto TSL 17 (17K BTU Heater) - Does Not Include Enclosure - Diesel Engine Only $1,484.00
MISCELLANEOUS
Heater Booster Pump - does not include electric valves $315.00
Electric Water Shut Off Valves For Rear Floor Heater $149.00
Silicone Heater Hose (for rear unit) w/full ring clamps $204.00
Insulate Heater Hoses $176.00
Defroster Fan - Mount Location: Curb side Front overhead $115.00
ELECTRICAL
Door Ajar Buzzer on Rear Door $76.00
Door Ajar Buzzer on Wheelchair Door $76.00
Door Ajar Warning on Entry Door - Buzzer and Light in Driver Area $110.00
Door Ajar Warning on Wheelchair Door - Buzzer and Light in Driver Area $127.00
Door Ajar Warning on Rear Door - Buzzer and Light $127.00
Window Ajar Alarm Buzzer on Egress Window, each $32.00
Window Ajar Alarm Buzzer on all Egress Windows & Light in Driver Area $304.00
Rear Door Starter Interrupt $88.00
Fiberglass Battery Box & Stainless Steel Tray $1,112.00
Battery Box and Tray $586.00
8D Battery and Battery Box with Slide-out Tray $1,052.00
Stainless Steel Battery Box & Tray $1,029.00
Locate (3) International Batteries to Slide-out Tray, Requires #22087, 22089, 22531 $614.00
Freightliner - 3 Group 31 Batteries in Chassis OEM Battery Tray $0.00
Rotary Disconnect Switch $127.00
Circuit Breakers in lieu of Fuses $315.00
Stop Request Single Display Sign, Pull Cord, Single Chime Tone- For All Passenger Bus $603.00
ADA Compliant Stop Request Dual Display Sign,Dual Chime Tone,Pull Cord-Requires Touch
Tape $686.00
Touch Tape for ADA Stop Request -Each - Requires ADA Stop Request System $71.00
Hourmeter $127.00
Heated Entry Step, Electric $98.00
Digital Clock, 12 volt, in driver overhead $110.00
Additional 12V Power Outlet (Mounted in Driver Side B Pillar)$32.00
Laminated Wiring Schematic ***AS BUILT*** ON ELECTRICAL PANEL DOOR $60.00
Page 278 of 733
DESTINATION SIGNS/I.D. SIGN/FRONT VIEW WINDOW
Description:Price:
Front Illuminated ID Sign (no lettering)$315.00
Front View Window in Cab Overhead $343.00
Front Multiple Destination Sign (Transign) Up to 15 positions $1,938.00
Side Multiple Destination Sign (Transign) Up to 15 positions $1,938.00
DO THE TRANSIGN SCROLLS HAVE PRINTED DESTINATIONS?$0.00
Mult Dest Sign Switch in Dash-Peep Hole in Dest Sign Door $27.00
Install Front Destination Sign Window and Overhead Access Door for Customer Installed Sign $558.00
Install Side Destination Sign Window w/Structure for Customer Installed Sign $315.00
Luminator Horizon SMT Front Sign16x120(6"x45") With ODK 4 Controller $7,406.00
Luminator Horizon SMT Side Sign 8x80 (2.8"x30") Requires front sign #22108 $2,558.00
Transign LD12112 Front LED Sign 4.79"x44.18" Display w/OCU $3,085.00
Transign LD1280 Side LED Sign 4.79"x31.59" Display-Requires Front Sign $1,550.00
Twin Vision Mobilite Front & Side Sign w/Controller 12VOLT SIGN $4,813.00
LUMINATOR PROGRAMMING SOFTWARE (IPS)$803.00
FAREBOXES
Diamond NV Rectangular Farebox w/2 Vaults $1,728.00
Diamond SV Rectangular Farebox w/2 Vaults $2,098.00
Diamond D Round Farebox w/1 Vault $1,728.00
Additional Vault for Diamond D Round Farebox $742.00
EXTERIOR LIGHTS
Surface Mount LED Entry Door Exterior Light - STD Choose Optional Below or Special builds $0.00
4" Round Flush Mount LED Entry Door Exterior Light $37.00
Light at Driver Stepwell $32.00
Armoured Marker Lights $71.00
2 LED 7" Lts-Rear Flash AMBER $210.00
2 LED 7" Lts-Rear Flash RED $210.00
2 LED 4" Lts-Rear Flash AMBER $210.00
2 LED 4" Lts-Rear Flash RED $210.00
2 LED Amber 7" Lights on Front Flash When $210.00
Turn Signals Flash With Open Door, ADA and Pass Entry Door $88.00
LED Rear Center Mount Brake Light, Rectangular $71.00
LED Rear Center Mount Brake Light Long & Narrow $98.00
LED Mid-Ship Turn / Marker Lights, REQUIRED 30' AND LONGER $165.00
Independent RED Brake & AMBER Turn Signal Lights (per NJ specs)$121.00
Strobe Light,Roof Mounted COLOR:$154.00
INTERIOR LIGHTS
LED Dual Reading Lights (Each) In Overhead Luggage Requires 22187 or 22189 $37.00
LED Dual Reading Lights (Each) In Radius Transition Panel N/A Overhead Luggage $37.00
Additional Interior Lights (LED If Option Selected) Each $32.00
Door Activated Interior Lights $37.00
LED Overhead Interior 16" Strip Lights-Each Optronics ILL-71-CB $71.00
Page 279 of 733
AUDIO / VISUAL
**** MAXIMUM NUMBER OF SPEAKERS ALLOWED IS 8 TOTAL SPEAKERS****
Description:Price:
Deluxe AM/FM/CD With Clock & 4 Speakers PA Ready $370.00
AM/FM/DVD Touch Screen 4 Speakers W/Nav, USB & SD Card, Backup Camera, PA ready $1,594.00
Jensen JHD36AB AM/FM/CD/Clock Blue Tooth/USB Enabled PA Ready 4 Spkrs $531.00
Bluetooth Microphone for JHD36AB Radio (phone calls, etc.) W/Visor Clip $27.00
FORD F550 OEM AM/FM RADIO W/AUX INPUT AND CLOCK (F550 RADIO CAN'T BE REMOVED)$0.00
FORD F650 OEM AM/FM RADIO W/AUX INPUT AND CLOCK $0.00
JPA600 PA SYSTEM W/ HAND MIC CONNECTED TO OEM RADIO $187.00
Hand Held Mic & Clip Added to PA Ready Radio $187.00
JPA 600 PA System with Hand Held Mic & Clip W/ 2 Speakers (Independent of Radio)$304.00
A/V Option #1 15" Center Mount FLIPDOWN LCD MONITOR W/DVD PLAYER $2,098.00
OVERHEAD LUGGAGE IS REQUIRED FOR 10" Monitors
Add 2nd 15" Flipdown MONITOR to Option #1**Requires A/V Option #1 $2,232.00
Add (2) 10.2" LCD Monitors and PA System to Option #1 $2,232.00
10.2" Monitor (additional, each)$930.00
**** MAXIMUM NUMBER OF SPEAKERS ALLOWED IS 8 TOTAL SPEAKERS****$0.00
Additional Speaker(s), Each $15.00
NOTE: Mount Two of the Speakers in Front Bulkhead $0.00
4 Speakers with Wire to Chassis OEM Radio (If Supplied)$127.00
Ground Plane for 2-Way Radio, Pull Cord, Conduit Terminates B Pillar Floor $88.00
On/Off Switch for Passenger Area Speakers $60.00
External Speaker With ON/OFF Switch (each)$88.00
DOORS / HATCH / WINDOWS $0.00
Required: please select one passenger door option.$0.00
Passenger Door Manual $0.00
Passenger Door Electric (Standard)$0.00
Passenger Door 36" (Standard)$0.00
Passenger Door A&M Air Operated - Requires Chassis Air Compressor $1,467.00
Passenger Door 42" *** Choose either Electric, Air, or Manual Above $558.00
Exterior Passenger Entrance Door Key $82.00
Extra Key for Electric Entry Door (requires opt 2133)$15.00
A&M KEYPAD ENTRY DOOR EXTERIOR ACCESS $127.00
A&M WIRELESS REMOTE KEY FOB ENTRY DOOR CONTROL (1 FOB)$276.00
ADDITIONAL A&M WIRELESS REMOTE KEY FOB $88.00
Rear Door, No Window - Standard Left Hand Hinge $348.00
Rear Door, No Window - Optional Right Hand Hinge $348.00
Rear Door, (1) Window - Standard Left Hand Hinge $431.00
Rear Door, (1) Window - Optional Right Hand Hinge $431.00
Additional Window for Rear Door $82.00
Twin Windows Either Side of Rear Door $154.00
Rear Door Slide Lock $15.00
Extra Key for Rear Door or Wheelchair Door $15.00
Roof Hatch Transpec 1970 Series Standard Safety Vent II $315.00
Roof Hatch - Transpec 1070 Series Dual Purpose Safety Vent II $431.00
Page 280 of 733
Description:Price:
Roof Hatch - Transpec 1170 Series Triple Value Safety Vent II w/Static Vent $431.00
Roof Hatch - Transpec 1670 Series Power Safety Vent II w/Static Vent & Power Exhaust Fan $614.00
Roof Hatch - Transpec 9245-0203G Pro Lo- No Vent W/Outside Handle Grey $404.00
Roof Hatch - Transpec 9245-0203 Pro Lo- No Vent W/Outside Handle & Vandal Lock White $558.00
ADD BUZZER TO ROOF HATCH ORDERED $32.00
ADD OUTSIDE RELEASE TO 10, 11, 16 AND 19 SERIES HATCHES ABOVE $37.00
Upgrade to Bonded Window (each) - N/A Side Sign $243.00
NOTE: BONDED WINDOWS ARE NOT AVAILABLE ON XLT MODEL $0.00
Solid Window(s) EACH Replace T-Slide(s) Enter Specific Instructions in Row Below $60.00
NOTE: SOLID WINDOWS ARE STANDARD ON XLT MODEL $0.00
Extra Egress Window(s) Total Number of Egress Windows:$54.00
INTERIOR
Driver Coat Hook $15.00
Interior Handles on Wheelchair Door & Rear Door-Red $10.00
LUGGAGE RACK / STORAGE
Driver Storage in Cab Overhead $127.00
Driver Storage in Cab Overhead with Lock $137.00
Overhead Luggage Rack - Both Sides $1,085.00
Install Netting on Twin Overhead Luggage Racks-Enter Bus Length in the Qty Column $10.00
Overhead Luggage Rack - Street Side Only $558.00
Overhead Luggage Rack - Curb Side Only $558.00
Install Netting on Single Overhead Luggage Racks-Enter Bus Length in the Qty Column $5.00
Cover Overhead Racks w/matching Seat Fabric (up to Level 5) PER SIDE $686.00
30" Interior Luggage Rack, 2 Shelves $880.00
36" Interior Luggage Rack, 2 Shelves $918.00
48" Interior Luggage Rack, 2 Shelves $957.00
60" Interior Luggage Rack, 2 Shelves $1,024.00
72" Interior Luggage Rack, 2 Shelves $1,068.00
Rear Luggage Area w/Rear Door,Felt Liner,Escape Hatch,Light,Rubber Floor $930.00
Shelf in Rear Luggage (each) - SPECIFIY LOCATION BELOW $49.00
Rear Cargo Net, Includes Roof Hatch $647.00
PARATRANSIT OPTIONS
Double W.C. Doors w/ Windows, LED Interior Lights, Leaf Spring, LED Exterior Lighting $1,141.00
2" Wider Double WC Doors Required for Lifts Wider than 34" $1,450.00
Single W.C. Door w/Window,LED Interior Lights, Leaf Spring, LED Exterior Lighting $1,085.00
4" Grommet Mount LED is STD. Use Special Builds for Optional Choices $0.00
INSTALL T-Latch W.C. Door Hold Open Each - Note: Deletes Gas Shocks $27.00
IS THE LIFT IN THE FRONT OR REAR OF THE UNIT? Rear $0.00
Page 281 of 733
RICON LIFTS * NOTE: PRICING IS FOR "CORE" LIFTS ONLY RICON CHARGES
CONSIDERABLY MORE FOR NON-CORE CHECK AT TIME OF ORDER
Description:Price:
Ricon S-5505 800# ADA Wheelchair Lift (32"x51") $4,924.00
Ricon K5505 800# Wheelchair Lift (Klear View)(31"x51") $5,173.00
Ricon S-5510 800# Wheelchair Lift (34"x54")$4,924.00
Ricon K-5510 800# Wheelchair Lift (Klear View) (33"x54") $5,173.00
Ricon S-5505 Titanium 1,000# Lift (32" x 51")$5,716.00
Ricon S-5510 Titanium 1,000# Lift (34" x 54")$5,716.00
Ricon K-5005 Titanium 1,000# Lift (31" x 51")$5,927.00
Ricon K-5510 Titanium 1,000# Lift (33" x 54")$5,927.00
Vinyl Cover for Wheelchair Lift - Ricon "S" Series $642.00
Vinyl Cover for Wheelchair Lift - Ricon "K" Series $1,506.00
BRAUN LIFTS
Braun Century NCL917-2 800# Lift (33"x51") $4,708.00
Braun Vista NVL917 800# Lift (31.5" x 50") $5,046.00
Braun Millenium NL917-2 800# (33"x51")$5,046.00
Braun Century NCL919-2 800# Lift (34"x51") $4,708.00
Braun Millenium NL919-2 800# Lift (34"x51") $5,046.00
Braun Millenium NL9173751 800# (37"X51") Requires 2" Wider Doors $6,132.00
Braun Century NCL9173454-2 800# (34"x54") $4,708.00
Braun Century NCL1000 3451HB-2 1000# Lift (34"x51")$5,473.00
Braun Century NCL 1000 3454HB-2 1000# Lift (34"x54") $5,473.00
Vinyl Cover for Wheelchair Lift - Braun $387.00
Seat Belt on Braun Lift - Installed $88.00
LIFT INTERLOCK
Fast Idle w/Interlock - Intermotive GTWY 805-I-D-P2 INTERNATIONAL CHASSIS $2,232.00
Fast Idle w/Interlock - Intermotive GTWY805-F-P2 FREIGHTLINER CHASSIS $924.00
Fast Idle w/Interlock - Intermotive GTWY506-F FORD F550 / F650 $558.00
SureLok W.C. Securement Kits, Accessories
FF627S-4C Retract,S Hook ,FE2000727HA Combo Lap/Shldr L Track $586.00
FF661S-4C-SNC Retract SlideNClick,S Hook, FE200727HA Combo Lap/Shldr $791.00
AL712S-4C Titan Auto Tension S Hook, HA Shldr Belt $608.00
AL812S-4C Titan (4)AL800855S Tie Down LTrack & AL700727HA Sldr/Lap Belt $857.00
AL860S-4C SNC (4)AL800944S SNC Tie Down SlideNClick & AL700727HA Sldr/Lap Belt $985.00
FE200750-16 16" Quick Strap $15.00
Sure-Lok Belt Cutter (ship loose )$15.00
Sure-Lok Belt Storage Pouch $44.00
Q Straint W.C. Securement Kits, Accessories
Q8-6500-L Upper Shoulder Harness Mount Fixed Point to L Track Adaptor $37.00
Q-8201-L Std Retrctr Tie Down,Q8-6326-A1 Combo Lap/Shldr,L Trk $481.00
Q-8101-L DeLuxe Retrctr Tie Down,Q8-6326-A1 Comb Lap/Shldr,L Trk $558.00
Q-8301-L Max Retrctr Tie Down,Q8-6326-A1 Comb Lap/Shldr,L Trk $586.00
Q-8301-SC Max Retrctr tie down,Q8-6326-A1 Comb Lap/Shldr,SldNClk $791.00
Q8100-A1T-L Deluxe Retrctr Tie Down L Track Upper - Seat Track Lower Shldr Belt Mnt $647.00
Q10007 - 4 QRT 360 Retractr Tie Down L track & Q8-6326-A1 Comb-Lap/Shldr $857.00
Q10008 - 4 QRT 360 Retractr Tie Down Sld N Click & Q8-6326-A1 Comb-Lap/Shldr $985.00
Page 282 of 733
Q Straint W.C. Securement Kits, Accessories
Description:Price:
Q10029 - 4 QRT 360 Retractr Tie Down Sld N Click & Q5-6415-RET-L L-Track Mounted
Retractable Shoulder Belt W/ Q8-6325 Lap Belt $985.00
Q10032 - 4 QRT 360 Retractr Tie Down L-Track & Q5-6415-RET-L L-Track Mounted Retractable
Shoulder Belt W/ Q8-6325 Lap Belt $857.00
Q10009 - 4 QRT 360 Retractr Tie Down Sld N Click w/ L- Track Ceiling Mounted Q5-6410-
TBL27 Shoulder Belt & Q8-6325 Lap Belt $985.00
Q10010 - 4 QRT 360 Retractr Tie Down L-Track w/ L- Track Ceiling Mounted Q5-6410- TBL27
Shoulder Belt & Q8-6325 Lap Belt $857.00
Q5-7580-4 18" Blue Webbing Loops $5.00
Q5-6327 84" Postural Belt with Padding - Black Webbing $49.00
Q Straint Belt Storage Pouch $44.00
Q-Straint Belt Cutter (ship loose)$15.00
Miscellaneous Accessories
L Track for Wheelchair Tiedown (per foot)$10.00
Priority Seating Sign **Required for ADA Compliance**$10.00
Wheelchair Decal (International Symbol of Accessibility) Each $10.00
Tool Box Wheelchair Belt Storage $37.00
SAFETY OPTIONS
5 Lb Fire Extinguisher $66.00
10 Lb Fire Extinguisher $149.00
Dual Spectrum Fire Suppression 25#, Thermal Spot Detectors, No fuel tank area $4,443.00
Amerex Fire Suppresion #17325 - 13# 2 Nozzle System $3,329.00
16 Unit First Aid Kit $54.00
25 Unit First Aid Kit $66.00
Body Fluid Kit $49.00
Emergency Triangle Kit $32.00
Fire Blanket $98.00
Back-Up Alarm SAE Type C 97 db(A)$60.00
Back-Up Alarm SAE Type B 107 db(A) Ecco 575 $88.00
Echovision Ultrasonic Backup System $713.00
Rosco Backup Warning System BSSK-1000 Surface Mount $458.00
Rosco STSK7465 Backup Camera, Microphone, 7" LCD Monitor w/speakers $481.00
Rosco "Smart Vision" Backup Camera STSK4530 Includes 4.3" Display in Driver Rear View
Mirror (Replaces OEM Mirror). Can accept 2 Inputs $686.00
ASA Back-Up Camera & Monitor $1,085.00
Hindsight 20/20 Rear Sonar Backup System $1,041.00
Rosco Backup Warning System BSSK-1001 Flush Mount in Steel Bumper $497.00
HawkEye Reverse Assist System (RAS) Installed in Steel Bumper $686.00
Interior Convex Mirror 6" x 9" $44.00
Interior Flat Mirror, 6" x 16" N/A/ ON DUAL DOOR CHASSIS $44.00
Wide Angle Lens 11"x14", Fresnel $37.00
Crossover Mirror, Front, Curbside $132.00
Crossover Mirror, Front, Roadside $132.00
Red Light Over Emergency Exit Ea: ON:$60.00
"NO SMOKING" Sign $15.00
Page 283 of 733
Description:Price:
"NO EATING" Sign $15.00
White "Standee" Line $15.00
Yellow "Standee" Line $22.00
Decal "Please Fasten your Seat Belt"$15.00
Decal "Please Stand Behind White Line while Vehicle is in Motion"$15.00
Decal "Please Watch Your Step"$15.00
Decal - Vehicle Height $15.00
Fire Extinguisher Decal $15.00
Emergency Exit Decal BLACK LOCATION:$15.00
Emergency Exit Decal RED LOCATION: Pass entry door. $15.00
Door Handle Operation Arrow Decal - Black, Exterior Installed on Rear Door $15.00
Door Handle Operation Arrow Decal - Black, Exterior Installed on W/C Door $15.00
Door Handle Operation Arrow Decal - Red, Interior Installed on Rear Door $15.00
GRAB RAIL / STANCHION / PANELS
Ceiling Grab Rail - Install on Street Side $143.00
Ceiling Grab Rail - Install on Curb Side $143.00
Ceiling Grab Rail - Install on Both Sides $287.00
Yellow Powder Coat Ceiling Grab Rail (each) $115.00
Left Hand Entry Vertical Grab Rail - 1/4" $0.00
Right Hand Entry Vertical Grab Rail - 1 1/4"$71.00
1 1/4" Grab Rail Parallel to Entrance Steps (both sides)$115.00
Yellow Powder Coat Entry Grab Rails Each - Enter Total Quantity Needed $71.00
Grab Rail, Horizontal, under window next to wheelchair $44.00
Stanchion and Modesty Panel at Entry Door $0.00
Stanchion and Modesty Panel Behind Driver $154.00
Yellow Powder Coat Stanchion/Panel Assemblies Each Enter Total Quantity $98.00
Addl Stanchion and Modesty Panel $154.00
Padding on Stanchion - Gray - Per 40" Max Length Each (note location(s) below)$49.00
Padding on Stanchion - Yellow - Per 40" Max Length Each (note location(s) below)$49.00
Modesty Panel at Wheelchair Lift (extend from floor to ceiling)$154.00
Add Tinted Plexiglass Upper Panel $115.00
SEATING - DRIVER
FORD F-650 DRIVER SEATING
FORD F-650 OEM Driver's Seat $0.00
INTERNATIONAL DRIVER SEATING
OEM Driver's Seat - National 2000 Air Suspension - High Back w/ Intergral Headrest, Grey
Cloth, Isolator, 1 chamber Lumbar, 2 Position Front Cushion Adjust, -3 to +14 Degree Angle
Back Adjust, 3-Point Lap & Shoulder Belt , RH Armrest $0.00
FREIGHTLINER DRIVER SEATING
OEM Driver's Seat - National 2000 SRS Air Suspension - High Back, Black Cloth, 3-Point Lap &
Shoulder Belt , RH Armrest $0.00
FORD F-650 CO PILOT SEATING
FORD F-650 OEM Co-Pilot Seat $0.00
Page 284 of 733
NOTE: RE-COVER FITS LOOSELY - NOT VERY COSMETIC
Description:Price:
RECOVER FORD OEM SEAT IN LEVEL 1 FABRIC $154.00
RECOVER FORD OEM SEAT IN LEVEL 2 FABRIC $193.00
RECOVER FORD OEM SEAT IN LEVEL 3 FABRIC $226.00
RECOVER FORD OEM SEAT IN LEVEL 3.5 FABRIC $237.00
RECOVER FORD OEM SEAT IN LEVEL 4 FABRIC $243.00
RECOVER FORD OEM SEAT IN LEVEL 5 FABRIC $287.00
RECOVER FORD OEM SEAT IN LEVEL 6 FABRIC $298.00
SEATING - PASSENGER
STD RIGID SEATS
High Back Double Seat - 19" Wide - Available on 102" Wide Model Only $497.00
High Back Single Seat - 19" Wide - Available on 102" Wide Model Only $287.00
High Back Double Seat $404.00
High Back Single Seat $226.00
Mid High Double Seat $382.00
Mid High Single Seat $215.00
Upgrade to BERKSHIRE Highback Seat Option Per Person 1" Reduced Knee Room $32.00
Upgrade to GLITZ Seat Option for Rigid FW Mid High or Highback Seats (per person)$71.00
Low Back Double Seat $348.00
Low Back Single Seat $198.00
RITZ SEATS - INCLUDES MAP POCKET MADE FROM TRIM MATERIAL REDUCES KNEE ROOM
BY 1.5" VS Featherweight
RITZ High Back Single Rigid $353.00
RITZ High Back Double Rigid $614.00
FLIP SEATS
Econo Flip - Single - N/A with Retractble Belt Option $387.00
Econo Flip - Double - N/A with Retractble Belt Option $520.00
Flip Seat, Single Freedman Featherweight Mid High $526.00
Flip Seat, Double Freedman Featherweight Mid High $713.00
Flip Seat, Triple Freedman Featherweight Mid High $1,112.00
Upgrade to Mid-High Flip To BERKSHIRE (PER PASSENGER)$32.00
FOLDAWAY SEATS
Foldaway Seat, Single AM $581.00
Foldaway Seat, Double AM Benchback $796.00
Foldaway Seat, Single AM Wheelwell with riser $642.00
Foldaway Seat -Double AM Benchback Wheelwell with riser $880.00
Foldaway Seat, Single BV to Fit In Fuel Fill Area $608.00
Foldaway Seat-Double BV Benchback Street side (to fit in gas fill area)$842.00
Foldaway Seat, High Back, Single $675.00
Foldaway Seat - High Back Double $980.00
Foldaway Seat - Mid-High Notch Back Double AM (non-wheelwell)$980.00
Foldaway Seat - Mid-High Notch Back Double AM for Wheel Well with riser $1,052.00
Foldaway Seat - Notch Back Double BV For Fuel Fill Area $1,052.00
Upgrade to Mid-High Notch Back Foldaway To BERKSHIRE (PER PASSENGER)$32.00
Page 285 of 733
ICS & 3POINT SEATS **REQUIRES WEIGHT ANALYSIS FOR APPROVAL**
Description:Price:
Single Seat, Integrated Child Seat (for 20-51 pounds)$774.00
Double Seat with (1) Integrated Child Seat and (1) Mid High Back 2nd Seat $1,052.00
Double Seat with (2) Integrated Child Seats $1,550.00
Upgrade ICS Seat to ICS-10 (Children 22-78 pounds) Per ICS Position $132.00
Freedman 3 PT Double - Mid Hi w/ Grab Handle $818.00
Freedman 3 PT Double - High Back $818.00
Freedman 3 PT Single - Mid Hi w/ Grab Handle $558.00
Freedman 3 PT Single - High Back $558.00
Freedman 3 PT Double Recliner -Mid Hi w/Grab Handle $1,063.00
Freedman 3 PT Double Recliner - High Back $1,063.00
Freedman 3 PT Single Recliner - Mid Hi w/Grab Handle $669.00
Freedman 3 PT Single Recliner - High Back $669.00
Freedman 3 PT Double Flip - Mid Hi w/Grab Handle $1,046.00
Freedman 3 PT Double Flip - High Back $1,046.00
Freedman 3 PT Single Flip - Mid Hi w/Grab Handle $669.00
Freedman 3 PT Single Flip - High Back $669.00
Freedman 3 PT Double Foldaway - Mid Hi w/Grab Handle $1,329.00
Freedman 3 PT Double Foldaway - High Back $1,329.00
Freedman 3 PT Single Foldaway - Mid Hi w/Grab Handle $1,129.00
Freedman 3 PT Single Foldaway - High Back $1,129.00
PASSENGER SEAT FABRICS
EUROPEAN OR AMERICAN WOOL QUOTED AT TIME OF ORDER!!!!
Seat Cover - Level 1 Newport Vinyl; Oxen Vinyl; Olefin $0.00
Seat Cover - Level 2 Vinyl w/Regions Inserts (Sherpa/Shire Discontinued)$22.00
Seat Cover - Level 3 Regions or any Level 3 Combination (Sherpa/Shire N/A)$27.00
Seat Cover - Level 3.5 $54.00
Seat Cover - Level 4 Ice Pinstripe; Mor-Care; Leathermate $66.00
Seat Cover - Level 5 Tower; Streamer; Carnival; Avanti $76.00
Seat Cover - Level 6 Autumn Leaves; Mosaic; Web Pastel; 7 Sisters $88.00
RITZ Seats Only - Leather/Vinyl Upgrade Per Person $221.00
RITZ Seats Only - All Leather Upgrade Per Person $647.00
SEAT OPTIONS
ABS Seat Backs Per Person (Mid-High and Notchback Folds Only)$76.00
Anti-Vandal Grab Handle, Black Ea on:$44.00
Anti-Vandal Grab Handle,Yellow Ea on:$49.00
Black US Armrest - Each - on: $32.00
Flip-Up Upholstered Armrest - on: $44.00
Child Restraint System CRS225 Clips - Per Person $98.00
Hi Back Corner Grab-Black-Each on:$82.00
Mid-High Corner Grab Black-Each on:$54.00
Berkshire Grab-Black-Each on:$82.00
Docket 90 Fabric Wrapped Around Seat Cushion, Including Bottom (each)$37.00
Flame Block Material on Underside of Seat (each)$22.00
Footrests $44.00
FTA-XL Foam (per person-does not include driver)$88.00
Page 286 of 733
SEAT OPTIONS
Description:Price:
Kick Panel Light (see floorplan for placement)$27.00
Kick Panel, Under Seat - Each (Perimeter Seating)$27.00
Mesh Map Pocket, Each on:$15.00
Moisture Barrier (Per Person)$10.00
Adjustable Headrest for Mid-Hi Seats (Each)$76.00
Pillow Headrest - Each (High Back seats only)$49.00
Pillow Seat - Each $60.00
Quick Release for Center Rear Seat ** N/A with Seat Belts $82.00
Recliner - Per Person $44.00
RITZ Upholstered Armrest - Each on:$44.00
RITZ Arm in Leather - Each on:$60.00
RITZ MP3-iPod Holder (Sewn in Armrest) each on:$27.00
Seat Belt Loop - Each Not Available Foldaways $10.00
Side Slider per Double $76.00
Snack Tray - Each * Not Available on Foldaway Seats $76.00
TDSS-L Track on Foldaways Ea. Note Location in Special Instructions & Floor Plan $88.00
TDSS-SC (SlideNClick) on Foldaways Ea. Note Location in Special Instructions & Floor Plan $176.00
Vertical Stitching - Each $22.00
SEAT BELTS
Seat Belt, Non-Retractable ****STANDARD ITEM - ENTER QUANTITY $0.00
Seat Belt, Retractable ** NOT AVAILABLE WITH FOLDAWAY SEATS**ORDER USR BELTS $49.00
Seat Belt, Freedman USR Retractable (Per Person)$71.00
Seat Belt Extension, 12" FOR STANDARD SEAT BELTS $15.00
Seat Belt Extension, 12" (P/N 56410) FOR USR SEAT BELTS $22.00
Description:Price:
CNG CONVERSION - 30 GGE SYSTEM (E-350/450)$28,561.00
CNG CONVERSION - 40 GGE SYSTEM (E-350/450)$32,045.00
CNG CONVERSION - 50 GGE SYSTEM (E-350/450)$36,086.00
CNG CONVERSION - 52 GGE SYSTEM (F-550)$34,692.00
CNG CONVERSION - 64 GGE SYSTEM (F-550)$39,151.00
PROPANE ENGINE: ROUSH CLEAN TECH/CLEAN FUEL USA-41 USABLE GALLONS (E-
350/E-450)$20,758.00
PROPANE ENGINE: ROUSH CLEAN
TECH/CLEAN FUEL USA-45 USABLE GALLONS (F-550)$27,168.00
PROPANE ENGINE: ROUSH CLEAN
TECH/CLEAN FUEL USA-67 USABLE GALLONS (F-550)$31,905.00
Relocate Driver Side Condenser (E-450)$695.00
Relocate Driver Side Condenser (F-550)$696.00
Relocate/Modify Battery Box (E-450)$1,043.00
Relocate/Modify Battery Box (F-550)$1,044.00
Skirt Modification on Aerotech Body $486.00
158" Wheelbase Skirt Modification $486.00
Fuel- Half Tanks (Per Gallon)$3.00
Fuel- Full Tanks (Per Gallon)$3.00
CBS Specialty Options
Page 287 of 733
Bobtail Vehicle Surcharge $556.00
CNG Delivery Fee- Truck Only (Per Mile)$2.00
Graphics Package A - Level 1 Minivan/MV-1 $695.00
Graphics Package A - Level 2 Transit $695.00
Graphics Package A - Level 3 Narrow Body $1,113.00
Graphics Package A - Level 4 20-23 Std Body $1,323.00
Graphics Package A - Level 5 24-27 Std Body $1,531.00
Graphics Package A - Level 6 29-32 Std Body $1,671.00
Graphics Package A - Level 7 35-40 Std Body $2,088.00
Graphics Package A - Level 8 35-40 Wide Body $2,088.00
Graphics Package B - Level 1 Minivan/MV-1 $1,148.00
Graphics Package B - Level 2 Transit $1,148.00
Graphics Package B - Level 3 Narrow Body $1,566.00
Graphics Package B - Level 4 20-23 Std Body $1,774.00
Graphics Package B - Level 5 24-27 Std Body $1,984.00
Graphics Package B - Level 6 29-32 Std Body $2,193.00
Graphics Package B - Level 7 35-40 Std Body $2,611.00
Graphics Package B - Level 8 35-40 Wide Body $2,507.00
Graphics Package C - Level 1 Minivan/MV-1 $1,715.00
Graphics Package C - Level 2 Transit $1,715.00
Graphics Package C - Level 3 Narrow Body $2,141.00
Graphics Package C - Level 4 20-23 Std Body $3,028.00
Graphics Package C - Level 5 24-27 Std Body $2,423.00
Graphics Package C - Level 6 29-32 Std Body $2,725.00
Graphics Package C - Level 7 35-40 Std Body $3,534.00
Graphics Package C - Level 8 35-40 Wide Body $3,332.00
Graphics Package D - Level 1 Minivan/MV-1 $2,652.00
Graphics Package D - Level 2 Transit $2,652.00
Graphics Package D - Level 3 Narrow Body $4,582.00
Graphics Package D - Level 4 20-23 Std Body $4,836.00
Graphics Package D - Level 5 24-27 Std Body $5,071.00
Graphics Package D - Level 6 29-32 Std Body $5,656.00
Graphics Package D - Level 7 35-40 Std Body $6,338.00
Graphics Package D - Level 8 35-40 Wide Body $6,241.00
Graphics Package E- Levels 1-8 Custom Quote
Clever Device Complete System $28,000.00
Clever Device Wiring only $12,000.00
APC Add On $6,397.00
Trapeze Complete $18,418.00
Trapeze Cabling only $5,372.00
Seon TL4 $4,500.00
Hanover Displays Frt $2,316.00
Hanover Displays Side $2,410.00
Hanover Displays Side $2,360.00
Apollo Video Technology $8,500.00
TSO Mobile Base System w/ MDT $4,291.00
CBS Specialty Options
Page 288 of 733
TSO Mobile APC System (Per Door)$5,892.00
TSO Mobile DVR 4 Channel 4 Cameras $6,500.00
TSO Mobile DVR 4 Channel 2 Cameras $3,500.00
TSO Mobile AVAS System (Stand Alone)$4,800.00
TSO Mobile AVAS System (Using DVR)$3,500.00
Additonal Route Set Up over 5 (Per Route)$207.00
TSO In Vehicle Electronic Ad Display + GPS +Wi-Fi $3,746.00
TSO Anti-Bunchin Monitor $744.00
TSO APP Public Mobile Tracker Set-UP $486.00
TSO AVIS Set UP $1,043.00
TSO ATIS Set UP $625.00
TSI Camera System- 4 Camera System $6,500.00
TSI Camera System- 6 Camera System $8,000.00
Ford Powertrain Extended Warranty 5yr/100K $4,500.00
Ford Premium Care Extended Warranty 5yr/100K $6,500.00
Kidde Fire Suppression System $7,000.00
Amerex Fire Suppression System $7,000.00
Fogmaker Fire Suppression System $5,000.00
DIAMOND MANUFACTURING NV $893.00
DIAMOND MANUFACTURING RV $1,383.00
DIAMOND MANUFACTURING SV $1,280.00
DIAMOND MANUFACTURING H $1,988.00
DIAMOND MANUFACTURING E-5 $1,937.00
DIAMOND MANUFACTURING D $1,151.00
DIAMOND MANUFACTURING XV $1,182.00
GFI GENFARE Odyssey $16,666.00
OBDII Scanner with Laptop $7,000.00
Noregon JPRO Heavy Duty w/Laptop (Cummins & Allison)$7,000.00
CBS Specialty Options
Page 289 of 733
Item 2- (AC) Creative Bus Sales, Inc.
Spirit of Equess (SOE)
Page 290 of 733
A.
B.
C.
Bus Manufacturer Arboc
Bus Model Number SOE
Altoona Test Life (years/miles)10 year/350,00 miles
Test Report Model Spirit of Equess
Test Report Number LTI-BT-R1908
Test Report Date May-20
Production Location Middlebury, IN
Warehouse and Service Locations
Overall Length (including bumpers)27' -34'
PRICING & OPTIONS – VEHICLE #2 CONTINUED
Delivery/freight charge from Bus Manufacturer to Santa Fe, NM.$2,000.00
One-way delivery cost from Vendor to Recipient's destination
(price should include cost for one hour of recipient orientation.)See our attached
list by county.
Delivery Time Frame after receipt of Purchase Order (days)365 Days
*Floorplans must be submitted for each category bid.
*Certified pre-build weight certificates must be submitted for each category bid.
*Tech Info Card & Standard Warranty Card are Required per Category Bid
TECHNICAL INFORMATION – VEHICLE #2
CURRENT YEAR MODEL - MEDIUM DUTY, REAR ENGINE, LOW FLOOR, PURPOSE BUILT
VEHICLE WITH A MINIMUM 10 YEAR/300,000 MILE LIFE EXPECTANCY
Bus Vendor Creative Bus Sales, Inc.
(4)Electric Propulsion System
Electric Propulsion System ADD $438,574.00
Adds & Deletes Optional Pricing – Transit Vehicle #2
CHASSIS OPTIONS:
(1a) Chassis Options - Diesel
- Manufacturer 1
ADD Inc
(2)Chassis Options - Gas ADD N/A
(3)Chassis Options - CNG ADD $35,500.00
SOE 27 17-2 BASE $290,612.00
SOE 34 33-2 BASE $304,510.00
DESCRIPTION OF OPTIONS – VEHICLE #2
CURRENT MODEL YEAR - MEDIUM DUTY, REAR ENGINE, LOW FLOOR, PURPOSE BUILT
VEHICLE A MINIMUM 10 YEAR/300,000 MILE LIFE EXPECTANCY
SOE 29 28-2 BASE $296,228.00
Base price will include all rebates & concessions and include price for ADA compliant
Vendor:
Bus Manufacturer:
Bus Model:
Creative Bus Sales, Inc.
Arboc
Spirit of Equess
Base Model Floorplans – Transit Vehicle #2
Page 291 of 733
Gross Axle Weight Rating (lbs.)18,700
Differential Ratio 4.5
Power Steering Pump Manufacturer TRW
Model EV181819L10100
Brakes - Manufacturer Bendix
Front - Type Air
Diameter 14
Rear - Type Air
Capacity 318
Gross Vehicle Weight Rating (GVWR)28,530
Axle, Front Manufacturer ZF
Type IFS
Model ZFRL55EC
Gross Axle Weight Rating (lbs.)9,880
Axle, Rear Manufacturer ZF
Type Drive Axle
Model ZF AV-132
Speeds 6
Cooler Grayson
Alternator Manufacturer Leece-Neville
Model
Output (amps)420
Starter Motor Manufacturer Cummins
Model Denso
Air Compressor (if equipped) Manufacturer Cummins
Model
Engine Manufacturer Cummins
Type 6.7L Diesel
Model ISB
Net S.A.E. Horsepower 240
Net S.A.E.Torque 560
Transmission Manufacturer Allison
Type Automatic
TECHNICAL INFORMATION – VEHICLE #2
Model B210
Subframe Semi-Monocoque
Body frame Integral Steel Frame E Coated
Exterior panels FRP
Interior panels FRP
Insulation 1.5" Polystyrene Foam
Chassis Manufacturer Arboc
Certified Weight of Bus - Total 28,530
On Front Axle 9,880
On Rear Axle 18,700
Overall Width (excluding mirrors)100"
Overall Exterior Height 102"
Interior Height (center of aisle)84"
Doorway Opening
Ambulatory Width 36" inches /Height 76"
Wheelchair Width 36" inches /Height 76"
Wheel base 156" -254"
Floor thickness 5/8"
Construction Type/Materials
Page 292 of 733
STANDARD WARRANTIES – VEHICLE #2
CURRENT YEAR MODEL - MEDIUM DUTY, REAR ENGINE, LOW FLOOR, PURPOSE BUILT
VEHICLE WITH A MINIMUM 10 YEAR/300,000 MILE LIFE EXPECTANCY
Warranty Miles Years
Driver's Seat - Manufacturer USSC
Model 9210 MLX
Interlock - Manufacturer Arboc
Model I/O Controls
Backup Alarm (db)97
Roof Marker Lights - Manufacturer Tech Niq
Interior Lighting - Type LED
Number of Fixtures 10
Identification Lights - Manufacturer Tech Niq
Wheelchair Lift - Manufacturer Braun
Model RA-300
Wheelchair Securement - Manufacturer Q'Straint
Model Slide N Click
Seat Belts - Manufacturer Freedman
Type USR
Passenger Seats - Manufacturer Freedman
Type Mid-High
Minimum knee-to-hip space 27"
TECHNICAL INFORMATION – VEHICLE #2
Load Range H
Batteries
Main - Manufacturer Alliance
Type, Size Group 31
Capacity (CCA at 0 degrees F)1540
Accessory - Manufacturer Alliance
Type, Size Group 31
Capacity (CCA at 0 degrees F)1540
Heating Cores - Manufacturer ACC Climate Control
Number of cores 3
Air Conditioning - Manufacturer ACC Climate Control
Model Tropicool
Capacity (BTUs)160,000
Fuel Tank Capacity (gallons)70
Tires - Manufacturer Goodyear
Size/Type 19.5"
Radiator Manufacturer EMP
Type Efan
Model
Total System Capacity (Excluding auxiliary heating
system)
Gallons
Radiator Fan Speed Control Type Electric
Surge Tank Capacity
Engine Thermostat Temperature Setting 190 Degrees
Overheat Alarm Temperature Setting 225 Degrees
Heating System Capacity Front 40,000 BTUs /Rear 160,000
Diameter 16
Page 293 of 733
Air Conditioner Unlimited 3
Lift 15,000 cycles 3
Other Options 50,000 5
VEHICLE #2 - LIST ALL AUTHORIZED SERVICE DEALERS BELOW:
Name Address/Phone City/County/State
Creative Bus Sales, Inc. 5760 Pino Ave NE I 866-973-8369 Albuquerque, NM
Body Structure 250,000 7
Chassis 250,000 7
Engine 100,000 5
Transmission 100,000 5
Page 294 of 733
Description:Price:
Chassis - 02
Black Steel Front Bumper & Energy Absorbing Transpec Rear Bumper (with Anti Ride)$1,250.00
Romeo Rim Bumper (front & rear) with Anti Ride $2,861.00
Spare Tire & wheel (shipped loose)$916.00
Altro Flooring - Storm Grey with 14" Coving $0.00
GerFlor Sirius Anthracite Gray with 14" Coving $0.00
Composite Flooring $2,777.00
CSA UPFIT (Required for all Canadian Units) ENGLISH ONLY SWITCHES $277.00
CSA UPFIT (Required for all Canadian Units)$277.00
Locking Fuel Door (each) *requires 2 $111.00
Automatic Reservoir Drain Valve(s) for Air Tank - HEATED $133.00
Undercoating In house $416.00
Undercoating Ziebart $1,666.00
Windows - 04
Extra Curb Egress Window w/light (36 x 36)$66.00
Extra Driver Egress Window w/light (36 x 36)$66.00
T Slider Windows $277.00
Solid Frameless Windows (with Black out mullions)$2,500.00
Thermopane Windows (n/a in T-sliders,solid framed only)$1,166.00
Exterior - 05
Additional Reflectors - Amber (Each) shipped loose unless location is noted $5.00
Additional Reflectors - Red (Each) shipped loose unless location is noted $5.00
Top Front 4" LED Flashing Lights (on with door open only) AMBER $222.00
Top Rear 7" LED Flashing Lights (on with door open only) AMBER $222.00
Top Rear 7" LED Flashing Lights (on with switch only) AMBER $222.00
Top Rear 7" LED Flashing Lights (on with door and switch) AMBER $238.00
Top Rear 7" LED Flashing Lights (activated by ramp) RED $222.00
Merge Alert LED Sign (YIELD/MERGING/ARROW)$833.00
7" Yield to Bus Signal Lamp (installed on rear upper roadside of vehicle)$361.00
Door/Hatch/Luggage - 06
Roof Hatch - Transpec Prolo (REPLACE 1 ECONO) $127.00
Roof Hatch - Transpec Prolo - Additional $355.00
Roof Hatch - Transpec Econo #1976 - Additional $227.00
Deluxe Overhead Parcel Racks -PRICED PER FOOT each side without reading lights (not over
wheelchair positions)order 2' sections $72.00
Double Reading Lights (for OH Parcel) $55.00
2nd Passenger Door w/Stanchion(s) Stainless Steel (includes entry door light )$2,416.00
Options
Page 295 of 733
Description:Price:
Door/Hatch/Luggage - 06
2nd Passenger Door w/Stanchion(s) Stainless Steel Yellow Powdercoat (includes entry door
light)$2,466.00
Luggage Rack-41" Stainless Steel w/Shelf (Front Curbside over wheel well)$644.00
Luggage Rack-68" Stainless Steel w/Shelves (Roadside)$1,083.00
Luggage Rack-71" Stainless Steel w/Shelves (Front Roadside over wheel well)$1,083.00
Drivers Storage Compartment w/Key Lock (mounted on Driver's Stanchion)$194.00
Drivers Storage Box on top of Electrical Center Box (requires Electrical Center Box)$583.00
Electrical Center Box (behind driver, replaces 1 front seat)$777.00
Advertising Racks - Exterior 18" X 110"$555.00
Advertising Racks - Interior $1,250.00
Sportworks Bike Rack DL2 $2,327.00
Sportworks Bike Rack Deployment kit $166.00
Electrical - 07
Echo Back Up Alarm $605.00
Destination Sign Hanover Front & Side (w/96" side sign) Amber $5,105.00
Destination Sign Twin Vision Mobilite Front & Side Amber $4,055.00
Destination Sign Twin Vision Mobilite Front Only $2,438.00
Destination Sign Luminator Horizon Front & Side Amber $8,027.00
Destination Sign, Transign LED Destinator Front & Side $4,883.00
Additional Interior LED Light (specify location)$83.00
Front Light for Fare Box w/switch $83.00
Front Light for Fare Box Door Activated Only $83.00
Ext Entrance Door Key (replaces door toggle)$83.00
Ramp Activation Warning light & buzzer w/Chrome Trim Ring $166.00
Hourmeter $222.00
Audio - 08
Ground Screen in front roof cap (3 pc windshield includes metal plate only available for 1
pc)$166.00
Pull Cord for 2 way radio - terminates behind drvr seat (unless noted differently on order)$83.00
Pre wire for 2 way radio - (w/hot & ground wire to 30 amp fuse at PDM) specify location $138.00
Passenger Stop Request - Yellow Pull Cord w/chimes with Touch Tape at Wheelchair
Positions $994.00
Passenger Stop Request - Yellow Pull Cord w/chimes with Surface Mount Wired Push
Buttons at Wheelchair Positions $772.00
PA-System w/hand held microphone w/4 speakers $333.00
Page 296 of 733
Description:Price:
Audio - 08
AM/FM/CD w/4 Speakers w/PA System w/ hand held microphone REI $411.00
AM/FM/CD w/6 Speakers w/PA System w/ hand held microphone REI $466.00
Additional Speakers (each)$27.00
Outside Speaker w/switch (separate interior/exterior) gray or white $150.00
Wifi Sky Wireless Router (works off hotspots)$361.00
Wifi Ranger Go2 Router (works w customer's current plan)$416.00
Tour Bus Audio Visual Package includes AM/FM/DVD w/PA system & hand held mic w/6
speakers; 24" LED TV mounted on included Driver Stanchion $1,388.00
Tour Bus Audio Visual Package includes AM/FM/DVD w/PA system & hand held mic w/6
speakers; 24" LED TV mounted on included Driver Stanchion Yellow PowderCoat $1,438.00
Interior Environment - 09
Air Conditioning - Rooftop Systems
ACC - Mini Sphere HEAT/COOL - Single w/ TM31 Compressor $9,361.00
ACC - Mini Sphere HEAT/COOL - Single w/ TM43 Compressor $10,438.00
ACC - Mini Sphere HEAT/COOL - Dual w/ TM43 Compressor $14,883.00
ACC - Tropicool HEAT/COOL Dual TC6043 80K w/TM 43 Compressor $14,883.00
PRO AIR - ACT 160K RTS75H HEAT/COOL Dual w/TM 43 Compressor $15,916.00
Heaters
60K BTU Heater Slim Line $438.00
35K BTU Heater Low Profile $372.00
65K BTU Heater Low Profile $500.00
Espar Engine D5 Hydronic Pre Heat on/off switch *not available on CNG $2,733.00
Insulate Heater lines $333.00
Brass shut off valve w/label $72.00
Aux Defroster Fan w/ Switch $105.00
Interior - 10
Diamond XV Fare box w/2 Vaults (includes D10 Stand)$1,966.00
Diamond NV Fare box w/1 Vault (includes Stand)$1,316.00
LH Entry Stanchion w/Grab Handle Yellow Powdercoat $55.00
Vertical Stanchion (specify location)$94.00
Vertical Stanchion Yellow Powdercoat (specify location)$116.00
RH Entry Stanchion w/Grab Handle Yellow Powdercoat $50.00
Pre Wire for Fare Box (specify location)$83.00
Ceiling Grab Rail (2) $400.00
Ceiling Grab Rail (2) Yellow Powdercoat $494.00
Hand Strap for OH Grab Rails $22.00
Page 297 of 733
Description:Price:
Interior - 10
Wheelchair Grab Rail - 10"$38.00
Wheelchair Grab Rail - 10"Yellow Powdercoat $50.00
Assist Handles on Main Entry Doors Yellow Powdercoat (order 2 if 2nd door option is
chosen)$61.00
Rear Stanchion(s) in front of bench seat w/Modesty Panel - Yellow Powdercoat $55.00
Rear Stanchion in front of bench seat w/Modesty Panel - Yellow Powdercoat (order with
2nd door option for curbside)$27.00
Driver Stanchion W/Modesty Panel $233.00
Driver Stanchion W/Modesty Panel - Yellow Powdercoat $266.00
Padding on Stanchion (each) Black, Grey or Yellow $61.00
Auto Cloth Ceiling (Grey)$277.00
Vinyl Soft Touch Ceiling(Grey)$277.00
Auto Cloth Interior Walls (Grey)$611.00
Vinyl Soft Touch Interior Walls (Grey)$611.00
Seating - Driver - 11
USSC G2 Driver Seat w/Air Ride Suspension w/wide back and 3 Chamber Lumbar Support $2,350.00
Seating - Passenger -12
Freedman Seats - Featherweight
High Back Double Seat $350.00
High Back Single Seat $216.00
Mid High Double Seat $333.00
Mid High Single Seat $205.00
Low Back Triple Seat $505.00
Low Back Double Seat $316.00
Low Back Single Seat $194.00
Flip Seat Single $394.00
Flip Seat Double $550.00
Flip Seat Split Double $788.00
Flip Seat Triple $877.00
Single BV Foldaway Seat $472.00
Double BV Foldaway Seat with notch $783.00
Double BV Foldaway Seat NO notch $644.00
Double Seat w/(2) ICS-10 Toddler Seats $1,450.00
Bantam Flip Seat - Single $461.00
Citi Seats
Citi Seat Single (w/insert)$361.00
Citi Seat Double (w/insert)$672.00
Citi Seat Triple (w/insert)$1,016.00
Citi Seat Flip Single (w/insert)$527.00
Citi Seat Flip Double (w/insert)$1,000.00
Citi Seat Flip Triple (w/insert)$1,483.00
Page 298 of 733
Description:Price:
Seating - Passenger -12
Citi Seat Foldaway Double (w/insert)$1,583.00
Citi Seat Grab Handle $50.00
Doheny Armrest $55.00
Seating - Accessories - 13
Grab Handle at top of seat back-black padded Mid/Low Back Seats $27.00
Grab Handle at top of seat back-Yellow Mid/Low Back Seats $38.00
Grab Handle at top of seat back High Back Seats $66.00
US Armrest $27.00
ABS Seat Backs (each)$66.00
ABS Seat Backs NOTCH BACK FOLDAWAY (each)$66.00
Non-Retractable Seat Belt (each)$27.00
Retractable Seat Belt (each)$55.00
USR Single Under Seat Belt $77.00
USR Double Under Seat Belt $138.00
Seat Belt Extenders - 12" (USR Seats Only)$27.00
Seating Trim Levels - 14
Stitching for vinyl seats - vertical (each)$22.00
Seat Cover - Level 2 per seat $16.00
Seat Cover - Level 3 per seat $22.00
Seat Cover - Level 3.5 per seat $50.00
Seat Cover - Level 4 per seat $55.00
Seat Cover - Level 5 per seat $66.00
Seat Cover - Level 6 per seat $77.00
LaFrance Wool Seat Cover per seat $127.00
Citi Seat Shell & Fabric insert Color Code
Citi Seat Cover - Level 1
Citi Seat Cover - Level 3 per seat $22.00
Citi Seat Cover - Level 3.5 per seat $33.00
Citi Seat Cover - Level 4 per seat $33.00
Citi Seat Cover - Level 5 per seat $38.00
Citi Seat Cover - Level 6 per seat $44.00
Safety - 15
Safety Kit, includes #10 fire extinguisher (3.5lb), 16 Unit First Aid Kit & triangle kit (shipped
loose)$94.00
Safety Kit, includes 5lb fire extinguisher, 16 Unit First Aid Kit & triangle kit (shipped loose)$166.00
Body Fluid Clean Up Kit $55.00
Decal - No Smoking (shipped loose unless noted on order specific location $16.00
Page 299 of 733
Description:Price:
ADA - 16
Q'Straint Q8100-A-L3 4 Deluxe Retractors mounted on L-Track (Q8-6200-L) 1-
Retractable Shoulder Belt Reel (Q5-6415-RET-ASL) Regular lap belt w/ pin connector (Q8-
6325) W/48" L-Track $722.00
Q'Straint Q8300-A-L3 4 Max Retractors mounted on L-Track (Q8-6209-L) 1 - Retractable
Shoulder Belt Reel (Q5-6415-RET-ASL) Regular lap belt w/ pin connector (Q8-6325) W/48" L-
Track $722.00
Q'Straint Q-10007 W/4 QRT 360 Retractors w/L-track ftgs Lap & Shoulder Belts W/48" L-
Track $972.00
Q'Straint Floor L-Track ( number of pieces required - 100" ) Add'l needed for extending
track longer than 48"$83.00
Q'Straint Wall L-Track Full Length (100" pc) above window $83.00
Q'Straint Q8100-A-SC3 (Slide & Click) 4 Deluxe Retractors (Q8-6200-SC) 1 - Retractable
Shoulder Belt Reel (Q5-6415-RET-ASL) Regular lap belt w/ pin connector (Q8-6325)$666.00
Q'Straint Q8300-A-SC3 (Slide & Click) 4 Max Retractors (Q8-6209-SC) 1 - Retractable
Shoulder Belt Reel (Q5-6415-RET-ASL) Regular lap belt w/ pin connector (Q8-6325)$666.00
Q'Straint Q-10008 W/4 QRT 360 Retractors w/Slide & Click ftgs Lap & Shoulder Belts $972.00
Q'Straint Qube System (specify L-Track or Slide & Click and location) $1,972.00
Q'Straint Qube System (specify L-Track or Slide & Click) w/leg mount retractors*used on
double flip seat $2,161.00
Q'Straint Q-10023 QRT 360 Combo Tiedown Kit w/Slide & Click Fittings $1,027.00
Q'Straint Scooter Tiedown Kit $222.00
Q Straint Slide & Click Tie Downs Slide'n Click bottom assembly(Q8-7580A) No
belts included (set of 2 floor anchors) $55.00
Q Straint Slide & Click Floor Anchors Slide'n Click bottom assembly(Q8-7580A) No belts
included (set of 4 floor anchors) $105.00
Wheel chair belt storage under seat Qstraint L-Track $83.00
Wheel chair belt storage under seat Q'straint Slide&Click $83.00
L-Track Wheel Chair restraint - Wall storage $55.00
Slide & Click Wheel Chair restraint - Wall storage $38.00
Q'Straint Storage Pouch (each) shipped loose $38.00
Entry Ramp Braun 34" $5,916.00
Ramp Heater Electric Pad $500.00
Q'Straint InQline Integrated Winch & Retractor System $3,027.00
Page 300 of 733
Description:Price:
Custom Paint/Graphics - 17 Paint Scheme & Paint Codes Required
Full Body Paint (single color) not including roof Quote
Black Out Windows $972.00
Paint Skirt Quote
Custom Paint Quote
Paintable Aluminum Roof Radius Metal (used with darker colors of full body paint)$327.00
Special Options - 18
Security Camera Prewire per specified location $138.00
Pull Cord for GPS Wire - per specified location $138.00
Install Customer Supplied Cable per specified location $138.00
Arboc Logo Backpack $105.00
Programming Diagnostic Interface Kit (Shipped Loose)$338.00
RVS Driver Fatigue System $250.00
RVS Roadscope 7 Driver Assist System $844.00
As Built Wiring Diagram $111.00
Extra Set of Fuses $27.00
Description Sale Price
CNG CONVERSION - 30 GGE SYSTEM (E-350/450)$28,561.00
CNG CONVERSION - 40 GGE SYSTEM (E-350/450)$32,045.00
CNG CONVERSION - 50 GGE SYSTEM (E-350/450)$36,086.00
CNG CONVERSION - 52 GGE SYSTEM (F-550)$34,692.00
CNG CONVERSION - 64 GGE SYSTEM (F-550)$39,151.00
PROPANE ENGINE: ROUSH CLEAN TECH/CLEAN FUEL USA-41 USABLE GALLONS (E-350/E-
450)$20,758.00
PROPANE ENGINE: ROUSH CLEAN
TECH/CLEAN FUEL USA-45 USABLE GALLONS (F-550)$27,168.00
PROPANE ENGINE: ROUSH CLEAN
TECH/CLEAN FUEL USA-67 USABLE GALLONS (F-550)$31,905.00
Relocate Driver Side Condenser (E-450)$695.00
Relocate Driver Side Condenser (F-550)$696.00
Relocate/Modify Battery Box (E-450)$1,043.00
Relocate/Modify Battery Box (F-550)$1,044.00
Skirt Modification on Aerotech Body $486.00
158" Wheelbase Skirt Modification $486.00
Fuel- Half Tanks (Per Gallon)$3.00
Fuel- Full Tanks (Per Gallon)$3.00
Bobtail Vehicle Surcharge $556.00
CNG Delivery Fee- Truck Only (Per Mile)$2.00
Graphics Package A - Level 1 Minivan/MV-1 $695.00
Graphics Package A - Level 2 Transit $695.00
Graphics Package A - Level 3 Narrow Body $1,113.00
Graphics Package A - Level 4 20-23 Std Body $1,323.00
Graphics Package A - Level 5 24-27 Std Body $1,531.00
CBS Specialty Options
Page 301 of 733
Graphics Package A - Level 6 29-32 Std Body $1,671.00
Graphics Package A - Level 7 35-40 Std Body $2,088.00
Graphics Package A - Level 8 35-40 WideBody $2,088.00
Graphics Package B - Level 1 Minivan/MV-1 $1,148.00
Graphics Package B - Level 2 Transit $1,148.00
Graphics Package B - Level 3 Narrow Body $1,566.00
Graphics Package B - Level 4 20-23 Std Body $1,774.00
Graphics Package B - Level 5 24-27 Std Body $1,984.00
Graphics Package B - Level 6 29-32 Std Body $2,193.00
Graphics Package B - Level 7 35-40 Std Body $2,611.00
Graphics Package B - Level 8 35-40 Wide Body $2,507.00
Graphics Package C - Level 1 Minivan/MV-1 $1,715.00
Graphics Package C - Level 2 Transit $1,715.00
Graphics Package C - Level 3 Narrow Body $2,141.00
Graphics Package C - Level 4 20-23 Std Body $3,028.00
Graphics Package C - Level 5 24-27 Std Body $2,423.00
Graphics Package C - Level 6 29-32 Std Body $2,725.00
Graphics Package C - Level 7 35-40 Std Body $3,534.00
Graphics Package C - Level 8 35-40 Wide Body $3,332.00
Graphics Package D - Level 1 Minivan/MV-1 $2,652.00
Graphics Package D - Level 2 Transit $2,652.00
Graphics Package D - Level 3 Narrow Body $4,582.00
Graphics Package D - Level 4 20-23 Std Body $4,836.00
Graphics Package D - Level 5 24-27 Std Body $5,071.00
Graphics Package D - Level 6 29-32 Std Body $5,656.00
Graphics Package D - Level 7 35-40 Std Body $6,338.00
Graphics Package D - Level 8 35-40 Wide Body $6,241.00
Graphics Package E- Levels 1-8 Custom Quote
Clever Device Complete System $28,000.00
Clever Device Wiring only $12,000.00
APC Add On $6,397.00
Trapeze Complete $18,418.00
Trapeze Cabling only $5,372.00
Seon TL4 $4,500.00
Hanover Displays Frt $2,316.00
Hanover Displays Side $2,410.00
Hanover Displays Side $2,360.00
Apollo Video Technology $8,500.00
TSO Mobile Base System w/ MDT $4,291.00
TSO Mobile APC System (Per Door)$5,892.00
TSO Mobile DVR 4 Channel 4 Cameras $6,500.00
TSO Mobile DVR 4 Channel 2 Cameras $3,500.00
TSO Mobile AVAS System (Stand Alone)$4,800.00
TSO Mobile AVAS System (Using DVR)$3,500.00
Additonal Route Set Up over 5 (Per Route)$207.00
CBS Specialty Options
Page 302 of 733
TSO In Vehicle Electronic Ad Display + GPS +Wi-Fi $3,746.00
TSO Anti-Bunchin Monitor $744.00
TSO APP Public Mobile Tracker Set-UP $486.00
TSO AVIS Set UP $1,043.00
TSO ATIS Set UP $625.00
TSI Camera System- 4 Camera System $6,500.00
TSI Camera System- 6 Camera System $8,000.00
Ford Powertrain Extended Warranty 5yr/100K $4,500.00
Ford Premium Care Extended Warranty 5yr/100K $6,500.00
Kidde Fire Suppression System $7,000.00
Amerex Fire Suppression System $7,000.00
Fogmaker Fire Suppression System $5,000.00
DIAMOND MANUFACTURING NV $893.00
DIAMOND MANUFACTURING RV $1,383.00
DIAMOND MANUFACTURING SV $1,280.00
DIAMOND MANUFACTURING H $1,988.00
DIAMOND MANUFACTURING E-5 $1,937.00
DIAMOND MANUFACTURING D $1,151.00
DIAMOND MANUFACTURING XV $1,182.00
GFI GENFARE Odyssey $16,666.00
OBDII Scanner with Laptop $7,000.00
Noregon JPRO Heavy Duty w/Laptop (Cummins & Allison)$7,000.00
CBS Specialty Options
Page 303 of 733
State of New Mexico
General Services Department
Purchasing Division
Statewide Price Agreement #:00-00000-20-00087
TRANSIT VEHICLE #3
ADA-ACCESSIBLE SMALL AND MID-SIZED BODY ON CHASSIS APPROXIMATELY 20’ TO 25’
All references to brand names are for illustrative purposes only and do not indicate a preference for a specific
manufacturer. Equivalent products meeting the required specifications are acceptable.
Examples of vehicles in this category include:
Arboc Spirit of Freedom
Eldorado AeroLite
Eldorado Advantage
Glaval Universal
Starcraft Starlite
Starcraft Allstar
StarTrans Candidate
StarTrans Senator II
Where possible, all bidders are encouraged to include an electric-powered vehicle option, provided that the electric-
powered vehicle meets all applicable specifications and performance standards.
1. Dimensions
a. Passenger door(s) shall have a minimum height of 77 inches. Passenger door(s) will be powered and controlled by
driver.
b. Minimum of 28 inches knee-to-hip spacing between passenger seats.
c. Minimum aisle width is 16 inches; 12 inches minimum is permissible in wheelchair area; 15 inches minimum is
permissible adjacent to forward facing fold-away seats
d. Passenger door entrance must meet ADA requirements – minimum 30-inch clear opening
e. GVWR of the completed vehicle will be adequate and appropriate for application described, a full tank of fuel, the
number of passengers and wheelchairs described, plus 200 pounds. Any exceptions to this requirement, seating
capacity, or any other specification must be noted. Certified weight of completed vehicle as ordered will be
affixed to the completed vehicle.
2. Chassis Components
a. Chassis shall be current model years with sufficient GVWR for the vehicle’s rated capacity with a minimum 6.0L
gasoline engine or similar electric-powered engine.
b. Drive train will be adequate for GVWR and will maintain 70 mph, except when a lesser speed is recommended by
the manufacturer. Performance evaluation data confirming the specification will be supplied with the proposal.
Vehicles will be equipped with fast idle.
c. Engine block heater
d. Hour Meter
e. Vehicle will have a minimum of one power point in driver’s area.
f. Vehicle must be equipped with brake or transmission interlock meeting ADA requirements, as set forth in 40 CFR
38.23(b), and protected from the weather.
g. Automatic transmission to be equipped with a starter interlock as set forth in FMVSS 102 to prevent starting the
engine unless the transmission is in neutral or park. OEM and factory installed.
h. Engine coolant protection to minus 34 degrees Fahrenheit.
i. Power steering with tilt steering wheel.
j. Windshield will be the darkest available tint.
k. Gauges – full gauge package including fuel, oil pressure, water temperature, amp meter or volt meter.
l. Fuel filler mechanism or charging mechanism shall be of an approved design, in compliance with the applicable
safety regulations. For fuel filler mechanisms, the volume capacity of the neck and fill must match standard fill
rates and vent capacity for refueling.
Page 304 of 733
State of New Mexico
General Services Department
Purchasing Division
Statewide Price Agreement #:00-00000-20-00087
m. Tank, fuel lines, and hardware must meet all current FMVSS, including FMVSS 301, as well as all current CARB
and EPA requirements.
n. All buses with a wheelchair lift located on the rear right side of the vehicle will have the exhaust pipe routed out
the left rear of the vehicle in conformance with FMCSR Part 393.83. Exhaust pipe will not interfere with any tow
hooks or other equipment.
o. Disc brakes will be required. Dual (4 total) rear wheels shall be provided on a single rear axle.
p. Tires will be radials with size appropriate to GVWR requirements and compatible with the warranty requirements
of Section 6 (Warranties, Service, and Delivery) below.
q. The front end shall be aligned and front wheels balanced after completion of body on chassis. A computerized
alignment printout shall be supplied with vehicle.
r. Brakes - hydraulic brakes required for vehicle up to 30,000 pounds GVWR. Air brakes required for vehicles in
excess of 30,000 pounds GVWR. Use largest OEM available and extended life brake linings, if available.
s. Suspension - matched to GVWR.
3. Electrical
a. 12 Volt system minimum, dual batteries with minimum 1100 CCA's total at 0 degrees (F).
b. Minimum 200 Amp alternator.
c. Batteries will be in a skirt-mounted battery box with access door. Box must not extend below entrance door step
and will have a sliding tray capable of supporting two (2) batteries. Battery compartments shall be constructed to
prevent entrance of debris (if metal, all seams to be continuously welded) and to allow adequate ventilation of
vapors. Battery cables to be run full length with no splices. Standard Step Well Battery Box as approved equal.
d. Redundant ground between chassis and power unit at two locations.
e. Electrical wiring will be coded for easy identification. Junction panels will be located within a compartment with
all circuit breakers and fuses easily accessible. The proposer will supply, with each vehicle, a complete set of
fuses, including at least one (1) spare fuse of each type and size used in the vehicle, including fuses under the
hood.
f. A set of individual, customized wiring diagrams, including coding, will be provided for and with each individual
vehicle.
4. Body Construction
a. Body Structure -Frame and body structures must meet FMVSS 220 standard. Certification of Compliance with
FMVSS 220 rollover protection shall be furnished with the proposal, along with a diagram of proposed structure,
including floor members.
b. Bus must meet FMVSS 217 Federal escape standards. Emergency side exits will include a minimum of one
window per side, equipped with a safety release latch and swing out capability, in conformance with the operating
characteristics of FMVSS 217. Each emergency exit will have the designation "Emergency Exit" permanently
affixed in a manner that will not loosen in normal vehicle operation.
c. Prior to final assembly, all metal parts shall be treated with multiple stage anti-corrosion treatment. All nuts,
bolts, clips, washers, clamps, rivets and like parts shall be zinc or cadmium plated, or phosphate coated, to prevent
corrosion. Use stainless steel where practical.
d. Wherever threaded fasteners are attached into interior panels only, a reinforcing nut or panel will be installed for
added strength and fastener retention.
e. Welding procedures used throughout the vehicle including materials, methods and personnel will be in accordance
with ASTM and AWS Standards.
f. All handrails, stanchions and auxiliary air conditioners, where attached to wall or ceiling, will be secured directly
to the metal frame structure or to reinforcement plates which are secured directly to the frame or embedded
securely in the body panels.
g. Exterior body panels will be galvanized steel, aluminum or fiberglass with a white finish. Dissimilar metals will
be insulated to prevent galvanic action. With the exception of stainless steel, all metal will be pre-treated, primed,
and painted to resist corrosion for the life of the vehicle.
h. Interior finish will be off white or light tone, color coordinated with seats, floor and exterior.
Page 305 of 733
State of New Mexico
General Services Department
Purchasing Division
Statewide Price Agreement #:00-00000-20-00087
i. Body will be thoroughly water tested to ensure no leakage. Certification must be supplied with delivery of each
vehicle.
j. Lift Door - Vertically hinged, horizontal swing, double doors -with windows, will be provided for the installation
of a wheelchair lift device meeting ADA standards. The location of this door will be on the right side of the
vehicle. The height of the lift door will be in compliance with CFR 49 Part 38.25 (ADA). Does not apply to low
floor buses with ramps.
k. Insulation -With unloaded bus, driver's area noise level will not exceed 82 decibels at a constant speed of 55 mph.
l. Floor -The floor will be marine grade plywood, 5/8" thick minimum. The floor and step covering will be slip-
resistant transit safety-floor. There must be a two (2) inch wide band of contrasting color on step edges and aisle
threshold directly behind driver.
m. Floor covering must meet FMVSS 302 and ADA requirements.
n. Windows will be transit type passenger windows on each side.
o. Driver's side will have a sun visor.
p. Driver storage compartment with door and latch must be included.
q. Undercoating - Entire body will be undercoated with a non-hardening and non-chipping material. Chassis will be
rustproofed to OEM standard. No warranties will be reduced or limited by the application of undercoating.
r. Rubber or molded fender splashguards will be installed on rear wheel openings.
s. Mud flaps will be installed on front and rear (large enough to cover duals).
t. Bumpers - manufacturer's standard bumper will be heavy duty and be flush with or extend beyond projected
vertical lines of all body paneling and exterior lights. Bumpers will be fastened directly to the vehicle frame.
Bumper height will be industry standard to provide protection against automobile and bus damage.
u. Towing -price agreement vendor must identify procedures for safely towing a completed vehicle according to
chassis manufacturer's recommendation.
5. Vehicle Features
a. Seating -Standard floor plans are required with the proposal. Detailed floor plans are required with vehicle
orders. Exceptions to capacity required to meet other specifications must be noted.
b. Passenger Seats -Forward-facing medium-back (21-26" from top of seat cushion to top of seat back) double seats
secured to the vehicle floor in accordance with FMVSS 207. Single seats may be used on narrow bodied vehicles
and where dictated by standard floor plans. Seats will have a minimum of 17 inch cushion width and depth per
person. All buses to have track type seat anchorages, to allow users to easily rearrange seating configurations.
c. All flip seats and fold-away seats are to be double (two-passenger) forward facing seats unless
d. otherwise specified.
e. Driver's Seat -The seat shall be the OEM standard or Freedman Sport driver's seat.
f. Seat materials -All seat materials must meet FMVSS 302. Cloth/Vinyl Level 1 upholstery is standard with color
to be selected by purchaser from several available colors or patterns.
g. Seat Belts - Must meet FMVSS 209 and 210. The driver's seat will be equipped with a retracting seat belt. All
standard passenger seats will be equipped with under seat mounted retracting adult seat belts, except seats against
rear of bus, which will have non-retracting seat belts.
h. Seat belt cutter, capable of cutting supplied wheelchair securement straps without exposed cutting edge and not
usable as a weapon.
i. Priority seating signs and all other ADA required signage must be in place.
j. Lift/Ramp - ADA approved, with minimum 1,000-pound capacity. If 1,000-pound capacity is not available, an
800-pound capacity lift must be provided as a deduction from base price. Lift and ramp will meet or exceed all
State, Federal, ICC, and ADA requirements. Fluid used will be Aircraft Hydraulic Fluid to meet US MIL-SPEC
H-5606-G. (Texaco #15 or Mobil Aero HFA or equivalent). Minimum clear dimensions for platform are 34" wide
X 54" length. An ADA compliant interlock system must be included.
k. Wheelchair Securement Devices will be retractable automatic self-tensioning, self-locking with tightening knob(s)
approved by State, Federal and ADA requirements. Wheelchair securements will be flush mounted on the floor, or
approved equal. All wheelchair securement devices provided and the installation thereof, performance pursuant to
these specifications, will meet or surpass the minimum standards per ADA requirements. Mounts must be ADA
Page 306 of 733
State of New Mexico
General Services Department
Purchasing Division
Statewide Price Agreement #:00-00000-20-00087
approved with shoulder harness. Shoulder harness shall be adjustable to compensate for some variations in size of
wheelchair or passenger. At no time will the position of a wheelchair securement device or area, 30 inches wide
per ADA specifications, when used with a standard (per ADA) wheelchair, reduce clear aisle space to less than
the dimensions specified in this proposal. (Section 1, part 1.03).
l. Heating Systems - Dual; one (1) in front which will be the standard heater supplied in the chassis and one (1) rear
heater. Rear heater will be rated at 60,000 BTU's minimum, controlled at driver's console. Each heater will be
fused and switched separately. Additional heaters shall be available as an option.
m. Air Conditioning System – must have dual compressors including chassis factory air conditioning plus a rear air
conditioner unit rated at 68,000 BTU minimum, with a minimum of three (3) blower speed settings, controlled at
driver's console. Air Conditioning System will use non-corrosive, positive seal hose system to avoid leakage.
n. Defroster fan - mounted on right side of dashboard or above windshield and controlled at driver's console.
o. Vehicle must be equipped with a back-up camera and monitor.
6. Vehicle Lighting and Safety Features
a. Day-time Running Lights - module to hook up must be relay type (transistor type not allowed).
b. Interior Lighting -six (6) LED overhead lights minimum, to go on automatically when passenger door is opened.
Switched at driver's console.
c. Passenger and lift doorways will be LED illuminated according to CFR 49 Part 38.31 (ADA) and will be
illuminated whenever respective door is open.
d. Engine compartment will be provided with at least one (1) 10 foot-candle light, conveniently located.
e. All exterior lights and reflectors to meet FMCSR 393.11. LED lighting package Consisting of: Running Lights,
Triple ID Lights, Turn Signals, Brake Lights (including Center Brake Light), Backup Lights and Tail Lights
f. Flashing directional signals, self-canceling, will be provided on the front, side and rear of the coach, and must
permit continuous flashing of all directional lights for emergency parking, even with the brakes applied, or when
passenger entry/ADA door is open.
g. 6" wide by 9.5" high. Mirrors will have breakaway mounts; brackets will be powder-coated or made of stainless
steel. Interior rear-view mirror to allow driver to see entire interior of vehicle.
h. Extra vision window(s) in transition panel between chassis fender and front right side passenger loading area.
i. Vertical stanchion and cross rail, with modesty panel, between entry door and front row of seats.
j. Vertical stanchion and cross rail, with modesty panel, behind driver.
k. Handrails - per ADA, entry assist handrails, both left and right; anti-vandalism grab handles on aisle seats.
l. On vehicles 22 feet or longer, per ADA, a grab rail will be securely attached to the ceiling the length of the bus
except for the wheelchair securement area.
m. Fire Extinguisher-minimum five (5) pound ABC rechargeable, mounted upright near the driver's compartment.
n. First Aid Kit - in a dustproof container, labeled "FIRST AID," will be mounted in easily accessible location. The
first aid kit must contain at least the following items: (1) six 4" X 4" sterile gauze pads; (2) two soft roll bandages
3" to 6" by 5 yards; (3) adhesive tape; (4) adhesive bandages; (5) scissors.
o. Blood borne Pathogens (BBP) and Bodily Fluid Spill Kit – in a dustproof container, labeled “Blood borne
Pathogen/Bodily Fluid Spill Kit,” will be mounted in an easily-accessible location. The blood borne pathogens
spill kit must contain at least the following items: (1) two biohazard bags, 24” X 24” 10-gallon capacity; (2) one
biohazard scoop; (3) one bodily fluid pick-up guide; (4) three BZK antiseptic towelettes; (5) two clear plastic
bags; (6) three disposable clean-up towels; (7) one disposable gown; (8) two disposable shoe covers; (9) one eye
and face shield; (10) one fluid control solidifier pack, 21 gm; (11) two germicidal wipes 8” X 8”; (12) two nitrite
exam gloves; (13) two twist ties.
p. Three emergency warning triangles will be provided. Both faces of each triangle must consist of red reflective
and orange fluorescent material. Each of the three sides of the triangular device must be 17" to 22" long and 2" to
3” wide. Triangles will be provided in a protective container.
q. Backup Alarm will be an electric alarm, activated by reverse transmission setting, with 107 minimum decibels.
r. OEM, or equivalent, AM/FM/CD Digital Clock Radio with 4 speakers mounted in the passenger compartment.
s. Designed to Transport -The final stage manufacturer will determine the original seating capacity of each vehicle.
The manufacturer's certification label will indicate the original seating capacity of the vehicle and will be affixed
Page 307 of 733
State of New Mexico
General Services Department
Purchasing Division
Statewide Price Agreement #:00-00000-20-00087
to the vehicle in a location protected from wear. The label will state the "Original Seating Capacity -Design to
Transport" (number of passengers, including driver) and GVWR of vehicle.
7. Warranties, Service, and Delivery
a. At a minimum, the warranties will be as follows:
x A bumper-to bumper conversion warranty of 5 years or 100,000 miles.
x A power train warranty of 3 years or 36,000 miles
x A rust-through warranty of 5 years or 100,000 miles
x An emissions warranty as mandated by Federal and State laws
x A wheelchair ramp warranty of 5 years or 100,000 miles
x All warranties will begin on the date that the vehicle delivery is accepted by the agency issuing the purchase
order
b. Maintenance and Inspection Schedule -a single comprehensive maintenance and inspection schedule for each type
of vehicle for which a proposal is submitted, that incorporates the required maintenance and inspection of body,
chassis, tires, wheelchair lift and other equipment and sub-systems, as prescribed by the respective manufacturers.
The maintenance and inspections schedule will be supplied with each bus.
c. Quality -body manufacturer must meet chassis manufacturer's quality assurance program, if available.
Certification from chassis manufacturer must be submitted with proposal for each chassis.
d. Tires will be covered by OEM chassis warranty.
e. Bus chassis will be covered by OEM warranty.
f. Body structure materials and workmanship will be covered by bumper-to-bumper warranty.
g. Installation, labor and workmanship (including electrical) performed by the body manufacturer, final stage
manufacturer or vendor (if vendor installs components or otherwise completes vehicle) will be covered by OEM
warranty.
h. All other components and accessory equipment will be covered by bumper-to-bumper warranty.
i. All components installed by a dealer shall be covered by a warranty of 1 year unlimited miles unless covered by
applicable manufacturer’s warranty exceeding this 1 year timeline.
j. The responder will provide a report of all warranties and excluded warranties associated with each vehicle.
k. During established warranty periods, the price agreement vendor and respective manufacturer will furnish all
warranty parts at no cost to the transit system. Replacement costs, parts and assemblies will be made without
delay.
l. The price agreement vendor will provide the recipient, or a designated representative of the recipient, the
opportunity to inspect the vehicle for compliance with these specifications and applicable motor vehicle
regulations. The inspection(s) must be completed prior to the delivery and acceptance of the vehicle.
m. Prior to releasing the vehicle to the recipient, the price agreement vendor will provide hands on instructions, by a
qualified and experienced employee, in the proper and safe operation of all mechanical, electrical and hydraulic
components in the vehicle. Towing procedures must be included in the instruction. The recipient's driver/designee
will conduct an operational familiarization test drive with the price agreement vendor's employee.
8. Additional Option Pricing
a. For Transit Vehicle #3, all bidders will provide pricing information for the following additional options:
x Extended OEM Chassis/Powertrain warranties
x Automatic snow chains
x Suspension upgrades, for example: Kelderman, liquid spring
Page 308 of 733
Item 3- (AB) BYD Coach and Bus LLC
23” C6M High Floor
40” C9M High Floor
45” C10M High Floor
Page 309 of 733
BYD Coach and Bus LLC
ITB Statewide Price Agreement #: 00-00000-20-00087
Vendor BYD Coach and Bus LLC
Bus Manufacture BYD Coach and Bus LLC
Bus Price and Model (All Battery Electric)
23' C6M High Floor 358,782.24$ Delivery Fee from Lancaster, CA $5 / mile
40' C9M High Floor 669,782.24$ Delivery Fee from Lancaster, CA $6 / mile
45' C10M High Floor 945,782.24$ Delivery Fee from Lancaster, CA $6 / mile
Section # Spec Category Price
Passenger Seat
BODY - PASSENGER SEATS 5 23' C6M - 16 Passenger Seats Category #3 Standard
BODY - PASSENGER SEATS 6 40' C9M - 49 Passenger Seats Category #3 Standard
BODY - PASSENGER SEATS 7 45' C10M - 57 Passenger Seats Category #3 Standard
BODY - PASSENGER SEATS 8 Customized Layout Option Quote
Passenger Seat Options
Passenger Seat Options 2 USSC / GT Category #3 Standard
Other Option - Specify Option Quote
Air
Air 2 Shop Air Connection (Zsi-Foster 3003LV) Standard Standard
Air 3 Bendix AD-IS Air Dryer Standard Standard
Other Option - Specify Option Quote
Body- Bike Rack
Body – Bike Rack 1 None Standard Standard
Body – Bike Rack 2 Sportworks Apex 3 - 3 Position Bike, Stainless Steel Option $ 1,200.96
Body – Bike Rack 3 Sportworks - 2 Position Bike, Black Powder Coated Option $ 997.06
Body – Bike Rack 4 Sportworks - 2 Position Bike, Stainless Steel Option $ 973.73
Body – Bike Rack 5 Sportworks - 3 Position Bike, Black Powder Coated Option $ 1,281.31
Body – Bike Rack 6 Sportworks - Trilogy 3 Position Bike, Stainless Steel Option $ 1,640.74
Body – Bike Rack 7 Sportworks - Trilogy 3 Position Bike, Black Option $ 1,210.46
Body – Bike Rack 8 Sportworks - DL2 Bike Rack - Black Option $ 729.22
Body – Bike Rack 9 Sportworks - S/S DL2 Bike Rack Stainless Steel - Anti-Glare
Finish Option $ 997.06
Body – Bike Rack 10 Midwest Bus - BYK RYK (Stainless Steel) Option $ 1,418.40
Body – Bike Rack 11 Bike Rack Deployed Indicator on Dash Standard Standard
Body – Bike Rack 12 Sportworks - Advertising Panel, Sheet Metal, 14" X 44", Option $ 205.63
Body – Bike Rack 13 Sportworks - Bolt Kit, Advertising Panel, Apex 2 Option $ 133.92
Body – Bike Rack 14 Sportworks - Bolt Kit, Advertising Panel, Apex 3 Option $ 137.38
Body – Bike Rack 15 Sportworks - Bolt Kit, Advertising Panel, DL2/NP Option $ 88.13
Body – Bike Rack 16 Sportworks - Bolt Kit, Advertising Panel, DL3/V2 Option $ 88.13
Other Option - Specify Option Quote
Body - Driver's Barrier
Body – Driver's Barrier 1 Wrap Around Fiberglass with Schedule Rack Cutouts Option Quote
Body – Driver's Barrier 2 Wrap Around Fiberglass W/O Schedule Rack Cutouts Option Quote
Body – Driver's Barrier 3 Plexiglass Drivers Security Enclosure Option Quote
Body – Driver's Barrier 4 ArowGlobal SLIDE STOW DRIVER PROTECTION SYSTEM - Standard Glass Option $ 8,987.88
Body – Driver's Barrier 5 ArowGlobal SLIDE STOW DRIVER PROTECTION SYSTEM - Extended Glass Option $ 9,787.13
Body – Driver's Barrier 6 Flat Melamine, Two Piece Option Quote
Body – Driver's Barrier 7 Flat Melamine, Two Piece, w/(4) Schedule Holders Option Quote
Body – Driver's Barrier 8 Plexiglass Drivers Security Enclosure, two pieces Option Quote
Other Option - Specify Option Quote
Body - Driver'Seat
Body – Driver Seat 1 Recaro Ergo Metro w/Fabric Seat and Back w/Gray Fabric Boxing Standard Standard
Body – Driver Seat 2 Recaro MCII Option $ 512.40
Body – Driver Seat 3 USSC 9100 ALX w/Fabric Seat and Back w/Gray Fabric Boxing Standard Standard
Body – Driver Seat 4 USSC 9100 ALX - 3 w/Fabric Seat and Back w/Gray Fabric Boxing Option $ 264.00
Body – Driver Seat 5 USSC Q900 2pt Drivers Seat Option $362.40
Body – Driver Seat 6 USSC G2A -2pt Drivers Seat (Included Headrest)Option $416.40
Body – Driver Seat 7 USSC Q910 - 3Pt Drivers Seat Option $506.40
Body – Driver Seat 8 USSC Full Docket 90 FR Seat Option $1,116.00
Body – Driver Seat 9 Add Headrest Option Specific to Model below
Body – Driver Seat 10 Add Headrest - Recaro Standard Standard
Body – Driver Seat 11 Add Headrest - USSC Option $ 42.00
Body – Driver Seat 12 Add Armrest (Right Side only) Option Specific to Model below
Body – Driver Seat 13 Add Armrest (Right Side only) - Recaro Option $ 156.00
Body – Driver Seat 14 Add Armrest (Right Side only) - USSC Option $ 48.00
Body – Driver Seat 15 Add Shoulder Belt Option Specific to Model below
Body – Driver Seat 16 Add Shoulder Belt - Recaro Standard Standard
Body – Driver Seat 17 Add Shoulder Belt - USSC Option $ 144.00
Body – Driver Seat 18 Add 3 -Point, Horizontally Adjustable D - Loop Option Specific to Model below
Body – Driver Seat 19 Add 3 -Point, Horizontally Adjustable D - Loop - Recaro Option $ 252.00
Body – Driver Seat 20 Add 3 -Point, Horizontally Adjustable D - Loop - USSC Option $ 168.00
Body – Driver Seat 21 Driver’s Seat Vacancy Alarm Option Specific to Model below
Body – Driver Seat 22 Driver’s Seat Vacancy Alarm - Recaro Option $ 128.40
Body – Driver Seat 23 Driver’s Seat Vacancy Alarm - USSC Option $ 96.00
Body – Driver Seat 24 Safety Orange Shoulder Belt (US SC ALX) Option $ 144.00
Body – Driver Seat 25 Silicon Foam At Lower Seat Cushion - USSC Option Specific to Model below
Body – Driver Seat 26 Silicon Foam At Lower Seat - Recaro Option $ 660.00
Body – Driver Seat 27 Silicon Foam At Lower Seat - USSC Option $ 972.00
Body – Driver Seat 28 Holdsworth Fabric Option Quote
Body – Driver Seat 29 FR Treated Foam (Recaro) Option $ 294.00
Body – Driver Seat 30 USSC Q90 ALX Option Quote
Page 310 of 733
BYD Coach and Bus LLC
ITB Statewide Price Agreement #: 00-00000-20-00087
Vendor BYD Coach and Bus LLC
Bus Manufacture BYD Coach and Bus LLC
Body – Driver Seat 31 USSC G2A -2pt Drivers Seat Option Quote
Other Option - Specify Option Quote
Body - Exit Door
Body – Exit Door 1
Standard Melamine Panels on Lower Section Both Sides of Rear Exit Door (Not Applicable to
High Floor Coach) Standard Standard
Body – Exit Door 2
Upper Clear Plexiglas Modesty Panels Both Sides of Rear Exit Door (Not Applicable to High
Floor Coach)Option $144
Body - Exit Door 3 Accelerator Interlock when doors are open Standard Standard
Other Option - Specify Option Quote
Body - Floor Covering
Body – Floor Covering 1 Altro Meta/Chroma Transfloor OR Gerflor Terabus Sirius/Helios Option Quote Specific Model Below
Body – Floor Covering 2 Altro Meta/Chroma Transfloor Standard Standard
Body – Floor Covering 3 Gerflor Sirius Standard Standard
Body – Floor Covering 4 Gerflor Galaxy Option $ 285.60
Body – Floor Covering 5 Gerflor Helios Option $ 309.60
Body – Floor Covering 6 Gerflor Venus Option $ 366.00
Body – Floor Covering 7 Gerflor Apollo Option $ 366.00
Body – Floor Covering 8 Gerflor Luna Option $ 520.80
Body – Floor Covering 9 Gerflor Harmonia Option $ 589.20
Body – Floor Covering 10 Gerflor Sirius (K11M Model) Standard Standard
Body – Floor Covering 11 Gerflor Galaxy (K11M Model) Option $ 571.20
Body – Floor Covering 12 Gerflor Helios (K11M Model) Option $ 619.20
Body – Floor Covering 13 Gerflor Venus (K11M Model) Option $ 732.00
Body – Floor Covering 14 Gerflor Apollo (K11M Model) Option $ 732.00
Body – Floor Covering 15 Gerflor Luna (K11M Model) Option $ 1,041.60
Body – Floor Covering 16 Gerflor Harmonia (K11M Model) Option $ 1,178.40
Body – Floor Covering 17 Altro wood safety (vinyl simulated woodgrain) Option Quote
Body – Floor Covering 18 Gerflor Tarabus Gaya Wood (vinyl simulated woodgrain) Option $ 607.20
Body – Floor Covering 19 Gerflor Tarabus Gaya Wood (vinyl simulated woodgrain) (K11M Model / C10MS Model) Option $ 1,214.40
Body – Floor Covering 20 Composite Sub Floor Standard Standard
Body – Floor Covering 21 Rear Seat Riser for Forward Facing Seats Standard Standard
Body – Floor Covering 22 Front Seat Risersor for Forward Facing Seats (Each Side) Option Quote
Other Option - Specify Quote
Body - Mirror, Exterior
Body – Mirror, Exterior 1 Low Floor Models Safe Fleet 10"x15" C.S. (p/n M14B25TA-OTS) Standard Standard
Body – Mirror, Exterior 2 Low Floor Models Safe Fleet 10"x15" S.S. (p/n M14B24TA-OTS) Standard Standard
Body – Mirror, Exterior 3 Coach Models Safe Fleet 8"x18" C.S. (p/n M14F13AC-6-TS1) Standard Standard
Body – Mirror, Exterior 4 Coach Models Safe Fleet 8"x18" C.S. (p/n M14F12AC-TS1) Standard Standard
Other Option - Specify Quote
Body - Mirror, Interior
Body – Mirror, Interior 1 Mirror - 8 1/2 " X 16" Standard Standard
Body – Mirror, Interior 2 Mirror - 4.75" X 15" Option Quote
Body – Mirror, Interior 3 Mirror - Front Door 6" Round on Header Door Option $ 23.81
Body – Mirror, Interior 4 Mirror - Rear Exit Door/Step Well 12" Convex (Low Floor) Standard Standard
Body – Mirror, Interior 5 Mirror - 8 1/2 " X 1" center Option Quote
Body – Mirror, Interior 6 Mirror - 5" flat Option Quote
Other Option - Specify Quote
Body - Paint & Decal
Body – Paint & Decal 1 BYD Standard White with Roof Numbers Standard Standard
Body – Paint & Decal 2 One Color w/Roof Numbers Option
Quote - Varies by Paint Color
Selected
Body – Paint & Decal 3 (2) Colors, with and without Black Mask At Windows Option
Quote - Varies by Paint Color
Selected
Body – Paint & Decal 4 (3) Colors, with and without Black Mask At Windows Option
Quote - Varies by Paint Color
Selected
Body – Paint & Decal 5 Basic Decal Package (Up to Three Strips and Equivalent Design) Option Quote
Body – Paint & Decal 6 Custom Paint/Decal Design (Per Purchasers' Spec) Option Quote
Body – Paint & Decal 7 Clear Coat Complete Bus Standard Standard
Body – Paint & Decal 8 Remove Roof Numbers Standard Standard
Body – Paint & Decal 9 C6M Full Body Wrap Option $ 3,988.00
Body – Paint & Decal 10 K7M Full Body Wrap Option $ 4,842.05
Body – Paint & Decal 11 K9S Full Body Wrap Option $ 5,633.05
Body – Paint & Decal 13 K9M Full Body Wrap Option $ 6,688.00
Body – Paint & Decal 14 C9M Full Body Wrap Option $ 6,880.00
Body – Paint & Decal 14 C10M Full Body Wrap Option $ 7,023.50
Body – Paint & Decal 15 K11M Full Body Wrap Option $ 8,629.50
Other Option - Specify Quote
Body - Passenger Signal
Body – Passenger Signal 1 Pullcords - Above Windows (Neutral Or Yellow) w/Touch Pad At W/C Positions Standard Standard
Body – Passenger Signal 2 Touch Tape (At Window Mullions) Option Quote
Body – Passenger Signal 3 Button at Exit Door Vertical Stanchion Standard Standard
Body – Passenger Signal 4 Additional Amber Stop Request Lamp Mounted on Driver's Dash Option $ 51.22
Body – Passenger Signal 5 Button in the Parcel Rack Option Quote
Body – Passenger Signal 6 Push Button on Air Duct (Coach) Standard Standard
Other Option - Specify Quote
Body - Rear Door
Body – Rear Door 1 33" Wide Door w/Full Driver Control (Electric) (Not Applicable to High Floor Coach) Standard Standard
Body – Rear Door 2 40" Wide Door w/Full Driver Control (Electric) Option Quote
Page 311 of 733
BYD Coach and Bus LLC
ITB Statewide Price Agreement #: 00-00000-20-00087
Vendor BYD Coach and Bus LLC
Bus Manufacture BYD Coach and Bus LLC
Body – Rear Door 3 Electric Operated Front/Rear Door Motor and Control Standard Standard
Body – Rear Door 4 Touch Bars w/Driver Override Option Quote
Body – Rear Door 5 Touch Tape in Place of Touch Bars Option Quote
Body – Rear Door 6 Vapor Class Acoustic (Photo Sensor) Option 1272
Body – Rear Door 7 Vapor V Touch (Electronic Touch Bar) Option 546.4179
Body – Rear Door 8 Vapor Electric Transit Operator Standard Standard
Body – Rear Door 9 Vapor Electric Door Control / 1939 Interface Standard Standard
Body – Rear Door 10 Vapor Optical Pressure Wave Switch Option Quote
Body – Rear Door 11 Vapor Sensitive Edge Standard Standard
Body – Rear Door 12 Exterior Air Release (Front Door Control Valve) Option Quote
Body – Rear Door 13 Driver Push Button Door Controls Option Quote
Body – Rear Door 14 Drive 5 Position Handle Door Control Standard Standard
Body – Rear Door 15 Bode CADS All electric doors Option Quote
Body – Rear Door 16 Remove Rear Door, Add Two Seats Option Quote
Body – Rear Door 17 Ventura electric rear door Option Quote
Body – Rear Door 18 Add Center Door (Articulated bus only) Standard Standard
Other Option - Specify Quote
Body - Roof Hatch
Body – Roof Hatch 1 Manual Hatch At Front and Rear Positions (All Models exluding K7M, C6M) Standard Standard
Body – Roof Hatch 2 One (1) Roof Hatch Position - Rear (K7M, C6M) Standard Standard
Body – Roof Hatch 3 One (1) Roof Hatch Position - Rear (All Models excluding K7M, K7M-ER) Standard Standard
Body – Roof Hatch 4 Electric Hatch with Driver Control (per Position) Option $ 174.00
Body – Roof Hatch 5 Glass Hatch in Lieu of Standard Option Quote
Body – Roof Hatch 6 Additional Roof Hatch Position Option Quote
Other Option - Specify Quote
Body - Schedule Rack $ -
Body – Schedule Rack 1 none Standard Standard
Body – Schedule Rack 2 Innocom Schedule Racks 3.75" x 7" x 1.5" Option $ 17.00
Body – Schedule Rack 3 Innocom Schedule Racks 8.62" x 1 1" x 1" Option $ 22.00
Body – Schedule Rack 4 22" x 21" Black, RH Load Open Back Option Quote
Body – Schedule Rack 5 Transit Information Products - 19" x 21" OBIC 19/214P1LTRMC Option $ 240.00
Body – Schedule Rack 6 Transit Information Products - 19" x 21" OBICT10P2LTRMC Option $ 410.00
Other Option - Specify Quote
Body - Stanchions/Grab Rails
Body – Stanchions/Grab Rails 1 Stainless Steel Stanchions and Grab Rails and Modesty Panel Tubes (Low Floor) Standard Standard
Body – Stanchions/Grab Rails 2 Powder Coated Vertical Stanchions, Grab Rails and Modesty Panel Tubes Option Quote - Specific to Model
Body – Stanchions/Grab Rails 3 Powder Coated Vertical Stanchions only Option Quote - Specific to Model
Body – Stanchions/Grab Rails 4 Farebox Guard Rail Standard Standard
Body – Stanchions/Grab Rails 5 Grab Rail Forward Wheel Housing Standard Standard
Body – Stanchions/Grab Rails 6 Luggage Rack 68", Two -Tier with Fixed Shelf's Option 2,824.99$
Body – Stanchions/Grab Rails 7 Vinyl Coated Nylon Grab Straps (Cost per Handle) Standard Standard
Body – Stanchions/Grab Rails 8 SSTL Spring Loaded Grab Handle (Cost per Handle) Option Quote
Body – Stanchions/Grab Rails 9 non-vinyl-coated nylon grab straps (per handle, color to be chosen by agency) Standard Standard
Other Option - Specify Quote
Cooling System
Cooling System 1 BYD Electric Cooling Fan System Standard Standard
Cooling System 2 Double Breeze Constant Tension Clamps Standard Standard
Cooling System 3 Double Breeze Constant Tension Clamps Standard Standard
Other Option - Specify Quote
Electrical
Electrical 1
24V battery isolation system (keeps house batteries from being drained by cameras,
recorders, etc.) Standard Standard
Electrical 2
High Voltage to Low Voltage Smart Charging (When LV Battery is under 24V, Smart Charging is
activated)Standard Standard
Other Option - Specify Quote
Electrical - Accessories
Electrical – Accessories 1 12 V Cigarette-Style Light Adaptor for PC Auxiliary Power - Drivers Area Option $ 24.00
Electrical – Accessories 2 BYD Standard USB (2) Port Standard Standard
Other Option - Specify Quote
Electrical - Automatic
Passenger Counter
Electrical – Automatic Passenger
Counter 1 none Standard Standard
Electrical – Automatic Passenger
Counter 2 UTA Automatic Passenger Counter System with GPS, WLAN Capabilities Option $ 5,900.00
Electrical – Automatic Passenger
Counter 3 Clever Devices APC (Integrated with IVN System) - 2 Door Option $ 5,252.24
Electrical – Automatic Passenger
Counter 4 Clever Devices APC (Integrated with IVN System) - 3 Door Option $ 6,619.54
Electrical – Automatic Passenger
Counter 5 Clever Devices APC (Standalone) - 2 Door Option $ 8,987.00
Electrical – Automatic Passenger
Counter 6 Clever Devices APC (Standalone) - 3 Door Option $ 9,906.60
Electrical – Automatic Passenger
Counter 7 UTA APC Sensors, Cabling, CPU only Option Quote
Electrical – Automatic Passenger
Counter 8 Wiring provisions IAW APC manufacture Standard Standard
Electrical – Automatic Passenger
Counter 9 Strategic Mapping APC system Option Quote
Page 312 of 733
BYD Coach and Bus LLC
ITB Statewide Price Agreement #: 00-00000-20-00087
Vendor BYD Coach and Bus LLC
Bus Manufacture BYD Coach and Bus LLC
Other Option - Specify Quote
Electrical - Auxiliary Lights
Electrical – Auxiliary Lights 1 Four (4) 4" Diameter LED Auxiliary Brake Lights Option Quote
Electrical – Auxiliary Lights 2 Two (2) 4" Diameter LED Auxiliary Brake Lights Standard Standard
Electrical – Auxiliary Lights 3 Two (2) Dialight 7" Diameter LED Auxiliary Brake Lights Option Quote
Electrical – Auxiliary Lights 4 4 LED Brake Strip Lamps Option Quote
Electrical – Auxiliary Lights 5 JKA Enterprises LED "Stop" Light Option Quote
Electrical – Auxiliary Lights 6 Exterior Curb Lamps, Front & Rear - Dialight Option Quote
Electrical – Auxiliary Lights 7 Triangle Amber LED Yield Sign - Dialight Obsolete Obsolete
Electrical – Auxiliary Lights 8 Two (2) Red LED Brake Strip Lamps Standard Standard
Electrical – Auxiliary Lights 9 Remove LED Auxiliary Brake Lights (DEDUCT) Option Quote
Electrical – Auxiliary Lights 10
Overhead Farebox LED - Light W/Night - Day Switch (on Drivers Side Panel) - Light Illuminates
W/Frt. Door Open and Switch in the Night Position Standard Standard
Electrical – Auxiliary Lights 11 Service Compartment Lights - LED Standard Standard
Electrical – Auxiliary Lights 12 LED Beacon Light Option Quote
Electrical – Auxiliary Lights 13 LED Decal Lights (2) - Non - Flashing only (Per NHTSA) Option Quote
Other Option - Specify Quote
Electrical - Battery & Battery
Chargers
Electrical - Battery & Battery Chargers 1 Aluminium battery tray Standard Standard
Electrical - Battery & Battery Chargers 2 (2) Odyssey Group 32 Standard Standard
Electrical – Battery & Battery Chargers 3 Anderson 350 Jump Start Connector (Each) Standard Standard
Electrical – Battery & Battery Chargers 4 Remove Anderson 350 Jump Start Standard Standard
Electrical – Battery & Battery Chargers 5 En-route Battery Charging system (please specify) Option
Quote - Compatible with
wireless and overhead
charging
Electrical – Battery & Battery Chargers 6 40 kW Charger and Dispenser (C6M) Standard $ 5,000.00
Electrical – Battery & Battery Chargers 7 80 kW Charger and Dispenser (K7M, K9S, K9M, C9M) Standard $ 11,000.00
Electrical – Battery & Battery Chargers 8 200 kW Charger and Dispenser - (K11M, C10M) Standard $ 29,700.00
Electrical – Battery & Battery Chargers 9 125 / 150 / 160 kW DC Charger SAE J1772 CCS Type 1 Option
Quote - Integrated.
Compliant to major chargers
in Market. Varies by Vendor
Electrical – Battery & Battery Chargers 10 Momentum Dynamics Wireless Inductive Charging Equipment In Route Pad (Equipment Only) Option Quote Specific to Model
Below
Electrical – Battery & Battery Chargers 11
75 kW - Momentum Dynamics Wireless Inductive Charging Equipment In Route Pad
(Equipment Only) Option $ 57,750.00
Electrical – Battery & Battery Chargers 12
150 kW - Momentum Dynamics Wireless Inductive Charging Equipment In Route Pad
(Equipment Only) Option $ 115,500.00
Electrical – Battery & Battery Chargers 13
300 kW - Momentum Dynamics Wireless Inductive Charging Equipment In Route Pad
(Equipment Only) Option $ 210,000.00
Electrical – Battery & Battery Chargers 14
Momentum Dynamics Wireless Inductive Charging Equipment Depot Level Pad (Equipment
Only) Option Quote Specific to Model
Below
Electrical – Battery & Battery Chargers 15
75 kW - Momentum Dynamics Wireless Inductive Charging Equipment Depot Level Pad
(Equipment Only) Option $ 57,750.00
Electrical – Battery & Battery Chargers 16
150kW - Momentum Dynamics Wireless Inductive Charging Equipment Depot Level Pad
(Equipment Only) Option $ 115,500.00
Electrical – Battery & Battery Chargers 17
300 kW - Momentum Dynamics Wireless Inductive Charging Equipment Depot Level Pad
(Equipment Only) Option $ 210,000.00
Electrical – Battery & Battery Chargers 18 Momentum Dynamics Wireless Inductive Charging Equipment On Bus Receiver Option Quote - Fully Integrated
Electrical – Battery & Battery Chargers 19 75 kW - Momentum Dynamics Wireless Inductive Charging Equipment On Bus Receiver Option $ 11,550.00
Electrical – Battery & Battery Chargers 20 150 kW - Momentum Dynamics Wireless Inductive Charging Equipment On Bus Receiver Option $ 23,100.00
Electrical – Battery & Battery Chargers 21 300 kW - Momentum Dynamics Wireless Inductive Charging Equipment On Bus Receiver Option $ 44,100.00
Electrical – Battery & Battery Chargers 22
Momentum Dynamics/Princeton power Wayside Battery storage-one megawatt with optional
500 kW Option Quote - Fully Integrated
Electrical – Battery & Battery Chargers 23 Electrical Management Software Option Quote
Electrical – Battery & Battery Chargers 24 Energy Storage System = Battery Packs Option Specific to Model below
Electrical – Battery & Battery Chargers 25 141 kWh (23' C6M) Standard Standard
Electrical – Battery & Battery Chargers 26 215 kWh (30' K7M) Standard Standard
Electrical – Battery & Battery Chargers 27 266 kWh (35' K9S) Standard Standard
Electrical – Battery & Battery Chargers 28 352 kWh (40' K9M) Standard Standard
Electrical – Battery & Battery Chargers 29 391 kWh (35' K9S -Extended Range) Option Standard
Page 313 of 733
BYD Coach and Bus LLC
ITB Statewide Price Agreement #: 00-00000-20-00087
Vendor BYD Coach and Bus LLC
Bus Manufacture BYD Coach and Bus LLC
Electrical – Battery & Battery Chargers 30 446 kWh (40' K9M Extended Range, 45' C10M) Standard Standard
Electrical – Battery & Battery Chargers 31 578 kWh (60' K11M) Standard Standard
Other Option - Specify Quote
Electrical -
Communication/Radio
Electrical – Communication/Radio 1 Pre - Wire:12V/40A Direct Battery & 12V/10A Ignition (Route to RH Dash & Ele. Equip. Box)
and Install Roof Mount RF/GPS/Cellular Antenna Standard Standard
Other Option - Specify Quote
Electrical - Destination Sign
Electrical – Destination Sign 1 I/O Controls Amber LED Sign Set (Front, Side and Rear) Standard Standard
Electrical – Destination Sign 2 I/O Controls White LED Sign Set (Front, Side and Rear) Option $ 361.20
Electrical – Destination Sign 3 I/O Controls Dash Sign, 14*36 - Amber LED Option $ 702.00
Electrical – Destination Sign 4 I/O Controls Dash Sign, 14*36 - White LED Option $ 738.00
Electrical – Destination Sign 5 I/O Controls Amber LED Sign Set (Front and Side) - Transit Option $ (700.00)
Electrical – Destination Sign 6 I/O Controls Amber LED Sign Set (Front and Side) - Coach Standard Standard
Electrical – Destination Sign 7 I/O Controls White LED Sign Set (Front and Side) - Transit Option $ (434.00)
Electrical – Destination Sign 8 I/O Controls White LED Sign Set (Front and Side) - Coach Option $ 266.00
Electrical – Destination Sign 9 Twin Vision Silver Series Sign (16 X160) Front & Side - Transit Option (25.00)$
Electrical – Destination Sign 10 Twin Vision Silver Series Sign (16 X160) Front & Side - Coach Option 810.00$
Electrical – Destination Sign 11 Twin Vision Silver Series Sign (24 X 200) Front & Side - Transit Option $ (77.00)
Electrical – Destination Sign 12 Twin Vision Silver Series Sign (24 X 200) Front & Side - Coach Option $ 747.60
Electrical – Destination Sign 13 Twin Vision Smart Series II (16 X160) Front & Side -Transit Option Quote
Electrical – Destination Sign 14 Twin Vision Smart Series II (16 X160) Front & Side -Coach Option Quote
Electrical – Destination Sign 15 Twin Vision Smart Series II (24 X 200) Front & Side - Transit Option $ (477.00)
Electrical – Destination Sign 16 Twin Vision Smart Series II (24 X 200) Front & Side - Coach Option $ 267.60
Electrical – Destination Sign 17 Twin Vision 100% Amber LED, Front, Curb Side, Rear Option 352.08$
Electrical – Destination Sign 18 Twin Vision 100% Amber LED, Rear Option $ 924.00
Electrical – Destination Sign 19 Twin Vision Chroma I Color LED Front Option $ 4,972.00
Electrical – Destination Sign 20 Twin Vision Chroma IV 100% Color LED Option $ 6,014.99
Electrical – Destination Sign 21 Twin Vision 24 X 200 Front Amber LED Sign Option $ 2,576.40
Electrical – Destination Sign 22 Luminator SMT Horizon 100% Amber LED Front, Curbside, Rear Option Quote
Electrical – Destination Sign 23 AXION with WI FI and Time and Date Time Stamp Option Quote
Electrical – Destination Sign 24 Luminator Spectrum 100% Amber LED Front ,Curbside, Rear Option $ 510.00
Electrical – Destination Sign 25 Luminator White LED Front, Curb-side and Rear Option $ 2,884.66
Electrical – Destination Sign 26 Add Twin Vision Smart Series II w/ rear camera, Rear Sign Option Quote
Electrical – Destination Sign 27 Add Street Side Sign (Twin Vision Amber LED) Option $ 1,056.00
Electrical – Destination Sign 28 Add Street Side Sign (Twin Silver Series LED) Option $ 1,320.00
Electrical – Destination Sign 29 Remove Rear Sign (DEDUCT) Option Quote - Specific to Model
Electrical – Destination Sign 30 Program Software (Twin Vision) Option $ 498.00
Electrical – Destination Sign 31 Luminator Programming Software USB Wireless Option $ 1,056.00
Electrical – Destination Sign 32 Transign Curtain Front and Side Sign Option Quote
Electrical – Destination Sign 33 Heated Front Sign Glazing Option $ -
Electrical – Destination Sign 34 Transign, (4) Character, Metal Housing Option Quote
Electrical – Destination Sign 35 Transign, (3) Character, Metal Housing Option Quote
Electrical – Destination Sign 36 Transign, (2) Character, D - 1 853, Metal Housing Option Quote
Electrical – Destination Sign 37 Twin Vision Electronic Front Dash Sign Option $ 792.00
Electrical – Destination Sign 38 Hanover Display LED Amber Destination Signs (model# OL028, OL054 & OL64J) Option $ 30.00
Electrical – Destination Sign 39 Luminator Electronic Front Dash Sign Option $ 792.00
Electrical – Destination Sign 40 I/O controls Destination sign all Models Option
Quote specific to model
above
Other Option - Specify Quote
Electrical - Destination Sign
Programming
Electrical – Destination Sign
Programming 1 Luminator USB & Integrated Programing Software Option $ 498.00
Electrical – Destination Sign
Programming 2 Twin Vision Elyse 2 USB Option $ 498.00
Electrical – Destination Sign
Programming 3 Twin Vision Software Package Option $ 498.00
Other Option - Specify Quote
Electrical - Diagnostics
Electrical – Diagnostics add I/O Controls G4 system Standard Standard
Electrical – Diagnostics add I/O Controls G4 One Set PC Diagnostic Software Option 3542.55
Other Option - Specify Quote
Electrical - Equipment
Storage Box
Electrical – Equipment Storage Box add BYD Standard 18’’ x 22’’ x 27" Standard Standard
Electrical – Equipment Storage Box add BYD Standard 19’’ x 22’’ x 27" Standard Standard
Electrical – Equipment Storage Box add BYD Standard 23’’ x 22’’ x 31" Standard Standard
Other Option - Specify Quote
Electrical - Lights, Exterior
Electrical – Lights, Exterior 1 All Exterior Lights LED - Type Lamps Standard Standard
Electrical – Lights, Exterior 2 Headlight LED Dialight - Low Beam Option Quote
Electrical – Lights, Exterior 3 Headlight LED Dialight - High Beam Option Quote
Electrical – Lights, Exterior 4 Headlight LED I/O Controls - Low Beam Standard Standard
Electrical – Lights, Exterior 5 Headlight LED I/O Controls - High Beam Standard Standard
Electrical – Lights, Exterior 6 Halogen Sealed Beam Headlights Option Quote
Page 314 of 733
BYD Coach and Bus LLC
ITB Statewide Price Agreement #: 00-00000-20-00087
Vendor BYD Coach and Bus LLC
Bus Manufacture BYD Coach and Bus LLC
Electrical – Lights, Exterior 7 Tail Lights - Manufacturer Dialite LED, Fixture Size - 7" Diameter Standard Standard
Electrical – Lights, Exterior 8 Tail Lights - Manufacturer Dialite LED, Fixture Size - 4" Diameter Standard Standard
Other Option - Specify Quote
Electrical - Intelligent Vehicle
Network
Electrical – Intelligent Vehicle Network 1 none Standard Standard
Electrical – Intelligent Vehicle Network 2 ITS - Provisions Standard Standard
Electrical – Intelligent Vehicle Network 3
Customized Specification - ( Varies by customer. Need detailed specification to provide
accurate price)Option Quote
Other Option - Specify Quote
Electrical - Multiplexing
Electrical – Multiplexing 1 Dinex, I/O Controls G4 System Standard Standard
Other Option - Specify Quote
Electrical - Pleasure
Electrical – Pleasure 1 none Standard Standard
Electrical – Pleasure 2 Radio Tacho Link Event Data Recorder Option Quote
Electrical – Pleasure 3 Radio Option Quote
Electrical – Pleasure 4 Radio Am/FM/CD Option Quote
Electrical - Pleasure 5 On-Board entertainment system including 6 video screen DVD CD-ROM player Option Quote
Other Option - Specify Quote
Electrical - Public
Announcement
Electrical – Public Announcement 1 Drivers Speaker W/Separate Volume Control Option Quote
Electrical – Public Announcement 2 REI Model 750040 PA W/Handheld Mic W/(6) Flush Mounted Speakers Option Quote
Electrical – Public Announcement 3 REI 2-Channel 700890 PA w/ Gooseneck Mic w/ exterior & interior speakers Standard Standard
Electrical – Public Announcement 4 Luminator IVS W/GPS Capability, w/LED Sign, W/O Mapping Option Quote
Electrical – Public Announcement 5 DR700 Vehicle Logic Unit W/GPS Capability, w/LED Sign, W/O Mapping Option Quote
Electrical – Public Announcement 6 Clever Devices - Speakeasy II Option $ 2,054.40
Electrical – Public Announcement 7 Rei Echo PA System Option Quote
Electrical – Public Announcement 8 Shure Brothers Lapel Microphone w/REI PA System Option Quote
Electrical – Public Announcement 9 Midwest Lapel Microphone (Use w/Voice Annunciation System) Option Quote
Electrical – Public Announcement 10 Interior LED Sign Option
Quote Specific to IVN/ITS
System
Electrical – Public Announcement 11 One Additional Pair of Interior Speakers Option Quote
Electrical – Public Announcement 12 One Additional exterior Speaker Each Option Quote
Electrical – Public Announcement 13 REI w/switch mounted in Driver’s Area Option Quote
Other Option - Specify Quote
Electrical - Video Surveillance
Electrical – Video Surveillance 1 none Standard Standard
Electrical – Video Surveillance 2 Apollo RoadRunner DVR 2TB 4 Camera System w/Audio Option $ 4,100.66
Electrical – Video Surveillance 3 Apollo RoadRunner DVR 2TB 8 Camera System w/Audio Option $ 5,196.98
Electrical – Video Surveillance 4 Apollo RoadRunner DVR 2TB 12 Camera System w/Audio Option $ 6,773.58
Electrical – Video Surveillance 5 Apollo RoadRunner DVR 2TB 16 Camera System w/Audio Option $ 7,756.10
Electrical – Video Surveillance 6 Apollo RoadRunner HDR DVR 2TB 4 Camera System & Audio (4K) Option $ 5,138.56
Electrical – Video Surveillance 7 Apollo RoadRunner HDR DVR 2TB 8 Camera System & Audio (4K) Option $ 7,756.10
Electrical – Video Surveillance 8 Apollo RoadRunner HDR DVR 2TB 12 Camera System & Audio (4K) Option $ 9,926.84
Electrical – Video Surveillance 9 Apollo RoadRunner HDR DVR 2TB 16 Camera System & Audio (4K) Option $ 11,985.44
Electrical – Video Surveillance 10 Apollo Wireless Data Download capable Option Quote
Electrical – Video Surveillance 11 Apollo Cellular "Live Look Through" Capable Option Quote
Electrical – Video Surveillance 12 Apollo Vehicle Information Management System (ViM) Option Quote
Electrical – Video Surveillance 13 Apollo video 4K DVR w/9 camera system w/ Audio Option Quote
Electrical – Video Surveillance 14 Cole Hersee 12063 Electrical Tow Connector Option Quote
Electrical – Video Surveillance 15 Cole Hersee 12063 Electrical Tow Connector Option $ 120.00
Electrical – Video Surveillance 16 Replacement - SEON TH8WH1T0 8 channel w/1 TB hard drive Option $ 2,220.00
Electrical – Video Surveillance 17 SEON 2 TB hard drive upgrade (DVR and HDD sold together) Option $ 2,373.00
Electrical – Video Surveillance 18 SEON CQ903A integrated IR Dome day/Night 600TVL interior camera, audio, 2.9 mm lens. Option $ 225.60
Electrical – Video Surveillance 19
Replacement - SEON CA1004EI Day/Night 600TVL camera, exterior (w/infrared, no audio), 3.6
mm lens.Option $ 333.60
Electrical – Video Surveillance 20 SEON CJ904A Dome Day/Night 600TVL camera, audio, 3.6mm lens w/mount Option $ 225.60
Electrical – Video Surveillance 21
Replacement - SEON CHW804E Option $ 558.00
Electrical – Video Surveillance 22 SEON SRLGA07 Smart-Reach Lite, 2.4GHz Wireless bridge w/antenna Option $ 643.04
Electrical – Video Surveillance 23 Replacement - SEON HDD3-STB Vmax View software, docking station & handheld mouse. Option $ 354.00
Electrical – Video Surveillance 24 SEON LMK LCD monitor, 5.6 inch, AC charger, battery pack Option $ 300.00
Electrical – Video Surveillance 25 SEON 12 Camera System, 4tb HD Option $ 9,725.10
Electrical – Video Surveillance 26 SEON 8 Camera System, 4tb HD Option $ 6,562.70
Electrical – Video Surveillance 27 Safety Vision SV-ENC4112-6CAM Option $ 3,583.42
Electrical – Video Surveillance 28 Safety Vision SV-ENC4112-8CAM Option $ 4,069.64
Electrical – Video Surveillance 29 Safety Vision SV-ENC4112-10CAM Option $ 5,119.37
Electrical – Video Surveillance 30 Safety Vision SV-ENC4116-6CAM Option $ 7,121.33
Electrical – Video Surveillance 31 Safety Vision SV-ENC4116-8CAM Option $ 7,418.00
Electrical – Video Surveillance 32 Safety Vision SV-ENC4116-10CAM Option $ 8,175.30
Electrical – Video Surveillance 33 Angel Trax Live View, Live GPS, and System Health Notification option Option Quote
Electrical – Video Surveillance 34 AngelTrax 6 Camera System, 1TB HD and 64 GB SD Card, Wifi Ready Option $ 3,289.67
Electrical – Video Surveillance 35 AngelTrax 9 Camera System, 1TB HD and 64 GB SD Card, Wifi Ready Option $ 4,386.11
Page 315 of 733
BYD Coach and Bus LLC
ITB Statewide Price Agreement #: 00-00000-20-00087
Vendor BYD Coach and Bus LLC
Bus Manufacture BYD Coach and Bus LLC
Electrical – Video Surveillance 36 AngelTrax 12 Camera System, 1TB HD and 64 GB SD Card, Wifi Ready Option $ 7,069.54
Electrical – Video Surveillance 37 March Network (8) Camera System Option Quote
Electrical – Video Surveillance 38 REI Bus Watch Digital Option Quote
Electrical – Video Surveillance 39 TVSS Claim Safe III w/4 Digital Cameras Option Quote
Electrical – Video Surveillance 40 Rear View Camera System Option Quote
Electrical – Video Surveillance 41 Add Additional Color Camera Option Quote
Electrical – Video Surveillance 42 Verint 4 Camera System Option Quote
Electrical – Video Surveillance 43 Verint 5 Camera System Option Quote
Electrical – Video Surveillance 44 Desk Top Viewing Station (REI) Option Quote
Electrical – Video Surveillance 45 Velvac Hyperion Virtual DVR (up to 7 camera views through dash mounted tablet) Option Quote
Other Option - Specify Quote
Fare Box
Fare Box 1 No Fare box, Power Circuit and Ground strap only Standard Standard
Fare Box 2 GFI 36" Fastfare Option $ 11,576.25
Fare Box 3 GFI 36" Odyssey Option $ 11,576.25
Fare Box 4 GFI 41" Fast Fare Option $ 11,576.25
Fare Box 5 GFI 41" Odyssey Option $ 11,576.25
Fare Box 6 Diamond Model SV w/Two (2) Vaults Option $ 1,202.88
Fare Box 7 Globe Transfer Cutter Option $ 120.00
Other Option - Specify Quote
HVAC
HVAC 1 BYD Standard HVAC Standard Standard
HVAC 2
TK Electric HVAC System - REH-M8 059549 - All Models excluding K11M and Coach (Roof
Mount)Option $ 21,947.10
HVAC 3 K11M - (2) TK Electric HVAC System - REH-M8 059549 (Roof Mount) Option $ 43,894.20
HVAC 4 Mobile Climate Control HVAC (Eco-136e) Option $ 20,770.05
HVAC 5 K11M - (2) Mobile Climate Control HVAC (Eco-136e) - Option $ 41,540.10
HVAC 6 Defroster, 460VAC, Electric - 12-600XX Option $ 2,784.07
HVAC 7 Control Panel for 12-600XX - T56-03XX Option $ 294.68
HVAC 8 Defroster, 24V, Glycol - T13-22112 Option $ 1,241.78
HVAC 9 Control Panel for T13-22112 - T56-0358 Option $ 294.68
HVAC 10 Driver Booster Blower, 24V - T15-61046 Option $ 400.80
HVAC 11 Sutrak All Electric Air Conditioning - All Models excluding K11M and Coach (Roof Mount) Option $ 23,569.35
HVAC 12 K11M - (2) Sutrak All Electric Air Conditioning - (Roof Mount) Option $ 47,138.70
HVAC 13 Air Purification System Option Quote
Auxiliary Heater 14 Hybrid Heater
Required by
RFP Included
Auxiliary Heater 15 Electric Water Heater instead of Diesel Heater Option $ 4,430.00
Auxiliary Heater 16 Electric PTC Heater instead of Diesel Heater Option $ (300.00)
Other Option - Specify Quote
Manuals
Manuals 1 Drivers Handbook (1 Manual/1 CD per Bus Order) Standard Included
Manuals 2 Service Manual (1 Manual/1 CD per Bus Order Standard Included
Manuals 3 Parts Manual (1 Manual/1CD per Bus Order) Standard Included
Manuals 4 Electrical Schematics (1 Manual/1CD per Bus Order) Standard Included
Manuals add Electrical and Air Schematics (1 Manual/1CD per Bus Order) Standard Included
Manuals 5 Vendor Manuals (1 Manual/1 CD per Bus Order) Standard Included in service manual
Manuals 6 Additional Driver's Handbook Option $ 80.00
Manuals 8 Additional Parts Manuals Option $ 200.00
Manuals 9 Additional Electrical Schematics Option $ 75.00
Manuals 10 Additional Electrical Multiplex Option Quote
Other Option - Specify Quote
Safety
Safety 1 Amerex Fire Suppression System w/Automatic Shutdown, Programmable Heat Detectors
(PHDs) - Rear and Battery Compartments Standard Standard
Safety 2 Fire Extinguisher and Safety Triangle Kit Standard Standard
Safety 3 Twenty - Four Unit First Aid Kit Option $ 120.00
Safety 4 Ten Unit First Aid Kit Option $ 60.00
Safety 5 Blood Borne Pathogens Kit Option $ 90.00
Safety 6 Bio - Hazard Disposal Kit Option $ 42.00
Safety 7 (3) 20 - Minute Road Flares Option $ 24.00
Other Option - Specify Quote
Steering
Steering 1 Standard Size Padded Steering Wheel Standard Standard
Steering 2 Douglas Autotech Steering Column (PN 9204746) Standard Standard
Other Option - Specify Quote
Towing & Hoisting
Towing & Hoisting 1 Set Towing Adapters/Tow Bar Standard Standard
Towing & Hoisting 4 Incl w/set - Front Adapters Standard Standard
Towing & Hoisting 6 Incl w/set - Rear Adapters Standard Standard
Towing & Hoisting 7 Front towing point Standard Standard
Other Option - Specify Quote
Training
Training 1 40 hours BYD Training included in base price with bus order quantity of 1-9 Standard Included
Training 2 80 hours BYD Training included in base price with bus order quantity of 10-19 Standard Included
Training 3 120 hours BYD Training included in base price with bus order quantity of 20-29 Standard Included
Training 4 160 hours BYD Training included in base price with bus order quantity of 30-49 Standard Included
Training 5 200 hours BYD Training included in base price with bus order quantity of 50 + Standard Included
Training 6 Additional training … per hour - BYD Option $ 200.00
Page 316 of 733
BYD Coach and Bus LLC
ITB Statewide Price Agreement #: 00-00000-20-00087
Vendor BYD Coach and Bus LLC
Bus Manufacture BYD Coach and Bus LLC
Training 7 Vendor Training Option Quote
Other Option - Specify Quote
Training Equipment Modules
Training Equipment Modules 1 I/O Controls Multiplex Board (G4-STB) Option $ 19,635.00
Other Option - Specify Quote
W/C Restraints
W/C Restraints 1 AMSECO - Advanced Restraint Module (Front telescoping) Belts additional Standard Standard
W/C Restraints 2 AMSECO - Advanced Restraint Module (Rear telescoping) Belts additional Option $ 216.00
W/C Restraints 3 AMSECO - Advanced Restraint Module (Center pivoting) Belts additional Option $ 343.20
W/C Restraints 4 AMESCO Passive rear-facing restraints (rear facing barriers) - Belts additional Option $ 836.40
W/C Restraints 5 Q'Straint - QRT Option $ 565.20
W/C Restraints 6 Q'Straint - ORT 360 Option $ 181.20
W/C Restraints 7 Q'Straint - QRT Delexe (Coach Model) Standard Standard
W/C Restraints 8 Q'Straint - Q'UBE 3- Point Securement Station - Belts additional /Front and Rear Q'UBE 4-Point
Securement Station(Low Floor) Standard Standard
W/C Restraints 9 Q'Straint - Quantum Securement System Option $ 9,295.00
W/C Restraints 10 Q'Strant/Sure-Lok - OMNI Floor Anchor System Option $ 108.00
W/C Restraints 11 Q’Straint Slide N Click floor mount restraint system Option $ 630.00
W/C Restraints 12 AMSECO Q- Pod W/C Restraint System Option $ 3,083.77
W/C Restraints 13 AMESCO Dual Auto Lock W/C Restraint System Option $ 643.20
W/C Restraints 14 USSC - V- PRO Standard Standard
Other Option - Specify Quote
Wheel Chair Ramp (low-floor
only) / Lift (high-floor only)
Wheel Chair Ramp (low-floor only) /
Lift (high-floor only)1 LIFT- U Model LU18, Dual- Mode 1:6 (Street)/1:8 (Sidewalk) Standard Standard
Wheel Chair Ramp (low-floor only) /
Lift (high-floor only)2 Ricon 6:1 SA Self-Leveling Ramp Standard Standard
C6M - BRAUN Standard Standard
Wheel Chair Ramp (low-floor only) /
Lift (high-floor only)3 K7M - Ricon FR2SS02-11000000 Standard Standard
Wheel Chair Ramp (low-floor only) /
Lift (high-floor only)4 K9S (ER), K9M, K9MD (ER), K11M - Ricon SSR-0M27291Y00 Standard Standard
Wheel Chair Ramp (low-floor only) /
Lift (high-floor only)5 C10M - Ricon F10XF-002 Standard Standard
Other Option - Specify Quote
Wheel - Brakes
Wheel – Brakes 1 All Wheel Disc Brakes Standard Standard
Other Option - Specify Quote
Wheel - Hubometer
Wheel Hubometer 1 none Standard Standard
Wheel Hubometer 2 Veeder Root w/o Tenths w/o Guard Option $ 180.00
Wheel Hubometer 3 Engler (Stemco) Mechanical W/o Tenths W/o Guard Option $ 91.20
Wheel Hubometer 4 Engler Hubometer W/Powder Coat Guard Option $ 78.00
Other Option - Specify Quote
Wheel - Hubs
Wheel Hubs 1 Hub Piloted Wheels and Axles W/Grease Seals Standard Standard
Wheel Hubs 2 Bendix / Knorr Traction Control Standard Standard
Wheel Hubs 3 Wabco Traction Control Option Quote
Wheel Hubs 4 Hydraulic drop down snow chain system (Insta-Chain) Option Quote
Other Option - Specify Quote
Wheel - Tires
Wheel – Tires 1 Customer Supplied Standard Standard
Wheel – Tires 2 Michelin 285/70R19.5 - K7M & K7M-ER Option $ 418.61
Wheel – Tires 3 Michelin XZA 315/80R22.5 - C9M & C10M Option $ 557.95
Wheel – Tires 4 Michelin XZU2 (305/70R/22.5) Option Quote
Wheel – Tires 5 Michelin X INCITY Z 305/70R22.5 - K9S, K9M, K9MD, K11M Option $ 547.20
Wheel – Tires 6 Goodyear G152 (305/70R/22.5) Option $ 642.00
Wheel – Tires 7 Tire Pressure Monitoring System Standard Standard
Other Option - Specify Quote
Wheels
Wheels 1 (6) Aluminium Alcoa - Full Polish Standard Standard
Wheels 2 Spare Wheel - Full Polish Option $ 242.40
Wheels 3 Add Dura Flange to Alcoa (per wheel) Option $ 150.00
Wheels 4 Add Dura Bright to Alcoa (per wheel) Option $ 60.00
Other Option - Specify Quote
Windows
Windows 1 Driver Side Lamindated Safety Glass Window (1/4") - Framed Sliders Standard Standard
Windows 2 Hidden Framed Bonded - Transom -openable Standard Standard
Windows 3 Add Window Guards (Acrylic Liner and Film) - Per window Option Quote
Windows 4 anti-graffiti 3M film (per inside window) - Per Window Option Quote
Windows 5 All windows equipped with liners attached Option Quote
Other Option - Specify Quote
Warranty
Complete Bus (All Bus) 1 Complete Bus (All Bus) - 5 years, 250,000 miles
RFP
Requirement Included
Page 317 of 733
BYD Coach and Bus LLC
ITB Statewide Price Agreement #: 00-00000-20-00087
Vendor BYD Coach and Bus LLC
Bus Manufacture BYD Coach and Bus LLC
Complete Bus (C6M) 2 Complete Bus (C6M) - 2 years, 100,000 miles Option (30,182.24)$
Complete Bus (K7M, K9S, K9M) 3 Complete Bus (K7M, K9S, K9M) - 2 years, 100,000 miles Option (39,182.24)$
Complete Bus (K11M) 4 Complete Bus (K11M) - 2 years, 100,000 miles Option (57,182.24)$
Complete Bus (C9M, C10M) 5 Complete Bus (C9M, C10M) - 2 years, 100,000 miles Option (42,182.24)$
Destination Sign 6 Destination Sign - 7 years, unlimited miles
RFP
Requirement Included
Destination Sign 7 Destination Sign - 5 years, unlimited miles Option (1,182.24)$
8 Other Option - Specify Quote
Other Items $ -
Other Items 1 Brake System Diagnostics Standard Standard
Other Items 2 Cup Holder Option $ 24.00
Other Items 3 Auxiliary Drivers Fan Option $ 90.00
Other Items 4 Stainless Steel Trash Bag Holder Option $ 18.00
Other Items 5 Transfer Cutter Option $ 120.00
Other Items 6 Keyed Ignition Switch Option $ 36.00
Other Items 7 Fiber Optic Backlighting on Drivers Dash Standard Standard
Other Items 8 Exterior Ad Frame - Front 21" X 40" Option $175.00
Other Items 9 Exterior Ad Frame - Curbside 30" X 88" Option $283.00
Other Items 10 Exterior Ad Frame -Streetside 30" X 144" Option $335.00
Other Items 11 Exterior Ad Frame Rear 21" X 72" Option $226.00
Other Items 12 I/O Controls LED Interior Lights Standard Standard
Other Items 13 winter weather package (heated front entrance) Option $ 2,400.00
Other Items 14 First Aid kit for 24 people option Option $ 60.00
Other Items 15 2 front dash-mounted fans to defrost front door Option $ 180.00
Other Items 16 Driver’s LED reading light Standard Standard
Other Items 17 Driver’s sun visors - Manual Scissor Style Standard Standard
Other Items 18 Reducer removal socket tools (K7M) Special Tools $ 457.71
Other Items 19 Reducer removal socket tools (All Models except K7M) Special Tools $ 351.90
Other Items 20 Can Box Special Tools $ 971.45
Other Items 21 Bosh Vds Device Special Tools $ 6,000.00
Other Items 22
Special Tool For Battery Pack
(For Modularization Battery Pack)Special Tools $ 2,433.48
Other Items 23 Plug Special Tools $ 1.20
Other Items 24 Rubber Protector Special Tools $ 0.66
Other Items 25 Plier Special Tools $ 33.69
Page 318 of 733
Item 3- (AC) Creative Bus Sales, Inc.
Spirit of Freedom (SOF)
Page 319 of 733
Production Location Middlebury IN
Warehouse and Service Locations
Overall Length (including bumpers)23'-29'
Overall Width (excluding mirrors)96"
Overall Exterior Height under 120"
PTI-BT-R0812 (Letter from FTA)
Test Report Date Jan-09
B. One-way delivery cost, per mile, from Vendor
to Recipient's destination (price should
include cost for one hour of recipient
ADD See our attached list by county
C. Delivery Time Frame after receipt of Purchase
Order (days)
ADD 180 Days
*Floorplans must be submitted for each category bid.
*Certified pre-build weight certificates must be submitted for each category bid.
*Tech Info Card & Standard Warranty Card are Required per Category Bid
TECHNICAL INFORMATION – VEHICLE #3
CURRENT MODEL YEAR – CUTAWAY & LOW FLOOR STYLE TRANSIT VEHICLE
Bus Vendor Creative Bus Sa1es, Inc.
Bus Manufacturer Arboc
Bus Model Number SOF
Altoona Test Life (years/miles)5 years /150,000 miles
Test Report Model SOM23G
Test Report Number
(4)Hybrid Propulsion System
Hybrid Propulsion System ADD $32,500
A. Delivery/freight charge from Bus
Manufacturer to Santa Fe, NM.
ADD $2,000.00
Adds & Deletes Optional Pricing – Transit Vehicle #3
CHASSIS OPTIONS:
(1a)Chassis Options - Diesel - Manufacturer 1 ADD N/A
(2)Chassis Options - Gas ADD INC
(3)Chassis Options - CNG ADD SEE Options
SOF -GM 20-2 BASE $105,044.00
SOF-GM 12-2 BASE $99,834.00
SOF-Ford 12-2 BASE $103,028.00
SOF -GM 16-2 BASE $102,004.00
PRICING FOR VEHICLE INCLUDING OPTIONS – VEHICLE #3
CURRENT MODEL YEAR – CUTAWAY & LOW FLOOR STYLE TRANSIT
Base price will include all rebates and concessions and include price for ADA compliant
Vendor:Creative Bus Sa1es, Inc.
DESCRIPTION OF OPTIONS – VEHICLE #3
CURRENT MODEL YEAR – CUTAWAY & LOW FLOOR STYLE TRANSIT
VEHICLE
SOF -Ford 16-2 BASE $103,628.00
Bus Arboc
Bus Model:
SOF
Base Model Floorplans – Transit Vehicle #3
Page 320 of 733
Rear - Type Disc
Diameter
Radiator Manufacturer GM & Ford
Type
Type
Model
Gross Axle Weight Rating (lbs.)
Differential Ratio 3.73 & 4.10
Power Steering Pump Manufacturer GM & Ford
Model
Brakes - Manufacturer GM & Ford
Front - Type Disc
Diameter
Air Compressor (if equipped) Manufacturer
Model
TECHNICAL INFORMATION – VEHICLE #3 CONTINUED
GVWR
Axle, Front Manufacturer GM & Ford
Type
Model
Gross Axle Weight Rating (lbs.)
Axle, Rear Manufacturer GM & Ford
Type Automatic
Model
Speeds
Cooler
Alternator Manufacturer Delco & Motorcraft
Model
Output (amps)min 220
Starter Motor Manufacturer Delco & Motorcraft
Model
Certified Weight of Bus - Total 14,200
On Front Axle
On Rear Axle
Engine Manufacturer GM & Ford
Type Gasoline
Model 6.4L/7.3L
Net SAE Horsepower
Net SAE Torque
Transmission Manufacturer GM & Ford
Chassis Manufacturer
Interior Height (center of aisle)84"
Doorway Opening
Ambulatory Width 36" inches / Height 78"
Wheel base 159'=245"
Floor thickness 5/8"
Construction Type/Materials Bond & Bond Steel Cage
Exterior panels FRP
Interior panels FRP
Insulation 1.5"
Subframe
Body frame
Wheelchair Width inches / Height
Page 321 of 733
Number of Fixtures 6
Identification Lights - Manufacturer TecNiq
STANDARD WARRANTIES – VEHICLE #3
CURRENT MODEL YEAR – CUTAWAY & LOW FLOOR STYLE TRANSIT VEHICLE
Warranty Miles Years
Body Structure 100,000 5
Chassis 36,000 3
Type Mid High
Minimum knee-to-hip space 27
Driver's Seat - Manufacturer OEM
Model
Interlock - Manufacturer I/O Controls
Model
Backup Alarm (db)97
Roof Marker Lights - Manufacturer TecNiq
Interior Lighting - Type LED
Capacity (CCA at 0 degrees F)
Wheelchair Lift - Manufacturer Braun
Model/Capacity RA-300
TECHNICAL INFORMATION – VEHICLE #3 CONTINUED
Wheelchair Securement - Manufacturer Q'Straint
Model Slide N Click
Seat Belts - Manufacturer Freedman
Type USR
Passenger Seats - Manufacturer Freedman
Size 245/75R16
Type Radial
Load Range E
Batteries
Main - Manufacturer Delco & Motorcrat
Type, Size Group 34
Capacity (CCA at 0 degrees F)
Accessory - Manufacturer
Type, Size
Overheat Alarm Temperature Setting Degrees
Heating System Capacity Front 15k BTUs / Rear 35k
Heating Cores - Manufacturer
Number of cores 2
Air Conditioning - Manufacturer ACC Valeo
Model Tropicool
Capacity (BTUs)80k
Fuel Tank Capacity (gallons)54
Tires - Manufacturer
Model
Total System Capacity (Excluding auxiliary heating
system)
Radiator Fan Speed Control Type
Surge Tank Capacity
Engine Thermostat Temperature Setting Degrees
Page 322 of 733
Transmission 60,000 5
Air Conditioner Unlimited 3
Lift 15,000 cycles 2
Other Options 50,00- 5
VEHICLE #3 - LIST ALL AUTHORIZED SERVICE DEALERS BELOW:
Name Address/Phone City/County/State
Creative Bus Sa1es, Inc. 5760 Pino Ave NE I 866-973-8369 A1buquerque, NM
Engine 60,000 5
Page 323 of 733
Description:Price:
Options
Chassis - 02
Spirit of Mobility Suspension Upgrade $15,000.00
Transpec Energy Absorbing Rear Bumper $750.00
Romeo Rim Bumper $861.00
Energy Absorbing Rear Bumper w/Hawkeye Back Up system w/anti ride plate $1,455.00
Stainless Steel Bumper $361.00
Anti Ride Bumper $150.00
Spare Tire & wheel (shipped loose) FORD $916.00
Spare Tire & wheel (shipped loose) GM $405.00
Stainless Steel Wheel Inserts (4/set) includes valve stem extenders $305.00
Liquid Spring Suspension FORD $10,772.00
Liquid Spring Suspension GM $10,216.00
MOR-RYDE Suspension GM (only)$833.00
T-Bar Anti Sail (mud flap)$16.00
Hood Scoops Perko $138.00
Altro Flooring - Storm Grey (no coving on sides)$0.00
GerFlor Flooring Sirius Anthracite Gray (no coving on sides)$0.00
6" Coving on sides Storm Grey Altro $222.00
6" Coving on sides Sirius Anthracite Gray GerFlor $222.00
Steel Underbelly $1,111.00
Locking Fuel Door $111.00
Extra Ignition Key $194.00
Extra Interior/Exterior Compartment Door Keys (qty based on EACH location)$5.00
Telma Retarder $9,194.00
CSA UPFIT (Required for all Canadian Units) ENGLISH ONLY SWITCHES $277.00
CSA UPFIT (Required for all Canadian Units)$277.00
Dealer Transfer Chassis (includes Chassis PDI) NEED DEALERSHIP RELEASE CODE $388.00
Dealer Drop Chassis (includes Chassis PDI) NEED TPW /Estimated Delivery Date or
Chassis on ground $388.00
Undercoating In house (165/191)$305.00
Undercoating In house (208/210)$416.00
Undercoating Ziebart (165/191)$1,111.00
Undercoating Ziebart (208/210)$1,666.00
Rub Rail $361.00
Sumo Spring Suspension Kit - Ford $444.00
Engine Block Heater - Chevy Only/Std on Ford $438.00
Mirrors - 03
Interior Convex Mirror $38.00
Remote/Htd Velvac w/Rear View camera system $1,694.00
Remote/Htd Velvac W/LED Turn door mounted $361.00
Rear Window Fresnel Lens $38.00
Windows - 04
Extra Curb Egress Window w/light (36 x 36)$66.00
Options Vehicle #3 Arboc Spirit of Freedom
Page 324 of 733
Description:Price:
Windows - 04
Extra Curb Egress Window w/light (45 x 36)$66.00
Extra Driver Egress Window w/light (36 x 36)$66.00
Extra Driver Egress Window w/light (45 x 36)$66.00
T Slider Windows $222.00
Solid Frameless Windows (with Black out mullions)$1,644.00
Exterior - 05
Side Turn Marker Lights (includes Chrome Trim Rings) $138.00
Chrome Trim Rings for Front & Rear Marker Lights (10)$27.00
Additional Reflectors - Amber (Each) shipped loose unless location is noted $5.00
Additional Reflectors - Red (Each) shipped loose unless location is noted $5.00
Turnsignals in Upper Rear Cap (Amber)$166.00
Turnsignals in Upper Rear Cap (Red)$166.00
Rear 4" LED Lights Flashing (Red) on with door open plus manual switch (upper rear cap)$194.00
Rear 4" LED Lights Flashing (Amber) on with door open plus manual switch (upper rear
cap)$194.00
White TPO Fenderskirt Flare $166.00
Door/Hatch/Luggage - 06
Rear door (Outside Key Lock, Inside Manual Locking Lever) w/2 windows & 2 side
windows,and door alarm, exit led light $916.00
Rear door (Outside Key Lock, Inside Manual Locking Lever) w/2 windows & NO side
windows,and door alarm, exit led light $805.00
REAR DOOR ALARM PACKAGE (Audible & flashing switch on console if door is unlatched
or open, will only go out of Park if the door is shut and unlocked) $122.00
Roof Hatch - Transpec Prolo $355.00
Roof Hatch - Transpec Econo #1976 $227.00
Deluxe Overhead Parcel Racks -PRICED PER FOOT each side without reading lights (not
over wheelchair positions) order in 2' sections $72.00
Double Reading Lites (for OH Parcel) $55.00
Rear Luggage incl Rear Door (Outside Key Lock, Inside Manual Locking Lever) Alarm &
Felt Lined Interior Wall, Step & 2 End Shelves $1,361.00
Luggage Rack-26" $750.00
Luggage Rack-72" w/shelves $1,083.00
Advertising Racks - Exterior $555.00
Advertising Racks - Interior $827.00
Sportworks 2 Bike Rack $2,327.00
Sportworks 2 Bike Rack Stainless Steel $2,500.00
Sportworks Bike Rack Deployment kit $166.00
Curbside OH Driver Storage Box w/Door & Thumb latch (FORD ONLY)$216.00
Roadside OH Driver Storage Box w/Door & Thumb latch $216.00
Upper Overhead Access Door Only w/thumb latch $111.00
Upper OH Driver Storage Compartment Box w/key lock door $327.00
Upper OH Driver Equipment platform w/key lock door (GM Only)$222.00
CNG Rear Storage Compartment- Non Locking Doors (No Fuel Fill in sidewalls or access
port in floor)$2,333.00
Page 325 of 733
Description:Price:
Door/Hatch/Luggage - 06
CNG Rear Storage Compartment- Non Locking Doors, w/Fuel Fill Access Door Curb Side
(No Fuel Fill in sidewalls or access port in floor)$2,472.00
CNG Rear Door & Compartments for Vertical Tanks (FORD ONLY)$2,472.00
Lockable CNG Storage Doors (Roadside & Rear Only)$111.00
Lockable CNG Storage Doors (ALL DOORS)$166.00
10 Gallons of Gas for CNG option $66.00
Interior Door Strut/Prop $50.00
Electrical - 07
Front Illuminated ID Sign- No lettering $327.00
Destination Sign Hanover Front & Side Amber $5,105.00
Destination Sign Twin Vision Mobilite Front & Side Amber $3,994.00
Destination Sign Twin Vision Mobilite Front Only $2,361.00
Destination Sign Luminator Digital Front & Side Horizon Amber $6,650.00
Destination Sign, Transign Destinator Front & Side $4,438.00
Destination Sign, Twin Vision Smart Series 3 Front & Side Amber $7,750.00
Additional Interior LED Light (specify location)$83.00
Front Light for Fare Box w/switch $83.00
USB Ports (specify each location)$161.00
Driver Panic Button (tied to Front Sign)$55.00
Under Hood Lite (Each)$72.00
Echo Back Up Alarm $605.00
Rearview Surface mounted 3rd Brake light Back Up Camera w/windshield bracket mount $388.00
Ext Entrance Door Key (replaces door toggle)$83.00
Ramp Activation Warning light, buzzer & chrome trim ring $166.00
Engine Hourmeter $222.00
Audio - 08
Pull Wire for 2 way radio - (specify location)$83.00
Prewire 2 way Radio (with hot & ground 30 amp fuse) SPECIFY LOCATION $138.00
Ground Screen in Front Cap $83.00
Passenger Stop Request Easy STOP Wired Buttons w/Chime $1,094.00
Passenger Stop Request - Yellow Pull Cord w/chimes w/Surface Mount Wired Push
Buttons at Wheelchair Positions $772.00
PA-System w/hand held microphone w/4 speakers (no radio required-din mount)$333.00
AM/FM/CD w/4 Speakers Jensen-PA ready $333.00
AM/FM/CD w/4 Speakers & Jensen PA w/handheld mic $383.00
AM/FM/CD/USB SD w/4 Speakers w/ PA System - REI $411.00
AM/FM/WB/USB AUX BLUETOOTH w/PA System - 4 Speakers - REI $572.00
Additional Speakers (each)$27.00
Outside Speaker w/switch (separate interior/exterior) gray or white $150.00
Tour Bus Audio Visual Package includes AM/FM/DVD w/PA system & hand held mic w/4
speakers; 19" LCD TV mounted on included Stainless Steel Drivers Stanchion $1,166.00
Tour Bus Audio Visual Package includes AM/FM/DVD w/PA system & hand held mic w/4
speakers; 19" LCD TV mounted on included Yellow P/C Drivers Stanchion $1,200.00
Digital Clock in Driver's Area $105.00
Page 326 of 733
Description:Price:
Interior Environment - 09
Air Conditioning - Rooftop Systems
Specify Evaporator location
PRO AIR ACT- A/C 97,000 BTU RTS775/21 Cool Only Rooftop Combo Unit TM21
compressor $6,883.00
PRO AIR ACT - A/C 97,000 BTU RTS775/21 HEAT/COOL COMBO Rooftop Combo Unit
TM21 compressor (with in line pump)$7,661.00
ACC - A/C 80,000 BTU TropiCool TC6021 Cool Only 100K Roof Mount Evaporator /135K
Condenser Combo Unit TM21 compressor $6,438.00
ACC - A/C 80,000 BTU TropiCool TC60H21 HEAT/COOL COMBO 100K Roof Mount
Evaporator /135K Condenser Combo Unit TM21 compressor (w/in line pump)$6,655.00
ACC- A/C 70K BTU Split System Skirt Cool Only Rear Mount Evaporator, Skirt Condenser,
TM16 Compressor $4,916.00
ACC - A/C 95,000 BTU TropiCool TC8021 Cool Only 100K Roof Mount Evaporator
/135K Condenser Combo Unit TM21 compressor $7,822.00
ACC - A/C 80,000 BTU MINISPHERES 130 HEAT/COOL COMBO TM21 Compressor (w/in
line pump)$6,655.00
Thermo King- A/C Roof Top SLR65-1000 Cool Only TM21 compressor $9,000.00
Thermo King - A/C Roof Top SLR65-1004 HEAT/COOL COMBO w/in line pump TM21
compressor $9,722.00
Thermo King - A/C Roof Top SLR75-1000 Cool Only w/TM21 Compressor $9,255.00
Trans Air - A/C 70K + 60K HEAT Split System Roof Mounted (TA733 Rear Evaporator,
Rear R60 Roof Mounted Condenser, TM 16 Compressor w/in line pump $6,438.00
Trans Air - A/C 70K Split System Skirt (TA733 Rear Evaporator, CMS Skirt Condenser, TM
16 Compressor $4,883.00
Heaters
60K BTU Heater Slim Line $438.00
35K BTU Heater Low Profile $372.00
65K BTU Heater Low Profile $500.00
In-Line circulating pump $216.00
Engine Block Heater $500.00
Dash Mounted Defroster Fan $105.00
Insulate Heater lines $305.00
Heater Shut Off Valve-Brass w/label $72.00
Silicone Heater Hose $444.00
Constant Torque Clamps $250.00
Interior - 10
Installation of Customer Supplied Fare Box (specify type of fare box)$166.00
Diamond XV Fare box w/2 Vaults $1,638.00
Diamond NV Fare box w/1 Vault $1,138.00
Driver's Coat Hook $22.00
LH Entry Stanchion w/Grab Handle Yellow Powdercoat $55.00
Vertical Stanchion $94.00
Vertical Stanchion Yellow Powdercoat $116.00
RH Entry Stanchion w/Grab Handle Yellow Powdercoat $50.00
Walker Rack Co Pilot (replaces RH Stanchion)$361.00
Page 327 of 733
Description:Price:
Interior - 10
Walker Rack Co Pilot Yellow Powdercoat (replaces RH Stanchion)$416.00
Ceiling Grab Rail (2) $400.00
Ceiling Grab Rail (2) Yellow Powdercoat $494.00
Hand Straps for OH Ceiling Grabs $22.00
Wheelchair Grab Rail - 10"$38.00
Wheelchair Grab Rail - 10"Yellow Powdercoat $50.00
Assist Handles on Entry Doors Yellow Powdercoat $61.00
Driver Stanchion W/Modesty Panel & Plexiglass $233.00
Driver Stanchion W/Modesty Panel & Plexiglass - Yellow Powdercoat $266.00
GFI Fare Box Mounting Plate at RH Stanchion $83.00
Pre Wire for Fare Box at RH Stanchion $66.00
Padded Modesty Panel (Driver Stanchion)$94.00
Padded Modesty Panel (Left Hand Stanchion)$83.00
Padding on Stanchion (each) Black, Grey or Yellow $61.00
Nanocide Ceiling ( Charcoal Grey )$250.00
Auto Cloth Ceiling (Grey)$111.00
Vinyl Soft Touch Ceiling(Grey)$111.00
Auto Cloth Side Walls (Grey)$166.00
Vinyl Soft Touch Side Walls (Grey)$166.00
Nanocide Side Walls ( Charcoal Grey )$305.00
Seating - Driver - 11
High Back Shield Sport Seat w/6 way power seat base (FORD only with OEM Seat Delete)$466.00
USSC G2E Evolution Driver Seat w/upgrade skirt (FORD only with OEM Seat Delete)$805.00
High Back Shield Sport Seat w/Recliner/Armrest/Lumbar (GM only)$694.00
High Back Shield Sport Seat w/6 way power seat base (GM only)$1,161.00
USSC G2E Evolution Driver Seat w/upgrade skirt (GM Only)$1,494.00
Power Seat Base (N/A on OEM DRVR SEAT) $466.00
Recover Prices for OEM/G2E Evolution Driver's Seat $0.00
OEM Driver Seat Recover-Level 1 $155.00
OEM Driver Seat Recover-Level 2 $183.00
OEM Driver Seat Recover-Level 3 $205.00
OEM Driver Seat Recover-Level 3.5 $216.00
OEM Driver Seat Recover- Level 4 $227.00
OEM Driver Seat Recover - Level 5 $255.00
OEM Driver Seat Recover - Level 6 $261.00
Recover prices for Shield Sport Driver's seats $0.00
Driver Seat Recover-Level 1 $0.00
Driver Seat Recover-Level 2 $33.00
Driver Seat Recover-Level 3 $55.00
Driver Seat Recover-Level 3.5 $66.00
Driver Seat Recover-Level 4 $72.00
Driver Seat Recover-Level 5 $100.00
Driver Seat Recover-Level 6 $111.00
Page 328 of 733
Description:Price:
Seating - Passenger -12
Freedman Seats - Featherweight $0.00
High Back Double Seat $350.00
High Back Single Seat $216.00
Mid High Triple Seat $538.00
Mid High Double Seat $333.00
Mid High Single Seat $205.00
Low Back Triple Seat $505.00
Low Back Double Seat $316.00
Low Back Single Seat $194.00
Flip Seat Single $394.00
Flip Seat Double $550.00
Flip Seat Split Double $788.00
Flip Seat Triple $877.00
Single BV Foldaway Seat $472.00
Double BV Foldaway Seat with notch $783.00
Double BV Foldaway Seat NO notch $644.00
Double Seat w/(1) ICS-10 Toddler Seat $894.00
Double Seat w/(2) ICS-10 Toddler Seats $1,450.00
Citi Seats
Citi Seat Single (w/insert)$361.00
Citi Seat Double (w/insert)$672.00
Citi Seat Triple (w/insert)$1,016.00
Citi Seat Flip Seat Single (w/insert)$527.00
Citi Seat Flip Seat Double (w/insert)$1,000.00
Citi Seat Flip Seat Triple (w/insert)$1,483.00
Citi Seat Double Foldaway (w/insert) **requires special USR seatbelt $1,583.00
Citi Seat Grab Handle $50.00
Doheny Armrest $55.00
GO ES Seats $0.00
GO ES Double Seat (with 3pt Seat Belts)$633.00
GO ES Single Seat (with 3pt Seat Belt)$427.00
GO ES Double Flip Seat (with 3pt Seat Belts)$916.00
GO ES Single Flip Seat (with 3pt Seat Belt)$544.00
GO ES Double Foldaway (with 3pt Seat Belts)$1,000.00
GO ES Single Foldaway (with 3pt Seat Belt)$850.00
GO ES FTA Foam $100.00
Seating - Accessories - 13
Grab Handle at top of seat back-black padded Mid/Low Back Seats $27.00
Grab Handle at top of seat back-Yellow Mid/Low Back Seats $38.00
GO ES 3pt Grab Handle Black $27.00
Grab Handle at top of seat back High Back Seats $72.00
3PT Seat Grab Handle Yellow $55.00
US Armrest $27.00
Pillow Top (each)$50.00
ABS Seat Backs (each)$66.00
Page 329 of 733
Description:Price:
Seating - Accessories - 13
ABS Seat Backs NOTCH BACK FOLDAWAY (each)$66.00
Non-Retractable Seat Belt (each)$27.00
Retractable Seat Belt (each)$55.00
USR Single Under Seat Belt $77.00
USR Double Under Seat Belt $138.00
Seat Belt Extenders - 12" (USR Seats Only)$27.00
USR Seatbelt for Citi Seat Foldaway (requires special base)$488.00
Seating Trim Levels - 14
Click here to view fabric availability - Color Code Required
Stitching for vinyl seats - vertical (each)$22.00
Seat Cover - Level 2 per seat $16.00
Seat Cover - Level 3 per seat $22.00
Seat Cover - Level 3.5 per seat $50.00
Seat Cover - Level 4 per seat $55.00
Seat Cover - Level 5 per seat $66.00
Seat Cover - Level 6 per seat $77.00
LaFrance Wool Seat Cover per seat $127.00
Citi Seat Cover - Level 1 $0.00
Citi Seat Cover - Level 3 $22.00
Citi Seat Cover - Level 3.5 $33.00
Citi Seat Cover - Level 4 $33.00
Citi Seat Cover - Level 5 $38.00
Citi Seat Cover - Level 6 $44.00
Safety - 15
Safety Kit, includes #10 fire extinguisher (3.5lb), 16 Unit First Aid Kit & triangle kit
shipped loose $94.00
Safety Kit, includes 5lb fire extinguisher, 16 Unit First Aid Kit & triangle kit shipped loose $166.00
Body Fluid Clean Up Kit $55.00
Standee Line W/ Sign Yellow $16.00
Fire Blanket $55.00
Decal - No Smoking (shipped loose unless noted on order specific location $16.00
Page 330 of 733
ADA - 16
Description:Price:
Q'Straint Q8100-A-L3 4 Deluxe Retractors mounted on L-Track (Q8-6200-L) 1-
Retractable Shoulder Belt Reel (Q5-6415-RET-ASL) Regular lap belt w/ pin connector (Q8-
6325) W/48" L-Track $722.00
Q'Straint Q8300-A-L3 4 Max Retractors mounted on L-Track (Q8-6209-L) 1 -
Retractable Shoulder Belt Reel (Q5-6415-RET-ASL) Regular lap belt w/ pin connector (Q8-
6325) W/48" L-Track $722.00
Q'Straint Q-10007 W/4 QRT 360 Retractors w/L-track ftgs Lap & Shoulder Belts
W/48" L-Track $972.00
Q'Straint Floor L-Track ( number of pieces required - 100" ) Add'l needed for extending
track longer than 48"$83.00
Q'Straint Wall L-Track Full Length (100" pc) above window $83.00
Q'Straint Q8100-A-SC3 (Slide & Click) 4 Deluxe Retractors (Q8-6200-SC) 1 - Retractable
Shoulder Belt Reel (Q5-6415-RET-ASL) Regular lap belt w/ pin connector (Q8-6325)$666.00
Q'Straint Q8300-A-SC3 (Slide & Click) 4 Max Retractors (Q8-6209-SC) 1 - Retractable
Shoulder Belt Reel (Q5-6415-RET-ASL) Regular lap belt w/ pin connector (Q8-6325)$666.00
Q'Straint Q-10008 W/4 QRT 360 Retractors w/Slide & Click ftgs Lap & Shoulder Belts $972.00
Q'Straint Scooter Tiedown Kit $222.00
Q'Straint Qube System (specify L-Track or Slide & Click and location) $1,972.00
Q Straint Slide & Click Tie Downs Slide'n Click bottom assembly(Q8-7580A) No belts
included (set of 2 floor anchors) $55.00
Q Straint Slide & Click Tie Downs Slide'n Click bottom assembly(Q8-7580A) No belts
included (set of 4 floor anchors) $105.00
Wheel chair belt storage under seat for Q'Straint L Track $83.00
Wheel chair belt storage under seat for Q'Straint Slide & Click (not available on single
foldaway)$83.00
Wheel chair belt storage under seat for Q'Straint Slide & Click -GOES Seating $83.00
L Track Wheel Chair restraint - Wall storage $38.00
Slide & Click Wheel Chair restraint - Wall storage $33.00
Q Straint Storage Pouch (each) shipped loose $38.00
Q Straint InQline Integrated Winch & Retractor System $2,944.00
Entry Ramp w/IO Controls - Braun 34" x 62 (GM Only)$5,627.00
Entry Ramp w/IO Controls - Braun 34" x 68 (FORD Only)$6,322.00
Ramp Heater Electric Pad -BRAUN RAMP $500.00
Q Straint Postural Belt-Black $50.00
Webbing Loops-20"$5.00
Q Straint Lap Belt Extension 12"$22.00
Q Straint Lap Belt Extension 20"$27.00
Page 331 of 733
Custom Paint/Graphics - 17
Paint Scheme & Paint Codes Required
Description:Price:
Full Body Paint (single color) not including roof $0.00
Full Body Paint ROOF ONLY (single color) $0.00
Black Out Windows $861.00
Paint Skirt $0.00
Custom Paint $0.00
Custom Graphics $0.00
Paintable Aluminum Roof Radius Metal (used with darker colors of full body paint)$216.00
Special Options - 18
Security Camera Prewire per specified location $83.00
Camera/GPS System Pull Wire (per specified location)$83.00
Install Customer Supplied Cable per specified location $83.00
As Built Wiring Diagram $111.00
Extra Set of Fuses - Ship Loose in bus $27.00
Description Sale Price
CNG CONVERSION - 30 GGE SYSTEM (E-
350/450)$28,561.00
CNG CONVERSION - 40 GGE SYSTEM (E-
350/450)$32,045.00
CNG CONVERSION - 50 GGE SYSTEM (E-
350/450)$36,086.00
CNG CONVERSION - 52 GGE SYSTEM (F-550)$34,692.00
CNG CONVERSION - 64 GGE SYSTEM (F-550)$39,151.00
PROPANE ENGINE: ROUSH CLEAN
TECH/CLEAN FUEL USA-41 USABLE GALLONS (E-350/E-450)$20,758.00
PROPANE ENGINE: ROUSH CLEAN
TECH/CLEAN FUEL USA-45 USABLE GALLONS (F-550)$27,168.00
PROPANE ENGINE: ROUSH CLEAN
TECH/CLEAN FUEL USA-67 USABLE GALLONS (F-550)$31,905.00
Relocate Driver Side Condenser (E-450)$695.00
Relocate Driver Side Condenser (F-550)$696.00
Relocate/Modify Battery Box (E-450)$1,043.00
Relocate/Modify Battery Box (F-550)$1,044.00
Skirt Modification on Aerotech Body $486.00
158" Wheelbase Skirt Modification $486.00
Fuel- Half Tanks (Per Gallon)$3.00
Fuel- Full Tanks (Per Gallon)$3.00
Bobtail Vehicle Surcharge $556.00
CNG Delivery Fee- Truck Only (Per Mile)$2.00
Graphics Package A - Level 1 Minivan/MV-1 $695.00
Graphics Package A - Level 2 Transit $695.00
Graphics Package A - Level 3 Narrow Body $1,113.00
Graphics Package A - Level 4 20-23 Std Body $1,323.00
CBS Specialty Options
Page 332 of 733
Description Sale Price
Graphics Package A - Level 5 24-27 Std Body $1,531.00
Graphics Package A - Level 6 29-32 Std Body $1,671.00
Graphics Package A - Level 7 35-40 Std Body $2,088.00
Graphics Package A - Level 8 35-40 Wide Body $2,088.00
Graphics Package B - Level 1 Minivan/MV-1 $1,148.00
Graphics Package B - Level 2 Transit $1,148.00
Graphics Package B - Level 3 Narrow Body $1,566.00
Graphics Package B - Level 4 20-23 Std Body $1,774.00
Graphics Package B - Level 5 24-27 Std Body $1,984.00
Graphics Package B - Level 6 29-32 Std Body $2,193.00
Graphics Package B - Level 7 35-40 Std Body $2,611.00
Graphics Package B - Level 8 35-40 Wide Body $2,507.00
Graphics Package C - Level 1 Minivan/MV-1 $1,715.00
Graphics Package C - Level 2 Transit $1,715.00
Graphics Package C - Level 3 Narrow Body $2,141.00
Graphics Package C - Level 4 20-23 Std Body $3,028.00
Graphics Package C - Level 5 24-27 Std Body $2,423.00
Graphics Package C - Level 6 29-32 Std Body $2,725.00
Graphics Package C - Level 7 35-40 Std Body $3,534.00
Graphics Package C - Level 8 35-40 Wide Body $3,332.00
Graphics Package D - Level 1 Minivan/MV-1 $2,652.00
Graphics Package D - Level 2 Transit $2,652.00
Graphics Package D - Level 3 Narrow Body $4,582.00
Graphics Package D - Level 4 20-23 Std Body $4,836.00
Graphics Package D - Level 5 24-27 Std Body $5,071.00
Graphics Package D - Level 6 29-32 Std Body $5,656.00
Graphics Package D - Level 7 35-40 Std Body $6,338.00
Graphics Package D - Level 8 35-40 Wide Body $6,241.00
Graphics Package E- Levels 1-8 Custom Quote
Clever Device Complete System $28,000.00
Clever Device Wiring only $12,000.00
APC Add On $6,397.00
Trapeze Complete $18,418.00
Trapeze Cabling only $5,372.00
Seon TL4 $4,500.00
Hanover Displays Frt $2,316.00
Hanover Displays Side $2,410.00
Hanover Displays Side $2,360.00
Apollo Video Technology $8,500.00
TSO Mobile Base System w/ MDT $4,291.00
TSO Mobile APC System (Per Door)$5,892.00
TSO Mobile DVR 4 Channel 4 Cameras $6,500.00
TSO Mobile DVR 4 Channel 2 Cameras $3,500.00
TSO Mobile AVAS System (Stand Alone)$4,800.00
CBS Specialty Options
Page 333 of 733
Description Sale Price
TSO Mobile AVAS System (Using DVR)$3,500.00
Additonal Route Set Up over 5 (Per Route)$207.00
TSO In Vehicle Electronic Ad Display + GPS +Wi-Fi $3,746.00
TSO Anti-Bunchin Monitor $744.00
TSO APP Public Mobile Tracker Set-UP $486.00
TSO AVIS Set UP $1,043.00
TSO ATIS Set UP $625.00
TSI Camera System- 4 Camera System $6,500.00
TSI Camera System- 6 Camera System $8,000.00
Ford Powertrain Extended Warranty 5yr/100K $4,500.00
Ford Premium Care Extended Warranty 5yr/100K $6,500.00
Kidde Fire Suppression System $7,000.00
Amerex Fire Suppression System $7,000.00
Fogmaker Fire Suppression System $5,000.00
DIAMOND MANUFACTURING NV $893.00
DIAMOND MANUFACTURING RV $1,383.00
DIAMOND MANUFACTURING SV $1,280.00
DIAMOND MANUFACTURING H $1,988.00
DIAMOND MANUFACTURING E-5 $1,937.00
DIAMOND MANUFACTURING D $1,151.00
DIAMOND MANUFACTURING XV $1,182.00
GFI GENFARE Odyssey $16,666.00
OBDII Scanner with Laptop $7,000.00
Noregon JPRO Heavy Duty w/Laptop (Cummins & Allison)$7,000.00
CBS Specialty Options
Page 334 of 733
Item 3- (AC) Creative Bus Sales, Inc.
StarLite, AllStar, AllStar XL
Page 335 of 733
Electric Propulsion 12 pass 2 ADD
*Floorplans must be submitted for each category bid.
*Certified pre-build weight certificates must be submitted for each category bid.
*Tech Info Card & Standard Warranty Card are Required per Category Bid
TECHNICAL INFORMATION – VEHICLE #3
CURRENT MODEL YEAR – CUTAWAY & LOW FLOOR STYLE TRANSIT VEHICLE
Bus Vendor Creative Bus Sa1es, Inc.
A. Delivery/freight charge from Bus Manufacturer
to Santa Fe, NM.
ADD $2,138
B. One-way delivery cost, per mile, from Vendor
to Recipient's destination (price should include
cost for one hour of recipient orientation.)
ADD 2
C. Delivery Time Frame after receipt of Purchase
Order (days)
ADD
180 Days
(3)Chassis Options - CNG ADD $See Options Page
(4) Electric Propulsion System
Eletric Propulsion System 16 pass 2 W/C ADD $150,000
Glaval ADD $1,000
Adds & Deletes Optional Pricing – Transit Vehicle #3
CHASSIS OPTIONS:
(1a)Chassis Options - Diesel - Manufacturer 1 ADD $
(2)Chassis Options - Gas ADD $
AllStar XL 24-2 BASE $98,941
StarTrans ADD $500
AllStar 16-2 BASE $71,724
AllStar 20-2 BASE $74,279
AllStar XL 16-2 BASE $93,333
Base Model Floorplans – Transit Vehicle #3
Starlite 7-2 BASE $64,341
AllStar XL 20-2 BASE $95,244
PRICING FOR VEHICLE INCLUDING OPTIONS – VEHICLE #3
CURRENT MODEL YEAR – CUTAWAY & LOW FLOOR STYLE TRANSIT
VEHCILE
Base price will include all rebates and concessions and include price for ADA compliant
Vendor:Creative Bus Sa1es, Inc.
DESCRIPTION OF OPTIONS – VEHICLE #3
CURRENT MODEL YEAR – CUTAWAY & LOW FLOOR STYLE TRANSIT
VEHICLE
#######
Chassis Options - LPG ADD $See Options Page
Starlite 8-2 BASE $64,697
AllStar 10-2 BASE $66,841
AllStar 12-2 BASE $67,400
Bus Manufacturer:
Forest River, StarCraft
Bus Model:
StarLite, AllStar, AllStar XL
Page 336 of 733
Type
Model
Air Compressor (if equipped) Manufacturer
Model
TECHNICAL INFORMATION – VEHICLE #3 CONTINUED
GVWR 14500
Axle, Front Manufacturer
Type
Model
Gross Axle Weight Rating (lbs.)
Axle, Rear Manufacturer
Type Aluminum Automatic
Model
Speeds 6
Cooler Auxilery STD
Alternator Manufacturer
Model
Output (amps)
Starter Motor Manufacturer
Model
Certified Weight of Bus - Total 14500
On Front Axle
On Rear Axle
Engine Manufacturer Ford
Type V-8
Model 7.3L
Net SAE Horsepower 430
Net SAE Torque 475
Transmission Manufacturer
Wheel base 158"
Floor thickness
Construction Type/Materials
Subframe High Strength C-Section Steel Frame
Body frame
Exterior panels
Interior panels
Insulation
Chassis Manufacturer Ford
Production Location Elkhart, IN
Warehouse and Service Locations
Overall Length (including bumpers)23'
Overall Width (excluding mirrors)96"
Overall Exterior Height
Interior Height (center of aisle)
Doorway Opening
Ambulatory Width 36" inches / Height
Wheelchair Width inches / Height
Bus Manufacturer
Bus Model Number
Altoona Test Life (years/miles)7-200,000
Test Report Model StarCraft AllStar
Test Report Number
Test Report Date
Page 337 of 733
Type Featherlite
Minimum knee-to-hip space
Driver's Seat - Manufacturer OEM
Model OEM
Interlock - Manufacturer
Model
Backup Alarm (db)107
Roof Marker Lights - Manufacturer
Interior Lighting - Type
Capacity (CCA at 0 degrees F)
Wheelchair Lift - Manufacturer Braun
Model/Capacity 1000 Pounds
TECHNICAL INFORMATION – VEHICLE #3 CONTINUED
Wheelchair Securement - Manufacturer Q-Straint
Model QRT Max
Seat Belts - Manufacturer Freedman
Type Under seat Retractible
Passenger Seats - Manufacturer Freedman
Size
Type
Load Range
Batteries
Main - Manufacturer
Type, Size
Capacity (CCA at 0 degrees F)
Accessory - Manufacturer
Type, Size
Overheat Alarm Temperature Setting Degrees
Heating System Capacity Front BTUs / Rear 65,000
Heating Cores - Manufacturer Pro Air
Number of cores
Air Conditioning - Manufacturer Valeo
Model Tropicool
Capacity (BTUs)70,000
Fuel Tank Capacity (gallons)40
Tires - Manufacturer
Rear - Type Power Vented Disc
Diameter 13.58
Radiator Manufacturer
Type
Model
Total System Capacity (Excluding auxiliary heating
system)
Gallons
Radiator Fan Speed Control Type
Surge Tank Capacity
Engine Thermostat Temperature Setting Degrees
Gross Axle Weight Rating (lbs.)
Differential Ratio
Power Steering Pump Manufacturer Ford
Model
Brakes - Manufacturer Ford
Front - Type Power Vented Disc
Diameter 13.58
Page 338 of 733
Transmission 60,000 5
Air Conditioner 60,000 5
Lift 100,000 5
Other Options 12000 1
VEHICLE #3 - LIST ALL AUTHORIZED SERVICE DEALERS BELOW:
Name Address/Phone City/County/State
Creative Bus Sa1es, Inc. 5760 Pino Ave NE I 866-973-8369 A1buquerque, NM
Number of Fixtures
Identification Lights - Manufacturer
STANDARD WARRANTIES – VEHICLE #3
CURRENT MODEL YEAR – CUTAWAY & LOW FLOOR STYLE TRANSIT VEHICLE
Warranty Miles Years
Body Structure 100,000 5
Chassis 60,000 5
Engine 60,000 5
Page 339 of 733
Options
STARLITE - FORD E350
CONVERSION ONLY
PRICING
Starlite 20 138" WB E-350 6.2L V-8 Gas Engine W/240 AMP OEM ALT $14,980.00
Starlite 20 138" WB E-350 6.8L Gas W/225 Amp Ford Alt $14,980.00
Starlite 22 158" WB E-350 6.2L V-8 Gas Engine W/240 AMP OEM ALT $15,380.00
Starlite 22 158" WB E-350 6.8L Gas W/225 Amp Ford Alt $15,380.00
STARLITE - TRANSIT350 HD 10,360 GVWR CONVERSION ONLY PRICING
NOTE: TRANSIT Driver Seats Ford OEM ONLY. No Optional Driver's seat
options are available
Starlite 20 138" WB Transit350 3.7L Gas Engine W/230 AMP OEM ALT $14,980.00
Starlite 20 138" WB Transit350 3.2L Diesel Engine W/210 AMP OEM ALT $14,980.00
Starlite 22 156" WB Transit350 3.7L Gas Engine W/230 AMP OEM ALT $15,380.00
Starlite 22 156" WB Transit350 3.2L Diesel Engine W/210 AMP OEM ALT $15,380.00
ALLSTAR - FORD E350
CONVERSION ONLY
PRICING
Allstar 20 138" WB E-350 6.2L Gas W/240 AMP OEM ALT $15,765.00
Allstar 20 138" WB E-350 6.8L Gas W/225 AMP OEM ALT $15,765.00
ALLSTAR - FORD E350
CONVERSION ONLY
PRICING
Allstar 20 158" WB E-350 6.2L Gas W/240 AMP OEM ALT $15,765.00
Allstar 20 158" WB E-350 6.8L Gas W/225 AMP OEM ALT $15,765.00
Allstar 22 158" WB E-350 6.2L Gas W/240 AMP OEM ALT $16,155.00
ALLSTAR 22 158" WB FORD E350 12,500 GVWR DRW 7.3L PREMIUM GAS
240 AMP ALT $16,155.00
ALLSTAR - FORD E450
CONVERSION ONLY
PRICING
Allstar 20 158" WB E-450 6.8L Gas W/225 AMP OEM ALT $15,765.00
Allstar 22 158" WB E-450 6.2L Gas W/240 AMP OEM ALT 14,000 LB GVWR $16,155.00
Allstar 22 158" WB E-450 6.8L Gas W/225 AMP OEM ALT $16,155.00
Allstar 24 158" WB E-450 6.8L Gas W/225 AMP OEM ALT $16,710.00
Allstar 25 176" WB E-450 6.2L Gas W/240 AMP OEM ALT ** 14,000 LB
GVWR $17,820.00
Allstar 25 176" WB E-450 6.8L Gas W/225 AMP OEM ALT **$17,820.00
Allstar 25 190" WB E-450 6.2L Gas W/240 AMP OEM ALT * 14,000 LB GVWR $18,155.00
Allstar 25 190" WB E-450 6.8L Gas W/225 AMP OEM ALT *$18,155.00
ALLSTAR 27 208" WB FORD E450 14,500 GVWR DRW 7.3L PREMIUM GAS
240 ALT $19,270.00
ELECTRICAL SYSTEM
Intermotive Flex Tech Electrical System
Page 340 of 733
SIDEWALL / REARWALL / CEILING
Sidewall: Grey FRP
Rearwall: Grey Seaspray Fabric
Ceiling: Grey Seaspray Fabric
Driver Area: Grey Padded Vinyl
FRP on Ceiling, Grey $335.00
FRP on Rearwall, Grey $170.00
FRP on Sidewall Under Seat Track, Grey $110.00
Cove Black Flooring on Sidewall to Seat Track $220.00
Cove Colored Flooring on Sidewall to Seat Track $310.00
Grey Padded Cloth Interior (walls and ceiling)$170.00
Grey Padded Vinyl Interior (walls and ceiling)$220.00
Black Padded Vinyl Interior (walls and ceiling)$250.00
Stripe on Ceiling to Match Seats Up to Level 5 Fabric $335.00
FLOORING - WHITE NOSING IS STANDARD
Aisle: Gerflor Sirius NT #6801 Graphite (Black)
Under Seats: Gerflor Sirius NT #6801 Graphite (Black)
Gerflor Sirius NT #6727 Anthracite (Grey) I.L.O. Graphite $115.00
Other Color Gerflor Sirius NTCOLOR:$220.00
Gerflor Helios NT $390.00
Gerflor Gaya Wood $1,450.00
Gerflor Harmonia Wood $1,450.00
Altro Meta Storm $285.00
Altro Meta Other Than Storm $450.00
Altro CHROMA $505.00
Altro Wood Safety $1,450.00
Black RCA Rubber Floor w/Ribbed Aisle $220.00
Colored RCA Rubber Floor w/ Ribbed Aisle $450.00
Black All Ribbed RCA Rubber Floor $555.00
Colored All Ribbed RCA Rubber Floor $780.00
Yellow Step Nosing - Per Step $15.00
ALL UPGRADED PLYWOOD FLOOR OPTIONS ARE SUBJECT TO WEIGHT
ANALYSIS APPROVAL
3/4" Plywood Floor $170.00
3/4" Marine Tech Plywood Floor $505.00
5/8" MarineTech Plywood Floor $450.00
Raised Floor 3 Step Flat to Front ** ALLSTAR OPTION ONLY - NOT AVAILABLE
ON CHEVY CHASSIS $505.00
Raised Floor 2 Step Entry W/Extra Step Up Behind Driver ** ALLSTAR
OPTION ONLY $505.00
Fuel Tank Access Plate In Floor *N/A All Applications - Check Availability $60.00
Page 341 of 733
EXTERIOR
Custom Paint - Requires Artwork and color Codes - * Note in Special
Instructions!
Paint Skirt ** COLOR CODE: $750.00
Gloss Black Out Window Paint $650.00
FIBERGLASS / COMPOSITE EXTERIOR OPTION SUBJECT TO WEIGHT ANALYSIS
APPROVAL
ALL FIBERGLASS/COMPOSITE EXTERIOR $1,110.00
CHASSIS
Front Mud Flaps, pair - NOT AVAILABLE ON FORD TRANSIT $30.00
Front Mud Flap (1), Passenger Side Only (to be used with Running Board) -
NOT AVAILABLE ON FORD TRANSIT $20.00
Extruded Aluminum Running Board on Driver Side (NOT AVAILABLE ON FORD
TRANSIT)$90.00
Extruded Aluminum Running Board on Co-Pilot Side (NOT AVAILABLE ON
FORD TRANSIT)$90.00
Heavy Duty Anti-Slip Aluminum Running Board on Driver Side (Large) (NOT
AVAILABLE ON FORD TRANSIT)$285.00
Heavy Duty Anti-Slip Aluminum Running Board on Co-Pilot Side (Large) (NOT
AVAILABLE ON FORD TRANSIT)$285.00
Ford Transit Heavy Duty Anti-Slip Aluminum Running Board on Driver Side
(Large) $330.00
Ford Transit Heavy Duty Anti-Slip Aluminum Running Board on Co-Pilot Side
(Large) $330.00
Rear Tow Hooks $80.00
Exhaust Pipe Downturn $70.00
Mor-Ryde RL Suspension (SUBJECT TO WEIGHT ANALYSIS APPROVAL)$1,010.00
Telma Brake Retarder (SUBJECT TO WEIGHT ANALYSIS APPROVAL)$8,910.00
Galvanized Belly Metal (SUBJECT TO WEIGHT ANALYSIS APPROVAL)$195.00
Exterior Mirror Set, Heated Ford $310.00
Exterior Mirror Set, Remote/Heated, Ford $620.00
Exterior Mirror Set, Remote/Heated, Chevy $840.00
Exterior Mirror Set Remote/Heated w/External LED Strip Turn Signal Ford $700.00
Exterior Mirror Set, Remote/Heated w/LED Turn Signal in Mirror Glass Ford $755.00
ADD STAINLESS STEEL ARMS TO ROSCO MIRRORS $80.00
DL-2 Powder Coated Bike Rack W/Deployment Kit - Ford E Series / Chevy $2,500.00
COLOR (BLACK OR WHITE):
DL-2 Powder Coated Bike Rack W/Deployment Kit - Ford Transit $2,750.00
COLOR (BLACK OR WHITE):
DL-2 STAINLESS ANTI-GLARE FINISH BIKE RACK W/DEPLOYMENT KIT - Ford E
Series / Chevy $3,100.00
DL-2 STAINLESS ANTI-GLARE FINISH BIKE RACK W/DEPLOYMENT KIT - Ford
Transit $3,350.00
DL-2 Stainless Powder Coated Bike Rack W/Deployment Kit - Ford E Series /
Chevy $3,100.00
Page 342 of 733
COLOR (BLACK OR WHITE):
DL-2 Stainless Powder Coated Bike Rack W/Deployment Kit - Ford Transit $3,350.00
COLOR (BLACK OR WHITE):
ON-SPOT AUTOMATIC TIRE CHAINS $4,380.00
SMI Energy Absorbing Rear Bumper $815.00
SMI Energy Absorbing Rear Bumper w/Hawkeye RAS Installed $1,425.00
Romeo Rim Rear Bumper $750.00
Romeo Rim Front Bumper - Ford Only $1,060.00
Romeo Rim Rear Bumper w/HawkEye RAS Installed $1,410.00
Rear Step Bumper $170.00
Stainless Steel Rear Bumper $505.00
Spare Tire and Wheel - Ford E-Series & Chevy Chassis $400.00
Spare Tire and Wheel - Ford Transit Chassis $585.00
Spare Tire Carrier NOT AVAILABE ON E-350 CHASSIS $90.00
Spare Tire Carrier Lock $40.00
Stainless Steel Wheel Insert, set of 4 ( 2 front & 2 rear) Ford E & GM $220.00
Stainless Steel Wheel Insert, set of 4 ( 2 front & 2 rear) Ford TRANSIT $270.00
Valve Stem Extender Inner Dual Rear Wheel, pair $70.00
Stainless Steel Entry Step Assembly - Includes Sides & Header $725.00
Stainless Steel Entry Step & Lower Sides Only - Does NOT Include Upper
Sides & Header $505.00
Galvanized Entry Step Assembly - Includes Sides & Header $335.00
Galvanized Steel Entry Step Lower Sides Only - Does NOT Include Upper
Sides & Header $220.00
INTERMOTIVE GATEWAY Fast Idle Does Not Require Park Brake to be Set $505.00
Intermotive "Brake Max" Controller (BMC 501-A) FORD ONLY $420.00
Intermotive "Park Crank Module" (PCOM 501-B) FORD $140.00
Intermotive "Park Crank Module" (PCOM 601) GM GAS $140.00
Metal Locking Door for Fuel Fill $150.00
ENVIRONMENTAL CONTROL
TRANS/AIR AIR CONDITIONING SYSTEMS
TIE-IN SYSTEMS CEILING MOUNT EVAPORATOR
TA712 TIE-IN 45K TA71 EVAP - SMC2S COND
TA 712 TI FORD GAS $3,430.00
TA 712 TI CHEVY GAS $3,430.00
TA 712 TI FORD DIESEL $3,430.00
TA71R60 TIE-IN 45K TA71 EVAP - R60 ROOF MOUNT COND
TA 71R60 TI FORD GAS $4,465.00
TA 71R60 TI CHEVY GAS $4,465.00
TA 71R60 TI FORD DIESEL $4,465.00
TA73R60 TIE-IN 55K TA73 EVAP - R60 ROOF MOUNT CONDENSER
TA73R60 TI FORD GAS $4,720.00
TA73R60 TI CHEVY GAS $4,720.00
TA73R60 TI FORD DIESEL $4,720.00
Page 343 of 733
TA733 TIE-IN 55K TA73 EVAP - SMC3L COND
TA733 TI FORD GAS $3,950.00
TA733 TI CHEVY GAS $3,950.00
TA733 TI FORD DIESEL $3,950.00
TIE-IN SYSTEMS REAR IN WALL MOUNT EVAPORATOR
TAFM452 TIE-IN 45K FM45 EVAP - SMC2S COND
REAR MOUNTED EVAP
TA FM452 TI FORD GAS $3,695.00
TA FM452 TI CHEVY GAS $3,695.00
TA FM452 TI FORD DIESEL $3,695.00
TAFM45R60 TIE-IN 45K FM45 EVAP - R60 ROOF MOUNT COND
REAR MOUNT ONLY
TA FM45R60 TI FORD GAS $4,585.00
TA FM45R60 TI CHEVY GAS $4,585.00
TA FM45R60 TI FORD DIESEL $4,585.00
TAFM55R60 TIE-IN 55K FM55 EVAP - R60 ROOF MOUNT CONDENSER
REAR MOUNT EVAP ONLY
TA FM55R60 TI FORD GAS $4,695.00
TA FM55R60 TI CHEVY GAS $4,695.00
TA FM55R60 TI FORD DIESEL $4,695.00
TAFM553 TIE-IN 55K FM55 EVAP - SMC3L COND REAR
MOUNT EVAP ONLY
TA FM553 TI FORD GAS MINIMUM 158"WB $4,095.00
TA FM553 TI CHEVY GAS MINIMUM 159"WB $4,095.00
TA FM553 TI FORD DIESEL $4,095.00
DUAL COMPRESSOR SYSTEMS CEILING MOUNT EVAPORATOR
1 = TA77 INDEPENDENT OF OEM DASH A/C W/LARGER COMPRESSOR
**RECOMMENDED BY A/C MFR
TA712 SUPER 60K - TA71 EVAP - SMC2S COND - 10 C.I.D. COMP
TA712 SUPER 10 FORD 6.8 LITRE GAS ENGINE $4,745.00
TA712 SUPER 10 FORD 6.2 LITRE GAS ENGINE $5,375.00
TA712 SUPER 10 TRANSIT 3.7 LITRE GAS ENGINE $5,835.00
TA712 SUPER 10 TRANSIT 3.2 LITRE DIESEL ENGINE $6,270.00
TA712 SUPER 10 CHEVY 6.0 LITRE GAS ENGINE $4,480.00
TA71R60 SUPER 60K - TA71 EVAP - R60 ROOF MOUNT COND - 10 C.I.D.
COMP
TA71R60 SUPER 10 FORD 6.8 LITRE GAS ENGINE $6,000.00
TA71R60 SUPER 10 FORD 6.2 LITRE GAS ENGINE $6,840.00
TA71R60 SUPER 10 TRANSIT 3.7 LITRE GAS ENGINE $7,090.00
TA71R60 SUPER 10 TRANSIT 3.2 LITRE DIESEL ENGINE $7,750.00
TA71R60 SUPER 10 CHEVY 6.0 LITRE GAS ENGINE $6,000.00
Page 344 of 733
TA 733 SUPER 70K - TA73 EVAP - SMC3L COND - 10 C.I.D. COMP
(SELECT CHASSIS/ENGINE BELOW)
TA733 SUPER 10 FORD 6.8 LITRE GAS ENGINE $5,140.00
TA733 SUPER 10 FORD 6.2 LITRE GAS ENGINE $5,580.00
TA733 SUPER 10 TRANSIT 3.7 LITRE GAS ENGINE $6,235.00
TA733 SUPER 10 TRANSIT 3.2 LITRE DIESEL ENGINE $6,665.00
TA733 SUPER 10 GM 6.0 LITRE GAS ENGINE $4,885.00
TA73R60 SUPER 70K - TA73 EVAP - R60 RM COND - 10 C.I.D. COMP
(SELECT CHASSIS/ENGINE BELOW)
TA73R60 SUPER 10 FORD 6.2 LITRE GAS ENGINE $6,810.00
TA73R60 SUPER 10 FORD 6.8 LITRE GAS ENGINE $6,330.00
TA73R60 SUPER 10 TRANSIT 3.7 LITRE GAS ENGINE $7,420.00
TA73R60 SUPER 10 TRANSIT 3.2 LITRE DIESEL ENGINE $7,855.00
TA73R60 SUPER 10 GM 6.0 LITRE GAS ENGINE $6,095.00
TA773 SUPER 80K - TA77 EVAP - SMC3L COND - 13.4 C.I.D. COMP
NOTE: UPGRADE TO TA774C OR TA77R90 FOR HOT CLIMATES
(SELECT CHASSIS/ENGINE BELOW)
1 TA773 SUPER 13 FORD 6.8 LITRE GAS $6,630.00
1 TA773 SUPER 13 GM 6.0 LITRE GAS $6,630.00
TA774C SUPER 13 80K-TA77 EVAP-SC4 TALL COND-13.4 C.I.D. COMP FOR
HOT CLIMATES NOTE: THIS CONDENSER HANGS BELOW SKIRT (SELECT
CHASSIS/ENGINE BELOW)
1 TA774C Super 13 FORD 6.8 LITRE GAS ENGINE $8,070.00
1 TA774C Super 13 GM 6.0 LITRE GAS ENGINE $8,070.00
TA77R90 SUPER 13 80K -TA77 EVAP - R90 RM COND - 13.4 C.I.D. COMP
ROOF MOUNT CONDENSER FOR HOT CLIMATES (SELECT
CHASSIS/ENGINE BELOW)
1 TA77R90 SUPER 13 FORD 6.8 LITRE GAS ENGINE $9,125.00
1 TA77R90 SUPER 13 GM 6.0 LITRE GAS ENGINE $9,125.00
TA7723 SUPER 10 110K - TA77 EVAP - SMC3L & SMC2S COND - 10 C.I.D.
COMP (SELECT CHASSIS/ENGINE BELOW)
TA7723 Super 110K TA77 (1)SMC2L (1)SMC3L 10 C.I.D. (Ford 6.8L Gas)$7,585.00
TA7723 Super 110K TA77 (1)SMC2L (1)SMC3L 10 C.I.D. (GM610 6.0L Gas)$7,365.00
TA RT65 Super 13 80K Roof Mount System - 13.4 C.I.D. Comp
(SELECT CHASSIS/ENGINE BELOW)
TA RT65 Super 13 Roof Mount with 13.4 C.I.D. (Ford 6.8L Gas)$11,245.00
TA RT65 Super 13 Roof Mount with 13.4 C.I.D. (GM Gas)$11,245.00
DUAL COMPRESSOR SYSTEMS REAR IN WALL MOUNT EVAPORATOR
TAFM452 SUPER 60K - TAFM45 EVAP - SMC2S COND - 10 C.I.D. COMP
REAR MOUNT EVAP SELECT REAR MOUNT OPTION BELOW
TAFM452 SUPER 10 FORD 6.8 LITRE GAS ENGINE $4,915.00
TAFM452 SUPER 10 FORD 6.2 LITRE GAS ENGINE $5,575.00
TAFM452 SUPER 10 TRANSIT 3.7 LITRE GAS ENGINE $6,005.00
TAFM452 SUPER 10 TRANSIT 3.2 LITRE DIESEL ENGINE $6,455.00
TAFM452 SUPER 10 CHEVY 6.0 LITRE GAS ENGINE $4,975.00
Page 345 of 733
TAFM45R60 SUPER 60K - TAFM45 EVAP - R60 ROOF MOUNT COND - 10
C.I.D. COMP REAR MOUNT EVAP ONLY
TAFM45R60 SUPER 10 FORD 6.8 LITRE GAS ENGINE $6,330.00
TAFM45R60 SUPER 10 FORD 6.2 LITRE GAS ENGINE $6,810.00
TAFM45R60 SUPER 10 TRANSIT 3.7 LITRE GAS ENGINE $7,425.00
TAFM45R60 SUPER 10 TRANSIT 3.2 LITRE DIESEL ENGINE $7,855.00
TAFM45R60 SUPER 10 CHEVY 6.0 LITRE GAS ENGINE $6,330.00
TAFM55 SUPER 70K - TAFM55 REAR MOUNT EVAP - SMC3L COND - 10
C.I.D. COMP
TAFM553 SUPER 10 FORD 6.8 LITRE GAS ENGINE $5,430.00
TAFM553 SUPER 10 FORD 6.2 LITRE GAS ENGINE $5,870.00
TAFM553 SUPER 10 TRANSIT 3.7 LITRE GAS ENGINE $6,525.00
TAFM553 SUPER 10 TRANSIT 3.2 LITRE DIESEL ENGINE $6,955.00
TAFM553 SUPER 10 GM 6.0 LITRE GAS ENGINE $5,140.00
TAFM55R60 SUPER 70K - TAFM55 REAR MOUNT EVAP - R60 RM COND - 10
C.I.D. COMP (SELECT CHASSIS/ENGINE BELOW)
TAFM55R60 SUPER 10 FORD 6.2 LITRE GAS ENGINE $7,095.00
TAFM55R60 SUPER 10 FORD 6.8 LITRE GAS ENGINE $6,630.00
TAFM55R60 SUPER 10 TRANSIT 3.7 LITRE GAS ENGINE $7,725.00
TAFM55R60 SUPER 10 TRANSIT 3.2 LITRE DIESEL ENGINE $8,160.00
TAFM55R60 SUPER 10 GM 6.0 LITRE GAS ENGINE $6,430.00
TRANS/AIR WINTER CONDENSER COVERS
AC Winter Cover Kit (Trans/Air 2 Fan)$200.00
AC Winter Cover Kit (Trans/Air 3 Fan)$225.00
TRANS/AIR HEAT COIL - ADD THE A/C WITH HEAT OPTION BELOW
ADD HEAT TO TA71 EVAPORATOR-Includes Booster Pump & Electric Water
Valves $865.00
ADD HEAT TO TA73 EVAPORATOR-Includes Booster Pump & Electric Water
Valves $865.00
ACC CLIMATE CONTROL A/C SYSTEMS
TIE-IN SYSTEMS CEILING MOUNT EVAPORATOR
R2263T TIE-IN 45K 23022 EVAP - 25063 1 FAN SKIRT COND
R2263T FORD $3,545.00
R2263T GM $3,545.00
R 2255T TIE-IN 45K 23022 EVAP - 25055 ROOF TOP COND
R2255T FORD $4,585.00
R2255T GM $4,585.00
R2365T TIE-IN 55K 23023 EVAP - 25065 2 FAN SKIRT COND
R2365T FORD $4,005.00
R2365T GM $4,005.00
R2355 TIE-IN 55K 23023 EVAP - 25055 ROOF MOUNT COND
R2355T FORD $4,810.00
R2355T GM $4,810.00
Page 346 of 733
TIE-IN SYSTEMS REAR IN WALL MOUNT EVAPORATOR
RW4463T TIE-IN 45K 23044 EVAP - 25063 SKIRT COND
REAR MOUNTED EVAP
RW4463T FORD $3,780.00
RW4463T GM $3,780.00
IW4455T TIE-IN 45K 23044 EVAP - 25055 ROOF MOUNT COND
REAR MOUNT EVAP ONLY
IW4455T FORD $4,640.00
IW4455T GM $4,640.00
RW4562T TIE-IN 55K 23045 REAR EVAP - 25062 2 FAN SKIRT COND
REAR MOUNT EVAP
RW4562T FORD $4,145.00
RW4562T GM $4,145.00
RW4555T TIE-IN 55K 23045 REAR EVAP - 25055 ROOF MOUNT COND
REAR MOUNT EVAP
RW4555T FORD $4,755.00
RW4555T GM $4,755.00
DUAL COMPRESSOR SYSTEMS
1 = 23036 INDEPENDENT OF OEM DASH A/C W/LARGER COMPRESSOR
R226216 60K 23022 EVAP - 25062 SKIRT COND TM16 10 C.I.D. COMP
(SELECT CHASSIS/ENGINE BELOW)
R226216 FORD 6.2 LITRE GAS $5,175.00
R226216 FORD 6.8 LITRE GAS $4,795.00
R226216 TRANSIT 3.7 LITRE GAS $5,885.00
R226216 TRANSIT 3.2 LITRE DIESEL $6,330.00
R226216 GM 6.0 LITRE GAS $4,745.00
R225516 60K 23022 EVAP - 25055 ROOF TOP COND 10 C.I.D. COMP
(SELECT CHASSIS/ENGINE BELOW)
R225516 FORD 6.2 LITRE GAS $6,605.00
R225516 FORD 6.8 LITRE GAS $6,055.00
R225516 TRANSIT 3.7 LITRE GAS $6,950.00
R225516 TRANSIT 3.2 LITRE DIESEL $7,590.00
R225516 GM 6.0 LITRE GAS $6,055.00
R236516 70K 23023 EVAP - 25065 2FAN SKIRT COND 10 C.I.D. COMP
(SELECT CHASSIS/ENGINE BELOW)
R236516 FORD 6.2 LITRE GAS $5,685.00
R236516 FORD 7.3 LITRE GAS $5,655.00
R236516 TRANSIT 3.7 LITRE GAS $6,350.00
R236516 TRANSIT 3.2 LITRE DIESEL $6,780.00
R236516 GM 6.0 LITRE GAS $4,970.00
R235516 70K 23023 EVAP - 25055 ROOF MOUNT COND 10
C.I.D. COMP (SELECT CHASSIS/ENGINE BELOW)
R235516 FORD 6.8 LITRE GAS $6,380.00
R235516 TRANSIT 3.7 LITRE GAS $7,470.00
R235516 TRANSIT 3.2 LITRE DIESEL $8,970.00
R235516 GM 6.0 LITRE GAS $6,465.00
Page 347 of 733
R3665T16 80K - 23036 EVAP - 25065 2 FAN COND 10 C.I.D. COMP
(SELECT CHASSIS/ENGINE AND COMP BELOW)
NOTE FOR HOT CLIMATES: UPGRADE TO R366563T16 OR R3660T21
R3665T16 80K 10 C.I.D. FORD 6.8 LITRE GAS $6,695.00
R3665T16 80K 10 C.I.D. GM 6.0 LITRE GAS $6,695.00
R366021 90K 23036 - 25060 2 FAN COND 13.4 C.I.D. COMP
(SELECT CHASSIS/ENGINE AND COMP BELOW)
NOTE FOR HOT CLIMATES: UPGRADE TO R366563T16 OR R3660T21
R366021 80K 13.4 C.I.D FORD 6.8 LITRE GAS $6,875.00
R476021 87K - 23047 EVAP - 25060 2 FAN COND 13.4 C.I.D COMP
(SELECT CHASSIS/ENGINE BELOW)
R476021 13.4 C.I.D FORD 6.8 LITRE GAS $6,400.00
R476021 13.4 C.I.D GM 6.0 LITRE GAS $6,400.00
R365521 90K - 23036 EVAP - 25055 ROOF TOP COND - 13.4 C.I.D. COMP
(SELECT CHASSIS/ENGINE AND COMP BELOW)
1 R365521 13.4 C.I.D FORD 6.8 LITRE GAS $9,155.00
0 R365521 13.4 C.I.D GM 6.0 LITRE GAS $9,155.00
R366563T16 95K 23036 EVAP - 25065 & 25063 SKIRT COND - 10 C.I.D.
COMP (SELECT CHASSIS/ENGINE AND COMP BELOW)
R366563T16 FORD 6.8 LITRE GAS $7,635.00
R366563T16 GM 6.0 LITRE GAS $7,410.00
ACC TC80 90K Roof Mount System - 13.4 C.I.D. Comp (SELECT
CHASSIS/ENGINE BELOW)
ACC TC80 Roof Mount System with 13.4 C.I.D. (Ford 6.8L Gas)$9,500.00
ACC TC80 Roof Mount System with 13.4 C.I.D. (GM Gas)$9,500.00
DUAL COMPRESSOR SYSTEMS REAR IN WALL MOUNT
RW446216 60K 23044 EVAP - 25062 SKIRT COND 10 C.I.D. COMP
REAR MOUNT EVAP
RW446216 FORD 6.2 LITRE GAS $5,640.00
RW446216 FORD 6.8 LITRE GAS $4,975.00
RW446216 TRANSIT 3.7 LITRE GAS $6,065.00
RW446216 TRANSIT 3.2 LITRE DIESEL $5,475.00
RW446216 GM 6.0 LITRE GAS $4,975.00
RW445516 60K 23044 EVAP - 25055 ROOF TOP COND 10 C.I.D. COMP
REAR MOUNT EVAP ONLY WITH ROOF COND
RW445516 FORD 6.2 LITRE GAS $6,865.00
RW445516 FORD 6.8 LITRE GAS $6,400.00
RW445516 TRANSIT 3.7 LITRE GAS $7,495.00
RW445516 TRANSIT 3.2 LITRE DIESEL $7,930.00
RW445516 GM 6.0 LITRE GAS $6,400.00
RW456516 70K 23045 REAR MOUNT EVAP - 25065 SKIRT COND - 10 C.I.D.
COMP (SELECT CHASSIS/ENGINE BELOW)
RW456516 FORD 6.2 LITRE GAS $5,915.00
RW456516 FORD 7.3 LITRE GAS $5,885.00
RW456516 TRANSIT 3.7 LITRE GAS $6,575.00
RW456516 TRANSIT 3.2 LITRE DIESEL $7,015.00
RW456516 GM 6.0 LITRE GAS $5,485.00
Page 348 of 733
RW455516 70K - 23045 REAR EVAP -25055 ROOF COND 10 C.I.D. COMP
(SELECT CHASSIS/ENGINE BELOW)
RW455516 FORD 6.8 LITRE GAS $6,695.00
RW455516 TRANSIT 3.7 LITRE GAS $7,785.00
RW455516 TRANSIT 3.2 LITRE DIESEL $8,220.00
RW455516 GM 6.0 LITRE GAS $6,695.00
ACC WINTER CONDENSER COVERS
AC Winter Cover Kit 25065 OR 25060 COND 27058913A $205.00
AC Winter Cover Kit 25062 COND 27059076A $200.00
ACC HEAT COIL - ADD THE A/C WITH HEAT OPTION BELOW
Add Heat to ACC Evaporator Includes Booster Pump & Electric Water Valves $865.00
HEATERS
Hot Water Heater, 35K BTU 3 Speed Low Profile $285.00
Rear Hot Water Heater, 45K BTU 3 Speed Low Profile $335.00
Hot Water Heater, 65K BTU Floor Mounted 3 Speed Low Profile OK Side
Sliders $365.00
Hot Water Heater, 65K BTU-Mounted to Seat Frame (NOT AVAILABLE ON
TRANSIT CHASSIS)$390.00
"Tower" Hot Water Heater, 60K BTU $390.00
"Tower" Hot Water Heater, 65K BTU $400.00
Wall Mount Hot Water Heater, 32K BTU $335.00
MISCELLANEOUS
Heater Booster Pump - does not include electric valves $285.00
Electric Water Shut Off Valves For Rear Floor Heater $135.00
Perimeter Seating Heater Kit: Adapts Heater for Kick Panel Applications $135.00
Silicone Heater Hose (for rear unit) w/full ring clamps $185.00
Insulate Heater Hoses $135.00
Defroster Fan - Mount Location: Curb Side Front Overhead $105.00
ELECTRICAL
LOCATE SWITCH PANEL ON ENGINE COVER - NOT OVERHEAD
Door Ajar Buzzer on Rear Door $70.00
Door Ajar Buzzer on Wheelchair Door $70.00
Door Ajar Warning on Entry Door - Buzzer and Light in Driver Area $100.00
Door Ajar Warning on Wheelchair Door - Buzzer and Light in Driver Area $115.00
Door Ajar Warning on Rear Door - Buzzer and Light in Driver Area $115.00
Window Ajar Alarm Buzzer on Egress Window, each $25.00
Window Ajar Alarm Buzzer on all Egress Windows & Light in Driver Area $195.00
Rear Door Starter Interrupt $80.00
Battery Box and Tray $310.00
Galvanized In Step Battery Box w/Interior Paint & Hold Downs (Allstar)$450.00
Fiberglass Battery Box & Stainless Steel Tray (Allstar Only)$1,005.00
8D Battery and Battery Box with Slide-out Tray $725.00
Stainless Steel Battery Box & Tray IS 304 REQUIRED? YES $700.00
Stainless Steel Battery Box & Tray IS 304 REQUIRED? NO $700.00
Stainless Batt.Tray w/Std Batt.Box IS 304 REQUIRED? YES $505.00
Stainless Batt.Tray w/Std Batt.Box IS 304 REQUIRED? NO $505.00
Page 349 of 733
Stainless Steel Battery Tray Slides ILO Zinc Plated Slides - Extra Charge $170.00
Locate GM OEM Frame Rail Mounted Battery to Tray or In Step Box Requires
Tray or In Step Option $160.00
Locate (2) Batteries to Tray or In Step Box FORD - Requires Tray or In Step
Option $115.00
Locate (2) Batteries to Tray or In Step Box CHEVY - Requires Tray or In Step
Option $620.00
Voltmeter installed in Overhead $60.00
Rotary Disconnect Switch $115.00
Circuit Breakers in lieu of Fuses $285.00
Light in Engine Area $125.00
Stop Request, Pull Cord, Chime, Sign $550.00
ADA Stop Request, Pull Cord, Dual Auditory Tones, Dual Face Sign w/LED for
ADA Request $620.00
Touch Tape at WC area for ADA Stop Request - Activates 2nd Auditory Tone
(Ea.)$70.00
Hourmeter $115.00
Heated Entry Step, Electric $90.00
Digital Clock, 12 volt, in driver overhead $100.00
Additional 12V Power Outlet (Mounted in Driver Side B Pillar)$25.00
Laminated Wiring Schematic ***AS BUILT*** ON ELECTRICAL PANEL DOOR $55.00
Wiring Diagram "AS BUILT" ON USB Flash Drive
DESTINATION SIGNS/I.D. SIGN/FRONT VIEW WINDOW
Front Illuminated ID Sign (no lettering)$285.00
Front Multiple Destination Sign (Transign) Up to 15 positions $1,750.00
Side Multiple Destination Sign (Transign) Up to 15 positions $1,750.00
DO THE TRANSIGN SCROLLS HAVE PRINTED DESTINATIONS?
Mult Dest Sign Switch in Dash-Peep Hole in Dest Sign Door $25.00
Front View Window in Cab Overhead $310.00
Install Front Destination Sign Window and Overhead Access Door for
Customer Installed Sign $505.00
Install Side Destination Sign Window w/Structure for Customer Installed Sign $285.00
Luminator Horizon SMT Front Sign16x120(6"x45") With ODK 4 Controller $6,685.00
Luminator Horizon SMT Side Sign 8x80 (2.8"x30") Requires front sign #2787 $2,310.00
Transign LD12112 Front LED Sign 4.79"x44.18" Display w/OCU $2,785.00
Transign LD1280 Side LED Sign 4.79"x31.59" Display-Requires Front Sign $1,400.00
Twin Vision Mobilite Front & Side Sign w/Controller 12VOLT SIGN $4,345.00
LUMINATOR PROGRAMMING SOFTWARE (IPS)$725.00
FAREBOXES
Diamond NV Rectangular Farebox w/2 Vaults $1,560.00
Diamond SV Rectangular Farebox w/2 Vaults $1,895.00
Diamond D Round Farebox w/1 Vault (Long Lead Time Item - 14 to 16
Weeks)$1,560.00
Additional Vault for Diamond D Round Farebox $670.00
Page 350 of 733
EXTERIOR LIGHTS
Surface Mount LED Entry Door Exterior Light - STD Choose Optional Below or
Special builds
4" Round Flush Mount LED Entry Door Exterior Light 35
LED Light at Driver Stepwell $30.00
Armoured Marker Lights $65.00
2 LED 7" Lts-Rear Flash AMBER $190.00
2 LED 7" Lts-Rear Flash RED $190.00
2 LED 4" Lts-Rear Flash AMBER $190.00
2 LED 4" Lts-Rear Flash RED $190.00
(2) LED 7" Round Red Lights on Rear, work with brake lights $190.00
2 LED Amber 7" Lights on Front Flash When $190.00
Turn Signals Flash With Open Door Pass Entry and ADA Lift Door $80.00
LED Rear Center Mount Brake Light, Rectangular $65.00
LED Rear Center Mount Brake Light Long & Narrow $90.00
LED Mid-Ship Turn / Marker Lights $150.00
Independent RED Brake & AMBER Turn Signal Lights $110.00
Strobe Light,Roof Mounted COLOR: AMBER $140.00
Strobe Light,Roof Mounted COLOR: WHITE $140.00
INTERIOR LIGHTS
LED Dual Reading Lights (Each) In Overhead Luggage Requires 2020 or 2284 $35.00
LED Dual Reading Lights (Each) In Radius Transition Panel N/A Overhead
Luggage $35.00
Additional Interior LED Dome Lamp - Each $30.00
Door Activated Interior Lights $35.00
LED Overhead Interior 16" Strip Lights-Each Optronics ILL-71-CB $65.00
AUDIO / VISUAL
**** MAXIMUM NUMBER OF SPEAKERS ALLOWED IS 8 TOTAL
SPEAKERS****
Deluxe AM/FM/CD With Clock & 4 Speakers PA Ready $360.00
Jensen JHD36AB AM/FM/CD/Clock Blue Tooth/USB Enabled / 4 SPEAKERS PA
Ready $505.00
Bluetooth Microphone for JHD36AB Radio (phone calls, etc.) W/Visor Clip $30.00
AM/FM/DVD Touch Screen 4 Speakers W/Nav, USB & SD Card, Backup
Camera, PA Ready $1,515.00
Hand Held Mic & Clip Added to PA Ready Radio $170.00
JPA600 PA System w/ Hand Held Mic & Clip Integrated with OEM Radio $170.00
JPA 600 PA System with Hand Held Mic & Clip W/ 2 Speakers (Independent
of Radio)$275.00
A/V Option #1 15" Center Mount FLIPDOWN LCD MONITOR W/DVD PLAYER $1,895.00
Add 2nd 15" Flipdown MONITOR to Option #1**Requires #2528 $2,015.00
Add (2) 10.2" LCD Monitors to Option #1**Requires #2528 $2,015.00
10.2" Monitor (additional, each) **NOTE LOCATION ON FLOORPLAN $840.00
Page 351 of 733
**** MAXIMUM NUMBER OF SPEAKERS ALLOWED IS 8 TOTAL
SPEAKERS****
Additional Speaker(s), Each $20.00
NOTE: Mount Two of the Speakers in Front Bulkhead
4 Speakers with Wire to Chassis OEM Radio (if supplied)$135.00
Ground Plane for 2-Way Radio, Pull Cord, Conduit Terminates B Pillar Floor $80.00
On/Off Switch for Passenger Area Speakers $60.00
External Speaker with ON/OFF Switch (each)$90.00
DOORS / HATCH / WINDOWS
Electric Entry Door is Standard. Add Option #2056 if Manual is Desired
Passenger Door Electric (standard)
Passenger Door - Manual
Passenger Door 36" ROUGH OPENING (STANDARD)
Passenger Door 42" ROUGH OPENING (OPTIONAL)$505.00
Passenger Door - 31.5" REQUIRED on Front Lift 138" &139" WB Models $170.00
Exterior Passenger Entrance Door Key $75.00
Extra Key for Electric Entry Door (requires opt 2133)$15.00
A&M KEYPAD ENTRY DOOR EXTERIOR ACCESS $115.00
A&M WIRELESS REMOTE KEY FOB ENTRY DOOR CONTROL (1 FOB)$250.00
ADDITIONAL A&M WIRELESS REMOTE KEY FOB $80.00
Rear Door, No Window - Standard Left Hand Hinge $315.00
Rear Door, No Window - Optional Right Hand Hinge $315.00
Rear Door, (1) Window - Standard Left Hand Hinge $390.00
Rear Door, (1) Window - Optional Right Hand Hinge $390.00
Additional Window for Rear Door $75.00
Twin Windows Either Side of Rear Door $140.00
Rear Door Slide Lock $15.00
Extra Key for Rear Door or Wheelchair Door $15.00
Roof Hatch Transpec 1970 Series Standard Safety Vent II $285.00
Roof Hatch - Transpec 1070 Series Dual Purpose Safety Vent II $390.00
Roof Hatch - Transpec 1170 Series Triple Value Safety Vent II w/Static Vent $390.00
Roof Hatch - Transpec 1670 Series Power Safety Vent II w/Static Vent &
Power Exhaust Fan $555.00
Roof Hatch - Transpec 9245-0200 White Pro Lo Hatch W/Outside Handle $365.00
Roof Hatch - Transpec 9245-0203 White Pro Lo W/Outside Handle & Vandal
Lock $505.00
ADD BUZZER TO ROOF HATCH ORDERED $30.00
ADD OUTSIDE RELEASE TO 10, 11, 16 AND 19 SERIES HATCHES ABOVE $35.00
Upgrade to Bonded Window (each) - N/A Side Sign $220.00
Solid Window(s) EACH Replace T-Slide(s) Enter Specific Instructions in Row
Below $55.00
Extra Egress Window(s) Total Number of Egress Windows:$50.00
Page 352 of 733
INTERIOR
Driver Coat Hook $15.00
Interior Handles on Wheelchair Door & Rear Door-Red $10.00
Canadian Unit: Install METRIC Speedometer (Extra Lead Time Needed)$945.00
LUGGAGE RACK / STORAGE
Driver Storage in Cab Overhead $115.00
Driver Storage in Cab Overhead with Lock $125.00
Overhead Luggage Rack - Both Sides $615.00
Install Netting on Twin Overhead Luggage Racks-Enter Bus Length in the Qty
Column $10.00
Overhead Luggage Rack - Street Side Only $310.00
Overhead Luggage Rack - Curbside Only $310.00
Install Netting on Single Overhead Luggage Racks-Enter Bus Length in the
Qty Column $5.00
Cover Overhead Racks w/matching Seat Fabric (up to Level 5) PER SIDE $335.00
30" Interior Luggage Rack, 2 Shelves $795.00
36" Interior Luggage Rack, 2 Shelves $830.00
48" Interior Luggage Rack, 2 Shelves $865.00
60" Interior Luggage Rack, 2 Shelves $925.00
72" Interior Luggage Rack, 2 Shelves $965.00
Rear Luggage Area w/Rear Door,Felt Liner,Escape Hatch,Light,Rubber Floor $840.00
Shelf in Rear Luggage (each) - SPECIFIY LOCATION BELOW $45.00
Rear Cargo Net, Includes Roof Hatch $585.00
PARATRANSIT OPTIONS
Double W/C Doors w/ Windows, LED Interior Light, Leaf Spring, LED Exterior
Lighting $1,030.00
2" Wider Double W/ C Doors w/ Windows, LED Interior Lights, Leaf Spring,
LED Exterior Lighting $1,310.00
Required for Lifts Wider than 34" N/A 138-139" WB Front Lifts, Starlite
158"WB 22'. Requires Raised Floor on Allstar 158"WB 22'
Single W/C Door w/Window,LED Interior Lights, Leaf Spring, LED Exterior
Lighting $980.00
4" Grommet Mount LED is STD. Use Special Builds for Optional Choices
IS THE LIFT IN THE FRONT OR REAR OF THE UNIT? Rear
INSTALL T-Latch W.C. Door Hold Open Each - Note: Deletes Gas Shocks $25.00
RICON LIFTS * NOTE: PRICING IS FOR "CORE" LIFTS ONLY
RICON CHARGES CONSIDERABLY MORE FOR NON-CORE CHECK AT TIME OF
ORDER
Ricon S-2005 800# ADA Wheelchair Lift (32"x51") $4,445.00
Ricon K2005 800# Wheelchair Lift (Klear View)(31"x51") $4,670.00
Ricon S-2010 800# Wheelchair Lift (34"x54") *N/A FRONT LIFT 138/139"WB $4,445.00
Ricon K-2010 800# Wheelchair Lift (Klear View) (33"x54") $4,670.00
Ricon S-2005 Titanium 1,000# Lift (32" x 51")$5,160.00
Ricon S-2010 Titanium 1,000# Lift (34" x 54") *N/A FRONT LIFT 138/139"WB $5,160.00
Page 353 of 733
Ricon K-2005 Titanium 1,000# Lift (31" x 51")$5,350.00
Ricon K-2010 Titanium 1,000# Lift (33" x 54")$5,350.00
Vinyl Cover for Wheelchair Lift - Ricon "S" Series $580.00
Vinyl Cover for Wheelchair Lift - Ricon "K" Series $1,360.00
BRAUN LIFTS
Braun Century NCL917-2 800# Lift (33"x51") $4,250.00
Braun Vista NVL917 800# Lift (31.5" x 50") $4,555.00
Braun Millenium NL917-2 800# (33"x51")$4,555.00
Braun Century NCL919-2 800# Lift (34"x51") *N/A FRONT LIFT
138/139"WB $4,250.00
Braun Millenium NL919-2 800# Lift (34"x51") *N/A FRONT LIFT 138/139"WB $4,555.00
Braun Millenium NL9173751 800# (37"X51") N/A 138"WB - Requires 2"
Wider Doors. NOT AVAILABLE on 138" or 139" Front Lift Models $5,535.00
Braun Century NCL9173454-2 800# (34"x54") *N/A FRONT LIFT 138/139"WB $4,250.00
Braun Century NCL1000 3451HB-2 1000# (34"x51")*N/A FRONT LIFT
138/139"WB $4,940.00
Braun Century NCL 1000 3454HB-2 1000# (34"x54") *N/A FRONT LIFT
138/139"WB $4,940.00
Vinyl Cover for Wheelchair Lift - Braun $350.00
Seat Belt on Braun Lift - Installed $80.00
LIFT FAST IDLE WITH 403 INTERLOCK
Intermotive Gateway 505-F Ford E or 515-F Transit Fast Idle with Lift
Interlock $505.00
INTERMOTIVE Gateway 605-F Fast Idle with Lift Interlock GM Gas $670.00
SureLok W.C. Securement Kits, Accessories
FF627S-4C Retract,S Hook ,FE2000727HA Combo Lap/Shldr, L Track $530.00
FF661S-4C-SNC Retract SlideNClick,S Hook, FE200727HA Combo Lap/Shldr $715.00
AL712S-4C Titan Auto Tension S Hook, HA Shldr Belt $550.00
AL812S-4C Titan (4)AL800855S Tie Down LTrack & AL700727HA Sldr/Lap Belt $775.00
AL860S-4C SNC (4)AL800944S SNC Tie Down SlideNClick & AL700727HA
Sldr/Lap Belt $890.00
FE200750-16 16" Quick Strap (each)$15.00
Sure-Lok Belt Cutter (ship loose )$15.00
Sure-Lok Belt Storage Pouch $40.00
Q Straint W.C. Securement Kits, Accessories
Q8-6500-L Upper Shoulder Harness Mount Fixed Point to L Track Adaptor $35.00
Q-8201-L Std Retrctr Tie Down,Q8-6326-A1 Combo Lap/Shldr,L Trk $435.00
Q-8101-L DeLuxe Retrctr Tie Down,Q8-6326-A1 Combo Lap/Shldr,L Trk $505.00
Q-8301-L Max Retrctr Tie Down,Q8-6326-A1 Comb Lap/Shldr,L Trk $530.00
Q-8301-SC Max Retrctr tie down,Q8-6326-A1 Comb Lap/Shldr,SldNClk $715.00
Q8100-A1T-L Deluxe Retrctr Tie Down L Track Upper - Seat Track Lower
Shldr Belt Mnt $585.00
Page 354 of 733
Q10007 - 4 QRT 360 Retractr Tie Down L track & Q8-6326-A1 Comb-
Lap/Shldr $775.00
Q10008 - 4 QRT 360 Retractr Tie Down Sld N Click & Q8-6326-A1 Comb-
Lap/Shldr $890.00
Q10029 - 4 QRT 360 Retractr Tie Down Sld N Click & Q5-6415-RET-L L-Track
Mounted Retractable Shoulder Belt W/ Q8-6325 Lap Belt $890.00
Q10032 - 4 QRT 360 Retractr Tie Down L-Track & Q5-6415-RET-L L-Track
Mounted Retractable Shoulder Belt W/ Q8-6325 Lap Belt $775.00
Q10009 - 4 QRT 360 Retractr Tie Down Sld N Click w/ L- Track Ceiling
Mounted Q5-6410- TBL27 Shoulder Belt & Q8-6325 Lap Belt $890.00
Q10010 - 4 QRT 360 Retractr Tie Down L-Track w/ L- Track Ceiling Mounted
Q5-6410- TBL27 Shoulder Belt & Q8-6325 Lap Belt $775.00
Q5-7580-4 18" Blue Webbing Loop (each)$5.00
Q5-6327 84" Postural Belt with Padding - Black Webbing $45.00
Q Straint Belt Storage Pouch $40.00
Q-Straint Belt Cutter (ship loose)$15.00
Miscellaneous Accessories
L Track for Wheelchair Tiedown (per foot)$10.00
Priority Seating Sign **Required for ADA Compliance**$10.00
Wheelchair Decal (International Symbol of Accessibility) Each $10.00
Tool Box Wheelchair Belt Storage $35.00
SAFETY OPTIONS
5 Lb Fire Extinguisher $60.00
10 Lb Fire Extinguisher w/Bracket $135.00
Dual Spectrum Fire Suppression 25#, Thermal Spot Detectors, No fuel tank
area $4,010.00
Amerex Fire Suppresion #17325 - 13# 2 Nozzle System $3,005.00
16 Unit First Aid Kit $50.00
25 Unit First Aid Kit $60.00
Body Fluid Kit $45.00
Emergency Triangle Kit $30.00
Fire Blanket $90.00
Back-Up Alarm SAE Type C 97 db(A)$55.00
Back-Up Alarm SAE Type B 107 db(A) Ecco 575 $80.00
Echovision Ultrasonic Backup System $645.00
Rosco Backup Warning System BSSK-1000 Surface Mount $415.00
STANDARD ROSCO STSK4750 BACK-UP CAMERA SYSTEM W/ 7" REARVIEW
MONITOR / MIRROR COMBO
DO NOT INSTALL STANDARD BACK-UP CAMERA SYSTEM
DO NOT INSTALL STANDARD BACK-UP CAMERA SYSTEM - BACK-UP CAMERA
SYSTEM INCLUDED WITH OPTION 8813
DO NOT INSTALL STANDARD BACK-UP CAMERA SYSTEM - INSTALL
OPTIONAL BACK-UP CAMERA SYSTEM IN SPECIAL BUILD OPTION AREA OR
OPTIONAL SYSTEM PICKED BELOW
ASA Back-Up Camera & Monitor $980.00
Rosco STSK7465 Backup Camera, Microphone, 7" LCD Monitor w/speakers $435.00
Page 355 of 733
Rosco "Smart Vision" Backup Camera STSK4530 Includes 4.3" Display in
Driver Rear View Mirror (Replaces OEM Mirror). Can accept 2 Inputs $620.00
Hindsight 20/20 Rear Sonar Backup System $940.00
Rosco Backup Warning System BSSK-1001 Flush Mount in Steel Bumper $450.00
HawkEye Reverse Assist System (RAS) Installed in Steel Bumper $620.00
Interior Convex Mirror 6"x9"$40.00
Interior Flat Mirror, 6" x 16" (N/A ON DUAL DOOR CHASSIS)$40.00
Wide Angle Lens 11"x14", Fresnel $35.00
Crossover Mirror, Front, Curbside (NOT AVAILABLE ON FORD TRANSIT)$120.00
Crossover Mirror, Front, Roadside (NOT AVAILABLE ON FORD TRANSIT)$120.00
Red Light Over Emergency Exit Ea: ON:$55.00
"NO SMOKING" Sign $15.00
"NO EATING" Sign $15.00
White "Standee" Line $15.00
Yellow "Standee" Line $20.00
Decal "Please Fasten your Seat Belt"$15.00
Decal - Please Stand Behind White/Yellow Line When Vehicle is in Motion $15.00
Decal "Please Watch Your Step"$15.00
Decal Vehicle Height Sticker $15.00
Fire Extinguisher Decal $15.00
Emergency Exit Decal BLACK LOCATION:$15.00
Emergency Exit Decal RED LOCATION: pass door $15.00
Door Handle Operation Arrow Decal - Black, Exterior Installed on Rear Door $15.00
Door Handle Operation Arrow Decal - Black, Exterior Installed on W/C Door $15.00
Door Handle Operation Arrow Decal - Red, Interior Installed on Rear Door $15.00
GRAB RAIL / STANCHION / PANELS
Ceiling Grab Rail - Install on Street Side $105.00
Ceiling Grab Rail - Install on Curb Side $105.00
Ceiling Grab Rail - Install on Both Sides $210.00
Yellow Powder Coat Ceiling Grab Rail (each) $105.00
Left Hand Entry Vertical Grab Rail - 1/4"
Right Hand Entry Vertical Grab Rail - 1 1/4"$65.00
1 1/4" Dual Entry Grab Rails Parallel to Entrance Steps (both sides)$105.00
Yellow Powder Coat Entry Grab Rails Each - Enter Total Quantity Needed $65.00
NOTE: Don't Forget the Standard LH Vertical Grab Rail in Above Quantity
Grab Rail, Horizontal, under window next to wheelchair $40.00
Stanchion and Modesty Panel at Entry Door
Stanchion and Modesty Panel Behind Driver $140.00
Yellow Powder Coat Stanchion/Panel Assemblies Each Enter Total Quantity $90.00
NOTE: Don't Forget the Standard Entry Door Stanchion / Modesty Panel
Assembly in Above Quantity
Addl Stanchion and Modesty Panel $140.00
Page 356 of 733
Padding on Stanchion - Gray - Per 40" Max Length Each (note location(s)
below)$45.00
Padding on Stanchion - Yellow - Per 40" Max Length Each (note location(s)
below)$45.00
Modesty Panel at Wheelchair Lift (extend from floor to ceiling)$140.00
Add Tinted Plexiglass Upper Panel $105.00
SEATING - DRIVER
SHIELD FC Recliner(GM&Ford), RH Arm, 4 Position Lumbar, Mesh Pocket $480.00
SHIELD Sport Recliner RH Adjustable LeMans Arm, 4 Way Adjustable Lumbar,
Mesh Pocket $725.00
Recaro LXS Driver Seat - *** LONG LEAD TIME ITEM 10+ WEEKS ****$1,830.00
USSC G2 ELP Adjustable Head Rest,Lumbar,Armrest, Black Cloth Insert, Vinyl
Sides $1,830.00
OEM Driver's Seat
OEM Co Pilot Seat
Adnik 6 Way Driver Seat Power Base $455.00
INSTALL VINYL SKIRT ON POWER SEAT BASE - ADNIK OR OEM $45.00
FREEDMAN SHIELD & LO CAM DRIVER SEAT FABRICS
EUROPEAN OR AMERICAN WOOL QUOTED AT TIME OF ORDER!!!!
Re-Upholster OEM Driver or Co-Pilot (Each)* Fabric Level is Additional To
This $140.00
Driver Seat Cover - Level 1 Newport Vinyl; Oxen Vinyl; Olefin
Driver Seat Cover - Level 2 Vinyl w/Regions Inserts $35.00
Driver Seat Cover - Level 3 Regions or any Level 3 Combo $60.00
Driver Seat Cover - Level 4 Ice Pinstripe; Mor-Care; Leathermate $80.00
Driver Seat Cover - Level 5 Tower; Streamer; Carnival; Avanti $125.00
Driver Seat Cover - Level 6 Autumn Leaves; Mosaic; Web Pastel; 7 Sisters $130.00
G2E AND RECARO DRIVER SEAT FABRICS
EUROPEAN OR AMERICAN WOOL QUOTED AT TIME OF ORDER!!!!
Driver Seat Cover - Level 1 Newport Vinyl; Oxen Vinyl; Olefin $45.00
Driver Seat Cover - Level 2 Vinyl w/Regions Inserts $55.00
Driver Seat Cover - Level 3 Regions or any Level 3 Combo $60.00
Driver Seat Cover - Level 4 Ice Pinstripe; Mor-Care; Leathermate $160.00
Driver Seat Cover - Level 5 Tower; Streamer; Carnival; Avanti $180.00
Driver Seat Cover - Level 6 Autumn Leaves; Mosaic; Web Pastel; 7 Sisters $200.00
SEATING - PASSENGER
STD RIGID SEATS
High Back Double Seat $365.00
High Back Single Seat $205.00
Mid High Double Seat $345.00
Mid High Single Seat $195.00
Mid High Freedman Seats, (5) 15" Rear Row (Starlite only)$1,085.00
Upgrade to GLITZ Seat Option for Rigid FW Mid High or Highback Seats (per
person)$65.00
Upgrade to BERKSHIRE Highback Seat Option Per Person 1" Reduced Knee
Room $30.00
Low Back Double Seat $315.00
Page 357 of 733
Low Back Single Seat $180.00
RITZ SEATS - INCLUDES MAP POCKET MADE FROM TRIM MATERIAL
REDUCES KNEE ROOM BY 1.5" VS Featherweight
RITZ High Back Single Rigid $320.00
RITZ High Back Double Rigid $555.00
FLIP SEATS
Econo Flip - Single - N/A with Retractble Belt Option $350.00
Econo Flip - Double - N/A with Retractble Belt Option $470.00
Flip Seat, Single Freedman Featherweight Mid High $475.00
Flip Seat, Double Freedman Featherweight Mid High $645.00
Flip Seat, Triple Freedman Featherweight Mid High $1,005.00
Upgrade to Mid-High Flip To BERKSHIRE (PER PASSENGER)$30.00
FOLDAWAY SEATS
Foldaway Seat, Single AM $525.00
Foldaway Seat, Double AM Benchback $720.00
Foldaway Seat, Single AM Wheelwell with riser $580.00
Foldaway Seat -Double AM Benchback Wheelwell with riser $795.00
Foldaway Seat, Single BV to Fit In Fuel Fill Area $550.00
Foldaway Seat-Double BV Benchback Street side (to fit in gas fill area)$760.00
Foldaway Seat, High Back, Single $610.00
Foldaway Seat - High Back Double $885.00
Foldaway Seat - Mid-High Notch Back Double AM (non-wheelwell)$885.00
Foldaway Seat - Mid-High Notch Back Double AM for Wheel Well with riser $950.00
Foldaway Seat - Notch Back Double BV For Fuel Fill Area $950.00
Upgrade to Mid-High Notch Back Foldaway To BERKSHIRE (PER PASSENGER)$30.00
ICS & 3POINT SEATS **REQUIRES WEIGHT ANALYSIS FOR APPROVAL**
Single Seat, Integrated Child Seat (for 20-51 pounds)$700.00
Double Seat with (1) Integrated Child Seat and (1) Mid High Back 2nd Seat $950.00
Double Seat with (2) Integrated Child Seats $1,400.00
Upgrade ICS Seat to ICS-10 (Children 22-78 pounds) Per ICS Position $120.00
Freedman 3 PT Double - Mid Hi w/ Grab Handle $740.00
Freedman 3 PT Double - High Back $740.00
Freedman 3 PT Single - Mid Hi w/ Grab Handle $505.00
Freedman 3 PT Single - High Back $505.00
Freedman 3 PT Double Recliner -Mid Hi w/Grab Handle $960.00
Freedman 3 PT Double Recliner - High Back $960.00
Freedman 3 PT Single Recliner - Mid Hi w/Grab Handle $605.00
Freedman 3 PT Single Recliner - High Back $605.00
Freedman 3 PT Double Flip - Mid Hi w/Grab Handle $945.00
Freedman 3 PT Double Flip - High Back $945.00
Freedman 3 PT Single Flip - Mid Hi w/Grab Handle $605.00
Freedman 3 PT Single Flip - High Back $605.00
Freedman 3 PT Double Foldaway - Mid Hi w/Grab Handle $1,200.00
Freedman 3 PT Double Foldaway - High Back $1,200.00
Freedman 3 PT Single Foldaway - Mid Hi w/Grab Handle $1,020.00
Page 358 of 733
Freedman 3 PT Single Foldaway - High Back $1,020.00
PASSENGER SEAT FABRICS
EUROPEAN OR AMERICAN WOOL QUOTED AT TIME OF ORDER!!!!
Seat Cover - Level 1 Newport Vinyl; Oxen Vinyl; Olefin
Seat Cover - Level 2 Vinyl w/Regions Inserts (Sherpa/Shire Discontinued)$20.00
Seat Cover - Level 3 Regions or any Level 3 Combination (Sherpa/Shire N/A)$25.00
Seat Cover - Level 3.5 $50.00
Seat Cover - Level 4 Ice Pinstripe; Mor-Care; Leathermate $60.00
Seat Cover - Level 5 Tower; Streamer; Carnival; Avanti $70.00
Seat Cover - Level 6 Autumn Leaves; Mosaic; Web Pastel; 7 Sisters $80.00
RITZ Seats Only - Leather/Vinyl Upgrade Per Person $200.00
RITZ Seats Only - All Leather Upgrade Per Person $585.00
SEAT OPTIONS
ABS Seat Backs Per Person (Mid-High Rigid and Notchback Folds Only)$70.00
Anti-Vandal Grab Handle, Black Ea on: aisle $40.00
Anti-Vandal Grab Handle,Yellow Ea on: aisle $45.00
Black US Armrest - Each - on: $30.00
Flip-Up Upholstered Armrest - on: $40.00
Child Restraint System CRS225 Clips - Per Person $90.00
Hi Back Corner Grab-Black-Each on $75.00
Mid-High Corner Grab Black-Each on:$50.00
Berkshire Grab-Black-Each on $75.00
Docket 90 Fabric Wrapped Around Seat Cushion, Including Bottom (each)$35.00
Flame Block Material on Underside of Seat (each)$20.00
Footrests $40.00
FTA-XL Foam (per person-does not include driver)$80.00
Kick Panel Light (see floorplan for placement)$25.00
Kick Panel, Under Seat - Each (Perimeter Seating)$25.00
Mesh Map Pocket, Each on:$15.00
Moisture Barrier (Per Person)$10.00
Adjustable Headrest for Mid-Hi Seats (Each)$70.00
Pillow Headrest - Each (High Back seats only)$45.00
Pillow Seat - Each $55.00
Quick Release for Center Rear Seat ** N/A with Seat Belts $75.00
Recliner - Per Person $40.00
RITZ Upholstered Armrest - Each on:$40.00
RITZ Arm in Leather - Each on:$55.00
RITZ MP3-iPod Holder (Sewn in Armrest) each on:$25.00
Seat Belt Loop - Each *** Not Available on Foldaway Seats $10.00
Side Slider per Double $70.00
Snack Tray - Each $70.00
TDSS-L Track on Foldaways Ea. Note Location in Special Instructions & Floor
Plan $80.00
TDSS-SC (SlideNClick) on Foldaways Ea. Note Location in Special Instructions
& Floor Plan $160.00
Vertical Stitching - Each $20.00
Page 359 of 733
SEAT BELTS
Seat Belt, Non-Retractable ****STANDARD ITEM - ENTER QUANTITY
Seat Belt, Retractable ** NOT AVAILABLE WITH FOLDAWAY SEATS **ORDER
USR BELTS $45.00
Seat Belt, Freedman USR Retractable (Per Person) $65.00
Seat Belt Extension, 12" FOR STANDARD SEAT BELTS $15.00
Seat Belt Extension, 12" (P/N 56410) FOR USR SEAT BELTS $20.00
Description Sale Price
CNG CONVERSION - 30 GGE SYSTEM (E-350/450)$28,561.00
CNG CONVERSION - 40 GGE SYSTEM (E-350/450)$32,045.00
CNG CONVERSION - 50 GGE SYSTEM (E-350/450)$36,086.00
CNG CONVERSION - 52 GGE SYSTEM (F-550)$34,692.00
CNG CONVERSION - 64 GGE SYSTEM (F-550)$39,151.00
PROPANE ENGINE: ROUSH CLEAN
TECH/CLEAN FUEL USA-41 USABLE GALLONS (E-350/E-450)$20,758.00
PROPANE ENGINE: ROUSH CLEAN
TECH/CLEAN FUEL USA-45 USABLE GALLONS (F-550)$27,168.00
PROPANE ENGINE: ROUSH CLEAN
TECH/CLEAN FUEL USA-67 USABLE GALLONS (F-550)$31,905.00
Relocate Driver Side Condenser (E-450)$695.00
Relocate Driver Side Condenser (F-550)$696.00
Relocate/Modify Battery Box (E-450)$1,043.00
Relocate/Modify Battery Box (F-550)$1,044.00
Skirt Modification on Aerotech Body $486.00
158" Wheelbase Skirt Modification $486.00
Fuel- Half Tanks (Per Gallon)$3.00
Fuel- Full Tanks (Per Gallon)$3.00
Bobtail Vehicle Surcharge $556.00
CNG Delivery Fee- Truck Only (Per Mile)$2.00
Graphics Package A - Level 1 Minivan/MV-1 $695.00
Graphics Package A - Level 2 Transit $695.00
Graphics Package A - Level 3 Narrow Body $1,113.00
Graphics Package A - Level 4 20-23 Std Body $1,323.00
Graphics Package A - Level 5 24-27 Std Body $1,531.00
Graphics Package A - Level 6 29-32 Std Body $1,671.00
Graphics Package A - Level 7 35-40 Std Body $2,088.00
Graphics Package A - Level 8 35-40 Wide Body $2,088.00
Graphics Package B - Level 1 Minivan/MV-1 $1,148.00
Graphics Package B - Level 2 Transit $1,148.00
Graphics Package B - Level 3 Narrow Body $1,566.00
Graphics Package B - Level 4 20-23 Std Body $1,774.00
Graphics Package B - Level 5 24-27 Std Body $1,984.00
Graphics Package B - Level 6 29-32 Std Body $2,193.00
Graphics Package B - Level 7 35-40 Std Body $2,611.00
Graphics Package B - Level 8 35-40 Wide Body $2,507.00
Graphics Package C - Level 1 Minivan/MV-1 $1,715.00
CBS Specialty Options
Page 360 of 733
Graphics Package C - Level 2 Transit $1,715.00
Graphics Package C - Level 3 Narrow Body $2,141.00
Graphics Package C - Level 4 20-23 Std Body $3,028.00
Graphics Package C - Level 5 24-27 Std Body $2,423.00
Graphics Package C - Level 6 29-32 Std Body $2,725.00
Graphics Package C - Level 7 35-40 Std Body $3,534.00
Graphics Package C - Level 8 35-40 Wide Body $3,332.00
Graphics Package D - Level 1 Minivan/MV-1 $2,652.00
Graphics Package D - Level 2 Transit $2,652.00
Graphics Package D - Level 3 Narrow Body $4,582.00
Graphics Package D - Level 4 20-23 Std Body $4,836.00
Graphics Package D - Level 5 24-27 Std Body $5,071.00
Graphics Package D - Level 6 29-32 Std Body $5,656.00
Graphics Package D - Level 7 35-40 Std Body $6,338.00
Graphics Package D - Level 8 35-40 Wide Body $6,241.00
Graphics Package E- Levels 1-8 Custom Quote
Clever Device Complete System $28,000.00
Clever Device Wiring only $12,000.00
APC Add On $6,397.00
Trapeze Complete $18,418.00
Trapeze Cabling only $5,372.00
Seon TL4 $4,500.00
Hanover Displays Frt $2,316.00
Hanover Displays Side $2,410.00
Hanover Displays Side $2,360.00
Apollo Video Technology $8,500.00
TSO Mobile Base System w/ MDT $4,291.00
TSO Mobile APC System (Per Door)$5,892.00
TSO Mobile DVR 4 Channel 4 Cameras $6,500.00
TSO Mobile DVR 4 Channel 2 Cameras $3,500.00
TSO Mobile AVAS System (Stand Alone)$4,800.00
TSO Mobile AVAS System (Using DVR)$3,500.00
Additonal Route Set Up over 5 (Per Route)$207.00
TSO In Vehicle Electronic Ad Display + GPS +Wi-Fi $3,746.00
TSO Anti-Bunchin Monitor $744.00
TSO APP Public Mobile Tracker Set-UP $486.00
TSO AVIS Set UP $1,043.00
TSO ATIS Set UP $625.00
TSI Camera System- 4 Camera System $6,500.00
TSI Camera System- 6 Camera System $8,000.00
Ford Powertrain Extended Warranty 5yr/100K $4,500.00
Ford Premium Care Extended Warranty 5yr/100K $6,500.00
Kidde Fire Suppression System $7,000.00
Amerex Fire Suppression System $7,000.00
Fogmaker Fire Suppression System $5,000.00
DIAMOND MANUFACTURING NV $893.00
DIAMOND MANUFACTURING RV $1,383.00
Page 361 of 733
DIAMOND MANUFACTURING SV $1,280.00
DIAMOND MANUFACTURING H $1,988.00
DIAMOND MANUFACTURING E-5 $1,937.00
DIAMOND MANUFACTURING D $1,151.00
DIAMOND MANUFACTURING XV $1,182.00
GFI GENFARE Odyssey $16,666.00
OBDII Scanner with Laptop $7,000.00
Noregon JPRO Heavy Duty w/Laptop (Cummins & Allison)$7,000.00
Page 362 of 733
State of New Mexico
General Services Department
Purchasing Division
Statewide Price Agreement #:00-00000-20-00087
TRANSIT VEHICLE #4
130” WHEELBASE TRANSIT WITH SIDE DOOR WHEELCHAIR LIFT, ADA-COMPLIANT
All references to brand names are for illustrative purposes only and do not indicate a preference for a specific
manufacturer. Equivalent products meeting the required specifications are acceptable.
Examples of vehicles in this category include:
Driverge
Lonestar Transit Vans
Norcal Transit Vans
1. Dimensions
a. The overall length of the vehicle, bumper to bumper, will be a maximum of 218”.
b. The maximum exterior height will be 101”.
c. The minimum interior height will be 67”, measured from the subfloor to the headliner at the center of the
vehicle.
d. The GVWR of the vehicle will be adequate and appropriate for application described, a full tank of fuel, and the
number of passengers and wheelchairs described, plus 200 pounds. Any exceptions to this requirement, seating
capacity, or any other specification must be noted.
e. A four corner weight analysis will be done on each completed vehicle, and a copy of the weight slip will be
supplied with the vehicle.
2. Chassis Components
a. The vehicle will be a current model Ford Series Code X2C; Transit 350XL Wagon Medium Roof, or approved
equivalent.
b. The drive train will be adequate for GVWR and will maintain 70 mph.
c. The vehicle will be equipped with Fast Idle.
d. 8,550 pounds GVWR
e. The vehicle will have a factory-standard 25-gallon gas tank.
f. Tank, fuel lines, and hardware must meet all current FMVSS, including FMVSS 301, as well as all current
CARB and EPA requirements.
g. The vehicle will have an OEM factory-installed front and rear heating system.
3. Electrical
a. The vehicle will have a 12-volt dual battery system and a 220-amp alternator, along with a modified vehicle
wiring system and auxiliary fuse panel.
4. Body Construction
a. The vehicle will have a fast idle system installed.
b. A standard subfloor will be installed.
c. An aluminum L-Track will be mounted in the vehicle and will be flush-mounted in the subfloor.
d. The floor system will be in-vehicle tested to meet or exceed all FMVSS regulations.
e. The subfloor will be covered in Altro 2.2mm transit floor covering, or equivalent.
f. Three seats will be installed in each vehicle, with additional seats available as an option. Each seat will be
Freeman 3PT or equivalent.
g. The shoulder belt for the wheelchair position will be FMVSS-compliant and mounted and tested.
h. The location of the shoulder belt will be mounted above the OEM airbag system and will not be located in the
Occupant Protection Zone as defined by the OEM.
Page 363 of 733
State of New Mexico
General Services Department
Purchasing Division
Statewide Price Agreement #:00-00000-20-00087
5. Vehicle Features
a. Lift/Ramp -ADA approved, with minimum 1,000-pound capacity. If 1,000-pound capacity is not available, an
800-pound capacity lift must be provided as a deduction from base price. Lift and ramp will meet or exceed all
State, Federal, ICC, and ADA requirements. Fluid used will be Aircraft Hydraulic Fluid to meet US MIL-SPEC
H-5606-G. (Texaco #15 or Mobil Aero HFA or equivalent). Minimum clear dimensions for platform are 34"
wide X 54" length. An ADA compliant interlock system must be included.
b. Wheelchair securements will be flush mounted on the floor, or approved equal. All wheelchair securement
devices provided and the installation thereof, performance pursuant to these specifications, will meet or surpass
the minimum standards per ADA requirements. Mounts must be ADA approved with shoulder harness.
Shoulder harness shall be adjustable to compensate for some variations in size of wheelchair or passenger. At no
time will the position of a wheelchair securement device or area, 30 inches wide per ADA specifications, when
used with a standard (per ADA) wheelchair, reduce clear aisle space to less than the dimensions specified in this
proposal. (Section 1, part 1.03).
c. Minimum 35K BTU supplemental rear heater must be included.
d. The following conversion upgrade will be made available:
x Upgrade engine to Eco Boost V6 (cannot be selected with diesel engine upgrade)
x Upgrade engine to Diesel (cannot be selected with Eco Boost engine upgrade)
x Cruise control
x Cloth 10-way power drive seat
x 0.016-inch aluminum wheels in lieu of steel wheels
x OEM paint upgrade
x All wheel drive
6. Warranties, Service, and Delivery
a. At a minimum, the warranties for transit vehicle will be as follows:
x A bumper-to bumper conversion warranty of 5 years or 100,000 miles.
x A power train warranty of 3 years or 36,000 miles.
x A rust-through warranty of 5 years or 100,000 miles.
x An emissions warranty as mandated by Federal and State laws.
x A wheelchair ramp warranty of 5 years or 100,000 miles.
x All warranties will begin on the date that the vehicle delivery is accepted by the agency issuing the purchase
order
b. Maintenance and Inspection Schedule -a single comprehensive maintenance and inspection schedule for each
type of vehicle for which a proposal is submitted, that incorporates the required maintenance and inspection of
body, chassis, tires, wheelchair lift and other equipment and sub-systems, as prescribed by the respective
manufacturers. The maintenance and inspections schedule will be supplied with each bus.
c. Quality -body manufacturer must meet chassis manufacturer's quality assurance program, if available.
Certification from chassis manufacturer must be submitted with proposal for each chassis.
d. Tires will be covered by OEM chassis warranty.
e. Bus chassis will be covered by OEM warranty.
f. Body structure materials and workmanship will be covered by bumper-to-bumper warranty.
g. Installation, labor and workmanship (including electrical) performed by the body manufacturer, final stage
manufacturer or vendor (if vendor installs components or otherwise completes vehicle) will be covered by OEM
warranty.
h. All other components and accessory equipment will be covered by bumper-to-bumper warranty.
i. All components installed by a dealer shall be covered by a warranty of 1 year unlimited miles unless covered by
applicable manufacturer’s warranty exceeding this 1 year timeline.
j. The responder will provide a report of all warranties and excluded warranties associated with each vehicle.
k. During established warranty periods, the price agreement vendor and respective manufacturer will furnish all
warranty parts at no cost to the transit system. Replacement costs, parts and assemblies will be made without
delay.
Page 364 of 733
State of New Mexico
General Services Department
Purchasing Division
Statewide Price Agreement #:00-00000-20-00087
l. The price agreement vendor will provide the recipient, or a designated representative of the recipient, the
opportunity to inspect the vehicle for compliance with these specifications and applicable motor vehicle
regulations. The inspection(s) must be completed prior to the delivery and acceptance of the vehicle.
m. Prior to releasing the vehicle to the recipient, the price agreement vendor will provide hands on instructions, by
a qualified and experienced employee, in the proper and safe operation of all mechanical, electrical and
hydraulic components in the vehicle. Towing procedures must be included in the instruction. The recipient's
driver/designee will conduct an operational familiarization test drive with the price agreement vendor's
employee.
7. Additional Option Pricing
a. For Transit Vehicle #4, all bidders will provide pricing information for the following additional options:
x Extended OEM Chassis/Powertrain warranties
Page 365 of 733
Item 4- (AC) Creative Bus Sales, Inc.
Spirit of Independence
Page 366 of 733
PRICING & OPTIONS – VEHICLE #4
CURRENT MODEL YEAR – REAR OR SIDE DOOR ENTRY, WHEELCHAIR ACCESSIBLE,
130’ OR 148’ WHEELBASE WITH MEDIUM OR HIGH ROOF VEHICLE
%DVHSULFHZLOOLQFOXGHDOOUHEDWHVDQGFRQFHVVLRQVDQGLQFOXGHSULFHIRU$'$FRPSOLDQWVHFRQG
ZKHHOFKDLUSRVLWLRQZKHUHDSSOLFDEOH
Vendor:Creative Bus Sa1es, Inc.
Bus Manufacturer:Arboc
Bus Model: Spirit of Independence
Chassis Manufacturer:Ford
Engine Type:3.5L Gasoline
Wheelbase:178"
GVWR:11,000
Category 130’ or 148’
Wheelbase
Number
of
Passenger
Rear or Side
Entry
Number of
Wheelchair
Positions
Price
2.9 148' 8 Side 2 $93,553.00
3.4 148' 10 Side 2 $93,928.00
A. Delivery/freight charge from Bus Manufacturer to Santa Fe, NM.$2,000.00
B. One-way delivery cost from Vendor to Recipient's destination (price
should include cost for one hour of recipient orientation.)
See our attached list
based on county location
C. Delivery Time Frame after receipt of Purchase Order (days)150 Days
*Floorplans must be submitted for each category bid.
*Certified pre-build weight certificates must be submitted for each category bid.
*Tech Info Card & Standard Warranty Card are Required per Category Bid.
ADDITIONAL MANUFACTURER’S OPTIONS AVAILABLE
Power Ramp Inc
Door Location- Side Inc
Door Location - Rear N/A
Medium Roof N/A
High Roof N/A
Two-Way Radio System $140
Folding Jump Seat (Freedman Two Passenger Forward Facing Foldaway)$645
Upgrade to Q'Straint QRT (price each set)$970
10" Seat Belt Extender $28
Vinyl Seating Surfaces (Matches Freedman Middle Foldaway Seat)$65
Rear Seat Folding Foot Rest $40
FRP Body Sliding With FRT Steps (Includes LED Step Lights)N/A
Load Leveling Suspension - Air Lift or OEM850 $6,125
Extra Key Remote $255
OEM Engine Block Heater Inc
Full Size Spare Tire $555
Additional Standard (Price Each)$
ADDITIONAL MANUFACTURER’S OPTIONS FOR TRANSIT VEHICLE #4
Page 367 of 733
$
$
$
TECHNICAL INFORMATION – VEHICLE #4
CURENT MODEL YEAR – REAR OR SIDE DOOR ENTRY, WHEELCHAIR ACCESSIBLE,
130’ OR 148’ WHEELBASE WITH MEDIUM OR HIGH ROOF VEHICLE
Bus Vendor Creative Bus Sales
Bus Manufacturer Arboc
Bus Model Number Spirit of Independence
Altoona Test Life (years/miles)4 years/100,000 miles
Test Report Model:
Test Report Number:LTI-BT-R1609
Test Report Date:Apr-17
Production Location Middlebury IN
Warehouse and Service Locations
TECHNICAL INFORMATION – VEHICLE #4 CONTINUED
Overall Length (including bumpers)23.5'
Overall Width (excluding mirrors)96"
Overall Exterior Height 104"
Interior Height (center of aisle)76"
Doorway Opening
Ambulatory Width 39"inches / Height 75"
Wheelchair Width inches / Height
Wheel base 178"
Floor thickness 5/8"
Construction Type/Materials
Subframe Steel Tube
Body frame Powder Coated Steel
Exterior panels FRP
Interior panels FRP
Insulation 1.5" Polystyrene
Chassis Manufacturer Ford
Certified Weight of Bus - Total 11,000
On Front Axle 4680
On Rear Axle 7275
Engine Manufacturer Ford
Type Eco boost
Model 3.5L
Net SAE Horsepower 310
Net SAE Torque 400
Transmission Manufacturer Ford
Type Automatic
Model Select Shift
Speeds 10
Cooler
Alternator Manufacturer Ford
Model
Output (amps)250
Starter Motor Manufacturer Ford
Model
Air Compressor (if equipped) Manufacturer
Page 368 of 733
Model
Capacity
Gross Axle Weight Rating
Axle, Front Manufacturer Ford
Type IFS
Model
Gross Axle Weight Rating (lbs.)4630
Axle, Rear Manufacturer Ford
Type Sterling
Model
Gross Axle Weight Rating (lbs.)7275
Differential Ratio 3.73
TECHNICAL INFORMATION – VEHICLE #4 CONTINUED
Power Steering Pump Manufacturer Ford
Model
Brakes – Manufacturer Ford
Front – Type Disc
Diameter 12.1
Rear – Type Disc
Diameter 12.1
Radiator Manufacturer Ford
Type
Model
Total System Capacity (Excludes auxiliary heating Gallons
Radiator Fan Speed Control Type
Surge Tank Capacity
Engine Thermostat Temperature Setting Degrees
Overheat Alarm Temperature Setting Degrees
Heating System Capacity Front BTUs /Rear 65kBTUs
Heating Cores – Manufacturer Pro Air
Number of Cores
Air Conditioning – Manufacturer ACC Valeo
Model Tropicool
Capacity (BTUs)80k
Fuel Tank Capacity (Gallons)25
Tires – Manufacturer
Size 16"
Type 205/75R16
Load Range C
Batteries
Main – Manufacturer Motorcraft
Type, Size AGM
Capacity (CCA at 0 degrees F)610
Accessory – Manufacturer
Type, Size
Capacity (CCA at 0 degrees F)
Wheelchair Lift – Manufacturer Braun
Model RA-300
Wheelchair Securement – Manufacturer Q'Straint
Model Q8300 Max
Seat Belts – Manufacturer Freedman Seating
Type
Page 369 of 733
Passenger Seats – Manufacturer Freedman Seating
Type Mid-High
Minimum knee-to-hip space 27"
Driver’s Seat – Manufacturer Ford
Model OEM
Interlock – Manufacturer Arboc
Model I-O Controls
TECHNICAL INFORMATION – VEHICLE #4 CONTINUED
Backup Alarm (db)97
Roof Marker Lights – Manufacturer TecNig
Interior Lighting – Type LED
Number of Fixtures 6
Identification Lights – Manufacturer TecNig
STANDARD WARRANTIES – VEHICLE #4
CURRENT MODEL YEAR – REAR OR SIDE DOOR ENTRY, WHEELCHAIR ACCESSIBLE,
130’ OR 148’ WHEELBASE WITH MEDIUM OR HIGH ROOF VEHICLE
Warranty Miles Years
Body Structure 100,000 5
Chassis 36,000 3
Engine 60,000 5
Transmission 60,000 5
Air Conditioner unlimited 3
Lift unlimited 2
Other Options 50,000 3
VEHICLE #4 - LIST ALL AUTHORIZED SERVICE DEALERS BELOW:
Name Address City/County/State
Creative Bus Sa1es, Inc. 5760 Pino Ave NE / 866-973- A1buquerque, NM
Page 370 of 733
VEHICLE #4 - LIST ALL AUTHORIZED SERVICE DEALERS BELOW: CONTINUED
Name Address/Phone City/County/State
PARTS, SERVICE AND DELIVERY
• Bidders are encouraged to include information on available pricing discounts on parts sold to sub-recipients for
vehicle repairs, in relevant vehicle categories.
• For each make and model offered in transit vehicle categories #1 - #4, bidders are required to provide in state
and/or near state warranty/service repair locations. Bidders providing certified mobile warranty/service repair should
provide pricing information and a service menu, including trip charge, for the on-site warranty/service
• All vehicles sold under this price agreement to Section 5311 and 5310 sub-recipients, under price agreement with
NMDOT Transit & Rail Division, must be inspected by a representative of NMDOT Transit & Rail
Division, prior to delivery to the sub-recipient. The inspection location is required to be in a central location within
an hour’s drive to Santa Fe, New Mexico.
• All delivery fees must be revealed and listed on a per county basis.
Page 371 of 733
Options Vehicle #4 Arboc Additional
Description Price
Chassis - 02
Anti Ride Bumper $150.00
Spare Tire & wheel (shipped loose)$555.00
Wheel Inserts (set of 4) $200.00
CSA UPFIT (Required for all Canadian Units) ENGLISH
ONLY SWITCHES $277.00
CSA UPFIT (required for all Canadian units)$277.00
Dealer DROP Chassis (includes Chassis PDI)$388.00
Dealer Transfer Chassis (includes Chassis PDI) NEED
DEALERSHIP RELEASE CODE $388.00
Sumo Spring Suspension Kit (Ford)$527.00
Auto Flex Kneeling Suspension $6,111.00
Steel Underbelly $1,111.00
Altro Flooring - Storm Grey (no coving on sides)$0.00
GerFlor Flooring Sirius Anthracite Gray (no coving on
sides)$0.00
6" Coving on sides Storm Grey Altro $222.00
6" Coving on sides Sirius Anthracite Gray GerFlor $222.00
Undercoating In house $305.00
Undercoating Ziebart $1,111.00
Mirrors - 03
Interior Convex Mirror $38.00
Windows - 04
T-Slider Windows $138.00
Solid Frameless Windows (w/black out mullions) $1,333.00
Solid Frameless Windows (w/black out mullions)
includes Rear Window $1,444.00
Exterior - 05
Chrome Trim Rings for Front & Rear Marker Lights $27.00
Side Turn Marker Lights (includes Chrome Trim Rings)$138.00
Top Front 4" LED Amber and Top Rear 7" LED Amber
FLASHING lights on with Door plus manual switch $361.00
4 WAY FLASHERS - DOOR ACTIVATED $277.00
Door/Hatch/Luggage - 06
Rear door (Outside Key Lock, Inside Manual Locking
Lever) w/1 upper window and door alarm, exit led
light (NO SIDE WINDOWS) (N/A on Narrow Body)$805.00
REAR DOOR ALARM PACKAGE (Audible & flashing
switch on console if door is unlatched or open, will
only go out of Park if the door is shut and unlocked) $122.00
Page 372 of 733
Description Price
Door/Hatch/Luggage - 06
Roof Hatch - Transpec Econo #1976 $227.00
Deluxe Overhead Parcel Racks -PRICED PER FOOT
each side without reading lights (not over wheelchair
positions) order in 2' sections $72.00
Double Reading Lites (for OH Parcel) $55.00
Rear Luggage incl Rear Door (Outside Key Lock, Inside
Manual Locking Lever) Alarm, Interior Wall, Step & 2
End Shelves**requires Roof Hatch $1,216.00
Luggage Rack-60" Stainless Steel $750.00
Luggage Rack-48" Stainless Steel $644.00
Overhead Storage Platform 30" x 6" x 12" (Door is
standard)$222.00
Advertising Racks - Exterior $555.00
Advertising Racks - Interior $827.00
Interior Door Strut/Prop $50.00
Sensitive Door Edge - Main Entry $0.00
Electrical - 07
Keyless Entry Passenger Entry Door (includes 2 Key
FOB)$222.00
Ramp Activation Warning light, buzzer & chrome trim
ring $166.00
Front Illuminated ID Sign- No lettering $327.00
Destination Sign Hanover Front Only-Amber $3,105.00
Destination Sign Mobilite Front Only-Amber $2,361.00
Destination Sign Mobilite Front & Side-Amber $3,994.00
Fast Idle (no charge w/Ramp)$305.00
Audio - 08
Ground Screen in Front Cap $83.00
PA-System w/hand held microphone w/4 speakers
(no radio required-din mount)$333.00
AM/FM/CD w/4 Speakers ASA Jensen PA Ready $333.00
AM/FM/CD w/4 Speakers ASA Jensen & PA System
w/handheld mic $383.00
Additional Speakers (each)$27.00
Passenger Stop Request - Yellow Pull Cord w/chimes
w/Surface Mount Wired Push Buttons at Wheelchair
Positions $772.00
Interior Environment - 09
ACC Tropicool 80K TC6021 Heat/Cool Roof Top w/TM
21 Compressor (includes in line pump)$6,655.00
PRO AIR ACT RT6595 Heat/Cool Roof Top w/TM16
Compressor (includes in line pump)$6,216.00
PRO AIR ACT RT6500 Cool Only Roof Top w/ TM16
Compressor $5,994.00
Page 373 of 733
Description Price
Interior Environment - 09
PRO AIR ACT-45HD Rear Cool Only 70K BTU EZ-5
Evap, 110HD Condenser flat mount TM 16
Compressor $4,361.00
Heaters
35K BTU Heater Low Profile $372.00
65K BTU Heater Low Profile $500.00
60K BTU Slim Line Heater $438.00
Heater Shut Off Valve w/label $72.00
Insulated Heater Hoses $305.00
In-Line circulating pump $216.00
Interior - 10
LH Entry Stanchion w/Grab Handle Yellow
Powdercoat $44.00
Vertical Stanchion Stainless Steel $94.00
Vertical Stanchion Yellow Powdercoat $116.00
RH Entry Stanchion Yellow Powdercoat $50.00
Ceiling Grab Rail (1) Stainless Steel (designate
location)$200.00
Ceiling Grab Rail (1) Yellow Powdercoat (designate
location)$250.00
Assist Handles on Entry Doors Yellow Powdercoat $61.00
Walker Rack, Co-Pilot Area Stainless Steel with
Modesty Panels $361.00
Driver Stanchion W/Modesty Panel & Plexiglass
Stainless Steel $233.00
Driver Stanchion W/Modesty Panel & Plexiglass -
Yellow Powdercoat $266.00
Padding on Stanchion (each) Black, Grey or Yellow $61.00
Soft Touch Vinyl Interior Walls (Grey)$166.00
Soft Touch Vinyl Interior Ceiling (Grey)$111.00
AutoCloth Interior Walls (Grey)$166.00
AutoCloth Interior Ceiling (Grey)$111.00
Seating - Driver - 11
OEM CO-PILOT SEAT-REMOVE (removal of OEM
factory installed)$277.00
OEM CO-PILOT SEAT-Delete (Chassis was ordered
without seat )$0.00
Seating - Passenger -12
Freedman Seats - Featherweight $0.00
GO ES Single Fixed Seat w/ 3pt seat belts $427.00
GO ES Double Fixed Seat w/ 3pt seat belts $633.00
GO ES Single Flip w/ 3pt seat belts $544.00
GO ES Double Flip w/ 3pt seat belts $916.00
GO ES Single BV Foldaway w/ 3pt seat belts $850.00
GO ES Double BV Foldaway w/3pt seat belts $1,000.00
Page 374 of 733
Description Price
Seating - Passenger -12
GO ES Double BV Foldaway over wheel well w/3pt
seat belts $1,100.00
High Back Double Seat $350.00
High Back Single Seat $216.00
Mid Back Triple Seat $538.00
Mid Back Double Seat $333.00
Mid Back Single Seat $205.00
Low Back Triple Seat $505.00
Low Back Double Seat $316.00
Low Back Single Seat $194.00
Flip Seat Single $394.00
Flip Seat Double $550.00
Flip Seat Split Double $788.00
Flip Seat Triple $877.00
Single BV Foldaway Seat $472.00
Double BV Foldaway Seat with notch $783.00
Double BV Foldaway Seat NO notch $644.00
Double WHAM Foldaway Seat over Wheel Well with
notch $883.00
Double WHAM Foldaway Seat over Wheel Well NO
notch $844.00
Bantam Flip Seat Single $461.00
Seating - Accessories - 13
Grab Handle at top of seat back-black padded
Mid/Low Back Seats $27.00
Grab Handle at top of seat back-Yellow Mid/Low Back
Seats $38.00
Grab Handle at top of seat back High Back Seats $72.00
GO ES 3pt Grab Handle Black $27.00
3PT Seat Grab Handle Yellow $55.00
US Armrest $27.00
Armrest Bantam $55.00
ABS Seat Backs (each)$66.00
ABS Seat Backs NOTCH BACK FOLDAWAY (each)$66.00
FTA Foam GO ES Seats $100.00
Non-Retractable Seat Belt (each)$27.00
Retractable Seat Belt (each)$55.00
USR Single Under Seat Belt $77.00
USR Double Under Seat Belt $138.00
Seat Belt Extenders - 12" (USR Seats Only)$27.00
Seat Belt Extenders - 12" (3 PT Seats Only)$27.00
SEAT BELT EXTENDERS - 24" (NON RETRACTABLE)$27.00
Page 375 of 733
Description Price
Seating Trim Levels - 14
Stitching for vinyl seats - vertical (each)$22.00
NON STOCK Fabric per seat $11.00
Seat Cover - Level 2 per seat $16.00
Seat Cover - Level 3 per seat $22.00
Seat Cover - Level 3.5 per seat $50.00
Seat Cover - Level 4 per seat $55.00
Seat Cover - Level 5 per seat $66.00
Seat Cover - Level 6 per seat $77.00
LaFrance Wool Seat Cover per seat $127.00
Safety - 15
Safety Kit, includes #10 fire extinguisher (3.5lb), 16
Unit First Aid Kit & triangle kit (SHIP LOOSE)$94.00
Safety Kit, includes 5lb fire extinguisher, 16 Unit First
Aid Kit & triangle kit (SHIP LOOSE)$166.00
Body Fluid Clean Up Kit $55.00
Standee Line W/ Sign Yellow $16.00
Decal - No Smoking (shipped loose unless noted on
order specific location $16.00
Safety Kit, includes 5lb fire extinguisher, 39 Unit First
Aid Kit & triangle kit (SHIP LOOSE)$205.00
ADA - 16
Q'Straint Q8100-A-L3 4 Deluxe Retractors mounted
on L-Track (Q8-6200-L) 1-Retractable Shoulder Belt
Reel (Q5-6415-RET-ASL) Regular lap belt w/ pin
connector (Q8-6325) W/48" L-Track $722.00
Q'Straint Q8300-A-L3 4 Max Retractors mounted on
L-Track (Q8-6209-L) 1 - Retractable Shoulder Belt Reel
(Q5-6415-RET-ASL) Regular lap belt w/ pin connector
(Q8-6325) W/48" L-Track $722.00
Q'Straint Floor L-Track ( number of pieces required -
100" ) Add'l needed for extending track longer than
48"$83.00
Q'Straint Wall L-Track Full Length (100" pc) above
window $83.00
Q'Straint Q8100-A-SC3 (Slide & Click) 4 Deluxe
Retractors (Q8-6200-SC) 1 - Retractable Shoulder Belt
Reel (Q5-6415-RET-ASL) Regular lap belt w/ pin
connector (Q8-6325)$666.00
Q'Straint Q8300-A-SC3 (Slide & Click) 4 Max
Retractors (Q8-6209-SC) 1 - Retractable Shoulder
Belt Reel (Q5-6415-RET-ASL) Regular lap belt w/ pin
connector (Q8-6325)$666.00
Wheel chair belt storage under seat Qstraint Tiedown
Storage System L-Track $83.00
Page 376 of 733
Description Price
ADA - 16
Wheel chair belt storage under seat for Q'Straint Slide
& Click (not available on single foldaway)$83.00
Wheel chair belt storage under seat for Q'Straint Slide
& Click -GOES Seating $83.00
Slide & Click Wheel Chair restraint - Wall storage $33.00
L-track Wheel Chair restraint - Wall storage $55.00
Q'Straint InQline Integrated Winch & Retractor
System $2,944.00
Q'Straint Storage Pouch $38.00
Entry Ramp w/FAST IDLE - Braun 34" $6,011.00
Ramp Heater Electric Pad - BRAUN RAMP $500.00
Q'Straint Webbing Loops 20"$5.00
Custom Paint/Graphics - 17
Paint Scheme & Paint Codes Required
Full Body Paint (single color) not including roof $0.00
Full Body Paint ROOF ONLY (single color) $0.00
Black Out Windows $861.00
Paint Skirt $0.00
Custom Paint $0.00
Custom Graphics $0.00
Paintable Aluminum Roof Radius Metal (used with
darker colors of full body paint)$216.00
Special Options - 18
Camera Systems to be quoted as needed $0.00
Security Camera Prewire per specified location $83.00
Pull Cord for GPS Wire - per specified location $83.00
Install Customer Supplied Cable per specified location $83.00
RVS Advanced Blind Spot Sensor System $427.00
Camera System RVS Eagle Drive 360 Degree
Perimeter $3,322.00
RVS IVUE Driver Fatigue System $361.00
RVS MobileMule 5500 Camera System (5 Channel
Mobile DVR w/GPS w/(4) AHD 120 degree DOME
Cameras $994.00
Extended Standard Warranty 5 year/100,000 mile $1,111.00
Extra Set of Fuses - Ship Loose in bus $27.00
Page 377 of 733
CBS Specialty Options
Description Price
CNG CONVERSION - 30 GGE SYSTEM (E-
350/450)$28,561.00
CNG CONVERSION - 40 GGE SYSTEM (E-
350/450)$32,045.00
CNG CONVERSION - 50 GGE SYSTEM (E-
350/450)$36,086.00
CNG CONVERSION - 52 GGE SYSTEM (F-550)$34,692.00
CNG CONVERSION - 64 GGE SYSTEM (F-550)$39,151.00
PROPANE ENGINE: ROUSH CLEAN
TECH/CLEAN FUEL USA-41 USABLE GALLONS (E-350/E-
450)$20,758.00
PROPANE ENGINE: ROUSH CLEAN
TECH/CLEAN FUEL USA-45 USABLE GALLONS (F-550)$27,168.00
PROPANE ENGINE: ROUSH CLEAN
TECH/CLEAN FUEL USA-67 USABLE GALLONS (F-550)$31,905.00
Relocate Driver Side Condenser (E-450)$695.00
Relocate Driver Side Condenser (F-550)$696.00
Relocate/Modify Battery Box (E-450)$1,043.00
Relocate/Modify Battery Box (F-550)$1,044.00
Skirt Modification on Aerotech Body $486.00
158" Wheelbase Skirt Modification $486.00
Fuel- Half Tanks (Per Gallon)$3.00
Fuel- Full Tanks (Per Gallon)$3.00
Bobtail Vehicle Surcharge $556.00
CNG Delivery Fee- Truck Only (Per Mile)$2.00
Graphics Package A - Level 1 Minivan/MV-1 $695.00
Graphics Package A - Level 2 Transit $695.00
Graphics Package A - Level 3 Narrow Body $1,113.00
Graphics Package A - Level 4 20-23 Std Body $1,323.00
Graphics Package A - Level 5 24-27 Std Body $1,531.00
Graphics Package A - Level 6 29-32 Std Body $1,671.00
Graphics Package A - Level 7 35-40 Std Body $2,088.00
Graphics Package A - Level 8 35-40 Wide
Body $2,088.00
Graphics Package B - Level 1 Minivan/MV-1 $1,148.00
Graphics Package B - Level 2 Transit $1,148.00
Graphics Package B - Level 3 Narrow Body $1,566.00
Graphics Package B - Level 4 20-23 Std Body $1,774.00
Graphics Package B - Level 5 24-27 Std Body $1,984.00
Graphics Package B - Level 6 29-32 Std Body $2,193.00
Graphics Package B - Level 7 35-40 Std Body $2,611.00
Graphics Package B - Level 8 35-40 Wide
Body $2,507.00
Page 378 of 733
CBS Specialty Options
Description Price
Graphics Package C - Level 1 Minivan/MV-1 $1,715.00
Graphics Package C - Level 2 Transit $1,715.00
Graphics Package C - Level 3 Narrow Body $2,141.00
Graphics Package C - Level 4 20-23 Std Body $3,028.00
Graphics Package C - Level 5 24-27 Std Body $2,423.00
Graphics Package C - Level 6 29-32 Std Body $2,725.00
Graphics Package C - Level 7 35-40 Std Body $3,534.00
Graphics Package C - Level 8 35-40 Wide
Body $3,332.00
Graphics Package D - Level 1 Minivan/MV-1 $2,652.00
Graphics Package D - Level 2 Transit $2,652.00
Graphics Package D - Level 3 Narrow Body $4,582.00
Graphics Package D - Level 4 20-23 Std Body $4,836.00
Graphics Package D - Level 5 24-27 Std Body $5,071.00
Graphics Package D - Level 6 29-32 Std Body $5,656.00
Graphics Package D - Level 7 35-40 Std Body $6,338.00
Graphics Package D - Level 8 35-40 Wide
Body $6,241.00
Graphics Package E- Levels 1-8 Custom Quote
Clever Device Complete System $28,000.00
Clever Device Wiring only $12,000.00
APC Add On $6,397.00
Trapeze Complete $18,418.00
Trapeze Cabling only $5,372.00
Seon TL4 $4,500.00
Hanover Displays Frt $2,316.00
Hanover Displays Side $2,410.00
Hanover Displays Side $2,360.00
Apollo Video Technology $8,500.00
TSO Mobile Base System w/ MDT $4,291.00
TSO Mobile APC System (Per Door)$5,892.00
TSO Mobile DVR 4 Channel 4 Cameras $6,500.00
TSO Mobile DVR 4 Channel 2 Cameras $3,500.00
TSO Mobile AVAS System (Stand Alone)$4,800.00
TSO Mobile AVAS System (Using DVR)$3,500.00
Additonal Route Set Up over 5 (Per Route)$207.00
TSO In Vehicle Electronic Ad Display + GPS +
Wi-Fi $3,746.00
TSO Anti-Bunchin Monitor $744.00
TSO APP Public Mobile Tracker Set-UP $486.00
TSO AVIS Set UP $1,043.00
TSO ATIS Set UP $625.00
TSI Camera System- 4 Camera System $6,500.00
TSI Camera System- 6 Camera System $8,000.00
Page 379 of 733
CBS Specialty Options
Description Price
Ford Powertrain Extended Warranty
5yr/100K $4,500.00
Ford Premium Care Extended Warranty
5yr/100K $6,500.00
Kidde Fire Suppression System $7,000.00
Amerex Fire Suppression System $7,000.00
Fogmaker Fire Suppression System $5,000.00
DIAMOND MANUFACTURING NV $893.00
DIAMOND MANUFACTURING RV $1,383.00
DIAMOND MANUFACTURING SV $1,280.00
DIAMOND MANUFACTURING H $1,988.00
DIAMOND MANUFACTURING E-5 $1,937.00
DIAMOND MANUFACTURING D $1,151.00
DIAMOND MANUFACTURING XV $1,182.00
GFI GENFARE Odyssey $16,666.00
OBDII Scanner with Laptop $7,000.00
Noregon JPRO Heavy Duty w/Laptop
(Cummins & Allison)$7,000.00
Page 380 of 733
Item 4- (AC) Creative Bus Sales, Inc.
Diverge X2C
Page 381 of 733
PRICING & OPTIONS – VEHICLE #4
CURRENT MODEL YEAR – REAR OR SIDE DOOR ENTRY, WHEELCHAIR
ACCESSIBLE, 130’ OR 148’ WHEELBASE WITH MEDIUM OR HIGH ROOF VEHICLE
Base price will include all rebates and concessions and include price for ADA compliant second
wheelchair position where applicable.
Vendor:Creative Bus Sa1es, Inc.
Bus Manufacturer:Driverge
Bus Model:
X2C
Chassis Manufacturer:Ford
Engine Type:3.5l Gasoline
Wheelbase:148"
GVWR:9,600
Category 130’ or 148’
Wheelbase
Number
of
Passenge
Rear or
Side Entry
Number of
Wheelchair
Positions
Price
1.1 130' 5 Rear 1 $48,109.00
A. Delivery/freight charge from Bus Manufacturer to Santa Fe, NM.$920.00
B. One-way delivery cost from Vendor to Recipient's destination (price
should include cost for one hour of recipient orientation.)See List By County
C. Delivery Time Frame after receipt of Purchase Order (days)150 Days
*Floorplans must be submitted for each category bid.
*Certified pre-build weight certificates must be submitted for each category bid.
*Tech Info Card & Standard Warranty Card are Required per Category Bid.
ADDITIONAL MANUFACTURER’S OPTIONS AVAILABLE
Power Ramp N/A
Door Location- Side -195
Door Location - Rear Inc
Medium Roof Inc
High Roof 3811
Two-Way Radio System Quote
Folding Jump Seat (Freedman Two Passenger Forward Facing Foldaway)1438
Upgrade to Q'Straint QRT (price each set)800
10" Seat Belt Extender 27
Vinyl Seating Surfaces (Matches Freedman Middle Foldaway Seat)INC
Rear Seat Folding Foot Rest N/A
FRP Body Sliding With FRT Steps (Includes LED Step Lights)N/A
Load Leveling Suspension - Air Lift or OEM850 N/A
Extra Key Remote 250
OEM Engine Block Heater Inc
Full Size Spare Tire Inc
Additional Standard (Price Each)$
ADDITIONAL MANUFACTURER’S OPTIONS FOR TRANSIT VEHICLE #4
Smart Floor System 5782
Page 382 of 733
Smart Floor Seat 800
Driver & full Pasenger Steps 1035
TECHNICAL INFORMATION – VEHICLE #4
CURENT MODEL YEAR – REAR OR SIDE DOOR ENTRY, WHEELCHAIR ACCESSIBLE,
130’ OR 148’ WHEELBASE WITH MEDIUM OR HIGH ROOF VEHICLE
Bus Vendor Creative Bus Sa1es, Inc.
Bus Manufacturer Driverge
Bus Model Number X2C
Altoona Test Life (years/miles)4 years/100,000 Miles
Test Report Model:Exempt
Test Report Number:
Test Report Date:
Production Location Kansas City, KS
Warehouse and Service Locations
TECHNICAL INFORMATION – VEHICLE #4 CONTINUED
Overall Length (including bumpers)21'
Overall Width (excluding mirrors)84"
Overall Exterior Height under 9'
Interior Height (center of aisle)min 72"
Doorway Opening
Ambulatory Width inches / Height
Wheelchair Width inches / Height
Wheel base 148"
Floor thickness 5/8"
Construction Type/Materials
Subframe
Body frame
Exterior panels
Interior panels
Insulation
Chassis Manufacturer Ford
Certified Weight of Bus - Total
On Front Axle
On Rear Axle
Engine Manufacturer Ford
Type Gasoline
Model 3.5L
Net SAE Horsepower
Net SAE Torque
Transmission Manufacturer Ford
Type Automatic
Model
Speeds 10
Cooler
Alternator Manufacturer Ford
Model
Output (amps)
Starter Motor Manufacturer Ford
Model
Air Compressor (if equipped) Manufacturer
Model
Page 383 of 733
Capacity
Gross Axle Weight Rating
Axle, Front Manufacturer Ford
Type
Model
Gross Axle Weight Rating (lbs.)
Axle, Rear Manufacturer Ford
Type
Model
Gross Axle Weight Rating (lbs.)
Differential Ratio
TECHNICAL INFORMATION – VEHICLE #4 CONTINUED
Power Steering Pump Manufacturer Ford
Model
Brakes – Manufacturer Ford
Front – Type Disc
Diameter
Rear – Type Disc
Diameter
Radiator Manufacturer Ford
Type
Model
Total System Capacity (Excludes auxiliary heating Gallons
Radiator Fan Speed Control Type
Surge Tank Capacity
Engine Thermostat Temperature Setting Degrees
Overheat Alarm Temperature Setting Degrees
Heating System Capacity Front 15k BTUs /Rear 20kBTUs
Heating Cores – Manufacturer Ford
Number of Cores 2
Air Conditioning – Manufacturer Ford
Model
Capacity (BTUs)35k
Fuel Tank Capacity (Gallons)25
Tires – Manufacturer Michellin/Continential
Size
Type
Load Range E
Batteries
Main – Manufacturer Motorcraft
Type, Size
Capacity (CCA at 0 degrees F)700
Accessory – Manufacturer
Type, Size
Capacity (CCA at 0 degrees F)
Wheelchair Lift – Manufacturer Braun
Model NCL-1000
Wheelchair Securement – Manufacturer Q'Straint
Model Q-8100
Seat Belts – Manufacturer Freedman
Type 3PT
Passenger Seats – Manufacturer Freedman
Page 384 of 733
Type 3PT
Minimum knee-to-hip space
Driver’s Seat – Manufacturer Ford
Model OEM
Interlock – Manufacturer Intermotive
Model FlexTech
TECHNICAL INFORMATION – VEHICLE #4 CONTINUED
Backup Alarm (db)76
Roof Marker Lights – Manufacturer Ford
Interior Lighting – Type LED
Number of Fixtures min 4
Identification Lights – Manufacturer Ford
STANDARD WARRANTIES – VEHICLE #4
CURRENT MODEL YEAR – REAR OR SIDE DOOR ENTRY, WHEELCHAIR
ACCESSIBLE, 130’ OR 148’ WHEELBASE WITH MEDIUM OR HIGH ROOF VEHICLE
Warranty Miles Years
Body Structure 100,000 5
Chassis 36,000 3
Engine 60,000 5
Transmission 60,000 5
Air Conditioner 36,000 3
Lift Unlimited 2
Other Options 36,000 3
VEHICLE #4 - LIST ALL AUTHORIZED SERVICE DEALERS BELOW:
Name Address City/County/State
Creative Bus Sa1es, Inc. 5760 Pino Ave NE / 866-973- A1buquerque, NM
Page 385 of 733
VEHICLE #4 - LIST ALL AUTHORIZED SERVICE DEALERS BELOW: CONTINUED
Name Address/Phone City/County/State
PARTS, SERVICE AND DELIVERY
•Bidders are encouraged to include information on available pricing discounts on parts sold to sub-recipients
for vehicle repairs, in relevant vehicle categories.
•For each make and model offered in transit vehicle categories #1 - #4, bidders are required to provide in state
and/or near state warranty/service repair locations. Bidders providing certified mobile warranty/service repair
should provide pricing information and a service menu, including trip charge, for the on-site warranty/service
•All vehicles sold under this price agreement to Section 5311 and 5310 sub-recipients, under price agreement
with NMDOT Transit & Rail Division, must be inspected by a representative of NMDOT Transit & Rail
Division, prior to delivery to the sub-recipient. The inspection location is required to be in a central location
•All delivery fees must be revealed and listed on a per county basis.
Page 386 of 733
CBS Specialty
Description Sale
CNG CONVERSION - 30 GGE SYSTEM (E-
350/450) $ 28,561
CNG CONVERSION - 40 GGE SYSTEM (E-
350/450) $ 32,045
CNG CONVERSION - 50 GGE SYSTEM (E-
350/450) $ 36,086
CNG CONVERSION - 52 GGE SYSTEM (F-550) $ 34,692
CNG CONVERSION - 64 GGE SYSTEM (F-550) $ 39,151
PROPANE ENGINE: ROUSH CLEAN
TECH/CLEAN FUEL USA-41 USABLE GALLONS (E-350/E-450) $ 20,758
PROPANE ENGINE: ROUSH CLEAN
TECH/CLEAN FUEL USA-45 USABLE GALLONS (F-550) $ 27,168
PROPANE ENGINE: ROUSH CLEAN
TECH/CLEAN FUEL USA-67 USABLE GALLONS (F-550) $ 31,905
Relocate Driver Side Condenser (E-450) $ 695
Relocate Driver Side Condenser (F-550) $ 696
Relocate/Modify Battery Box (E-450) $ 1,043
Relocate/Modify Battery Box (F-550) $ 1,044
Skirt Modification on Aerotech Body $ 486
158" Wheelbase Skirt Modification $ 486
Fuel- Half Tanks (Per Gallon) $ 3
Fuel- Full Tanks (Per Gallon) $ 3
Bobtail Vehicle Surcharge $ 556
CNG Delivery Fee- Truck Only (Per Mile) $ 2
Graphics Package A - Level 1 Minivan/MV-1 $ 695
Graphics Package A - Level 2 Transit $ 695
Graphics Package A - Level 3 Narrow Body $ 1,113
Graphics Package A - Level 4 20-23 Std Body $ 1,323
Graphics Package A - Level 5 24-27 Std Body $ 1,531
Graphics Package A - Level 6 29-32 Std Body $ 1,671
Graphics Package A - Level 7 35-40 Std Body $ 2,088
Graphics Package A - Level 8 35-40 Wide
Body $ 2,088
Graphics Package B - Level 1 Minivan/MV-1 $ 1,148
Graphics Package B - Level 2 Transit $ 1,148
Graphics Package B - Level 3 Narrow Body $ 1,566
Graphics Package B - Level 4 20-23 Std Body $ 1,774
Graphics Package B - Level 5 24-27 Std Body $ 1,984
Graphics Package B - Level 6 29-32 Std Body $ 2,193
Graphics Package B - Level 7 35-40 Std Body $ 2,611
Page 387 of 733
CBS Specialty
Graphics Package B - Level 8 35-40 Wide
Body $ 2,507
Graphics Package C - Level 1 Minivan/MV-1 $ 1,715
Graphics Package C - Level 2 Transit $ 1,715
Graphics Package C - Level 3 Narrow Body $ 2,141
Graphics Package C - Level 4 20-23 Std Body $ 3,028
Graphics Package C - Level 5 24-27 Std Body $ 2,423
Graphics Package C - Level 6 29-32 Std Body $ 2,725
Graphics Package C - Level 7 35-40 Std Body $ 3,534
Graphics Package C - Level 8 35-40 Wide
Body $ 3,332
Graphics Package D - Level 1 Minivan/MV-1 $ 2,652
Graphics Package D - Level 2 Transit $ 2,652
Graphics Package D - Level 3 Narrow Body $ 4,582
Graphics Package D - Level 4 20-23 Std Body $ 4,836
Graphics Package D - Level 5 24-27 Std Body $ 5,071
Graphics Package D - Level 6 29-32 Std Body $ 5,656
Graphics Package D - Level 7 35-40 Std Body $ 6,338
Graphics Package D - Level 8 35-40 Wide
Body $ 6,241
Graphics Package E- Levels 1-8 Custom Quote
Clever Device Complete System $ 28,000
Clever Device Wiring only $ 12,000
APC Add On $ 6,397
Trapeze Complete $ 18,418
Trapeze Cabling only $ 5,372
Seon TL4 $ 4,500
Hanover Displays Frt $ 2,316
Hanover Displays Side $ 2,410
Hanover Displays Side $ 2,360
Apollo Video Technology $ 8,500
TSO Mobile Base System w/ MDT $ 4,291
TSO Mobile APC System (Per Door) $ 5,892
TSO Mobile DVR 4 Channel 4 Cameras $ 6,500
TSO Mobile DVR 4 Channel 2 Cameras $ 3,500
TSO Mobile AVAS System (Stand Alone) $ 4,800
TSO Mobile AVAS System (Using DVR) $ 3,500
Additonal Route Set Up over 5 (Per Route) $ 207
TSO In Vehicle Electronic Ad Display + GPS +
Wi-Fi $ 3,746
TSO Anti-Bunchin Monitor $ 744
Page 388 of 733
CBS Specialty
TSO APP Public Mobile Tracker Set-UP $ 486
TSO AVIS Set UP $ 1,043
TSO ATIS Set UP $ 625
TSI Camera System- 4 Camera System $ 6,500
TSI Camera System- 6 Camera System $ 8,000
Ford Powertrain Extended Warranty
5yr/100K $ 4,500
Ford Premium Care Extended Warranty
5yr/100K $ 6,500
Kidde Fire Suppression System $ 7,000
Amerex Fire Suppression System $ 7,000
Fogmaker Fire Suppression System $ 5,000
DIAMOND MANUFACTURING NV $ 893
DIAMOND MANUFACTURING RV $ 1,383
DIAMOND MANUFACTURING SV $ 1,280
DIAMOND MANUFACTURING H $ 1,988
DIAMOND MANUFACTURING E-5 $ 1,937
DIAMOND MANUFACTURING D $ 1,151
DIAMOND MANUFACTURING XV $ 1,182
GFI GENFARE Odyssey $ 16,666
OBDII Scanner with Laptop $ 7,000
Noregon JPRO Heavy Duty w/Laptop
(Cummins & Allison) $ 7,000
Page 389 of 733
Item 4- (AC) Creative Bus Sales, Inc.
Greenpower EV Star
Page 390 of 733
PRICING & OPTIONS – VEHICLE #4
CURRENT MODEL YEAR – REAR OR SIDE DOOR ENTRY, WHEELCHAIR
ACCESSIBLE, 130’ OR 148’ WHEELBASE WITH MEDIUM OR HIGH ROOF VEHICLE
Base price will include all rebates and concessions and include price for ADA compliant second
wheelchair position where applicable.
Vendor:Creative Bus Sa1es, Inc.
Bus Manufacturer:Greenpower
Bus Model:EV Star
Chassis Manufacturer:Greenpower
Engine Type:Electric
Wheelbase:148"
GVWR:9,600
Category 130’ or 148’
Wheelbase
Number
of
Passenge
Rear or
Side Entry
Number of
Wheelchair
Positions
Price
1.1 130' 5 Rear 1 $275,456.00
A. Delivery/freight charge from Bus Manufacturer to Santa Fe, NM.$1,600.00
B. One-way delivery cost from Vendor to Recipient's destination (price
should include cost for one hour of recipient orientation.)See List By County
C. Delivery Time Frame after receipt of Purchase Order (days)150 Days
*Floorplans must be submitted for each category bid.
*Certified pre-build weight certificates must be submitted for each category bid.
*Tech Info Card & Standard Warranty Card are Required per Category Bid.
ADDITIONAL MANUFACTURER’S OPTIONS AVAILABLE
Power Ramp N/A
Door Location- Side N/A
Door Location - Rear N/A
Medium Roof N/A
High Roof N/A
Two-Way Radio System N/A
Folding Jump Seat (Freedman Two Passenger Forward Facing Foldaway)N/A
Upgrade to Q'Straint QRT (price each set)N/A
10" Seat Belt Extender N/A
Vinyl Seating Surfaces (Matches Freedman Middle Foldaway Seat)N/A
Rear Seat Folding Foot Rest N/A
FRP Body Sliding With FRT Steps (Includes LED Step Lights)N/A
Load Leveling Suspension - Air Lift or OEM850 N/A
Extra Key Remote N/A
OEM Engine Block Heater N/A
Full Size Spare Tire N/A
Additional Standard (Price Each)N/A
ADDITIONAL MANUFACTURER’S OPTIONS FOR TRANSIT VEHICLE #4
Page 391 of 733
TECHNICAL INFORMATION – VEHICLE #4
CURENT MODEL YEAR – REAR OR SIDE DOOR ENTRY, WHEELCHAIR ACCESSIBLE,
130’ OR 148’ WHEELBASE WITH MEDIUM OR HIGH ROOF VEHICLE
Bus Vendor Creative Bus Sa1es, Inc.
Bus Manufacturer Greenpower
Bus Model Number EV Star
Altoona Test Life (years/miles)5 years/150,000 Miles
Test Report Model:EV Star
Test Report Number:LTI-BT-T1913
Test Report Date:Apr-20
Production Location Porterville, CA
Warehouse and Service Locations
TECHNICAL INFORMATION – VEHICLE #4 CONTINUED
Overall Length (including bumpers)
Overall Width (excluding mirrors)
Overall Exterior Height
Interior Height (center of aisle)
Doorway Opening
Ambulatory Width inches / Height
Wheelchair Width inches / Height
Wheel base
Floor thickness
Construction Type/Materials
Subframe
Body frame
Exterior panels
Interior panels
Insulation
Chassis Manufacturer
Certified Weight of Bus - Total
On Front Axle
On Rear Axle
Engine Manufacturer
Type
Model
Net SAE Horsepower
Net SAE Torque
Transmission Manufacturer
Type
Model
Speeds
Cooler
Alternator Manufacturer
Model
Output (amps)
Starter Motor Manufacturer
Model
Air Compressor (if equipped) Manufacturer
Model
Capacity
Page 392 of 733
Gross Axle Weight Rating
Axle, Front Manufacturer
Type
Model
Gross Axle Weight Rating (lbs.)
Axle, Rear Manufacturer
Type
Model
Gross Axle Weight Rating (lbs.)
Differential Ratio
TECHNICAL INFORMATION – VEHICLE #4 CONTINUED
Power Steering Pump Manufacturer
Model
Brakes – Manufacturer
Front – Type
Diameter
Rear – Type
Diameter
Radiator Manufacturer
Type
Model
Total System Capacity (Excludes auxiliary heating Gallons
Radiator Fan Speed Control Type
Surge Tank Capacity
Engine Thermostat Temperature Setting Degrees
Overheat Alarm Temperature Setting Degrees
Heating System Capacity Front 15k BTUs /Rear 20kBTUs
Heating Cores – Manufacturer
Number of Cores
Air Conditioning – Manufacturer
Model
Capacity (BTUs)
Fuel Tank Capacity (Gallons)
Tires – Manufacturer
Size
Type
Load Range
Batteries
Main – Manufacturer
Type, Size
Capacity (CCA at 0 degrees F)
Accessory – Manufacturer
Type, Size
Capacity (CCA at 0 degrees F)
Wheelchair Lift – Manufacturer
Model
Wheelchair Securement – Manufacturer
Model
Seat Belts – Manufacturer
Type
Passenger Seats – Manufacturer
Type
Minimum knee-to-hip space
Driver’s Seat – Manufacturer
Page 393 of 733
Model
Interlock – Manufacturer
Model
TECHNICAL INFORMATION – VEHICLE #4 CONTINUED
Backup Alarm (db)76
Roof Marker Lights – Manufacturer
Interior Lighting – Type LED
Number of Fixtures min 4
Identification Lights – Manufacturer
STANDARD WARRANTIES – VEHICLE #4
CURRENT MODEL YEAR – REAR OR SIDE DOOR ENTRY, WHEELCHAIR
ACCESSIBLE, 130’ OR 148’ WHEELBASE WITH MEDIUM OR HIGH ROOF VEHICLE
Warranty Miles Years
Body Structure 100,000 5
Chassis 36,000 3
Engine 60,000 5
Transmission 60,000 5
Air Conditioner 36,000 3
Lift Unlimited 2
Other Options 36,000 3
VEHICLE #4 - LIST ALL AUTHORIZED SERVICE DEALERS BELOW:
Name Address City/County/State
Creative Bus Sa1es, Inc. 5760 Pino Ave NE / 866-973- A1buquerque, NM
VEHICLE #4 - LIST ALL AUTHORIZED SERVICE DEALERS BELOW: CONTINUED
Name Address/Phone City/County/State
PARTS, SERVICE AND DELIVERY
• Bidders are encouraged to include information on available pricing discounts on parts sold to sub-recipients
for vehicle repairs, in relevant vehicle categories.
• For each make and model offered in transit vehicle categories #1 - #4, bidders are required to provide in state
and/or near state warranty/service repair locations. Bidders providing certified mobile warranty/service repair
should provide pricing information and a service menu, including trip charge, for the on-site warranty/service
• All vehicles sold under this price agreement to Section 5311 and 5310 sub-recipients, under price agreement
with NMDOT Transit & Rail Division, must be inspected by a representative of NMDOT Transit & Rail
Division, prior to delivery to the sub-recipient. The inspection location is required to be in a central location
• All delivery fees must be revealed and listed on a per county basis.
Page 394 of 733
CBS Specialty
Description Sale
CNG CONVERSION - 30 GGE SYSTEM (E-
350/450) $ 28,561
CNG CONVERSION - 40 GGE SYSTEM (E-
350/450) $ 32,045
CNG CONVERSION - 50 GGE SYSTEM (E-
350/450) $ 36,086
CNG CONVERSION - 52 GGE SYSTEM (F-550) $ 34,692
CNG CONVERSION - 64 GGE SYSTEM (F-550) $ 39,151
PROPANE ENGINE: ROUSH CLEAN
TECH/CLEAN FUEL USA-41 USABLE GALLONS (E-350/E-450) $ 20,758
PROPANE ENGINE: ROUSH CLEAN
TECH/CLEAN FUEL USA-45 USABLE GALLONS (F-550) $ 27,168
PROPANE ENGINE: ROUSH CLEAN
TECH/CLEAN FUEL USA-67 USABLE GALLONS (F-550) $ 31,905
Relocate Driver Side Condenser (E-450) $ 695
Relocate Driver Side Condenser (F-550) $ 696
Relocate/Modify Battery Box (E-450) $ 1,043
Relocate/Modify Battery Box (F-550) $ 1,044
Skirt Modification on Aerotech Body $ 486
158" Wheelbase Skirt Modification $ 486
Fuel- Half Tanks (Per Gallon) $ 3
Fuel- Full Tanks (Per Gallon) $ 3
Bobtail Vehicle Surcharge $ 556
CNG Delivery Fee- Truck Only (Per Mile) $ 2
Graphics Package A - Level 1 Minivan/MV-1 $ 695
Graphics Package A - Level 2 Transit $ 695
Graphics Package A - Level 3 Narrow Body $ 1,113
Graphics Package A - Level 4 20-23 Std Body $ 1,323
Graphics Package A - Level 5 24-27 Std Body $ 1,531
Graphics Package A - Level 6 29-32 Std Body $ 1,671
Graphics Package A - Level 7 35-40 Std Body $ 2,088
Graphics Package A - Level 8 35-40 Wide
Body $ 2,088
Graphics Package B - Level 1 Minivan/MV-1 $ 1,148
Graphics Package B - Level 2 Transit $ 1,148
Graphics Package B - Level 3 Narrow Body $ 1,566
Graphics Package B - Level 4 20-23 Std Body $ 1,774
Graphics Package B - Level 5 24-27 Std Body $ 1,984
Graphics Package B - Level 6 29-32 Std Body $ 2,193
Graphics Package B - Level 7 35-40 Std Body $ 2,611
Page 395 of 733
CBS Specialty
Graphics Package B - Level 8 35-40 Wide
Body $ 2,507
Graphics Package C - Level 1 Minivan/MV-1 $ 1,715
Graphics Package C - Level 2 Transit $ 1,715
Graphics Package C - Level 3 Narrow Body $ 2,141
Graphics Package C - Level 4 20-23 Std Body $ 3,028
Graphics Package C - Level 5 24-27 Std Body $ 2,423
Graphics Package C - Level 6 29-32 Std Body $ 2,725
Graphics Package C - Level 7 35-40 Std Body $ 3,534
Graphics Package C - Level 8 35-40 Wide
Body $ 3,332
Graphics Package D - Level 1 Minivan/MV-1 $ 2,652
Graphics Package D - Level 2 Transit $ 2,652
Graphics Package D - Level 3 Narrow Body $ 4,582
Graphics Package D - Level 4 20-23 Std Body $ 4,836
Graphics Package D - Level 5 24-27 Std Body $ 5,071
Graphics Package D - Level 6 29-32 Std Body $ 5,656
Graphics Package D - Level 7 35-40 Std Body $ 6,338
Graphics Package D - Level 8 35-40 Wide
Body $ 6,241
Graphics Package E- Levels 1-8 Custom Quote
Clever Device Complete System $ 28,000
Clever Device Wiring only $ 12,000
APC Add On $ 6,397
Trapeze Complete $ 18,418
Trapeze Cabling only $ 5,372
Seon TL4 $ 4,500
Hanover Displays Frt $ 2,316
Hanover Displays Side $ 2,410
Hanover Displays Side $ 2,360
Apollo Video Technology $ 8,500
TSO Mobile Base System w/ MDT $ 4,291
TSO Mobile APC System (Per Door) $ 5,892
TSO Mobile DVR 4 Channel 4 Cameras $ 6,500
TSO Mobile DVR 4 Channel 2 Cameras $ 3,500
TSO Mobile AVAS System (Stand Alone) $ 4,800
TSO Mobile AVAS System (Using DVR) $ 3,500
Additonal Route Set Up over 5 (Per Route) $ 207
TSO In Vehicle Electronic Ad Display + GPS +
Wi-Fi $ 3,746
TSO Anti-Bunchin Monitor $ 744
Page 396 of 733
CBS Specialty
TSO APP Public Mobile Tracker Set-Up $ 486
TSO AVIS Set UP $ 1,043
TSO ATIS Set UP $ 625
TSI Camera System- 4 Camera System $ 6,500
TSI Camera System- 6 Camera System $ 8,000
Ford Powertrain Extended Warranty
5yr/100K $ 4,500
Ford Premium Care Extended Warranty
5yr/100K $ 6,500
Kidde Fire Suppression System $ 7,000
Amerex Fire Suppression System $ 7,000
Fogmaker Fire Suppression System $ 5,000
DIAMOND MANUFACTURING NV $ 893
DIAMOND MANUFACTURING RV $ 1,383
DIAMOND MANUFACTURING SV $ 1,280
DIAMOND MANUFACTURING H $ 1,988
DIAMOND MANUFACTURING E-5 $ 1,937
DIAMOND MANUFACTURING D $ 1,151
DIAMOND MANUFACTURING XV $ 1,182
GFI GENFARE Odyssey $ 16,666
OBDII Scanner with Laptop $ 7,000
Noregon JPRO Heavy Duty w/Laptop
(Cummins & Allison) $ 7,000
Page 397 of 733
Item 4- (AC) Creative Bus Sales, Inc.
Mobility Trans X2C
Page 398 of 733
PRICING & OPTIONS – VEHICLE #4
CURRENT MODEL YEAR – REAR OR SIDE DOOR ENTRY, WHEELCHAIR
ACCESSIBLE, 130’ OR 148’ WHEELBASE WITH MEDIUM OR HIGH ROOF VEHICLE
Base price will include all rebates and concessions and include price for ADA compliant second
wheelchair position where applicable.
Vendor:Creative Bus Sa1es, Inc.
Bus Manufacturer:Mobility Trans
Bus Model:X2C
Chassis Manufacturer:Ford
Engine Type:3.5l Gasoline
Wheelbase:148"
GVWR:9,600
Category 130’ or 148’
Wheelbase
Number of
Passengers
Rear or
Side
Entry
Number of
Wheelchair Positions
Price
1.1 130' 5 Rear 1 $44,736.00
A. Delivery/freight charge from Bus Manufacturer to Santa Fe, NM.$2,121.00
B. One-way delivery cost from Vendor to Recipient's destination (price
should include cost for one hour of recipient orientation.)See List By County
C. Delivery Time Frame after receipt of Purchase Order (days)150 Days
*Floorplans must be submitted for each category bid.
*Certified pre-build weight certificates must be submitted for each category bid.
*Tech Info Card & Standard Warranty Card are Required per Category Bid.
ADDITIONAL MANUFACTURER’S OPTIONS AVAILABLE
Power Ramp N/A
Door Location- Side N/A
Door Location - Rear N/A
Medium Roof Inc
High Roof 4218
Two-Way Radio System Quote
Folding Jump Seat (Freedman Two Passenger Forward Facing Foldaway)1033
Upgrade to Q'Straint QRT (price each set)0
10" Seat Belt Extender 33
Vinyl Seating Surfaces (Matches Freedman Middle Foldaway Seat)10
Rear Seat Folding Foot Rest 131
FRP Body Sliding With FRT Steps (Includes LED Step Lights)N/A
Load Leveling Suspension - Air Lift or OEM850 N/A
Extra Key Remote 93
OEM Engine Block Heater 93
Full Size Spare Tire Inc
Additional Standard (Price Each)$
ADDITIONAL MANUFACTURER’S OPTIONS FOR TRANSIT VEHICLE #4
Page 399 of 733
See Attached List
TECHNICAL INFORMATION – VEHICLE #4
CURENT MODEL YEAR – REAR OR SIDE DOOR ENTRY, WHEELCHAIR
ACCESSIBLE, 130’ OR 148’ WHEELBASE WITH MEDIUM OR HIGH ROOF VEHICLE
Bus Vendor Creative Bus Sa1es, Inc.
Bus Manufacturer Driverge
Bus Model Number X2C
Altoona Test Life (years/miles)4 years/100,000 Miles
Test Report Model:Exempt
Test Report Number:
Test Report Date:
Production Location Kansas City, KS
Warehouse and Service Locations
TECHNICAL INFORMATION – VEHICLE #4 CONTINUED
Overall Length (including bumpers)21'
Overall Width (excluding mirrors)84"
Overall Exterior Height under 9'
Interior Height (center of aisle)min 72"
Doorway Opening
Ambulatory Width inches / Height
Wheelchair Width inches / Height
Wheel base 148"
Floor thickness 5/8"
Construction Type/Materials
Subframe
Body frame
Exterior panels
Interior panels
Insulation
Chassis Manufacturer Ford
Certified Weight of Bus - Total
On Front Axle
On Rear Axle
Engine Manufacturer Ford
Type Gasoline
Model 3.5L
Net SAE Horsepower
Net SAE Torque
Transmission Manufacturer Ford
Type Automatic
Model
Speeds 10
Cooler
Alternator Manufacturer Ford
Model
Output (amps)
Starter Motor Manufacturer Ford
Model
Air Compressor (if equipped) Manufacturer
Page 400 of 733
Model
Capacity
Gross Axle Weight Rating
Axle, Front Manufacturer Ford
Type
Model
Gross Axle Weight Rating (lbs.)
Axle, Rear Manufacturer Ford
Type
Model
Gross Axle Weight Rating (lbs.)
Differential Ratio
TECHNICAL INFORMATION – VEHICLE #4 CONTINUED
Power Steering Pump Manufacturer Ford
Model
Brakes – Manufacturer Ford
Front – Type Disc
Diameter
Rear – Type Disc
Diameter
Radiator Manufacturer Ford
Type
Model
Total System Capacity (Excludes auxiliary heating Gallons
Radiator Fan Speed Control Type
Surge Tank Capacity
Engine Thermostat Temperature Setting Degrees
Overheat Alarm Temperature Setting Degrees
Heating System Capacity Front 15k BTUs /Rear 20kBTUs
Heating Cores – Manufacturer Ford
Number of Cores 2
Air Conditioning – Manufacturer Ford
Model
Capacity (BTUs)35k
Fuel Tank Capacity (Gallons)25
Tires – Manufacturer Michellin/Continential
Size
Type
Load Range E
Batteries
Main – Manufacturer Motorcraft
Type, Size
Capacity (CCA at 0 degrees F)700
Accessory – Manufacturer
Type, Size
Capacity (CCA at 0 degrees F)
Wheelchair Lift – Manufacturer Braun
Model NCL-1000
Wheelchair Securement – Manufacturer Q'Straint
Model Q-8100
Seat Belts – Manufacturer Freedman
Type 3PT
Page 401 of 733
Passenger Seats – Manufacturer Freedman
Type 3PT
Minimum knee-to-hip space
Driver’s Seat – Manufacturer Ford
Model OEM
Interlock – Manufacturer Intermotive
Model FlexTech
TECHNICAL INFORMATION – VEHICLE #4 CONTINUED
Backup Alarm (db)76
Roof Marker Lights – Manufacturer Ford
Interior Lighting – Type LED
Number of Fixtures min 4
Identification Lights – Manufacturer Ford
STANDARD WARRANTIES – VEHICLE #4
CURRENT MODEL YEAR – REAR OR SIDE DOOR ENTRY, WHEELCHAIR
ACCESSIBLE, 130’ OR 148’ WHEELBASE WITH MEDIUM OR HIGH ROOF VEHICLE
Warranty Miles Years
Body Structure 100,000 5
Chassis 36,000 3
Engine 60,000 5
Transmission 60,000 5
Air Conditioner 36,000 3
Lift Unlimited 2
Other Options 36,000 3
VEHICLE #4 - LIST ALL AUTHORIZED SERVICE DEALERS BELOW:
Name Address City/County/State
Creative Bus Sa1es, Inc. 5760 Pino Ave NE / 866- A1buquerque, NM
Page 402 of 733
VEHICLE #4 - LIST ALL AUTHORIZED SERVICE DEALERS BELOW: CONTINUED
Name Address/Phone City/County/State
PARTS, SERVICE AND DELIVERY
•Bidders are encouraged to include information on available pricing discounts on parts sold to sub-recipients
for vehicle repairs, in relevant vehicle categories.
•For each make and model offered in transit vehicle categories #1 - #4, bidders are required to provide in
state and/or near state warranty/service repair locations. Bidders providing certified mobile warranty/service
repair should provide pricing information and a service menu, including trip charge, for the on-site
•All vehicles sold under this price agreement to Section 5311 and 5310 sub-recipients, under price agreement
with NMDOT Transit & Rail Division, must be inspected by a representative of NMDOT Transit & Rail
Division, prior to delivery to the sub-recipient. The inspection location is required to be in a central location
•All delivery fees must be revealed and listed on a per county basis.
Page 403 of 733
ADDITIONAL MANUFACTURER’S OPTIONS FOR TRANSIT VEHICLE #4
ACC Heat/Cool Stand-Alone 45K BTU Cool/45K BTU Heat (Replaces aux heater)$5,875.00
Bus Style Entry Door (must upgrade to High Roof)$6,750.00
Deep Tint Bus Door Windows $130.00
Black Aluminum Door Frames $81.00
Replace Entry Key Pad With Remote Fob $225.00
Interlock For Bus Door - Door Will Not Open When In Drive, Van Will Not Shift Out Of Park
When Door Is Open $262.00
Front Passenger Electric Door Opener - Includes Removal Of Seat, Wood/Vinyl Floor,
Relocating Heater W/ Close Out Box $3,648.00
Power Sliding Door Opener From Ford $1,132.00
Eco Boost V6 $1,750.00
Cruise Control $370.00
Cloth 10 Way Power driver and copilot seats $1,000.00
Aluminum Wheels $531.00
OEM paint upgrade $237.00
All Wheel Drive $5,250.00
XLT PKG $2,356.00
Long Arm Power Adjustable Manual-Folding Heated With Turn Signal $275.00
Blind Spot Information System (BLIS®) With Cross-Traffic Alert $743.00
Privacy Glass includes rear window defrost $768.00
AM/FM, HD/SiriusXM, Bluetooth, Audio Jack, 2 USB Ports, SYNC 3, 8.0” Touch Screen $740.00
Front Fog Lamps $118.00
Enhanced Active Park Assist $1,018.00
Reverse Sensing System $336.00
Remote Starter $618.00
Daytime Running Lights $55.00
Road Speed Limiter $100.00
Add Single Passenger GOES seat $462.00
Add Two Passenger GOES seat $716.00
Add Single passenger GOES Foldaway Seat $862.00
Add two Passenger GOES folwaway Seat (wheel well mount)$1,091.00
Upgrade To Freedman Level 3 Seats, Per Seating Position $22.00
Upgrade To Freedman Level 3.5 Seats, Per Seating Position $55.00
Upgrade To Freedman Level 4 Seats, Per Seating Position (Select For D-90)$61.00
Upgrade To Freedman Level 5 Seats, Per Seating Position $77.00
Upgrade To Freedman Level 6 Seats, Per Seating Position $86.00
Upgrade To Freedman Level 7 Seats, Per Seating Position $126.00
Headrest With Integrated Handles (Upgrade Per Seat)$123.00
Arm Rests, US - Black $31.00
Seat Top Mounted Grab Handle $25.00
REI Bus Watch 4 Camera System $4,943.00
Rear Door Buzzer (For Side Lift Models)$62.00
HD Back up Alarm $151.00
Lift Door Ajar Light $72.00
Page 404 of 733
Drivers Stanchion with Barrier $231.00
Safety Kit - 5LB fire extinguisher, first aid kit, Triangle Reflectors $143.00
Bodily Fluid Clean Up Kit $48.00
Belt Cutter $10.00
Dual Running Boards - Stainless Steel $1,188.00
Dual Running Boards - Aluminum $568.00
Front Destination Sign With Control Unit - Includes Front Close Out And Interior Headliner $4,027.00
Side Destination Sign - Curb Side Window Behind Sliding Door (Requires Front Destination
Sign)$1,518.00
Byk Rak Front Bumper Mounted - 2 Bike Capacity $1,936.00
Re-Route Exhaust Pipe To Street Side $240.00
Roof Hatch $250.00
Diamond FareBox w/ Addititonal Vault (NV, XV, SV)$2,201.00
Insulation PKG - Walls, Doors, Ceiling $250.00
Ceiling grab rail $141.00
Replace Gerflor With Altro $150.00
Upgrade Lift to 37"x 54" platform 1000lb $1,832.00
800LB Braun Century (Required in K1C)-$312.00
Upgrade Tiedowns to QRT360 $125.00
Slide N Click in place of L-Track (per position)-$31.00
Retractable Shoulder Harness With Height Adjustment (Each)$137.00
TDSS Tie Down Storage (Per Wheel Chair)$95.00
Tiedown Web Loops (4-Per Wheelchair)$25.00
Tiedown Storage Pouch Mounted On Sidewall (Holds 1 Set Of Tiedowns)$62.00
AbiliTrax Options $0.00
Full AbiliTrax Flooring $6,290.00
Driver Side Wheelchair Shoulder Bracket For Wagon Chassis $36.00
Passenger Side Wheelchair Shoulder Bracket For Wagon Chassis $36.00
AbiliTrax Shift-N-Step $5,155.00
Shift-N-Step Left Entry Grab Bar $372.00
Shift-N-Step Right Entry Grab Bar $207.00
Cam Lock Single Seat: Fixed Freedman GO-ES (Use Seat Option Below If Needed)$673.00
Cam Lock Double Seat: Fixed Freedman GO-ES (Use Seat Options Below If Needed)$1,022.00
Cam Lock Double Fold Away Seat: Fold Away GO-ES (Use Seat Options Below If Needed)$1,226.00
Step-N-Lock GO-ES Flip Seat: (Use Seat Options Below If Needed)$1,075.00
Body Size Options (20' Mid Roof Standard)$0.00
Go to 18' (K1C)-$537.00
Go to 18' ALL Wheel Drive (K2C)$4,612.00
Go to 22' (U4X)$2,621.00
Go to 22' All Wheel Drive (U5X)$10,625.00
Page 405 of 733
CBS Specialty
Description Sale
CNG CONVERSION - 30 GGE SYSTEM (E-
350/450) $ 28,561
CNG CONVERSION - 40 GGE SYSTEM (E-
350/450) $ 32,045
CNG CONVERSION - 50 GGE SYSTEM (E-
350/450) $ 36,086
CNG CONVERSION - 52 GGE SYSTEM (F-550) $ 34,692
CNG CONVERSION - 64 GGE SYSTEM (F-550) $ 39,151
PROPANE ENGINE: ROUSH CLEAN
TECH/CLEAN FUEL USA-41 USABLE GALLONS (E-350/E-450) $ 20,758
PROPANE ENGINE: ROUSH CLEAN
TECH/CLEAN FUEL USA-45 USABLE GALLONS (F-550) $ 27,168
PROPANE ENGINE: ROUSH CLEAN
TECH/CLEAN FUEL USA-67 USABLE GALLONS (F-550) $ 31,905
Relocate Driver Side Condenser (E-450) $ 695
Relocate Driver Side Condenser (F-550) $ 696
Relocate/Modify Battery Box (E-450) $ 1,043
Relocate/Modify Battery Box (F-550) $ 1,044
Skirt Modification on Aerotech Body $ 486
158" Wheelbase Skirt Modification $ 486
Fuel- Half Tanks (Per Gallon) $ 3
Fuel- Full Tanks (Per Gallon) $ 3
Bobtail Vehicle Surcharge $ 556
CNG Delivery Fee- Truck Only (Per Mile) $ 2
Graphics Package A - Level 1 Minivan/MV-1 $ 695
Graphics Package A - Level 2 Transit $ 695
Graphics Package A - Level 3 Narrow Body $ 1,113
Graphics Package A - Level 4 20-23 Std Body $ 1,323
Graphics Package A - Level 5 24-27 Std Body $ 1,531
Graphics Package A - Level 6 29-32 Std Body $ 1,671
Graphics Package A - Level 7 35-40 Std Body $ 2,088
Graphics Package A - Level 8 35-40 Wide
Body $ 2,088
Graphics Package B - Level 1 Minivan/MV-1 $ 1,148
Graphics Package B - Level 2 Transit $ 1,148
Graphics Package B - Level 3 Narrow Body $ 1,566
Graphics Package B - Level 4 20-23 Std Body $ 1,774
Graphics Package B - Level 5 24-27 Std Body $ 1,984
Graphics Package B - Level 6 29-32 Std Body $ 2,193
Graphics Package B - Level 7 35-40 Std Body $ 2,611
Page 406 of 733
CBS Specialty
Graphics Package B - Level 8 35-40 Wide
Body $ 2,507
Graphics Package C - Level 1 Minivan/MV-1 $ 1,715
Graphics Package C - Level 2 Transit $ 1,715
Graphics Package C - Level 3 Narrow Body $ 2,141
Graphics Package C - Level 4 20-23 Std Body $ 3,028
Graphics Package C - Level 5 24-27 Std Body $ 2,423
Graphics Package C - Level 6 29-32 Std Body $ 2,725
Graphics Package C - Level 7 35-40 Std Body $ 3,534
Graphics Package C - Level 8 35-40 Wide
Body $ 3,332
Graphics Package D - Level 1 Minivan/MV-1 $ 2,652
Graphics Package D - Level 2 Transit $ 2,652
Graphics Package D - Level 3 Narrow Body $ 4,582
Graphics Package D - Level 4 20-23 Std Body $ 4,836
Graphics Package D - Level 5 24-27 Std Body $ 5,071
Graphics Package D - Level 6 29-32 Std Body $ 5,656
Graphics Package D - Level 7 35-40 Std Body $ 6,338
Graphics Package D - Level 8 35-40 Wide
Body $ 6,241
Graphics Package E- Levels 1-8 Custom Quote
Clever Device Complete System $ 28,000
Clever Device Wiring only $ 12,000
APC Add On $ 6,397
Trapeze Complete $ 18,418
Trapeze Cabling only $ 5,372
Seon TL4 $ 4,500
Hanover Displays Frt $ 2,316
Hanover Displays Side $ 2,410
Hanover Displays Side $ 2,360
Apollo Video Technology $ 8,500
TSO Mobile Base System w/ MDT $ 4,291
TSO Mobile APC System (Per Door) $ 5,892
TSO Mobile DVR 4 Channel 4 Cameras $ 6,500
TSO Mobile DVR 4 Channel 2 Cameras $ 3,500
TSO Mobile AVAS System (Stand Alone) $ 4,800
TSO Mobile AVAS System (Using DVR) $ 3,500
Additonal Route Set Up over 5 (Per Route) $ 207
TSO In Vehicle Electronic Ad Display + GPS +
Wi-Fi $ 3,746
TSO Anti-Bunchin Monitor $ 744
Page 407 of 733
CBS Specialty
TSO APP Public Mobile Tracker Set-UP $ 486
TSO AVIS Set UP $ 1,043
TSO ATIS Set UP $ 625
TSI Camera System- 4 Camera System $ 6,500
TSI Camera System- 6 Camera System $ 8,000
Ford Powertrain Extended Warranty
5yr/100K $ 4,500
Ford Premium Care Extended Warranty
5yr/100K $ 6,500
Kidde Fire Suppression System $ 7,000
Amerex Fire Suppression System $ 7,000
Fogmaker Fire Suppression System $ 5,000
DIAMOND MANUFACTURING NV $ 893
DIAMOND MANUFACTURING RV $ 1,383
DIAMOND MANUFACTURING SV $ 1,280
DIAMOND MANUFACTURING H $ 1,988
DIAMOND MANUFACTURING E-5 $ 1,937
DIAMOND MANUFACTURING D $ 1,151
DIAMOND MANUFACTURING XV $ 1,182
GFI GENFARE Odyssey $ 16,666
OBDII Scanner with Laptop $ 7,000
Noregon JPRO Heavy Duty w/Laptop
(Cummins & Allison) $ 7,000
Page 408 of 733
Item 4- (AC) Creative Bus Sales, Inc.
Dodge Promaster
Page 409 of 733
State of New Mexico
General ServicesDepartment
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
PRICING & OPTIONS – VEHICLE #4
CURRENT MODEL YEAR – REAR OR SIDE DOOR ENTRY, WHEELCHAIR ACCESSIBLE,
130’ OR 148’ WHEELBASE WITH MEDIUM OR HIGH ROOF VEHICLE
Base price will include all rebates and concessions and include price for ADA compliant second wheelchair
position where applicable.
Vendor:CREATIVE BUS SALES
Bus Manufacturer:LONE STAR VANS
Bus Model: Dodge Promaster
Chassis Manufacturer:Dodge
Engine Type:3.6L V6 PDFI ENGINE
Wheelbase:136
GVWR:8500 LBS
Category 130’ or 148’
Wheelbase
Number of
Passengers
Rear or Side
Entry
Number of
Wheelchair Positions
Price
1.1 130' 5 Rear 1 $ 76,891.00
2.8 148 5 Rear 1 $ 87,396.00
A. Delivery/freight charge from Bus Manufacturer to Santa Fe, NM.$ 950.00
B.One-way delivery cost from Vendor to Recipient's destination (price should
include cost for one hour of recipient orientation.)
See our attached list by
county
C. Delivery Time Frame after receipt of Purchase Order (days)150 Days
*Floorplans must be submitted for each category bid.
*Certified pre-build weight certificates must be submitted for each category bid.
*Tech Info Card & Standard Warranty Card are Required per Category Bid.
ADDITIONAL MANUFACTURER’S OPTIONS AVAILABLE
Power Ramp $NA
Door Location- Side Included
Door Location - Rear INCLUDED
Medium Roof INCLUDED
High Roof N/A
Two-Way Radio System Quote
Folding Jump Seat (Freedman Two Passenger Forward Facing Foldaway)$1,500
Upgrade to Q'Straint QRT (price each set)$52
10" Seat Belt Extender $11
Vinyl Seating Surfaces (Matches Freedman Middle Foldaway Seat)STANDARD
Rear Seat Folding Foot Rest NA
FRP Body Sliding With FRT Steps (Includes LED Step Lights)NA
Load Leveling Suspension - Air Lift or OEM850 NA
Extra Key Remote (Option 86F)$300
OEM Engine Block Heater $120
Full Size Spare Tire STANDARD
Additional Standard (Price Each)$
ADDITIONAL MANUFACTURER’S OPTIONS FOR TRANSIT VEHICLE #4
$
$
$
Page 410 of 733
State of New Mexico
General ServicesDepartment
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
TECHNICAL INFORMATION – VEHICLE #4
CURENT MODEL YEAR – REAR OR SIDE DOOR ENTRY, WHEELCHAIR ACCESSIBLE,
130’ OR 148’ WHEELBASE WITH MEDIUM OR HIGH ROOF VEHICLE
Bus Vendor Creative Bus Sales
Bus Manufacturer Lone Star Vans
Bus Model Number Promaster 150-350-Lone Star Van ADA Van
Altoona Test Life (years/miles)4 years/100,000 miles
Test Report Model:Ram Promaster
Test Report Number:LTI-BT-R1607
Test Report Date:September 2016
Production Location Tyler TX
Warehouse and Service Locations Albuquerque, NM
TECHNICAL INFORMATION – VEHICLE #4 CONTINUED
Overall Length (including bumpers)21-24’
Overall Width (excluding mirrors)
Overall Exterior Height Under 9’
Interior Height (center of aisle)Min 76”
Doorway Opening
Ambulatory Width 51.2” inches / Height 63” inches
Wheelchair Width 59.8” inches / Height 62.8” inches
Wheel base 136” & 159”
Floor thickness
Construction Type/Materials
Subframe OEM Unibody
Body frame OEM Unibody
Exterior panels OEM-Die Stamped Treated Steel
Interior panels OEM-ABS Vacuum Formed Plastic- Cloth Molded Headliner
Insulation OEM
Chassis Manufacturer
Certified Weight of Bus - Total
On Front Axle
On Rear Axle
Engine Manufacturer Chrysler
Type Gasoline-Fuel Injected
Model 3.6L V6 PDFI
Net SAE Horsepower
Net SAE Torque
Transmission Manufacturer Chrysler
Type Electronic Automatic
Model OEM
Speeds 6 speed
Cooler Liquid
Alternator Manufacturer Mopar
Model OEM
Output (amps)220 amps
Starter Motor Manufacturer Mopar
Model OEM
Air Compressor (if equipped) Manufacturer NA
Model
Page 411 of 733
State of New Mexico
General ServicesDepartment
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
Capacity
Gross Axle Weight Rating
Axle, Front Manufacturer Mopar
Type OEM
Model OEM
Gross Axle Weight Rating (lbs.)
Axle, Rear Manufacturer Mopar
Type OEM
Model OEM
Gross Axle Weight Rating (lbs.)
Differential Ratio
TECHNICAL INFORMATION – VEHICLE #4 CONTINUED
Power Steering Pump Manufacturer Mopar
Model OEM
Brakes – Manufacturer
Mopar
Front – Type
ABS Disc
Diameter
Rear – Type
ABS Disc
Diameter
Radiator Manufacturer Mopar
Type OEM Coil
Model
Total System Capacity (Excludes auxiliary heating system)OEM Specified Gallons
Radiator Fan Speed Control Type
Surge Tank Capacity
Engine Thermostat Temperature Setting 180 Degrees
Overheat Alarm Temperature Setting 220 Degrees
Heating System Capacity Front 20K BTUs /Rear 35KK BTUs
Heating Cores – Manufacturer
Dodge/ Pro Air LLC
Number of Cores 1 OEM Front / 1 ProAir LLC Rear
Air Conditioning – Manufacturer
Dodge
Model OEM
Capacity (BTUs)29K total
Fuel Tank Capacity (Gallons)34 Gallons
Tires – Manufacturer
OEM Specified at time of Produation
Size
Type All Weather Radial
Load Range C
Batteries
Main – Manufacturer
Mopar
Type, Size HD OEM
Capacity (CCA at 0 degrees F)650
Accessory – Manufacturer
Type, Size
Capacity (CCA at 0 degrees F)
Wheelchair Lift – Manufacturer
Braun Ability
Model Braun Ramp to 1000 lb. Capacity
Wheelchair Securement – Manufacturer
Q’Straint
Model Q-8200
Page 412 of 733
State of New Mexico
General ServicesDepartment
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
Seat Belts – Manufacturer
Mopar
Type OEM-3 Point
Passenger Seats – Manufacturer
Freedman Seating
Type 3 point- Integrated shoulder and lap belts
Minimum knee-to-hip space 26 inches
Driver’s Seat – Manufacturer
Dodge
Model OEM 4 Way Manual
Interlock – Manufacturer
Intermotive
Model ILIS
TECHNICAL INFORMATION – VEHICLE #4 CONTINUED
Backup Alarm (db)95 db
Roof Marker Lights – Manufacturer
NA on Transit OEM Wagon
Interior Lighting – Type
OEM
Number of Fixtures 3 double fixtures with independent cut off switch
Identification Lights – Manufacturer
Ford OEM
STANDARD WARRANTIES – VEHICLE #4
CURRENT MODEL YEAR – REAR OR SIDE DOOR ENTRY, WHEELCHAIR ACCESSIBLE,
130’ OR 148’ WHEELBASE WITH MEDIUM OR HIGH ROOF VEHICLE
Warranty Miles Years
Body Structure 100,000 5 years
Chassis 100,000 5 years
Engine 60,000 5 years
Transmission 60,000 5 years
Air Conditioner 36,000 3 years
Lift 1 year-complete- years 2-3 parts, years
4-5 parts pump and cylinders only
5 years total
Other Options 36,000 3 years
VEHICLE #4 - LIST ALL AUTHORIZED SERVICE DEALERS BELOW:
Name Address City/County/State
Creative Bus Sales 5760 Pino Ave, NE, Albuquerque, Bernalillo, NM
Page 413 of 733
6WDWHRI1HZ0H[LFR
*HQHUDO6HUYLFHV'HSDUWPHQW
3XUFKDVLQJ'LYLVLRQ
,7%6WDWHZLGH3ULFH$JUHHPHQW
CBS Specialty
Description Sale
CNG CONVERSION - 30 GGE SYSTEM (E-350/450) $ 28,561
CNG CONVERSION - 40 GGE SYSTEM (E-350/450) $ 32,045
CNG CONVERSION - 50 GGE SYSTEM (E-350/450) $ 36,086
CNG CONVERSION - 52 GGE SYSTEM (F-550) $ 34,692
CNG CONVERSION - 64 GGE SYSTEM (F-550) $ 39,151
PROPANE ENGINE: ROUSH CLEAN TECH/CLEAN FUEL USA-41 USABLE GALLONS (E-350/E-450) $ 20,758
PROPANE ENGINE: ROUSH CLEAN TECH/CLEAN FUEL USA-45 USABLE GALLONS (F-550) $ 27,168
PROPANE ENGINE: ROUSH CLEAN TECH/CLEAN FUEL USA-67 USABLE GALLONS (F-550) $ 31,905
Relocate Driver Side Condenser (E-450) $ 695
Relocate Driver Side Condenser (F-550) $ 696
Relocate/Modify Battery Box (E-450) $ 1,043
Relocate/Modify Battery Box (F-550) $ 1,044
Skirt Modification on Aerotech Body $ 486
158" Wheelbase Skirt Modification $ 486
Fuel- Half Tanks (Per Gallon) $ 3
Fuel- Full Tanks (Per Gallon) $ 3
Bobtail Vehicle Surcharge $ 556
CNG Delivery Fee- Truck Only (Per Mile) $ 2
Graphics Package A - Level 1 Minivan/MV-1 $ 695
Graphics Package A - Level 2 Transit $ 695
Graphics Package A - Level 3 Narrow Body $ 1,113
Graphics Package A - Level 4 20-23 Std Body $ 1,323
Graphics Package A - Level 5 24-27 Std Body $ 1,531
Graphics Package A - Level 6 29-32 Std Body $ 1,671
Graphics Package A - Level 7 35-40 Std Body $ 2,088
Graphics Package A - Level 8 35-40 Wide Body
$ 2,088
Graphics Package B - Level 1 Minivan/MV-1 $ 1,148
Graphics Package B - Level 2 Transit $ 1,148
Graphics Package B - Level 3 Narrow Body $ 1,566
Graphics Package B - Level 4 20-23 Std Body $ 1,774
Graphics Package B - Level 5 24-27 Std Body $ 1,984
Graphics Package B - Level 6 29-32 Std Body $ 2,193
Graphics Package B - Level 7 35-40 Std Body $ 2,611
Page 414 of 733
CBS Specialty
Graphics Package B - Level 8 35-40 Wide Body
$ 2,507
Graphics Package C - Level 1 Minivan/MV-1 $ 1,715
Graphics Package C - Level 2 Transit $ 1,715
Graphics Package C - Level 3 Narrow Body $ 2,141
Graphics Package C - Level 4 20-23 Std Body $ 3,028
Graphics Package C - Level 5 24-27 Std Body $ 2,423
Graphics Package C - Level 6 29-32 Std Body $ 2,725
Graphics Package C - Level 7 35-40 Std Body $ 3,534
Graphics Package C - Level 8 35-40 Wide Body
$ 3,332
Graphics Package D - Level 1 Minivan/MV-1 $ 2,652
Graphics Package D - Level 2 Transit $ 2,652
Graphics Package D - Level 3 Narrow Body $ 4,582
Graphics Package D - Level 4 20-23 Std Body $ 4,836
Graphics Package D - Level 5 24-27 Std Body $ 5,071
Graphics Package D - Level 6 29-32 Std Body $ 5,656
Graphics Package D - Level 7 35-40 Std Body $ 6,338
Graphics Package D - Level 8 35-40 Wide Body
$ 6,241
Graphics Package E- Levels 1-8 Custom Quote
Clever Device Complete System $ 28,000
Clever Device Wiring only $ 12,000
APC Add On $ 6,397
Trapeze Complete $ 18,418
Trapeze Cabling only $ 5,372
Seon TL4 $ 4,500
Hanover Displays Frt $ 2,316
Hanover Displays Side $ 2,410
Hanover Displays Side $ 2,360
Apollo Video Technology $ 8,500
TSO Mobile Base System w/ MDT $ 4,291
TSO Mobile APC System (Per Door) $ 5,892
TSO Mobile DVR 4 Channel 4 Cameras $ 6,500
TSO Mobile DVR 4 Channel 2 Cameras $ 3,500
TSO Mobile AVAS System (Stand Alone) $ 4,800
TSO Mobile AVAS System (Using DVR) $ 3,500
Additonal Route Set Up over 5 (Per Route) $ 207
TSO In Vehicle Electronic Ad Display + GPS + Wi-Fi
$ 3,746
TSO Anti-Bunchin Monitor $ 744
Page 415 of 733
CBS Specialty
TSO APP Public Mobile Tracker Set-UP $ 486
TSO AVIS Set UP $ 1,043
TSO ATIS Set UP $ 625
TSI Camera System- 4 Camera System $ 6,500
TSI Camera System- 6 Camera System $ 8,000
Ford Powertrain Extended Warranty 5yr/100K
$ 4,500
Ford Premium Care Extended Warranty 5yr/100K
$ 6,500
Kidde Fire Suppression System $ 7,000
Amerex Fire Suppression System $ 7,000
Fogmaker Fire Suppression System $ 5,000
DIAMOND MANUFACTURING NV $ 893
DIAMOND MANUFACTURING RV $ 1,383
DIAMOND MANUFACTURING SV $ 1,280
DIAMOND MANUFACTURING H $ 1,988
DIAMOND MANUFACTURING E-5 $ 1,937
DIAMOND MANUFACTURING D $ 1,151
DIAMOND MANUFACTURING XV $ 1,182
GFI GENFARE Odyssey $ 16,666
OBDII Scanner with Laptop $ 7,000
Noregon JPRO Heavy Duty w/Laptop (Cummins & Allison)
$ 7,000
Page 416 of 733
Item 4- (AC) Creative Bus Sales, Inc.
Ford Transit 150
Page 417 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
PRICING & OPTIONS – VEHICLE #4
CURRENT MODEL YEAR – REAR OR SIDE DOOR ENTRY, WHEELCHAIR ACCESSIBLE,
130’ OR 148’ WHEELBASE WITH MEDIUM OR HIGH ROOF VEHICLE
Base price will include all rebates and concessions and include price for ADA compliant second wheelchair
position where applicable.
Vendor:CREATIVE BUS SALES
Bus Manufacturer:LONE STAR VANS
Bus Model: FORD TRANSIT 150/130WB MID ROOF
Chassis Manufacturer:FORD MOTOR COMPANY
Engine Type:3.5L V6 PDFI ENGINE
Wheelbase:130
GVWR:8550 LBS
Category 130’ or 148’
Wheelbase
Number of
Passengers
Rear or Side
Entry
Number of
Wheelchair Positions
Price
1.1 130' 5 Rear 1 $ 44,678.00
A. Delivery/freight charge from Bus Manufacturer to Santa Fe, NM.$ 2,140.00
B.One-way delivery cost from Vendor to Recipient's destination (price should
include cost for one hour of recipient orientation.) See our attached list per
county.
C. Delivery Time Frame after receipt of Purchase Order (days)150 Days
*Floorplans must be submitted for each category bid.
*Certified pre-build weight certificates must be submitted for each category bid.
*Tech Info Card & Standard Warranty Card are Required per Category Bid.
ADDITIONAL MANUFACTURER’S OPTIONS AVAILABLE
Power Ramp $NA
Door Location- Side ($255.00) Credit
Door Location - Rear INCLUDED
Medium Roof INCLUDED
High Roof $4,615.00
Two-Way Radio System Quote
Folding Jump Seat (Freedman Two Passenger Forward Facing Foldaway)$1687.00
Upgrade to Q'Straint QRT (price each set)$52
10" Seat Belt Extender $11
Vinyl Seating Surfaces (Matches Freedman Middle Foldaway Seat)STANDARD
Rear Seat Folding Foot Rest NA
FRP Body Sliding With FRT Steps (Includes LED Step Lights)NA
Load Leveling Suspension - Air Lift or OEM850 NA
Extra Key Remote (Option 86F)$300
OEM Engine Block Heater $120
Full Size Spare Tire STANDARD
Additional Standard (Price Each)$
ADDITIONAL MANUFACTURER’S OPTIONS FOR TRANSIT VEHICLE #4
Smart Floor System $2,975.00
Smart Floor Seat $1,000.00
Passenger Bus Door (Requires high roof)$5,850.00
Meal Delivery Hot and Cold Food System $14,200.00
Page 418 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
TECHNICAL INFORMATION – VEHICLE #4
CURENT MODEL YEAR – REAR OR SIDE DOOR ENTRY, WHEELCHAIR ACCESSIBLE,
130’ OR 148’ WHEELBASE WITH MEDIUM OR HIGH ROOF VEHICLE
Bus Vendor Creative Bus Sales
Bus Manufacturer Lone Star Vans
Bus Model Number Ford Transit T150-T350-Lone Star Van ADA Van
Altoona Test Life (years/miles)EXEMPT-See document
Test Report Model:
Test Report Number:
Test Report Date:
Production Location Goshen, IN
Warehouse and Service Locations Albuquerque, NM
TECHNICAL INFORMATION – VEHICLE #4 CONTINUED
Overall Length (including bumpers)T150 130WB-217.8” T350 148WB-235.5
Overall Width (excluding mirrors)T150 130WB-81.3” T350 148WB-81.3”
Overall Exterior Height T150 130WB-98.8” T350 148WB-99.2”
Interior Height (center of aisle)T150 130WB-57” T350 148WB- 57”
Doorway Opening
Ambulatory Width 51.2” inches / Height 63” inches
Wheelchair Width 59.8” inches / Height 62.8” inches
Wheel base T150- 130” Wheelbase T350-148” Wheelbase
Floor thickness 1.187”
Construction Type/Materials
Subframe OEM Unibody
Body frame OEM Unibody
Exterior panels OEM-Die Stamped Treated Steel
Interior panels OEM-ABS Vacuum Formed Plastic- Cloth Molded Headliner
Insulation OEM
Chassis Manufacturer Ford Motor Company
Certified Weight of Bus - Total
Estimate:T150-6550 lbs Estimate T350-7420 lbs
On Front Axle TBD on completion
On Rear Axle TBD on Completion
Engine Manufacturer Ford Motor Company
Type Gasoline-Fuel Injected
Model 3.5L V6 PDFI
Net SAE Horsepower 275hp @ 6500 rpm
Net SAE Torque 262-ft-lbs@3750 rpm
Transmission Manufacturer Ford Motor Company
Type Electronic Automatic
Model OEM
Speeds 10 speed VSC
Cooler Liquid
Alternator Manufacturer Ford Motor Company
Model OEM
Output (amps)250 amps
Starter Motor Manufacturer Ford Motor Company
Model OEM
Air Compressor (if equipped) Manufacturer NA
Model
Capacity
Page 419 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
Gross Axle Weight Rating
Axle, Front Manufacturer Ford Motor Company
Type OEM
Model OEM
Gross Axle Weight Rating (lbs.)T350- 4130 LBS
Axle, Rear Manufacturer Ford Motor Company
Type OEM
Model OEM
Gross Axle Weight Rating (lbs.)T350- 5780 LBS
Differential Ratio 3.73
TECHNICAL INFORMATION – VEHICLE #4 CONTINUED
Power Steering Pump Manufacturer Ford Motor Company
Model OEM
Brakes – Manufacturer
Ford Motor Company
Front – Type
ABS Disc
Diameter 12”
Rear – Type
ABS Disc
Diameter 12”
Radiator Manufacturer Ford Motor Company
Type OEM Coil
Model
Total System Capacity (Excludes auxiliary heating system)OEM Specified Gallons
Radiator Fan Speed Control Type 3 speed Dash Switch
Surge Tank Capacity .75 gallon
Engine Thermostat Temperature Setting 180 Degrees
Overheat Alarm Temperature Setting 220 Degrees
Heating System Capacity Front 20K BTUs /Rear 35KK BTUs
Heating Cores – Manufacturer
Ford Motor Company/ Pro Air LLC
Number of Cores 1 OEM Front / 1 ProAir LLC Rear
Air Conditioning – Manufacturer
Ford Motor Company
Model OEM
Capacity (BTUs)29K total
Fuel Tank Capacity (Gallons)35 Gallons
Tires – Manufacturer
OEM Specified at time of Produation
Size T150-235/65 R16C T350- 235/65 R16C
Type All Weather Radial
Load Range C
Batteries
Main – Manufacturer
Ford Motor Company
Type, Size HD OEM
Capacity (CCA at 0 degrees F)70 amp
Accessory – Manufacturer
Ford Motor Company
Type, Size HD OEM
Capacity (CCA at 0 degrees F)70 amp
Wheelchair Lift – Manufacturer
Braun Ability
Model Braun Century Lift to 1000 lb. Capacity (34" x 54") NCL1000IB3454-2
Wheelchair Securement – Manufacturer
AMF-Bruns
Model Silver Series Full Automatic
Seat Belts – Manufacturer
Ford Motor Company
Page 420 of 733
State of New Mexico
General Services Department
Purchasing Division
ITB Statewide Price Agreement #: 00-00000-20-00087
Type OEM-3 Point
Passenger Seats – Manufacturer
Freedman Seating
Type 3 point- Integrated shoulder and lap belts
Minimum knee-to-hip space 26 inches
Driver’s Seat – Manufacturer
Ford Motor Company
Model OEM 4 Way Manual
Interlock – Manufacturer
Intermotive
Model ILIS
TECHNICAL INFORMATION – VEHICLE #4 CONTINUED
Backup Alarm (db)95 db
Roof Marker Lights – Manufacturer
NA on Transit OEM Wagon
Interior Lighting – Type
OEM
Number of Fixtures 3 double fixtures with independent cut off switch
Identification Lights – Manufacturer
Ford OEM
STANDARD WARRANTIES – VEHICLE #4
CURRENT MODEL YEAR – REAR OR SIDE DOOR ENTRY, WHEELCHAIR ACCESSIBLE,
130’ OR 148’ WHEELBASE WITH MEDIUM OR HIGH ROOF VEHICLE
Warranty Miles Years
Body Structure 100,000 5 years
Chassis 100,000 5 years
Engine 60,000 5 years
Transmission 60,000 5 years
Air Conditioner 36,000 3 years
Lift 1 year-complete- years 2-3 parts, years
4-5 parts pump and cylinders only
5 years total
Other Options 36,000 3 years
VEHICLE #4 - LIST ALL AUTHORIZED SERVICE DEALERS BELOW:
Name Address City/County/State
Creative Bus Sales 5760 Pino Ave, NE, Albuquerque, Bernalillo, NM
Page 421 of 733
CBS Specialty
Description Sale
CNG CONVERSION - 30 GGE SYSTEM (E-
350/450) $ 28,561
CNG CONVERSION - 40 GGE SYSTEM (E-
350/450) $ 32,045
CNG CONVERSION - 50 GGE SYSTEM (E-
350/450) $ 36,086
CNG CONVERSION - 52 GGE SYSTEM (F-550) $ 34,692
CNG CONVERSION - 64 GGE SYSTEM (F-550) $ 39,151
PROPANE ENGINE: ROUSH CLEAN
TECH/CLEAN FUEL USA-41 USABLE GALLONS (E-350/E-450) $ 20,758
PROPANE ENGINE: ROUSH CLEAN
TECH/CLEAN FUEL USA-45 USABLE GALLONS (F-550) $ 27,168
PROPANE ENGINE: ROUSH CLEAN
TECH/CLEAN FUEL USA-67 USABLE GALLONS (F-550) $ 31,905
Relocate Driver Side Condenser (E-450) $ 695
Relocate Driver Side Condenser (F-550) $ 696
Relocate/Modify Battery Box (E-450) $ 1,043
Relocate/Modify Battery Box (F-550) $ 1,044
Skirt Modification on Aerotech Body $ 486
158" Wheelbase Skirt Modification $ 486
Fuel- Half Tanks (Per Gallon) $ 3
Fuel- Full Tanks (Per Gallon) $ 3
Bobtail Vehicle Surcharge $ 556
CNG Delivery Fee- Truck Only (Per Mile) $ 2
Graphics Package A - Level 1 Minivan/MV-1 $ 695
Graphics Package A - Level 2 Transit $ 695
Graphics Package A - Level 3 Narrow Body $ 1,113
Graphics Package A - Level 4 20-23 Std Body $ 1,323
Graphics Package A - Level 5 24-27 Std Body $ 1,531
Graphics Package A - Level 6 29-32 Std Body $ 1,671
Graphics Package A - Level 7 35-40 Std Body $ 2,088
Graphics Package A - Level 8 35-40 Wide
Body $ 2,088
Graphics Package B - Level 1 Minivan/MV-1 $ 1,148
Graphics Package B - Level 2 Transit $ 1,148
Graphics Package B - Level 3 Narrow Body $ 1,566
Graphics Package B - Level 4 20-23 Std Body $ 1,774
Graphics Package B - Level 5 24-27 Std Body $ 1,984
Graphics Package B - Level 6 29-32 Std Body $ 2,193
Graphics Package B - Level 7 35-40 Std Body $ 2,611
Page 422 of 733
CBS Specialty
Graphics Package B - Level 8 35-40 Wide
Body $ 2,507
Graphics Package C - Level 1 Minivan/MV-1 $ 1,715
Graphics Package C - Level 2 Transit $ 1,715
Graphics Package C - Level 3 Narrow Body $ 2,141
Graphics Package C - Level 4 20-23 Std Body $ 3,028
Graphics Package C - Level 5 24-27 Std Body $ 2,423
Graphics Package C - Level 6 29-32 Std Body $ 2,725
Graphics Package C - Level 7 35-40 Std Body $ 3,534
Graphics Package C - Level 8 35-40 Wide
Body $ 3,332
Graphics Package D - Level 1 Minivan/MV-1 $ 2,652
Graphics Package D - Level 2 Transit $ 2,652
Graphics Package D - Level 3 Narrow Body $ 4,582
Graphics Package D - Level 4 20-23 Std Body $ 4,836
Graphics Package D - Level 5 24-27 Std Body $ 5,071
Graphics Package D - Level 6 29-32 Std Body $ 5,656
Graphics Package D - Level 7 35-40 Std Body $ 6,338
Graphics Package D - Level 8 35-40 Wide
Body $ 6,241
Graphics Package E- Levels 1-8 Custom Quote
Clever Device Complete System $ 28,000
Clever Device Wiring only $ 12,000
APC Add On $ 6,397
Trapeze Complete $ 18,418
Trapeze Cabling only $ 5,372
Seon TL4 $ 4,500
Hanover Displays Frt $ 2,316
Hanover Displays Side $ 2,410
Hanover Displays Side $ 2,360
Apollo Video Technology $ 8,500
TSO Mobile Base System w/ MDT $ 4,291
TSO Mobile APC System (Per Door) $ 5,892
TSO Mobile DVR 4 Channel 4 Cameras $ 6,500
TSO Mobile DVR 4 Channel 2 Cameras $ 3,500
TSO Mobile AVAS System (Stand Alone) $ 4,800
TSO Mobile AVAS System (Using DVR) $ 3,500
Additonal Route Set Up over 5 (Per Route) $ 207
TSO In Vehicle Electronic Ad Display + GPS +
Wi-Fi $ 3,746
TSO Anti-Bunchin Monitor $ 744
Page 423 of 733
CBS Specialty
TSO APP Public Mobile Tracker Set-UP $ 486
TSO AVIS Set UP $ 1,043
TSO ATIS Set UP $ 625
TSI Camera System- 4 Camera System $ 6,500
TSI Camera System- 6 Camera System $ 8,000
Ford Powertrain Extended Warranty
5yr/100K $ 4,500
Ford Premium Care Extended Warranty
5yr/100K $ 6,500
Kidde Fire Suppression System $ 7,000
Amerex Fire Suppression System $ 7,000
Fogmaker Fire Suppression System $ 5,000
DIAMOND MANUFACTURING NV $ 893
DIAMOND MANUFACTURING RV $ 1,383
DIAMOND MANUFACTURING SV $ 1,280
DIAMOND MANUFACTURING H $ 1,988
DIAMOND MANUFACTURING E-5 $ 1,937
DIAMOND MANUFACTURING D $ 1,151
DIAMOND MANUFACTURING XV $ 1,182
GFI GENFARE Odyssey $ 16,666
OBDII Scanner with Laptop $ 7,000
Noregon JPRO Heavy Duty w/Laptop
(Cummins & Allison) $ 7,000
Page 424 of 733
**END**
FOR ADDITIONAL INFORMATION REGARDING FLOORPLANS AND DETAILED SPECIFICATIONS PLEASE
REFER TO NEW MEXICO GENERAL SERVICES DEPARTMENT/ STATE PURCHASING DIVISION WEBPAGE:
https://www.generalservices.state.nm.us/statepurchasing/Statewide_Price_Agreements.aspx
Page 425 of 733
Certificate Of Completion
Envelope Id: 2AC0378415CD46D4BEB28602015E56A2 Status: Completed
Subject: TRANSIT VEHICLES #: 00-00000-20-00087
Source Envelope:
Document Pages: 297 Signatures: 1 Envelope Originator:
Certificate Pages: 5 Initials: 2 Amber Sanchez
AutoNav: Enabled
EnvelopeId Stamping: Enabled
Time Zone: (UTC-07:00) Mountain Time (US & Canada)
13 Bataan Blvd
Santa Fe, NM 87508
Amber.Sanchez2@state.nm.us
IP Address: 164.64.63.2
Record Tracking
Status: Original
1/27/2021 3:17:18 PM
Holder: Amber Sanchez
Amber.Sanchez2@state.nm.us
Location: DocuSign
Security Appliance Status: Connected Pool: StateLocal
Storage Appliance Status: Connected Pool: GSD Location: DocuSign
Signer Events Signature Timestamp
Amber N. Sanchez
amber.sanchez2@state.nm.us
New Mexico General Services
Security Level: Email, Account Authentication
(None)Signature Adoption: Pre-selected Style
Using IP Address: 174.237.5.143
Sent: 1/27/2021 3:21:34 PM
Viewed: 1/27/2021 3:21:54 PM
Signed: 1/27/2021 3:22:11 PM
Electronic Record and Signature Disclosure:
Accepted: 6/12/2020 11:10:53 AM
ID: 427f726f-e1ba-435b-8b57-72011b95ce93
Natalie Martinez
natalie.martinez1@state.nm.us
New Mexico General Services
Security Level: Email, Account Authentication
(None)Signature Adoption: Pre-selected Style
Using IP Address: 173.186.221.93
Sent: 1/27/2021 3:22:19 PM
Viewed: 1/27/2021 3:25:46 PM
Signed: 1/27/2021 3:26:09 PM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Valerie Paulk
valerie.paulk@state.nm.us
State Purchasing Agent
New Mexico General Services
Signing Group: 35000 - State Purchasing Agent
Security Level: Email, Account Authentication
(None)
Signature Adoption: Pre-selected Style
Using IP Address: 75.161.86.101
Signed using mobile
Sent: 1/27/2021 3:26:17 PM
Viewed: 1/27/2021 3:43:20 PM
Signed: 1/27/2021 3:48:20 PM
Electronic Record and Signature Disclosure:
Accepted: 5/29/2020 9:40:59 AM
ID: f12ca6d0-7cba-4de4-b58f-8180244887ff
In Person Signer Events Signature Timestamp
Editor Delivery Events Status Timestamp
Agent Delivery Events Status Timestamp
Intermediary Delivery Events Status Timestamp
Page 426 of 733
Certified Delivery Events Status Timestamp
Carbon Copy Events Status Timestamp
Witness Events Signature Timestamp
Notary Events Signature Timestamp
Envelope Summary Events Status Timestamps
Envelope Sent Hashed/Encrypted 1/27/2021 3:21:34 PM
Certified Delivered Security Checked 1/27/2021 3:43:20 PM
Signing Complete Security Checked 1/27/2021 3:48:20 PM
Completed Security Checked 1/27/2021 3:48:20 PM
Payment Events Status Timestamps
Electronic Record and Signature Disclosure
Page 427 of 733
ELECTRONIC RECORD AND SIGNATURE DISCLOSURE
A. ELECTRONIC RECORD AND SIGNATURE DISCLOSURE (ERSD)
From time to time, New Mexico General Services Department (GSD), on behalf of the State of
New Mexico (SONM), may be required by law to provide you with certain written notices or
disclosures. Stated below are the terms and conditions for GSD's providing you such notices and
disclosures electronically through the DocuSign system. Please read this information carefully. If
you are able to access this information electronically and agree to this Electronic Record and
Signature Disclosure (ERSD), please confirm your agreement by selecting the check-box next
to “I agree to use electronic records and signatures” before clicking “CONTINUE” within the
DocuSign system.
B. Obtaining paper copies
At any time up to twenty (20) calendar days following your use of DocuSign to electronically
sign a document, you may request a paper copy of any record provided or made available
electronically to you by GSD. You will have the ability to download and print documents SONM
sends you through the DocuSign system during and immediately after the signing session and, if
you elect to create a DocuSign account, you may access the documents for a twenty (20)
calendar day period after such documents are first sent to you. Following the twenty (20) day
period, if you want GSD to send you paper copies of any such documents from GSD's office,
you will be charged a $1.00 per-page fee plus postage. You may request delivery of such paper
copies from GSD by following the procedure stated in Section H, below.
C. Withdrawing your consent
If you decide to receive notices and disclosures from GSD electronically, you may at any time
change your mind and inform GSD you want to receive required notices and disclosures only in
paper format. The procedure concerning how you may inform GSD of your decision to receive
future notices and disclosures in paper format as well as withdraw your consent to receive
notices and disclosures electronically is stated in Section D, immediately below.
D. Consequences of changing your mind
If you elect to receive required notices and disclosures only in paper format, it will slow the
speed with which GSD will be able to complete certain steps in specific transactions and deliver
paper copies to you. GSD will need: (1) to send the required notices or disclosures to you in
paper format; and (2) wait until GSD receives your acknowledgment of your receipt of such
paper notices or disclosures. Further, you will no longer be able to use the DocuSign system to
receive required notices and consents electronically from SONM or to electronically sign
documents generated and sent to you from SONM.
#! !#$!" "$!!#
!#"!#
!%!$
Page 428 of 733
E. All notices and disclosures will be sent to
you electronically
Unless you inform GSD otherwise according to these procedures, GSD will electronically
provide you through the DocuSign system all required notices, disclosures, authorizations,
acknowledgements and other documents that are required to be provided or made available to
you during the course of your electronic signature relationship with SONM. To reduce the
possibility of inadvertent non-receipt, GSD prefers to provide all required notices and disclosures
by the same method and to the same email or physical address that you furnish to GSD. Thus,
you may receive the disclosures and notices electronically or in paper form. If you do not agree
with this procedure, please inform GSD according to the procedures stated in Section I, below.
Please also refer to Section D, immediately above, which states the consequences resulting from
your declination of electronic delivery of notices and disclosures.
F. How to contact GSD:
You may inform General Services Department (GSD) of any changes you select regarding State
Purchasing Division’s (SPD) electronic communications with you, to request paper copies of
certain information from SPD, and to withdraw your prior consent to receive notices and
disclosures electronically by emailing your request(s) to SPD at: GSD.SPDinfo@state.nm.us
G. To advise SPD of your new email address
To inform SPD of a change in the email address to which SPD sends you notices and disclosures
electronically, you must send an email to SPD at GSD.SPDinfo@state.nm.us and in the body of
such request you must include your previous and new email addresses.
H. To request paper copies from SPD
To request delivery of paper copies of electronic notices and disclosures that DocuSign and/or
SPD have previously provided to you, you must send an email to SPD at
GSD.SPDinfo@state.nm.us and in the body of your email request state your email address, full
name, mailing address, and telephone number. SPD will charge you a $1.00 per page copy fee
plus postage.
I. To withdraw your consent with SPD
To inform SPD that you no longer wish to receive notices and disclosures in electronic format
you may:
Page 429 of 733
(1) Decline to sign a document from within a signing session, and on the subsequent page, select
the check-box indicating you wish to withdraw your consent, or you may:
(2) Send SPD an email to GSD.SPDinfo@state.nm.us and in the body of your request state your
email address, full name, mailing address, and telephone number.
J. Required hardware and software
The minimum system requirements for using the DocuSign system may change over time. The
current DocuSign system requirements may be found at:
https://support.docusign.com/guides/signer-guide-signing-system-requirements
K. Acknowledging your access and consent to
receive and sign documents electronically
To confirm that you are able to electronically access the information contained in this Electronic
Record and Signature Disclosure (ERSD), please confirm that you have: (1) read this ERSD, and
either: (2) you are able to print on paper or electronically save this ERSD for your future
reference and access; or (3) you are able to email this ERSD to an email address where you will
be able to print this ERSD on paper and/or save this ERSD for your future reference and access.
Further, if you consent to receiving notices and disclosures from DocuSign and/or SPD
exclusively in electronic format, then select the check-box next to “I agree to use electronic
records and signatures,” before you click “CONTINUE” within the DocuSign system.
By selecting the check-box next to “I agree to use electronic records and signatures,” you
confirm that:
x You have read this Electronic Record and Signature Disclosure (ERSD); and
x You can print this ERSD on paper, or you can save and/ or send this ERSD to a location
where you can print this ERSD, for your future reference and access; and
x Until or unless you notify SPD as stated in this ERSD, you consent to exclusively receive
through electronic means all notices, disclosures, authorizations, acknowledgements, and
other documents that are required to be provided or made available to you by SPD during
the course of your electronic signature relationship with SPD.
Page 430 of 733
Equipment Purchase
By: Chris Edelstein, Deputy Director Operations & Maintenance
Steve Ortega, Maintenance & Operations Manager
Page 431 of 733
Fleet Services is working to replace one (1) unit due for replacement.
This unit is two (2) years past due for replacement.
Older vehicles have higher fuel and maintenance costs, and tend to be unreliable.
Creative Bus Sales, Inc., an authorized StarCraft Bus dealer, is using the State of New Mexico GSD Price Agreement #00-00000-20-00087 awarded on January 28, 2021, and valid through January 27, 2023.
Background
Page 432 of 733
Maintenance & Repair
Vehicle Acquired Cost Actual Maintenance &
Repair Costs
M&R as a % of Acquired
Cost
#5231 $56,343 $40,786 72%Page 433 of 733
Financial Implications
Vehicle CERF Collected Replacement Cost Over Payment
#5231 $141,855 $111,837 $30,018
Total $141,855 $111,837 $30,018
•The overpayment of $30,018 will be applied as a credit towards the new CERF
charge paid by the Parks, Recreation, Library & Golf Department over the life of the
new unit starting in 2024.
•The sale price of the unit, at auction, will be returned to the CERF balance.Page 434 of 733
Unit -5231
CERF Collected -$141,855
Replacement Cost -$111,837
Overpayment -$30,018 (applied as credit towards the new CERF charge)
5% 2023 market adjustment -$5,591.85 (varies by year & by vehicle class)
Total Cost including overpayment credit & 2023 market adjustment -$87,410
New CERF Payment -$5,827 (annually)
CERF Balance after fifteen years, including overpayment credit -$117,428
2024 CERF Charge Example
Page 435 of 733
Staff recommends Council approve, by resolution, the purchase one (1) 2022 StarCraft Allstar (12&2) Bus from Creative Bus Sales, Inc.
CONNECTION TO STRATEGIC PLAN:
Governance -A City government that is accountable, effective, and efficient.
Recommendation
Page 436 of 733
Questions & Thank You!Page 437 of 733
COUNCIL COMMUNICATION
TO: Mayor and Council
FROM: Steve Ortega
DEPARTMENT: Public Works
DATE: July 18, 2022
SUBJECT:
Vehicle Purchase - One Bucket Truck for the cost of $200,312
from Altec Industries, Inc. for the Public Works Department, Traffic
Division
DESCRIPTION:
Approval of a resolution to purchase one (1) 2023 Dodge Ram Bucket Truck for $200,312 from
Altec Industries, Inc. for the Public Works Department, Traffic Division.
RECOMMENDATION:
Staff recommends Council approve, by resolution, the purchase of one (1) 2023 Dodge Ram
5500 Bucket Truck from Altec Industries, Inc. at a cost of $200,312.
If approved, Fleet Services will purchase this unit through Altec Industries, Inc. using Sourcewell
Contract #012418-ALT awarded on March 14, 2018, and valid through March 14, 2023. The
total cost to purchase this unit is $200,312. This unit is part of the Capital Equipment
Replacement Fund (CERF) program and is past due for replacement.
SUMMARY:
The Fleet Services Division proposes to utilize Sourcewell Contract #012418-ALT to obtain one
(1) 2023 Dodge Ram 5500 Bucket Truck to replace unit #3059 assigned to the Public Works,
Traffic Division.
ANALYSIS:
In 2020, City Council approved the purchase of two (2) bucket truck replacements.
Unfortunately, when delivered, staff noticed that they were newer style units that didn't
incorporate outriggers to help stabilize the boom when extended. After testing the units, Fleet
Services, members of the Traffic Division and our account manager deemed the units unsafe
and decided to sell them utilizing J. J. Kane Auctioneers. Both units were purchased at a total
cost of $264,32 and sold for a total of $276,000, resulting in a profit of $5,839. After further
discussions, staff determined to move forward with replacing unit #3059 in 2022 and has
budgeted to replace unit #3060 in 2023.
Bucket trucks are a critical piece of equipment for the Traffic Division, allowing access to
perform maintenance and repair to traffic signals. In addition to the Traffic Division, these units
are also utilized by the Public Works, Facilities Division and the Parks, Recreation, Library and
Golf Department.
Page 438 of 733
The City accounts for replacing capital equipment and vehicles in its CERF. Vehicle or
equipment replacement is based on its average useful life. The 2022 budget includes funding
for the planned replacement of various vehicles, including this unit.
COUNCIL ACTION REQUESTED:
The Fleet Services Division requests that Council approve, by resolution, the purchase of one
(1) 2023 Dodge Ram 5500 Bucket Truck from Altec Industries, Inc. at a cost of $200,312.
FINANCIAL IMPLICATIONS:
The 2022 budget includes funding for the planned replacement of various vehicles and
equipment. The table below details information regarding the proposed unit due for
replacement.
Unit
#
Vehicle
to be
Replaced
Purchase
Year
Expected
Life of
Vehicle
Replacement
Year
CERF
Funds
Collected
(including
sale
profit)
Actual
Replacement
Cost
Fund
Shortage
3059
2009
GMC
C5500 2009 10 2019 $102,780 $200,312 $97,532
Total $102,780 $200,312 $97,532
Fleet Services will calculate a new CERF charge to include the new unit's acquired cost, fund
shortage or overpayment (if required), upfit charges (if needed), and market adjustment (varies
by year) to ensure adequate funds are available when the unit is due for replacement.
New CERF charge example:
Unit #
CERF
Collected
2022 Acquired
Cost
Fund
Shortage
Total Acquired
Cost with
Unfunded Cost
& 5% Market
Adjustment
New Annual
CERF
Charge
3059 $102,780 $200,312 $97,532 $307,859 $30,786
The new CERF rate would start in 2024 and extend through the unit's expected life of 10 years.
The annual charge will be adjusted (reduced) upon the old unit's sale price at auction.
CONNECTION TO STRATEGIC PLAN:
Governance - A city government that is accountable, effective, and efficient
Fleet Services staff is working to replace one (1) unit that is past due for replacement. Doing this
will reduce maintenance and fuel costs.
ATTACHMENTS:
Page 439 of 733
Resolution
Contract Approval Summary
Altec Industries, Inc. Quote
Sourcewell Contract #012418-ALT
Sourcewell Contract #012418-ALT Acceptance and Award
Sourcewell Contract #012418-ALT Extension
PowerPoint Presentation
Page 440 of 733
1
RESOLUTION NO. __
SERIES OF 2022
A RESOLUTION AWARDING A CONTRACT FOR THE
PURCHASE OF ONE BUCKET TRUCK UNDER THE TERMS OF
SOURCEWELL PURCHASING AGREEMENT #012418-ALT
WITH ALTEC INDUSTRIES, INC.
WHEREAS, Section 4-1-3-1(C) of the Englewood Municipal Code 2000 allows
for the purchase of commodities, supplies and equipment under any general bid or
purchase contract of the United States Government, State of Colorado or other
governmental jurisdiction at the prices, terms and conditions contained therein, when, in
the opinion of the City Manager, the prices available to the City through such agreement
are deemed to be the lowest and best price available to the City; and
WHEREAS, the City of Englewood Public Works Department, Traffic Division
requires the replacement of vehicle #3059, a 2009 GMC C5500 Bucket Truck; and
WHEREAS, the Bucket Truck to be replaced was due to be replaced in 2019.
This unit will be replaced with one 2023 Dodge Ram 5500 Bucket Truck; and
WHEREAS, the City, as a municipality, has the opportunity for a limited time to
take advantage of the pricing offered by the Sourcewell Purchasing Agreement #012418-
ALT which is currently allowing federal, state/province, and municipal governmental
entities, higher education, K-12 education, nonprofit, tribal government, and other public
entities located in the United States and Canada to take advantage of the pricing structure
negotiated by the State of Minnesota through the cooperative bidding process; and
WHEREAS, the funds for this purchase of the unit would come from the Public
Works 2022 Capital Equipment Replacement Fund (CERF), 62-1001-61402, in the
amount of $200,312.00.
.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF
THE CITY OF ENGLEWOOD, COLORADO, AS FOLLOWS:
Section 1. The Englewood City Council hereby authorizes the purchase of one
(1) 2023 Dodge Ram 5500 Bucket Truck from Altec Industries, Inc. in lieu of the internal
competitive bid process by using the Sourcewell Purchasing Agreement # 012418-ALT
for a total amount of $200,312.00, as set forth in the quote, attached hereto as Exhibit A.
ADOPTED AND APPROVED this 18th day of July, 2022.
Othoniel Sierra, Mayor
Page 441 of 733
2
ATTEST:
__________________________________
Stephanie Carlile, City Clerk
I, Stephanie Carlile, City Clerk for the City of Englewood, Colorado, hereby certify
the above is a true copy of Resolution No. __, Series of 2022.
______________________________
Stephanie Carlile
Page 442 of 733
Contract Approval Summary
March 2019 Update
Page | 1
Contact Identification Information (to be completed by the City Clerk)
ID number: Authorizing Resolution/Ordinance:
Recording Information:
City Contact Information
Staff Contact Person: Steve Ortega Phone: (303) 762-2535
Title: Maintenance & Operations Manager Email: sortega@englewoodco.gov
Vendor Contact Information
Vendor Name: Altec Industries, Inc. Vendor Contact: Ryan Reider
Vendor Address: 641 Telluride Street Vendor Phone: (970) 286-3809
City: Aurora Vendor Email: ryan.reider@altec.com
State: CO Zip Code: 80011
Contract Type
Contract Type:Other (describe below)
Description of ‘Other’ Contract Type: Vehicle Purchase
Description of Contract Work/Services:
Attachments:
☒Contract -- ☐Original ☐Copy
☐Addendum(s)
☐Exhibit(s)
☐Certificate of Insurance Summary of Terms:
Start Date: 7/18/2022 End Date: 12/31/2022 Total Years of Term: 1
Total Amount of Contract for term (or estimated amount
if based on item pricing):
$200,312
If Amended: Original Amount
$
Amendment Amount
$
Total as Amended:
$
Renewal options available:
Payment terms (please
describe terms or attach
schedule if based on
deliverables):
Attachments:
☐Copy of original Contract if this is an Amendment
☐Copies of related Contracts/Conveyances/Documents
Source of Funds (Insert Excel Document Image):
Purchase of one (1) One 2023 Dodge Ram 5500 Bucket Truck
Page 443 of 733
Contract Approval Summary
March 2019 Update
Page | 2
Attachment (For Capital Items Only / Expense Line Item Detail is Located in Open Gov):
☐Prior Month-End Project Status and Fund Balance Report
Process for Choosing Vendor (Check Box):
☐Bid: ☐ Bid Evaluation Summary attached
☐ Bid Response of Proposed Awardee
☐RFP: ☐ RFP Evaluation Summary Attached
☐ RFP Response of Proposed Awardee
☐Quotes: Copy of Quotes attached
☐Optimal Source: Provide Detailed Explanation:
☐ Sole Source (Use as much space as necessary for detailed explanation):
☐ Qualification Based Selection / Best Value* (Continue on Next Page):
CAPITAL ONLY A B C 1 = A-B-C
Capital
Operating Year
Tyler / New
World
Project # / Task#Fund Division Object Line Item Description Budget Spent to Date
Contract
Amount
Budget
Remaining
C 2022 62 1001 61402 $3,320,973.00 2,910,718.45$ -$ 410,254.55$
Purchases Pending Approval at the July 18, 2022 City Council Meeting
C 2022 62 1001 61402
StarCraft Allstar (12&2)
Bus 111,837.00$ 298,417.55$
C 2022 62 1001 61402
Altec Model AT41M
Bucket Truck 200,312.00$ 98,105.55$
Total by Fund - Current Year 62 1001 $3,320,973.00 2,910,718.45$ 312,149.00$ 98,105.55$
Grand Total $3,320,973.00 2,910,718.45$ 312,149.00$ 98,105.55$
CAPITAL & OPERATING EXPENSE
Page 444 of 733
Contract Approval Summary
March 2019 Update
Page | 3
*Note: Qualifications Based Selection / Best Value Justification detailed explanation may include
the following information, but is not limited to:
1.) Product and provider reliability
2.) Product and project understanding
3.) Product availability / Low risk solution
4.) Ability to connect to with current City of Englewood IT systems
5.) Familiarization with the City of Englewood
Page 445 of 733
Quote Number:1049186 -3
n ®
Altec,Inc.
June 2,2022
Our 93rd Year
Ship To:Bill To:
CITY OF ENGLEWOOD (CO)CITY OF ENGLEWOOD (CO)
1000 ENGLEWOOD PKWY 1000 ENGLEWOOD PKWY
3RD FLOOR;ACCOUNTS PAYABLES 3RD FLOOR;ACCOUNTS PAYABLES
ENGLEWOOD,CO 80110-2373 ENGLEWOOD,CO 80110-2373
US United States
Attn:
Phone:303-762-2535
Email:ltrujil|o@englewoodgov.org
Altec Quotation Number:1049186 -3
Account Manager:Ryan Reider
Technical Sales Rep:Christian Daniel Poole
lte Description Qty Price
Unit
1.Altec Model AT41 M Articulating Telescopic Aerial Device with a fiberglass upper boom 1
and fiberglass insulator in the articulating arm and proportional joystick upper controls.
Built in accordance to ALTEC's standard specifications and to include the following
features:
A.Ground to Bottom of Platform Height:40.8 feet at 7.3 feet from centerline of
rotation (12.45 m at 2.21 m)
Working Height:45.8 feet (13.96 m)
Maximum reach to edge of platform with Upper Boom Non-overcenter:30.1 feet
(at 17.3 feet platform height)
Upper boom extension:110 inches
Continuous rotation
Articulating Arm:Articulation is from -3 to 82 degrees.Insulator provides 19
inches of isolation.
Compensation System:By raising the articulating arm only,the telescopic boom
maintains its relative angle in relation to the ground.The work position is
achieved through a single function operation.
H.Upper Boom:Articulation is from -25 to 85 degrees.The fiberglass section
provides a minimum of 10.9 inches of isolation in the upper boom (when retracted
and 42.3 inches when extended).
I.Platform leveling is achieved by a hydraulic master-slave leveling system.This
lifetime system is very low maintenance.
J.The dielectrically tested,insulating upper control system includes the following
boom tip components that can provide an additional layer of secondary electrical
contact protection.
Control Handle:A single handle controller incorporating high electrical resistance
components that is dielectrically tested to 40 kV AC with no more than 400
microampers of leakage.The control handle is green in color to differentiate it
from other non-tested controllers.The handle also includes an interlock guard
that reduces the potential for inadvertent boom operation.
Auxiliary Control Covers:Non-tested blue silicon covers for auxiliary controls.
Control Console:Non-tested non-metallic control console plate.
.0 .'"!'"!3 9.57
We Wish To Thank You For Giving Us The Pleasure
And Opportunity of Serving You Page 1 of 12
UTILITY EQUIPMENT AND BODIES SINCE 1929
Page 446 of 733
El-Vitec.
."9".°‘P.°°!°
10.
11.
12.
13.
14.
15.
Altec,Inc.
Description
Boom Tip Covers:Non-tested non-metallic boom tip covers.The covers are not
dielectrically tested,but they may provide some protection against electrical
hazards.
K.Hydraulic system:Open center (full pressure),maximum flow 6 GPM,maximum
operating pressure 3,000.
Dielectric rating:Category C,46 kV and below
Unit is painted with a powder coat paint process which provides a finish-painted
surface that is highly resistant to chipping,scratching,abrasion and corrosion.
Paint is electrostatically applied to the inside as well as outside of fabricated parts
then high temperature cured prior to assembly ensuring maximum coverage and
protection.
N.Manuals:Two (2)Operator's and two (2)Maintenance/Parts manuals containing
instructional markings indicating hazards inherent in the operation of an aerial
device.
0.Unit meets or exceeds ANSI 92.2 standards.
Pedestal
Single 2-Man Platform,Fiberglass,24"x 48"x 42",End Mount,180 Degree Rotation.
Platform Mounted Single Handle Controls
Material Handling Jib/Winch,Hydraulically Articulating,Top Mounted,Round (ARM Jib)
Two (2)Platform steps -located on the side of the platform nearest the elbow in the
stowed position
Platform Cover -soft vinyl,24 x 48 inches (610 x 1219 mm)
Platform Liner -for two-man fiberglass platform,24 x 48 x 42 inches (610 x 1219 x 1067
mm),50 kV rating (minimum)
Hydraulic Tool Circuit at Platform:One set of quick disconnect couplings at the boom tip
for open center tools.
Engine Start/Stop &Secondary Stowage System:12 VDC powered motor and pump
assembly for temporary operation of the unit in a situation wherein the primary hydraulic
source fails.Electric motor is powered by the chassis battery.This feature allows the
operator to completely stow the booms,platform,and outriggers.Secondary Stowage &
Start/Stop is activated with an air plunger at the platform or momentary switch at the
lower control station and outriggers.
Jib Stick,36"L,non extension,certified,orange in color
-Install 7-Hole Jib Extension ILO Standard
Slip Ring:Required for engine start/stop,secondary stowage system,and throttle control
op?ons
Outriggers,Primary,Modified A-Frame With Integrated Subbase,30"-34"Chassis
Height,Electric Interlock,No Valves On Legs,114"Spread,Fixed Shoe (AT37/41
M/ME/P/PE/S/SE)
Winch load line swivel hook
Altec Unit Powder Painted White
We Wish To Thank You For Giving Us The Pleasure
And Opportunity of Serving You
UTILITYEQUIPMENT AND BODIES SINCE 1929
Quote Number:1049186 -3
Page 2 of 12
Page 447 of 733
UTILITYEQUIPMENT AND BODIES SINCE 1929
Iul Quote Number:1049186 -3
Altec,Inc.
®
lte Description Qty Price
16.Additional Unit Option 1
-Install 7-Hole Jib Extension ILO Standard
Unit &Hydraulic Acc.
17.Scuff Pad,24"x 48",With Step (For use with Platform Liner)1
18.Electric Outrigger Controls for one (1)set of outriggers,drive hydraulic outrigger control 1
valves.Durable weather proof sealed electronic switches mounted in aluminum boxes
located at the rear of the unit unless othen/vise specified.
19.Steel Reservoir,15 gallon capacity,triangular,17"L x 17"W x 24"H,and includes 1
breather caps and dipsticks
20.Temperature Sight Gauge 1
21.HVI-22 Hydraulic Oil (Standard).25
22.Standard Pump For PTO 1
23.Electric Shifted PTO 1
24.Standard Altec PTO/Transmission Functionality for Non-Allison Automatic 1
Transmissions:
-PTO will only engage when chassis is in neutral.
-lf chassis is in gear,and PTO switch is activated,PTO will not engage.Chassis will
remain in gear.
-Once the chassis is shifted back into gear the PTO will disengage.For some truck
configurations the PTO switch must be turned off to allow the transmission to shift into
gean
Body
25.Altec Body 1
26.Steel Body 1
27.Body is To Be Built In Accordance With The Following Altec Standard Specifications:1
A.Basic Body Fabricated From A40 Grade 100%Zinc Alloy Coated Steel.
B.All Doors Are Full,Double Paneled,Self-Sealed With Built-In Drainage For
Maximum Weather-Tightness.Stainless Steel Hinge Rods Extend Full Length Of
Door.
C.Heavy-Gauge Welded Steel Frame Construction.
D.Integrated Door Header Drip Rail At Top For Maximum Weather Protection.
E.Fender Panels Are Either Roll Formed Or Have Neoprene Fenderettes
Mechanically Fastened.
F.Steel Treated For Improved Primer Bond And Rust Resistance.
G.Automotive Type Non-Porous Door Seals Fastened To The Door Facing.
H.B-Line Channel Installed In Compartments
28.Smooth Galvanneal Steel Floor 1
We Wish To Thank You For Giving Us The Pleasure
And Opportunity of Serving You Page 3 of 12
Page 448 of 733
UTILITYEQUIPMENT AND BODIES SINCE 1929
'Quote Number:1049186 -3
n ®
Altec,Inc.
lt_e_Description Qty Price
29.Low-Side General Service With Step (LGSS)1
30.Finish Paint Body Altec White 1
31.Undercoat Body 1
32.132"Estimated Body Length (Engineering To Determine Final Length)1
33.94"Body Width 1
34.40"Body Compartment Height 1
35.20"Body Compartment Depth 1
36.5.5 Inch Drop-In Wood Cargo Retaining Board At Rear Of Body 1
37.5.5 Inch Drop-In Wood Cargo Retaining Board At Top Of Side Access Step 1
38.Gripstrut On Streetside Compartment Tops 1
39.Gripstrut On Curbside Compartment Tops 1
40.Adhesive Strip Lighting (LED)Around Top And Sides Of Compartment Door Facings 7
41.Stainless Steel Rotary Paddle Latches With Keyed Locks 7
42.All Locks Keyed Alike Including Accessories (Preferred Option)1
43.Standard Master Body Locking System (Standard Placement Is At Rear.Sidepacks 7
With A Throughshelf/Hotstick Door At Rear,Standard Placement Is At The Front)
44.Gas Prop Rigid Door Holders On All Vertical Doors 1
45.One Chock Holder On Each Side of Body With Retaining Lip In Fender Panel 1
46.Hotstick Shelf Extending Full Length Of Body On Streetside 1
47.Standard Drop-Down Hotstick Door For One (1)Shelf On Streetside,Stainless Steel 1
Slam Paddle Latch With Keyed Look
48.1st Vertical (SS)-Adjustable Shelf With Removable Dividers On 4"Centers 2
49.1st Vertical (SS)-Outrigger Housing,With Outrigger Pin Access As Needed 1
50.2nd Vertical (SS)-Adjustable Shelf With Removable Dividers On 4"Centers 4
51.1st Horizontal (SS)-Fixed Shelf With Removable Dividers On 4 Inch Centers On 1
Bottom of Compartment
52.Rear Vertical (SS)-Locking Swivel Hooks On An Adjustable Rail -Left Wall 1
53.Rear Vertical (SS)-Locking Swivel Hooks On An Adjustable Rail -Rear Wall 4
54.Rear Vertical (SS)—Locking Swivel Hooks On An Adjustable Rail -Right Wall 1
55.1st Vertical (CS)-Adjustable Shelf With Removable Dividers On 4"Centers 2
We Wish To Thank You For Giving Us The Pleasure
And Opportunity of Serving You Page 4 of 12
Page 449 of 733
l Quote Number:1049186 -3
n ®
Altec,Inc.
|_t<?Description Q_t_y Price
56.1st Vertical (CS)-Louvered Panel On Rear Wall To Ventilate Compartment 1
57.1st Vertical (CS)-Outrigger Housing,With Outrigger Pin Access As Needed 1
58.1st Vertical (CS)-Inverter Storage Inside Of Body Compartment With Guard And 1
Provisions For Remote GFCI Receptacle (Mounted On Top Shelf Unless Otherwise
Specified)
59.2nd Vertical (CS)-Gripstrut Access Steps With Two (2)Sloped Grab Handles,Vented 1
Battery Storage (Keyed Look)
60.1st Horizontal (CS)-Adjustable Shelf With Removable Dividers On 4"Centers 1
61.Rear Vertical (CS)-Adjustable Shelf With Removable Dividers On 4"Centers 2
62.29"L Steel Tailshelf,Width To Match Body 1
63.Steel U-Shaped Grab Handle Installed on Tailshelf 1
-Curbside,along outside edge
64.Steel Cross Storage Located Between Tailshelf Floor And Top Of Chassis Frame Rail,1
With Drop Down Doors And Keyed Latches On Streetside And Curbside,As Wide As
Possible
65.Smooth Galvanneal Steel Tailshelf 1
66.Small Steel Grab Handle Installed At Rear 1
-On curbside of tailshielf,inboard of ingress
67.E-Track Installed On Curbside Interior Cargo Wall,Mounted As High As Possible 1
68.E-Track Installed On Streetside Interior Cargo Wall,Mounted As High As Possible 1
Body and Chassis Accessories
69.ICC (Underride Protection)Bumper Installed At Rear 1
70.Install Counterweight As Needed 1
71.Cable Step Installed At Rear,Single Step 1
-Curbside of tailshelf
72.Rubber Belted Step Mounted Beneath Side Access Steps (Installed To Extend Approx.1
2"Outward)
73.Platform Rest,Rigid with Rubber Tube 1
74.Boom Rest for a Telescopic Unit 1
75.Manual Boom Stow Securing System Installed on Boom Rest 1
76.Wood Outrigger Pad,19"x 19"X 2.5",With Rope Handle 2
We Wish To Thank You For Giving Us The Pleasure
And Opportunity of Serving You Page 5 of 12
UTILITYEQUIPMENT AND BODIES SINCE 1929
Page 450 of 733
UTILITY EQUIPMENT AND BODIES SINCE 1929
|=|Quote Number:1049186 -3
In ®
Altec,Inc.
Ite Description Qty Price
77.Outrigger Pad Holder,20"L x 20"W x 5"H,Fits 19.5"x 19.5"x 4"And Smaller Pads,2
Bolt-On,Bottom Washout Holes,3/4"Lip Retainer
78.Pendulum Retainers For Outrigger Pad Holders 2
79.Mud Flaps With Altec Logo (Pair)1
80.Wheel Chocks,Rubber,9.75"L X 7.75"W x 5.00"H,with 4"L Metal Hairpin Style 1
Handle (Pair)
81.Slope Indicator Assembly (Pair)For Machine With Outriggers 1
82.Post Style Cone Holder (Holds up to four 15"x15"large cones)2
-One (1)installed above each rear vertical
-Must be Sized to Fit QTY 1O 36"H cones
83.5 LB Fire Extinguisher With Heavy Duty Bracket,Installed 2
84.Triangular Reflector Kit (Contains 3 Reflectors),Shipped Per DEPS-0042 1
85.Vinyl manual pouch for storage of all operator and parts manuals 1
Electrical Accessories
86.Compartment Lights Wired To Dash Mounted Master Switch 1
87.Lights and reflectors in accordance with FMVSS #108 lighting package.(Complete LED,1
including LED reverse lights)
88.Altec Standard Amber LED Strobe Light with Brush Guard 2
—lnstall(1)Each CS and SS on Posts at Front of Body
89.4-Corner Strobes,Amber,LED,Two (2)Surface Mounted Lights In Grille,Two (2)1
Round Lights At Rear
90.Strobe Lights Wired Battery Hot 1
91.Directional Light Bar,Amber,Super-LED,47"Long 1
Details:
-Recessed in Tailshelf
92.Custom Light Bar 1
Details:
-Cab Mounted Light Bar,Amber,LED
—|ntegrated Opticon Emitter with Distance Controller
93.Remote Spot Light,LED,Permanent Mount with Programmable Wireless Remote 2
—lnstall(1)Each CS and SS on Posts at Front of Body,OTBD of Strobes
94.Dual Tone Back-Up With Outrigger Motion Alarm 1
We Wish To Thank You For Giving Us The Pleasure
And Opportunity of Serving You Page 6 of 12
Page 451 of 733
UTILITYEQUIPMENT AND BODIES SINCE 1929
|=|Quote Number:1049186 -3
n ®
Altec,lnc.
lte Description Qty Price
95.PTO Hour Meter,Digital,with 10,000 Hour Display 1
96.Dodge Up?tter Switches (Supplied with Chassis)1
97.Mounting bracket for inverter mounted at bottom of body compartment or storage box 1
98.Inverter,1800 Watt,Pure Sine Wave,120 VAC (Sensata #12/180ON)1
-Install in Enclosure in CS 1st Vertical
99.inverter Wired Ignition Hot To Switch Mounted In Chassis Cab 1
100.120 Volt GFCI Receptacle Includes Weather—resistant Enclosure 2
Details:
-One (1)Installed Above Inverter Enclosure in CS 1st Vertical
-One (1)Installed in curbside rear vertical,on back wall
101.120 Volt Non-GFCI Receptacle Includes Weather-Resistant Enclosure Requires at least 1
1 GFCI Receptacle
Details:
-installed in streetside rear vertical,on back wall
102.GFCI Receptacle Hardwired To Protect Additional Non-GFCI Duplex Receptacles.1
103.Dodge Module 1
-Do Not Provide,USE PDM6
104.Power Distribution Module (PDM-6)is a compact self-contained electronic system that 1
provides a standardized interface with the chassis electrical system.(Includes
Operator's Manual)
105.Install Chassis (OEM)Supplied Backup Camera in Final Assembly 1
106.Install secondary stowage system.1
107.Install Remote Start/Stop system in Final Assembly.1
108.Install Outrigger Interlock System 1
109.Heavy Duty Secondary Stowage Pump 1
110.No Upper Boom Out of Stow Indicator 1
111.PTO Indicator Light Installed In Cab 1
Finishin Details
112.Powder Coat Unit Altec White 1
113.Altec Standard;Components mounted below frame rail shall be coated black by Altec.1
i.e.step bumpers,steps,frame extension,pintle hook mount,dock bumper mounts,D-
rings,receiver tubes,accessory mounts,light brackets,under-ride protection,etc.
Components mounted to under side of body shall be coated black by Altec.i.e.Wheel
We Wish To Thank You For Giving Us The Pleasure
And Opportunity of Serving You Page 7 of 12
Page 452 of 733
UTILITYEQUIPMENT AND BODIES SINCE 1929
l'EI Quote Number:1049186 -3
n ®
Altec,Inc.
[t§_Description Qty Price
chock holders,mud flap brackets,pad carriers,boxes,lighting brackets,steps,and
ladders.
114.Apply Non-Skid Coating to all walking surfaces 1
115.English Safety And Instructional Decals 1
116.Vehicle Height Placard -Installed In Cab 1
117.Placard,HVI-22 Hydraulic Oil 1
118.Completed Test Forms To Be Included In The Manual Pouch 1
A.Stability Test Form
B.Dielectric Test Form (For Insulating Units)
119.Dielectric test unit according to ANSI requirements.1
120.Stability test unit according to ANSI requirements.1
121.Focus Factory Build 1
122.Delivery Of Completed Unit 1
123.Inbound Freight 1
124.As Built Electrical And Hydraulic Schematics To Be Included In The Manual Pouch 1
Chassis
125.Chassis 1
126.Altec Supplied Chassis 1
127.2023 Model Year 1
128.Dodge Ram 5500 1
129.Dual Rear Wheel 1
130.4x4 1
131.Chassis Cab 1
132.Crew Cab (Full Double Cab With Four Full Length Doors)1
133.AM/FM Radio 1
134.Bluetooth 1
135.Cold Weather Group (Includes Block Heater)1
136.Running Boards (Supplied By Chassis OEM)1
137.Trailer Brake Controller (Factory Installed)1
We Wish To Thank You For Giving Us The Pleasure
And Opportunity of Serving You Page 8 of 12
Page 453 of 733
?Quote Number:1049186 -3
n ®
Altec,Inc.
|t_e__Q?égfilml QQL Price
138.Air Conditioning 1
139.Backup Camera,OEM Supplied 1
140.Cruise Control 1
141.Keyless Entry 1
142.Power Door Locks 1
143.Power Windows 1
144.Tachometer 1
145.Tilt Steering Wheel 1
146.84 Clear CA (Round To Next Whole Number)1
147.GVWR 19,500 LBS 1
148.7,250 LBS Front GAWR 1
149.13,500 LBS Rear GAWR 1
150.Spring Suspension 1
151.Cummins 6.7L Turbo Diesel (Dodge)1
152.Diesel 1
153.Aisin AS69RC Automatic Transmission (Dodge Chassis)1
154.4.44 Axle Ratio 1
155.NFH -RAM 52 Gallon Fuel Tank (Rear)1
156.RAM 9 Gallon DEF Tank (Under Cab Left Hand)1
157.Dodge 3500-5500 Single Horizontal Right Side Exhaust 1
158.Clean Idle Certification 1
159.CARB Compliant 1
160.Hydraulic Brakes 1
161.Park Brake in Rear Wheels 1
162.AZB -Heavy Duty Front Suspension Group 1
163.Dodge PTO Prep Package (Right Hand Side PTO)(LBN)1
164.Vinyl Split Bench Seat 1
Additional Pricing
We Wish To Thank You For Giving Us The Pleasure
And Opportunity of Serving You Page 9 of 12
UTILITYEQUIPMENT AND BODIES SINCE 1929
Page 454 of 733
lul Quote Number:1049186 -3
n ®
Altec,Inc.
Ite Description Qty Price
165.Standard Altec Warranty:One (1)year parts warranty,one (1)year labor warranty,1
ninety (90)days warranty for travel charges,limited lifetime structural warranty
Unit I Body /Chassis Total 200,312.00
FET Total 0.00
Total 200,312.00
Altec Industries,Inc.
BY
Christian Daniel Poole
Notes:
1 Altec will make every effort to honor this quotation,subject to the following provisions.Prices for equipment
with production start dates 12 months and beyond are budgetary only due to irregular cost in?ation and
market volatility.These prices will be reviewed based on market conditions and confirmed closer to the
production date.
For a quoted chassis model year beyond the current open order bank,chassis model year,specifications
and price should be considered estimates only and subject to change.Chassis model year,specifications
and price will be reviewed and confirmed when specific model year information becomes available from the
OEM.
2 Altec takes pride in offering solutions that provide a safer work environment for our customers.In an effort
to focus on safety,we would encourage you to consider the following items:
Outrigger pads (When Applicable)
Fall Protection System
Fire extinguisher/DOT kit
Platform Liner (When Applicable)
Altec Sentry Training
Wheel Chocks
The aforementioned equipment can be offered in our new equipment quotations.If you find that any of
these items have not been listed as priced options with an item number in the body of your quotation and
are required by your company,we would encourage you to contact your Altec Account Manager and have
an updated quote version sent to you.These options must be listed with an item number in the quotation
for them to be supplied by Altec.
3 The ?nal fully loaded weight of the truck and structural ratings of the hitch assembly may reduce the towing
capacity and the vertical load capacity of the finished truck.These capacities may not match the ratings of
the chassis or hitch.
4 Altec Extended Warranty Option:
An Altec Extended Warranty is an extension of Altec's Limited Warranty and protects you from the repair
cost associated with defects of materials and workmanship after the standard Limited Warranty expires.
We Wish To Thank You For Giving Us The Pleasure
And Opportunity of Serving You Page 10 of 12
UTILITY EQUIPMENT AND BODIES SINCE 1929
Page 455 of 733
Quote Number:1049186 -3
n ®
Altec,Inc.|'="|l-Ittec
10
11
12
Altec offers many types of coverages and coverage packages.Ask your Altec account manager for details.
Quotes are available upon request.
Unless otherwise noted,all measurements used in this quote are based on a 40 inch (1016mm)chassis
frame height and standard cab height for standard configurations.
Altec Standard Warranty:
One (1)year parts warranty.
One (1)year labor warranty.
Ninety (90)days warranty for travel charges.
Warranty on structural integrity of the following major components is to be warranted for so long as the
initial purchaser owns the product:Booms,boom articulation links,hydraulic cylinder structures,outrigger
weldments,pedestals,subbases and turntables.
Altec is to supply a self—directed,computer based training (CBT)program.This program will provide basic
instruction in the safe operation of this aerial device.This program will also include and explain ANSI and
OSHA requirements related to the proper use and operation of this unit.
Altec offers its standard limited warranty with the Altec supplied components which make up the Altec Unit
and its installation,but expressly disclaims any and all warranties,liabilities,and responsibilities,including
any implied warranties of fitness for a particular purpose and merchantability,for any customer supplied
pans
Altec designs and manufactures to applicable Federal Motor Vehicle Safety and DOT standards
Price does not reflect any local,state or Federal Excise Taxes (F.E.T).The quote also does not reflect any
local title or licensing fees.All appropriate taxes will be added to the final price in accordance with
regulations in effect at time of invoicing.
F.O.B.-Customer Site
Altec values your data privacy.The Altec Family of Companies (including Altec,lnc.,and it's subsidiaries)
may collect telematics data from the equipment you own.Please review Altec's Equipment Data Privacy
Notice on www.a|tec.com for more information.By purchasing equipment from Altec,you consent to Altec's
right to collect and use such data.
Interest charge of 1/2%per month to be added for late payment.
Changes made to this order may affect whether or not this vehicle is subject to F.E.T.A review will be
made at the time of invoicing and any applicable F.E.T.will be added to the invoice amount.
Trade-in offer is conditional upon equipment being maintained to DOT (Department of Transportation)
operating and safety standards and remaining in compliance of DOT until arrival at an Altec Facility.This
will include,but is not limited to engine,tires,lights,brakes,glass,etc.All equipment,i.e.,jibs,winches,
pintle hooks,trailer connectors,etc.,are to remain with unit unless otherwise agreed upon in writing by
both parties.ALTEC Industries reserves the right to re—negotiate its trade-in offer if these conditions are
not met.
All reasonable and necessary expenses required of ALTEC Industries to execute transportation of the
trade-in will be invoiced to the customer for payment if these conditions are not met to maintain DOT
standards.
We Wish To Thank You For Giving Us The Pleasure
And Opportunity of Serving You Page 11 of 12
UTILITY EQUIPMENT AND BODIES SINCE 1929
Page 456 of 733
Quote Number:1049186 —3
In ®
Altec,Inc.I7 Altec
13
14
15
16
17
18
Customer may exercise the option to rescind this agreement in writing within sixty (60)days after receipt of
purchase order.After that time ALTEC Industries will expect receipt of trade-in vehicle upon delivery of
new equipment as part of the terms of the purchase order unless other arrangements have been made.
Any payment made by a credit card may be subject to a surcharge fee.
Estimated Delivery:22-25 months after receipt of order PROVIDING:
A.Customer supplied chassis is received a minimum of sixty (60)days before scheduled delivery.
B.Customer approval drawings are returned by requested date.
C.Customer supplied accessories are received by date necessary for compliance with scheduled delivery.
D.Customer expectations are accurately captured prior to major components being ordered (body,
chassis)and line set date.Unexpected additions or changes made after this time or at a customer
inspection will delay the delivery of the vehicle.
Estimated Delivery is based on information at time of quote and is subject to change.
Altec reserves the right to change suppliers in order to meet customer delivery requirements,unless
specifically identified,by the customer,during the quote and or ordering process.
After the initial warranty period,Altec Industries,Inc.offers mobile service units,in-shop service and same
day parts shipments on most parts from service locations nationwide at an additional competitive labor and
parts rate.Call 877-GO-ALTEC for all of your Parts and Service needs.
This quotation is valid until JUN 30,2022.After this date,please contact Altec Industries,Inc.for a possible
extension.
FINANCING AVAILABLE:Please Contact Altec Capital at (888)408-8148 or email finance@altec.com for
more information.
Please direct all questions to Ryan Reider at (919)528-2535
B s‘nin below,we acce tthis quote.E 4/422
-
—_at 12222
L/22/ZZ
(57.4)/2;?
/-',,’‘j A}./‘-_/',
t:j ,2’;,9
.
152"‘/""_"_
We Wish To Thank You For Giving Us The Pleasure
And Opportunity of Serving You Page 12 of 12
UTILITYEQUIPMENT AND BODIES SINCE 1929
Page 457 of 733
Form C
EXCEPTIONSTO PROPOSAL,TERMS,CONDITIONS,
AND SOLUTIONS REQUEST
Company Name:Allies;kw ?uv
Any exceptions to the terms,conditions,speci?cations,or proposalforms containedin this RFP must be noted in
writing and includedwith the Proposer’sresponse.The Proposer acknowledges that the exceptionslisted may or may
not be accepted by NIPA or includedin the ?nal contract.NJPA will make reasonableefforts to accommodatethe
listed exceptions and may clarify the exceptions in the appropriatesection below.
Term,Condition,or
ecti°n!t?§s_z..--5 eci?cation
NJPALegalDepartment
.._.._._,_.._..,«,,..._..___,...~_,_,,.,<,N".,.,.................M ...m....._........_c.-.(4.....,,.,.c 44 _..................,.,...t .4.mos W.‘
................W ‘_,,,_\_‘H _W________v_____”w
Page 458 of 733
ContractAward
RFP #0l24l8f
FORM D
Formal Offering of Proposal
(To be completed only by the Proposer)
IPUBLICUTILITY EQUIPMENTWITH RELATED ACCESSORIES AND SUPPLIES
In compliance with the Request for Proposal (RFP)for PUBLICUTILITY EQUIPMENT WITH RELATED
ACCESSORIES AND SUPPLIES,the undersigned warrants that the Proposer has examined this RFP and,being familiar
with all of the instructions,terms and conditions,general and technical speci?cations,sales and service expectations,and any
special terms,agrees to furnish the de?ned products and related services in full compliance with all terms and conditionsof
this RFP,any applicable amendments of this RFP,and all Proposer’s response documentation.The Proposer further
understands that it accepts the full responsibilityas the sole source of solutions proposed in this RFP response and that the
Proposer accepts responsibilityfor any subcontractors used to ful?ll this proposai.
Alteclnd tries.l .-
Company Name:U3 “C Date:115.2018
210 lnvemess Center Drive
Company Address:
City:
p
State:M’Zip:352“
CAGE Code/Duns &Bradstreet Number:Cage:ICERM 0&3:004001731
Contact Person:
may Browne
Title:C°"t'°°I Spew?st
Authorized Signature:
may Brow”
(Name printed or typed)
37
Page 459 of 733
FORME
CONTRACTACCEPTANCEAND AWARD
{Top portion at this form will be completed by NJPA it the vendor is awarded a contract.The vendor should
complete the vendor authorized signatures as part at the RFPresponse.)
NJPA Contract #2 Qt 24l8~ALT
Proposer’s tull legal name:Altec lndustries,lnc.
Based on NJPA‘s evaluation at your proposal,you have been awarded a contract.As an awarded vendor,you
agree to provide the products and services contained in your proposal and to meet all of the terms and
conditions set forth in this RFP,in any amendments to this RFP,and in any exceptions that are accepted by NJPA.
The effective date at the Contract will be March l4,20l8 and willexpire on March l-4,2022 (no later than the
later at four years from the expiration date at the currently awarded contract or four years from the date that the
NJPA Chiet Procurement Officer awards the Contract).This Contract may be extended tor a titth year at NJPA's
discretion.
NJPA Authorized Signatures:
Jeremy Schwartz
itflt zit:r hi i t 3!
Chad Coauette
l lit-’.‘-»l_t_;r r .:;~;:i‘rt’i:”tit
Awarded on March l2,2018 NJPA Contract #Ol24l8—ALT
Vendor Authorized Signatures:
The Vendor hereby accepts this Contract award,including all accepted exceptions and amendments.
Vendor Name W’f[t..e..‘?”mI‘..E’.E§§}£i_‘?_§:..i.T‘cE-...c.oc......_.....__......o._-...--..
Contract SpecialistAuthorizedSlgnatory's Title
r i‘
Executed on _W____March12 20.18 NJPA Contract tt Ol 2rtl8~-Alt
Page 460 of 733
Form F
PROPOSER ASSURANCE OF COMPLIANCE
Proposal Affidavit Signature Page
PROPOSER’S AFFIDAVIT
The undersigned,authorized representativeof the entity submitting the foregoing proposal (the “Proposer"’),swears that
the following statements are true to the best of his or her knowledge.
1.The Proposer is submitting its proposal under its true and correct name,the Proposer has been properly originated
and legally exists in good standing in its state of residence,the Proposer possesses,or will possess before
delivering any products and related services,all applicable licenses necessary for such delivery to NJ PA members
agencies.The undersigned affirms that he or she is authorizedto act on behalf of,and to legally bind the Proposer
to the terms in this Contract.
The Proposer,or any person representingthe Proposer,has not directly or indirectly entered into any agreement
or arrangement with any other vendor or supplier,any official or employee of NJPA,or any person,firm,or
corporation under contract with NJ PA,in an effort to influence the pricing,terms,or conditions relating to this
RFP in any way that adversely affects the free and open competition for a Contract award under this RFP.
The Proposer has examined and understandsthe terms,conditions,scope,contract opportunity,speci?cations
request,and other documents in this solicitation and affirms that any and all exceptions have been noted in
writing and have been included with the Proposer’s RFP response.
The Proposer will,if awarded a Contract,provide to NJPA Members the /products and services in accordance
with the terms,conditions,and scope of this RFP,with the Proposer-offered speci?cations,and with the other
documents in this solicitation.
The Proposer agrees to deliver products and services through valid contracts,purchase orders,or means that are
acceptable to NJ PA Members.Unless otherwise agreed to,the Proposer must provide only new and first-quality
products and related services to NJ PA Members under an awarded Contract.
The Proposer will comply with all applicableprovisions of federal,state,and local laws,regulations,rules,and
orders.
The Proposer understands that NJPA will reject RFP proposals that are marked “confidential”(or “nonpublic,”
etc.),either substantially or in their entirety.Under Minnesota Statute §l3.59l,Subd.4,all proposals are
considered nonpublic data until the evaluation is complete and a Contract is awarded.At that point,proposals
generally become public data.Minnesota Statute §l3.37 permits only certain narrowly de?ned data to be
considereda “trade secret,”and thus nonpublic data under Minnesota’s Data Practices Act.
The Proposer understandsthat it is the Proposer’s duty to protect information that it considersnonpublic,
and it agrees to defend and indemnify NJ PA for reasonablemeasures that NJ PA takes to uphold such a
data designation.
[The rest of this page has been left intentionally blank.Signature page below]
39
Page 461 of 733
By signing below,Proposer is acknowledging that he or she has read,understands,and agrees to comply with the terms
and conditions speci?ed above.
Aitec Industries,Inc:
Company Name:*___*___
210 invemess Center DriveAddress:
W
_m___M__m__W_m__M_W___
City/State/Zip:Birmingham I Ale1'35242
%ma»,m«.%“«~* ¢~‘m«nm»mm ...r«.w-pug.»-—u.-..~«
205-991-7733
wu—mpv@~.«%.«_w..¢%%,«..~_% .*.u.~_m».-um ....«a-m-—--«-..-..».4............................._.........Telephone Number:
riiey browne@attec com
E-mail Address;
WW F T
‘_WW__M_m__w___h__
Authorized Signature:Wm
____________
Authorized Name (printed):Riiéi’Bwwne
M AAAA M
Tme:Contract Specialist
W wwwww WW
‘
WWW
Dale:1.15-2013
“KW
WW
-p.......—.~..,.v....-..—...‘,.\».....-..~.~».-—......
Notarized
Subscribed and sworn to before me this
Signature:
40
Page 462 of 733
Form P
Proposer Name:Altec Industries
PROPOSER QUESTIONNAIRE
Payment Terms,Warranty,Products and Services,Pricing and Delivery,and Industry-Speci?c Questions
lnc.
Questionnairecompleted by:giley Browne
Payment Terms and Financing 03tions
1)What are your payment terms (e.g.,net 10,net 30)?
2)
3)
4)
Payment Terms are Net 30
Do you provide leasing or ?nancing options,especially those options that schools and governmental entities may
need to use in order to make certain acquisitions?
Altec lndustries provides Leasing and/or ?nancing options through our subsidiary Altec Capital.Options include
FMV,TRACT,and Capital leases,EquipmentFinance Agreements (EFAs),and a dedicated Municipal Lease option
to meet the equipmentneeds of our municipal customers.
The bene?ts of our Municipal Lease option include:
0 Finance terms to match the useful life of the equipment.
Flexible lease options to shorten life cycles and decrease maintenance costs.
Conserves capital budget funds.
Match payments with budget allocations.
Non-appropriationlanguage included.
Altec Capital Services municipal lease financing offers terms from 12 to 84 months.Municipal lessees can take
advantage of low-rate ?nancing,while simplifying the equipment acquisition process.if budget funds are not
approved,simply return the equipment to Altec Capital Services at the end of the current ?scal year.
With Altec Capital Services,there is no need to look anywhere else.Municipalities can now affordably purchase
equipment in a timely,simpli?ed way.The municipal lease offering is another product that Altec Capital Services,
Ll..(_.‘offers to our customers in an effort to become your partner.
Please feel free to visit http://www.alteccapital.comfor more information.
Brie?y describeyour proposed order process.Please include enough detail to support your ability to report quarterly
sales to NJPA.For example,indicate whether your dealer network is included in your response and whether each
dealer (or some other entity)will process the NJPA Members’purchase orders.
All purchase orders are processed by Altec lndustries,as we are a factory direct company.We prefer a process
whereas NJPA members issus purchase orders directly to Altec Industries.
Our NJPA quotes 1’orders are flagged in our system upon creation,and a report is run each quarter to report this sales
data to NJPA.This process is the responsibility of a team at our corporate office with visibility of our wordwide
operations.
Do you accept the P—cardprocurement and payment process?If so,is there any additional cost to NJPA Members for
using this process?
Page 463 of 733
Yes we accept P-card.There is a fee of 3%for credit card transactionsused for the purchase of major units.
Warran
5)Describe in detail your manufacturer warranty program,including conditions and requirements to qualify,claims
procedure,and overall structure.You may include in your response a copy of your warranties,but at a minimum
please also answer the following questions.
Please see attached warranty documents for details to supplement the answers below.
0 Do your warranties cover all products,parts,and labor?
Yes,our standard warranty is 1 year parts and labor,with 90 days for travel.Additionally it includes a limited
lifetime warranty on structural components on all our equipment except for Boom Truck Cranes which are 5
years.
0 Do your warranties impose usage restrictions or other limitations that adversely affect coverage?
No restrictions,however products must be operated and maintained in accordance with Altec operators and
maintenance manuals,programs,and bulletins.
0 Do your warranties cover the expense of technicians’travel time and mileage to perform warranty repairs?
Yes,standard warranty is 90 days for travel charges.
0 Are there any geographic regions of the United States for which you cannot provide a certi?ed technician to
perform warranty repairs?How will NJPA Members in these regions be provided service for warranty repair?
No,Altec employs Mobile Service Technitians in all 50 states and Canada.We own and operate 37 service
facilities across the United States and Canada.It will be the member’s decisionto schedule a Mobile Service
Technitian to come to their site or schedule in shop service.in either case,l-877-G0 ALTEC‘(I-877-462-5832)
is our dedicated number for members to speak with their local Parts,Mobile,or Shop Service representative.
0 Will you cover warranty service for items made by other manufacturersthat are part of your proposal,or are these
warranties issues typically passed on to the original equipment manufacturer?
Products not manufactured by Altec wich are supplied by Altec on special order would be covered under the
manufacturer warranty.This would include items such as inverters,compressors,li?gates,generators,etc.
0 What are your proposed exchange and return programs and policies?
Parts ordered in error or no longer needed can be returned.If it was an error on Altec"s part or otherwise not the
customer’s fault the l0%restocking fee will be waived.However.due to the nature of our equipment and the
devaluation that occurs upon title /registration,there is no exchange or return program for equipment sales.
6)Describe any service contract options for the items included in your proposal.
We have included service contract packages for member consideration.These include PM Inspections at several
different intervals,DOT inspections,DielectricTests.
Pricing,Delivery,Audits,and AdministrativeFee
7)Provide a general narrative description of the equipment/products and related services you are offering in your
proposal.
A selection of aerial devices with standard service bodies and chip dump bodies mounted on chassis
A selection of derrick devices with standard service bodies and chip dump bodies mounted on chassis
A selection of cranes and truck-mountedhydraulic cranes
A selection of pressure diggers.
A selection of cable placers,stringers,tensioners,and pullers
A selection of wood chippers.
A selection of service bodies mounted on chassis.
Page 464 of 733
3)
9)
A selection of chip dutnp bodies mounted on chassis.
Describeyour pricing model (e.g.,line-item discounts or product-category discounts).Provide detailed pricing data
(including standard or list pricing and the NJPA discountedprice)on all of the items that you want NJPA to consider
as part of your RFP response.Provide a SKU for each item in your proposal.(Keep in mind that reasonableprice and
product adjustments can be made during the term of an awarded Contract.See the body of the RFP and the Price and
Product Change Request Form for more detail.)
Line ltem Proposed Contract Pricing plus $2/mile delivery charge (CONUS only).The pricing provided includesa
discount of between 3%-5%offMSRP.See attached ALTEC RFP 012418 Pricing -Not For Distribution,the
pricing in this document is for the purposes of this bid only and is not for distribution.Altec is also including
ALTEC‘RFP 012418 Pricing,this is the only document to be distributed.
There is no more aggressive pricing available in the country for cooperative procurement organizations,state
purchasing departments,GPOs,municipalities,universities,or school districs.
Please quantify the discount range presented in this response.For example,indicate that the pricing in your response
represents is a 50%percent discount from the MSRP or your publishedlist.
Line Item List Price less 3%—-5%Discount Proposed Contract Price.
Proposed Contract Price plus $2/mile delivery charge (CONUS only).
See attached ALTEC RFP ()l 241 8 Pricing -Not For Distribution
There is no more aggressive pricing available in the country for cooperative procurement organizations.state
purchasing departments,GPOS,municipalities,universities,or school districs.
10)The pricing offered in this proposal is
a.the same as the Proposer typically offers to an individual municipality,university,or school
district.
(b.the same as the Proposer typically offers to GPOs,cooperative procurement organizations,
or state purchasing departments.
X c.better than the Proposer typically offers to GPOs,cooperative procurement organizations,
an--u----nu-
or state purchasing departments.
d.other than what the Proposer typically offers (please describe).
canon‘.----—p
11)Describe any quantity or volume discounts or rebate programs that you offer.
2-5 Units:1%Discount from Contract Price
6-I0 Units:1.5%Discount from Contract Price
11-19 Units:2%Discount form Contract Price
20+Units:TBD at Time of Order
Note:Units must be identical to qualify for quantity rebate.
12)Propose a method of facilitating “sourced”products or related services,which may be referred to as “open market”
items or “nonstandardoptions”.For example,you may supply such items “at cost”or “at cost plus a percentage,”or
you may supply a quote for each such request.
ALTEC will utilize and Open Market section for customer to be able to customize equipment as needed.The items
in our Open Market section will marked at 20%above Altec cost and presented on a unique quote for each opportunity
for customer review.
13)Identify any totalcost of acquisition costs that are NOT included in the pricing submitted with your response.This
cost includes all additional charges that are not directly identified as freight or shipping charges.For example,list
Page 465 of 733
costs for items like installation,set up,mandatory training,or initial inspection.Identify any parties that impose such
costs and their relationship to the Proposer.
Delivery is the only cost not included in pricing.It applies to all customers and the price is $2.t)t)5 mile for (TONUS.
Quotes would need to done for anything outside of the CONUS and will be priced at or below fair market value.
14)If delivery or shipping is an additional cost to the NJPA Member,describe in detail the completeshipping and delivery
program.
Altec has a team of drivers that work for us.We will also contract with approved and vetted third party drive away
companies to deliver our equipment from our manufacturing facilities to the customer site.Delivery is an additional
$2.00 /mile and will be calculated at time of quote for CONUS.Anything outside of the CONUS would be contracted
through a third party company and would need to be priced at time of initial quote to customer.Pricing will be at or
below fair market value.All parties participating in delivery of equipment will meet certain insurance and liability
requirements.
15)Speci?cally describe those shipping and delivery programs for Alaska,Hawaii,Canada,or any offshore delivery.
Canada deliveries will be driven to customer site by approved and vetted third party drive away companies.Alaska,
Hawaii,and worldwide deliveries will be contractedthrough a third party company and would need to be priced at
time of initial quote to customer.Price will be at or below fair market rate.All parties participating in delivery of
equipment will meet certain insurance and liability requirements.
16)Describe any unique distribution and/or delivery methods or options offered in your proposal.
Altec Industries has manufacturing facilities located throughout the country.If customer has a requirement for a
“regional build”they can indicate this at time of quote and we will be happy to accommodate.If customer has any
unique delivery requirements (such as loading equipment on a trailer for delivery,etc),they can indicate at time of
quote and we will be happy to accommodate.
17)Please speci?cally describe any self—auditprocess or program that you plan to employ to verify compliance with your
proposed Contract with NJPA.This process includes ensuring that NJPA Members obtain the proper pricing,that the
Vendor reports all sales under the Contract each quarter,and that the Vendor remits the proper administrativefee to
NJPA.
We currently run quarterly reports for NJPA orders and compare the customers on this list with members listed on
NJPA's website to verify customers are members.Our Technical Sales Representatives that prepair NJ PA quotes for
our customers go through training on the quote process,and our quote template is up to date and posted on our internal
company site.Our Account Managers must ?ag the truck as an NJPA quote in our system in order to receive NJPA
pricing.
18)Identify a proposed administrative fee that you will pay to NJ PA for facilitating,managing,and promoting the NJPA
Contract in the event that you are awarded a Contract.This fee is typically calculated as a percentage of Vendor’s
sales under the Contract or as a per-unit fee;it is not a line-item addition to the Member’s cost of goods.(See RFP
Section 6.29 and following for details.)
Altec Industries would like to propose a 1%fee payment to NJPA on all orders.
lndustgy-Speci?c Questions
19)Describe how the equipment you propose in response to this RFP simpli?es the operation for end-users.
For 89 years Altec has been designing and manufacturing equipment with the end user in mind.We want
operators to work “Safer and Smarter”,and our equipment helps them by incorporating our experience
and “voice of the customer"input during the design phase of our products.Additionally our Sales,
Service,Mobile Service,and Parts networks all being comprised of Altec employees means that there is a
single POC for the customer when using Altec equipment if any questions or issues arise.
20)Provide examples from your product offering that are not available from most competitors in this industry.
Page 466 of 733
Altec is the only company in the market that offers Aerials,Derricks,Boom Truck Cranes,Chippers,Knuckleboom
(.‘ra.nes,and Service (‘hip bodies in the same response to this RFP.We are industry leaders with our JEMS Hybrid
technology.and our product developriieitt teams are constantly getting feedback from our customers regarding what
to develop next.We are very proud of our lso(irip control handle on our Aerial Devices,which not available from
anyone else.
2])Explain how your equipment in this category reduces down-time on the job site.
Advanced engineering and rigorous testing make Altec equipment the industry leader in durability,W hen issues
arise,the Altec Service Group has over l00 Mobile Service Technicians nationwide that are available to be
deployed to your location.Mobile service technicians are equipped with the trucks and tools needed to get your
equipment serviced and back on the road as soon as possible.They provide on-site warranty.service and
preventative maintenance solutions for our customers
Additionally.Altec Mobile Service has 24 hour emergency assistance,as well as emergency storm coverage.
22)Explain how your company has integrated technology into your equipment to provide efficiencies and analytics to
save time and costs on the job.
Altec has partnered with a telematics provider to produce a series of Class 5 aerial devices equipped with enhanced
technology.safety features and operating efficiency.The “connected"‘bucket trucks include solar panels.digital
license plates and lntemet connectivity via a mobile hot spot.
Many of our customers use our Radio Remote Controls to operate our equipment.Tliis often gives the operator
improved visibility of the work being performed as well as allows them to help with other tasks required instead of
sitting in an operator seat.
Our Cranes are equipped with Altec LMAP (Load Moment and Area Protection)systems whicli display all
information about the machine and load on line at any given time,helping save time on the job.
Additionally because we offer a full product line.it may be easier for operators to become familiar with our
equipment and cross trainbetween our dillerent product lines.
23)How does your manufacturing process eliminate waste and non—valueadded options to keep price increases to a
minimum?
Altec is keenly focues on eliminating waste and non-value added processes,while keeping price increases to a
minimum.We achieve this by running Rapid Continuous Improvement and maintaining a Closed Loop Quality
System.Additionally we use the 8-1)Problem Solving System and our production sites have implementedthe
Kanban scheduling system for lean manufacturing.We use our economies of scale to negotiate favorable
arrangements from our suppliers,and utilize a PIN)system for parts that we stock
24)Explain how your distributors are set up to provide service and support for equipment in this industry.
As a factory direct company we do not use distributors.
25)Identify how your products,services and supplies address the scope of this RFP.
Altec stives to be a full line full service provider to the Public Utility Market.The range of our product offering
allows customers to truly have a partner in their industry,with one contact for their utility equipment needs.Througli
the years Altec has demonstratedour ability to meet and exceed the expectations of our NJPA customers and we hope
to further strengthen our relationsltips through this RFP.
Date:[Signature:
Page 467 of 733
FORM E
CONTRACTACCEPTANCEAND AWARD
(Top portion of this form will be completed by NJPA if the vendor is awarded a contract.The vendor should
complete the vendor authorized signatures as part of the RFP response.)
NJPA Contract #1 Ol 24l8—ALT
Proposer's full legal name:Altec Industries,Inc.
Based on NJPA‘s evaluation of your proposal,you have been awarded a contract.As an awarded vendor,you
agree to provide the products and services contained in your proposal and to meet all of the terms and
conditions set forth in this RFP,in any amendments to this RFP,and in any exceptions that are accepted by NJPA.
The effective date of the Contract will be March l4,2018 and will expire on March 14,2022 (no later than the
later of four years from the expiration date of the currently awarded contract or four years from the date that the
NJPA Chief Procurement Officer awards the Contract).This Contract may be extended fora fifth year at NJPA's
discretion.
NJPA Authorized Signatures:
Jeremy Schwartz
(l~l/«lull l‘lJ|l!"|D’tFl t\'Ftf>l
\tort or <,_,.i=rrw NE '>:“Wtr:r:<:l5
'<..-siorw_Lg~L._,\
l~.‘llA war?
Aw»|‘l-3-l"l,|\'tMH\-l/(_\
Chad Coauette
t‘|i‘A :>(|:C‘i|tl\/EDlEEClC1l\/(EC!‘wlllll/».ll ‘Ill/\.'Jtt l i:'tlJtLL*l rti |‘rl‘H>l
Awarded on March 12,2018 NJPA Contract #Ol 2418-ALT
Vendor Authorized Signatures:
The Vendor hereby accepts this Contract award,including all accepted exceptions and amendments.
Vendor Name Altec Industries.Inc
Authorized Signatory‘:Title C°””"‘°t Spectam
Riley Browne
\‘l;l lllfii .v‘\‘tu'E'l7l'[‘1~‘t,ll'tllE‘i ilw‘/‘MlffltllLt‘t,i lrl'.*Lll
Executed on ‘March 12 _,201§NJPA Contract ft Ol 24l8—ALT
Page 468 of 733
DocuSign Envelope ID:17F3DOD5-O15C—4A86-9E80-A6839706BFA8
Letter of Agreement
To Extend the Contract
Between
Altec Industries,Inc.
210 lnverness Center Dr.
Birmingham,AL 35242
And
Sourcewell,Formerly National Joint Powers Alliance (NJPA)
202 12"‘Street NE
Staples,MN 56479
Phone:(218)894-1930
The Vendor and Sourcewell have entered into an Agreement (Contract #012418-ALT)for the
procurement of Public Utility Equipment with Related Accessories and Supplies.This
Agreement has an expiration date of March 14,2022,but the parties may extend the
Agreement for one additional year by mutual consent.
The parties acknowledge that extending the Agreement for another year benefits the Vendor,
Sourcewell and Sourcewell’s members.The Vendor and Sourcewell therefore agree to extend
the Agreement listed above for a fifth year.This existing Agreement will terminate on March
14,2023.All other terms and conditions of the Agreement remain in force.
Sourcewell.Formerlv National Joint Powers Alliance (NJPA)
Docusigned by:By:,Its:Director of Operations &
COFD2Ai39D064EE).
Procurement CPO
Name printed or typed:Jeremy Schwartz
4/28/2020 I 2:52 PM CDTDate
T
Altec induct-rips.lnr.
Docusigned by:By:_ins:Contract Specialist
DDB7SJEOFF5034DA
Name printed or typed:R?ey Browne
4/28/2020 I 3:07 PM CDT
Date
:2
Page 469 of 733
Equipment Purchase
By: Chris Edelstein, Deputy Director Operations & Maintenance
Steve Ortega, Maintenance & Operations Manager
Page 470 of 733
Fleet Services is working to replace one (1) unit due for replacement.
This unit is three (3) years past due for replacement.
Older vehicles have higher fuel and maintenance costs, and tend to be unreliable.
The purchase is through Altec Industries, Inc., using Sourcewell Contract #012418-ALT, awarded on March 14, 2018, and valid through March 14, 2023.
Background
Page 471 of 733
Maintenance & Repair
Vehicle Acquired Cost Actual Maintenance &
Repair Costs
M&R as a % of Acquired
Cost
#3059 $78,246 $62,952 80%Page 472 of 733
Financial Implications
Vehicle CERF Collected Replacement Cost Fund Shortage
#3059 $102,780 $200,312 $97,532
Total $102,780 $200,312 $97,532
•The shortage of $97,532 will be paid from the CERF balance.
•The sale price of the unit, at auction, will be returned to the CERF balance.
•The remaining shortfall will be factored into the annual CERF charge, paid by the Public
Works, Traffic Division over the life of the new unit starting in 2024.Page 473 of 733
Unit -3059
CERF Collected (includes sale profit) -$102,780
Replacement Cost -$200,312
Fund Shortage -$97,532 (factored in the new CERF charge)
5% 2023 market adjustment -$10,015 (varies by year & by equipment class)
Total Cost including fund shortage & 2023 market adjustment -$307,859
New Estimated CERF Payment -$30,786 (annually)
CERF Balance after ten (10) years, excluding the Fund Shortage -$210,328
2024 CERF Charge Example
Page 474 of 733
Staff recommends Council approve, by resolution, the purchase one (1) 2023 Dodge Ram Bucket Truck from Altec Industries, Inc.
CONNECTION TO STRATEGIC PLAN:
Governance -A City government that is accountable, effective, and efficient.
Recommendation
Page 475 of 733
Questions & Thank You!Page 476 of 733
COUNCIL COMMUNICATION
TO: Mayor and Council
FROM: Dan Poremba
DEPARTMENT: Community Development
DATE: July 18, 2022
SUBJECT:
CB 38 - Approve a bill for an ordinance regarding a Cooperative
Agreement - Englewood Schools, City, DDA
DESCRIPTION:
CB 38 - Approve a bill for an ordinance approving the Cooperative Agreement Regarding Pass-
Through Revenue for School Finance Act Compliance with Englewood Schools (Cooperative
Agreement)
RECOMMENDATION:
The Englewood Downtown Development Authority (EDDA) Board of Directors and staff and city
staff recommend that city council approve by ordinance the execution of a Cooperative
Agreement between the City of Englewood, the EDDA and Englewood Schools. The agreement
was approved by the Englewood Schools Board of Education on June 14, 2022 and by the
EDDA Board on June 22, 2022. The second reading of the ordinance is anticipated to be
scheduled for city council consideration on August 1, 2022.
PREVIOUS COUNCIL ACTION:
On July 6, 2020, council approved Ordinance No. 25, Series 2020, authorizing an election to
form the EDDA. Formation of the EDDA as well as the EDDA’s authorization to collect and
invest tax increment revenue was approved by qualified electors on November 3, 2020. The
EDDA was established in accordance with the state’s downtown development authority statute
for the purpose of promoting the cohesive revitalization of the downtown area of the City of
Englewood.
Based on council direction, staff proceeded to operationalize the EDDA in 2021 and council
approved several related measures in 2021, including:
• A 2021 EDDA Election and Debt Authorization Ballot Measure, approved by council
ordinance (CB #29) on July 19, 2021. Ballot Measure 6D was subsequently approved
on November 2, 2021 by EDDA qualified electors; and
• The Englewood Downtown Plan of Development, dated June 2021, unanimously
approved by council resolution on September 20, 2021, included the activation of three
of the six tax increment sub-districts defined in the plan: (1) property tax increment sub-
district in the Wellness Sub-area, (2) sales tax increment sub-district in the Wellness
Sub-area, and (3) sales tax increment sub-district in the South Broadway Sub-area.
The issues addressed in the proposed Cooperative Agreement were discussed during the
February 14, 2022 council study session regarding EDDA tax increment revenues.
Page 477 of 733
SUMMARY:
The purpose of the Cooperative Agreement is to ensure that Englewood Schools receives the
intended revenue from a property tax corrective measure passed by the state legislature in
2021. This legislation, (HB20-1418), was intended to partially correct changes to the residential
assessment rate as determined by the State of Colorado’s Department of Local Affairs Division
of Property Taxation.
Without the benefit of the Cooperative Agreement the corrective increases in Englewood
Schools' property tax revenues from the Wellness District sub-area, and from the South
Broadway and CityCenter sub-areas in the future, would otherwise be remitted to the EDDA as
property tax increment.
ANALYSIS:
During the process of operationalizing the EDDA in 2021, EDDA and city staff met with
representatives of Englewood Schools, including Superintendent Wendy Rubin and the
Executive Vice President of Finance and Budget, Mary Cooper to discuss the impacts of future
incremental property tax revenues flowing to the EDDA rather than to the school district.
Englewood Schools receives the largest portion of Englewood property taxes (for 2021, 47.257
mills or 67.00% of the tax year total of 70.529 mills).
Based on a shared understanding of the role and purpose of property tax increment in fulfilling
the EDDA's goals, the Englewood Schools' representatives requested that the EDDA and City
of Englewood approve a modest exception to the full flow of new property tax increment
revenues to the EDDA in order to account for the corrective school district mill levy measure in
the 2020-2021 School Finance Act. The Colorado 2020-2021 School Finance Act, HB20-1418,
Section 33, requires Englewood Schools to increase its mill levy by 1.000 mill per year until a
total 5.105 mill levy increase is reached (beginning with the 2021 tax year, with collection
starting in 2022). In order to comply with this law, Englewood Schools has certified and
implemented a 1.000 mill annual increase for the 2021 tax year, for collection in 2022. The
agreement would provide Englewood Schools with the level of revenue specified in the statute.
The Cooperative Agreement will ensure that these amounts are paid to Englewood Schools
rather than treated as property tax increment and paid to the EDDA.
The Cooperative Agreement will initially apply to the Wellness District Sub-area property tax
increment sub-district that was activated by city council on September 20, 2021. The agreement
will subsequently apply to the South Broadway sub-area and CityCenter sub-area property tax
sub-districts if and when those sub-districts are activated by the EDDA board and city council
via amendments to the Downtown Plan.
Based on the Wellness District monthly property tax increment received by the city from the
county in 2022, the Englewood Finance Department has been holding the amounts that would
have otherwise been distributed to Englewood Schools under the Cooperative Agreement. The
prorated 2022 amount of less than $8,000 will be released to Englewood Schools once the
agreement is executed.
Page 478 of 733
COUNCIL ACTION REQUESTED:
The EDDA board, staff and city staff recommend that council approve the ordinance authorizing
City of Englewood execution of the Cooperative Agreement, as approved and executed by the
Englewood Schools Board of Education and the EDDA Board of Directors. The second reading
of the ordinance authorizing execution of the Cooperative Agreement is scheduled for August 1,
2022.
FINANCIAL IMPLICATIONS:
Approval of the proposed Cooperative Agreement is not anticipated to create new expenses or
cost obligations for the city.
CONNECTION TO STRATEGIC PLAN:
The local economy outcome area of the Strategic Plan includes the establishment of a
Downtown Development Authority as a key goal. The Cooperative Agreement with Englewood
Schools will support this and related goals.
ATTACHMENTS:
Council Bill #38
Cooperative Agreement
EDDA Resolution
Page 479 of 733
BY AUTHORITY
ORDINANCE NO. ____ COUNCIL BILL NO. 38
SERIES OF 2022 INTRODUCED BY COUNCIL
MEMBER ____________
A BILL FOR
AN ORDINANCE AUTHORIZING A COOPERATIVE
AGREEMENT BETWEEN THE ENGLEWOOD DOWNTOWN
DEVELOPMENT AUTHORITY, ENGLEWOOD SCHOOLS, AND
THE CITY OF ENGLEWOOD REGARDING TAX INCREMENT
REVENUES
WHEREAS, on the 20th day of September, 2021, the City of Englewood
approved the Englewood Downtown Development Authority (EDDA) Plan of
Development in Ordinance No. 41, Series of 2021; and
WHEREAS, the Plan of Development provides for the EDDA’s collection of tax
increment revenues within certain areas of the City of Englewood, to be utilized for
purposes identified in the Plan of Development, including tax increment financing; and
WHEREAS, the Colorado 2020-2021 School Finance Act, HB20-1418, Section
33, requires Englewood Schools to make a mill levy correction to increase its mill levy
by 1.000 mill per year until its total Local Revenues mill levy is 27 mills, or its then
current equivalent, caused by changes to the residential assessment rate as determined by
the State of Colorado’s Department of Local Affairs Division of Property Taxation; and
WHEREAS, in order to comply with this law, Englewood Schools expects to
certify and implement a 1 mill scheduled annual increase for Local Revenues starting for
the 2021 tax year, with collection starting in 2022; and
WHEREAS, in order for Englewood Schools to receive the full scheduled mill
increases and state mandated local revenues to properly fund Englewood Schools as
described in the 2020-2021 School Finance Act, City, EDDA, and Englewood Schools
must enter into an agreement to clearly establish that revenue generated by the school’s
scheduled 1-mill increases until its mill levy is 27 mills within the Wellness District Sub-
Area’s property tax increment area shall be paid to Englewood Schools by the City,
following receipt from Arapahoe County, rather than treated as tax increment otherwise
paid through to the EDDA; and
WHEREAS, the Englewood Schools Board approved and authorized the
execution of a Cooperative Agreement between City, EDDA, and Englewood Schools
Page 480 of 733
Regarding Pass-Through Revenue for School Finance Act Compliance (“Cooperative
Agreement”) on June 14, 2022, and the EDDA Board approved and authorized the
execution of the Cooperative Agreement on June 22, 2022, with a second reading of the
ordinance is anticipated to be scheduled for August 1, 2022.
NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF
THE CITY OF ENGLEWOOD, COLORADO, AS FOLLOWS:
Section 1. The City Council of the City of Englewood, Colorado hereby authorizes the
execution of the Cooperative Agreement Regarding Pass-Through Revenue for School
Finance Act Compliance, a copy of which is attached hereto as Exhibit 1.
Section 2. General Provisions Applicable to this Ordinance
The following general provisions and findings are applicable to the interpretation and
application of this Ordinance:
A. Severability. If any clause, sentence, paragraph, or part of this Ordinance or the
application thereof to any person or circumstances shall for any reason be adjudged by a
court of competent jurisdiction invalid, such judgment shall not affect, impair or
invalidate the remainder of this Ordinance or its application to other persons or
circumstances.
B. Inconsistent Ordinances. All other Ordinances or portions thereof inconsistent or
conflicting with this Ordinance or any portion hereof are hereby repealed to the extent of
such inconsistency or conflict.
C. Effect of repeal or modification. The repeal or modification of any provision of
the Code of the City of Englewood by this Ordinance shall not release, extinguish, alter,
modify, or change in whole or in part any penalty, forfeiture, or liability, either civil or
criminal, which shall have been incurred under such provision, and each provision shall
be treated and held as still remaining in force for the purposes of sustaining any and all
proper actions, suits, proceedings, and prosecutions for the enforcement of the penalty,
forfeiture, or liability, as well as for the purpose of sustaining any judgment, decree, or
order which can or may be rendered, entered, or made in such actions, suits, proceedings,
or prosecutions.
D. Safety Clauses. The City Council hereby finds, determines, and declares that this
Ordinance is promulgated under the general police power of the City of Englewood, that
it is promulgated for the health, safety, and welfare of the public, and that this Ordinance
is necessary for the preservation of health and safety and for the protection of public
convenience and welfare. The City Council further determines that the Ordinance bears a
rational relation to the proper legislative object sought to be obtained. This Safety Clause
is not intended to affect a Citizen right to challenge this Ordinance through referendum
pursuant to City of Englewood Charter 47.
Page 481 of 733
E. Publication. Publication of this Ordinance may be in the City’s official
newspaper, the City’s official website, or both. Publication shall be effective upon the
first publication by either authorized method.
F. Actions Authorized to Effectuate this Ordinance. The Mayor is hereby authorized
and directed to execute all documents necessary to effectuate the approval authorized by
this Ordinance, and the City Clerk is hereby authorized and directed to attest to such
execution by the Mayor where necessary. In the absence of the Mayor, the Mayor Pro
Tem is hereby authorized to execute the above-referenced documents. The execution of
any documents by said officials shall be conclusive evidence of the approval by the City
of such documents in accordance with the terms thereof and this Ordinance. City staff is
further authorized to take additional actions as may be necessary to implement the
provisions of this Ordinance.
Introduced, read in full, and passed on first reading on the 18th day of July, 2022.
Published by Title as a Bill for an Ordinance in the City’s official newspaper on
the 21st day of July, 2022
Published as a Bill for an Ordinance on the City’s official website beginning on
the 20th day of July, 2022 for thirty (30) days.
Othoniel Sierra, Mayor
ATTEST:
Stephanie Carlile, City Clerk
I, Stephanie Carlile, City Clerk of the City of Englewood, Colorado, hereby certify that
the above and foregoing is a true copy of a Bill for an Ordinance, introduced, read in full,
and passed on first reading on the 18th day of July, 2022.
Stephanie Carlile
Page 482 of 733
COOPERATIVE AGREEMENT REGARDING PASS-THROUGH REVENUE FOR
SCHOOL FINANCE ACT COMPLIANCE
This Cooperative Agreement Regarding Pass-Through Revenue (the “Agreement"),made and executed to
ensure compliance \vith the Colorado 2020-2021 School Finance Act’s mill levy correction requirement,
is effective the @ day of une ,2022,by and between the City of Englcwood,Colorado
(“City”),the Englewood Downtown Development Authority (“EDDA”),and the Board of Education of
Arapahoe County School District Number One (“Englewood Schools”)as follows (each a "Pal1y"and,
collectively,the "Parties"):
WHEREAS,City and the EDD/\are committed to supporting a strong downtown community for all
businesses and residents;
WHEREAS,healthy schools are a vital element of'a strong community;
WHEREAS.City and EDDA believe redevelopment and revitalizationof downtown Englewood
ultimately will generate increased development and revenue for the Parties.and increased public counts
for Englewood Schools;
WHEREAS.under C,R,S.§§3l-25-801,et seq.(“DDA Statute").speci?cally C.R.S.§31-25-807.tax
increment may be generated and captured by 3 Downtown Development Authority (“l'J[)A”)in one or
more tax increment areas for 3 period not to exceed 30 years,with an option to extend for an additional 20
years;
WHEREAS,Tax Increment Financing (“T11-"‘)generally allows a DDA to utilize increased property taxes
and/or sales taxes from projects/improvements within a TIF area to invest directly in initiatix es and
projects to bene?t the Parties and community as a whole;
WHEREAS,on September 20,2021,the Englewood City Council tlnanimotlsly approved the Englewood
Downtown Plan of Development for redevelopment and revitalization ofdowntown Englewood,and
provided for sales tax increment areas for the Wellness District Sub-Area and the South Broadway Sub-
Area;
WHEREAS,approval ofthe Downtown Plan included approval ofa property tax increment area for the
Wellness District Sub-Area (the “Wellness District",shown on Exhibit A),commencing the 30-year life
of the Wellness District TIF:
WHEREAS.under the DDA Statute.as also adopted in the related Englewood ordinances.Englewood
Schools will continue to collect current ad Valorem mill levy tax revenue for the base year as adjusted and
de?ned by Colorado law within the Wellness District:
WHEREAS,the Colorado 2020-2021 School Finance Act.HB20-1418,Section 33,requires Englewood
Schools to make a mill levy correction to increase its mill levy by 1.000 mill per year until its total Local
Revenues mill levy is 27 mills,or its then current equivalent,caused by changes to the residential
assessment rate as determinedby the State of Co1orado’s Department of Local Affairs Division of
Property Taxation;
WHEREAS,in order to comply with this law,Englewood Schools expects to certify and implement a 1
mill scheduled annual increase for Local Revenues starting for the 2021 tax year,with collection starting
in 2022;and
WHEREAS,in order for Englewood Schools to receive the full scheduled mill increases and state
mandated local revenues to properly fund Englewood Schools as described in the 2020-2021 School
Page 483 of 733
Finance Act,City,EDDA,and Englewood Schools must enter into an agreement to clearly establish that
revenue generated by the school's scheduled l—millincreases until its mill levy is 27 mills within the
Wellness District Sub-Area's property tax increment area shall be paid to Englewood Schools rather than
treated as TIF.
NOW THEREFORE,in consideration ofthe covenants,promises and agreements of each of the
Parties,to be kept and performed by each ofthcm,it is agreed by and between the Parties as
follows:
Section I:SCHEDULED MILL LEVY INCREASES UNDER SCHOOL FINANCE ACT.The
Parties agree that Englcwood Schools’annual scheduled 1 mill levy Local Revenues increase every year
for ?ve years starting in 2022 (and a fraction ofl mill in year six,until its total Local Revenues mill levy
reaches 27 mills,or its then current equivalent),implemented to comply with the Colorado 2020»202l
School Finance Act,shall not be subject to the Wellness District TIF and paid to EDDA (hereafter “Pass~
Through Revenue”).Instead,these scheduled mill levy increases shall be applied to the incremental value
ofthe Wellness District and paid by the City to Englewood Schools to bene?t the community,and not
forwarded to the EDDA with the balance of the Wellness District TIF,The Pass-Through Revenue shall
be calculated according to the illustration in Exhibit B.
Except as set fonh above for the scheduled Local Revenues mill levy increase for six years starting in
2022,Wellness District TIF revenue shall be received by the City from Arapahoe County and paid to
EDDA as established under Colorado law,City of Englewood ordinances,the EDDA Downtown Plan of
Development,and other applicable authority related to EDDA and the TIF.
Section 2:NOTIFICATION OF LOCAL REVENUES.Within 60 days after execution of this
Agreement,and by January 31 of each year thereafter starting in 2023,City will notify Englewood
Schools and EDDA of:(1)the previous property tax year’s incremental assessed value as certi?ed by the
Arapahoe County Assessor in the Wellness District;and (2)the calculation ofTIF revenues and the
expected Pass-Through Revenue to be generated and paid from the City to Englewood Schools that year
as demonstrated in Exhibit C.Englewood Schools shall notify City of any objection to City’s calculations
ofthe Pass-Through Revenue within 30 days after receipt of City’s noti?cation.If an objection is
received,the Parties will negotiate an agreed Pass—ThroughRevenue amount pursuant to Section 1 and
following the calculation illustration in Exhibit B.
Section 3:PAYMENT OF REVENUES.As Pass-Through Revenue is paid to the City,said revenue
shall be paid to Englewood Schools no later than 60 days after receipt frotn Arapahoe County.
Section 4:ACTIVATION OF ADDITIONAL TAX INCREMENT AREAS.Should the City activate
property tax increment ?nancing in the South Broadway or City Center Sub—Areasas envisioned by the
EDDA Downtown Plan of Development during the time period of scheduled tnill levy increases as
described in Section 1,those areas shall automatically be subject to this Agreement,and a calculation
described in Section 1,an Exhibit A de?ning the property within the Sub—Area,and an Exhibit B showing
the applicable calculation shall be made for any subsequently activated Sub-Area and appended to this
Agreement.
Section 5:ADDITIONAL PROVISIONS.
A.Delays.Any delays in or failure of performance by any Party of its obligations under this Agreement
shall be excused ifsuch delays or failure are a result ofacts ofGod,acts ofpublie enemy,acts ofthe
Federal,state or Arapahoe County government,acts of any other Party,acts of third parties,litigation
concerning the validity of this Agreement or relating to transactions contemplated hereby,?re,floods,
strikes,labor disputes,accidents,regulations or order of civil or military authorities,shortages of labor or
Page 484 of 733
materials,public health emergencies,or other causes,similar or dissimilar,which are beyond the control
of such Party.
B.Governing Law.This Agreement shall be governed by,and construed in accordance with,the laws of
the State of Colorado and shall be subject to the limitations,if any,that are applicable under the Charter or
ordinances ofthe City.
C,Notices.All notices and other communications hereunder shall be suf?ciently given and shall be
deemed given when delivered or mailed by first class mail,postage prepaid,addressed as follows:
Ifto City:Ifto EDDA:
City of Englewood
Attn.City Manager
1001 Englewood Pkwy
Englewood,CO 80110
Englewood Downtown Development
Authority
Attn.Executive Director
3330 S.Broadway #74
With a cc to City Attorney at the same address Englewood'CO 801 ]3'8777
With a cc to:
Legal Counsel at
l-loffmann,Parker,Wilson &Carberry,
PC.
511 16th Street,Suite 610
Denver,Colorado 80202
Ifto Englewood Schools:
Arapahoe County School District #1,Englewood
Schools
Attn:Executive Director,Budget and Finance
4101 S Bannock Street
Englewood,CO 80110
With a cc to legal counsel at:
Lyons Gaddis,PC
PO Box 978
Longmont,CO 80502
The Parties may,by notice given hereunder,designate any further or different addresses to which
subsequent notices or other communications shall he sent.
D.Entire Agreement.This instrument embodies the entire agreement of the Parties with respect to the
subject matter hereof.There are no promises,terms,conditions,or obligations other than those contained
herein;and this Agreement shall supersede all previous communications,representations,or agreements,
Page 485 of 733
either verbal or written,between the Parties.No modi?cation to this Agreement shall be valid unless
agreed to in writing by the Parties.
E.Binding Effect.This Agreement shall inure to the bene?t ofand be binding upon the Parties and their
successors in interest.
F.No Third—PartyEnforcement.It is expressly understood and agreed that the enforcement of the terms
and conditions ofthis Agreement,and all rights ofaction relating to such enforcement,shall be strictly
reserved to the undersigned Parties and nothing in this Agreement shall give or allow any claim or right of
action whatsoever by any other person not included in this Agreement.It is the express intention of the
undersigned Parties that any entity other than the undersigned Parties receiving services or bene?ts under
this Agreement shall be an incidental bene?ciary only.
G.No Waiver of Immunities.No portion of this Agreement shall be deemed to constitute a waiver of any
immunities the Parties or their officers or employees may possess,nor shall any portion ofthis Agreement
be deemed to have created a duty of care which did not previously exist with respect to any person not a
party to this Agreement.
H.Subject to Annual Appropriation.Consistent with Article X,§20 of the Colorado Constitution,any
?nancial obligation of the Parties not performed during the current fiscal year is subject to annual
appropriation,shall extend only to monies currently appropriated,and shall not constitute a mandatory
charge,requirement,debt or liability beyond the current ?scal year.
I.Severability.Ifany provision ofthis Agreement is found to be invalid,illegal or unenforceable,the
validity and enforceability of the remaining provisions shall not in any way be affected or impaired
thereby.Further,in the event of any such holding ofinvalidity,illegality or unenforceability (as to any or
all Parties),the Parties agree to take such aetion(s)as may be necessary to achieve to the greatest degree
possible the intent of the affected provision of this Agreement.
J.No Assignment.No Party may assign any of its rights or obligations under this Agreement.
K.Amendment.This Agreement may be amended only by an instrument in writing signed by the
Parties.
L.Incorporation ofRecitals and Exhibits.The provisions ofthe Recitals and any exhibits attached to this
Agreement are incorporated in and made a part of this Agreement.
M.Execution in Counterparts.This Agreement may be executed in several counterparts,each of which
shall be deemed an original and all ofwhich shall constitute but one and the same instrument.
N.No Presumption.The Parties to this Agreement and their attorneys have had a full opportunity to
review and participate in the drafting of the final form ofthis Agreement.Accordingly,this Agreement
shall be construed without regard to any presumption or other rule of construction against the Party causing
the Agreement to be drafted.
0.Minor Changes.This Agreement has been approved in substantially the form submitted to the
governing bodies of the Parties.The officers executing this Agreement are authorized to make and may
have made,minor changes to this Agreement as they have considered necessary.So long as such changes
were consistent with the intent and understanding of the Parties at the time of approval by the governing
bodies,the execution of the Agreement shall constitute the approval of such changes by the respective
Parties.
Page 486 of 733
P4 Rights and Remedies.The rights and remedies of the Parties under this Agreement are in addition to any
other righis and remedies provided by law.
IN WITNESS WHEREOF,the Parties have caused their duly authorized officials to execute this
Agreement effective as of the day and year first above Written.
City 0fEnglewood,Colorado Englewood Downtown Development Authority
By:By:
Mayor Othoniel Sierra Chairman Erika Zierke
ATTEST:ATTEST:
City Clerk Sicphanic Carlilc Board Secretary
Board of Education of Arapahoe County School
District Number One
By:
Board President,Duane Tucker
ATTEST:
Board Clerk
Page 487 of 733
EXHIBIT A
Wellness District Property Tax Increment Sub—Area
Engiowood Downtown owolopmenuumoriry
Mldicll Property Tlx Incremnnt Financing District -Novambnl,2021
Page 488 of 733
EXHIBIT B
Illustration of Pass-Through Revenue Calculation
Englewood DDA Property Tax Increment Receipts
Calculation of Pass-Through Revenue
Tax Vear 2021
Payment Vear/Year of Collection 2022
TIF District Name Englewood DDA Wellness District Sub-Area
Gross Tax Increment Reported by County’
2021 Certified Mill Levy
{County Tag 1910)
Resulting Property Tax Increment per Mill 90205
Less County Collection Fee 1.50%
County Collection Fee Deduction (954.31)
Net Property Tax Increment from County 62,666.38
Hazo-1418 Section 33 Adjustment?‘
Pass—ThroughRevenue 90205
Net Property Tax Increment to EDDA Special Fund 61,764.33
NOTES:
‘From Arapahoe County Treasurer Distribution Report by TaxAuth only dated March 1,2022
2 From Arapaho:County Assessor's ‘Z021Taxing District Levy Percentage’report dated Dec 28,2021
3 County email dated 2022-03-28 confirmeden tire CertifiedMill Levy included in Property Tax Increment
‘Per Cooperative Agreement Regarding Pass-Through Revenue for School Finance Act Compliance
Page 489 of 733
EXHIBIT C
Illustration of Noti?cation of Local Revenues
Notice under Section 2 to include one year only)
cob?eradve?lveemenl?ezav?inl Pass mam Revenue omSdnai Finance m Canniiame
weam;§uI>ire Pmve?vnx 1nuemell Area —l||usIn1we Ealula?nn
mm:zen nu ms nu ma;ms m7 102:ms man
Fido!Ewileclmn ‘(air zazz zuzz zuza zms mas um um:ma zrm max
5 Hwumu..—..wa-seAV sssssom sa sssow ss vsoouo ss7sowo wseowo msoowo 73,7su.wo msuwo 7:xsomu 781541006
:1 Hv?nlhztwmhnazmentaihv 5075 232 x)150cm u mam msoun 151501110 msomu macaw 11.75u.uuu 13.zs<mu\7 zszsarm
:Evqiewoudschaoi Dan“S1-'Re:o¥ar‘Mn|!1e\4 «:54 45 as:as so as :54 as ssa asasa as Isa as use wasa nus:
a EnyewoodSommDvs1n:nx—’AaoRMandateoLaw mm mm mm mm smo sms sass sms ms 5105
memmusmuu:Dninzt N1hum Base Av 317:595 3 2373315 3451 255 3 52::cos 3 133,707 3.504 no 3379 47:3 379.475 -.mam ms 396
a x «cw I 1 we
levenuetoscmoi Dixlvktl?inmlocvsnenl-IAV was um u.7so ss,ouo mso same:may may nus:111,691
ma/won
I
Hypothevtai Avsahwz are my mumam purpayasurw The agveement WmVINonnrapelme CoumyAsessars annual dattrmmatmn cf Base .w and zmmma:Avfortamualmg vassnmmgn Revenues
m Regualavichnul ummmxnmacaw xsfunllustratrve puma};nnwmre?ux haw/the woperatnve Agvzement W Hmm mernauwl\/Iandate?Law on"!
Page 490 of 733
RESOLUTION NO. 6
SERIES OF 2022
A RESOLUTION OF THE ENGLEWOOD DOWNTOWN DEVELOPMENT
AUTHORITY APPROVING A COOPERATIVE AGREEMENT WITH
ARAPAHOE COUNTY SCHOOL DISTRICT NUMBER ONE (ENGLEWOOD
SCHOOLS) REGARDING PASS-THROUGH REVENUE FOR SCHOOL
FINANCE ACT COMPLIANCE
WHEREAS, the EDDA’s Downtown Plan included approval of a property tax increment
collection in the Wellness District for the 30-year life of the Wellness District TIF;
WHEREAS, under C.R.S. § 31-25-801, et seq., Englewood Schools will continue to collect
current ad valorem mill levy tax revenue for the base year as adjusted and defined by Colorado law
within the Wellness District;
WHEREAS, the Colorado 2020-2021 School Finance Act, HB20-1418, Section 33, requires
Englewood Schools to make a mill levy correction;
WHEREAS, in order to comply with this law, Englewood Schools expects to certify and
implement scheduled annual mill levy increases starting for the 2021 tax year, with collection starting
in 2022;
WHEREAS, the City of Englewood, the EDDA, and Englewood Schools desire for Englewood
Schools to receive the full scheduled mill increases and state mandated local revenues to properly fund
Englewood Schools as described in the 2020-2021 School Finance Act; and
WHEREAS, to do so, the City, EDDA, and Englewood Schools must enter into a Cooperative
Agreement Regarding Pass-Through Revenue for School Finance Act Compliance (the “Cooperative
Agreement”) to establish that revenue generated by Englewood Schools’ scheduled mill increases
within the Wellness District will be paid to Englewood Schools rather than treated as TIF.
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE
ENGLEWOOD DOWNTOWN DEVELOPMENT AUTHORITY AS FOLLOWS:
Section 1. The Authority approves the Cooperative Agreement in substantially the form attached
hereto as Exhibit A and authorizes the Chair to execute the same on behalf of the Authority.
ADOPTED AND APPROVED this 22nd day of June, 2022.
________________________
Erika Zierke, Chair
ATTEST:
__________________________________
Meryl Icove, Secretary
I, Meryl Icove, secretary for the City of Englewood Downtown Development Authority hereby
certify the above is a true copy of Resolution No. 6, Series of 2022.
______________________________
Meryl Icove, Secretary
Page 491 of 733
COUNCIL COMMUNICATION
TO: Mayor and Council
FROM: Tim Dodd
DEPARTMENT: City Manager's Office
DATE: July 18, 2022
SUBJECT:
CB 35 - Approval an ordinance to place two taxation-related
questions on the November, 2022 ballot
DESCRIPTION:
CB 35 - Approval of an ordinance to place two taxation-related questions on the November,
2022 ballot
RECOMMENDATION:
Based on survey results, increased capital needs and increases in costs related to
homelessness, mental health and addiction services, staff recommends that Council consider
approving and ordinance to place two tax-related questions on the November 2022 ballot:
• .20 sales tax for street and road maintenance
• .10 sales tax for alternate policing related to homelessness, mental health and addiction
services
PREVIOUS COUNCIL ACTION:
• July 26, 2021- Study Session on the city-wide pavement rating and analysis results
• March 28, 2022- Study Session regarding crime and policing in Englewood
• May 2, 2022- Study Session on potential ballot questions related to taxation
• June 20, 2022- City Manager's Report on ballot question language
SUMMARY:
After a discussion with Council, staff launched a survey regarding three possible tax questions
on the November ballot:
1. Street repair and maintenance;
2. Additional police staffing; and
3. Dedicated funding for alternate policing and justice programs.
To provide Council with the best information on community priorities and preferences, the
city contracted with Magellan Strategies to deploy a survey. The survey deployed a new
survey mechanism for Englewood, sending a text message to 10,000 Englewood cell
phone numbers that then led respondents to an online survey to be completed by phone.
ANALYSIS:
Magellan Strategies conducted the survey between May 19, 2022 and May 26, 2022. 887
registered voters participated in the survey, and overall survey responses have a margin of error
of plus or minus 3.22% with a 95% confidence interval, or the likelihood that results would
Page 492 of 733
remain the same if every person who received the text message participated in the survey.
Population subgroups have a higher margin of error than the overall sample. Survey results
were weighted to be representative of the voter turnout demographics within Englewood for a
midterm election cycle.
Generally, respondents expressed the following preferences:
1. A sales and use tax rate increase is strongly preferred to property tax increase in all
cases.
2. Street maintenance is a higher priority than either alternate policing or additional police
staff.
3. A dedicated funding source for alternate policing and justice programs (co-responders,
mental health professionals, restorative justice) is a higher priority than adding police
staffing levels.
COUNCIL ACTION REQUESTED:
Staff requests that Council approve an ordinance placing questions on the November, 2022
ballot related to taxation.
FINANCIAL IMPLICATIONS:
If approved by voters as noted in the staff recommendation, the tax rate changes would result in
the following:
• A 1/10 cent sales and use tax increase (from 3.5% to 3.6%) for alternate policing
programs and services would generate $978,455 for those programs and services.
• A 1/5 cent sales and use tax increase (from 3.5% to 3.7%) for street and road
maintenance would generate $1,956,910 for those maintenance programs and services.
CONNECTION TO STRATEGIC PLAN:
Outcome Area: Infrastructure and Transportation
Goal: Transportation Infrastructure
Outcome Area: Safety
Goal: Innovate in Policing
Goal: Public Safety Services
OUTREACH/COMMUNICATIONS:
Pollster Magellan Strategies sent a text message to over 10,000 Englewood cell phone
numbers requesting that they participate in the poll. The survey was also posted on the City's
website and on Englewood Engaged.
ATTACHMENTS:
Council Bill #35- TABOR ballot question sales tax streets safety services
Page 493 of 733
1
BY AUTHORITY
ORDINANCE NO. ____ COUNCIL BILL NO. 35
SERIES OF 2022 INTRODUCED BY COUNCIL
MEMBER WARD
AN ORDINANCE SUBMITTING AND REFERRING TO THE REGISTERED
ELECTORS OF THE CITY OF ENGLEWOOD AT THE COORDINATED
ELECTION CONDUCTED BY MAIL BALLOT TO BE HELD ON TUESDAY,
NOVEMBER 8, 2022, TWO QUESTIONS AUTHORIZING A CITY OF
ENGLEWOOD SALES AND USE TAX INCREASE OF $2,937,000 ANNUALLY IN
THE FIRST FULL FISCAL YEAR AND BY SUCH AMOUNTS AS ARE RAISED
ANNUALLY THEREAFTER BY IMPOSING AN ADDITIONAL SALES AND USE
TAX OF 0.1% AND 0.2% FOR THE PURPOSE OF IMPROVING AND
MAINTAINING VITAL CITY SERVICES AND PROVIDING THE FORM OF
THE BALLOT TITLE AND CONTENT.
WHEREAS, the Taxpayer’s Bill of Rights, Article X, Section 20 of the Colorado Constitution
(“TABOR”) requires governmental entities to seek advance voter approval for any new tax or tax
increase; and
WHEREAS, the City of Englewood (“City”) imposes a sales and use tax (collectively, “Sales
Tax”) at the rate of 3.5 percent to fund general municipal operations; and
WHEREAS, the City’s 3.5 percent Sales Tax rate became effective on January 1, 1988 and has
not been increased in thirty-four (34) years, other than on retail marijuana sales; and
WHEREAS, even though the City of Englewood has not increased its sales tax rate in 34 years,
it also has kept property tax rate low by comparison, and in 2021 Englewood had a lower mill levy than
the surrounding cities of Denver, Lone Tree, Parker, Boulder, Wheat Ridge, Greenwood Village,
Lakewood, Centennial, Sheridan, Cherry Hills Village, Westminster, Arvada, Littleton, Aurora and
Thornton; and
WHEREAS, City Council strives to keep taxes low in Englewood, but lower taxes can mean less
funding to perform and maintain vital City services, including streets and public safety/law enforcement
functions; and
WHEREAS, the City has received repeated citizen requests to improve the current condition of
its streets and to ensure the City is safe by providing necessary safety services and alternative law
enforcement functions to its permanent inhabitants and transient populations; and
WHEREAS, the City Council carefully evaluated the City’s finances, and carefully considered
the potential solutions to these important citizen concerns; and
WHEREAS, the City conducted a targeted survey of its registered electors, and concluded
citizen support exists for increasing the City’s sales tax rate to improve and maintain the City’s streets and
expand public safety and alternate policing services; and
WHEREAS, in order to ensure that the City may continue to adequately fund and expand these
core City services, the City Council determined that it is in the best interest of the residents of the City to
refer to the eligible electors two ballot issues to seek approval to impose and collect a Sales and Use Tax
Page 494 of 733
2
increase of 0.3 percent dedicated to repave and maintain Englewood streets and roads and to fund
alternate policing services to address homelessness, mental health, and addiction to raise the total Sales
Tax rate in the City from 3.5 percent to 3.8 percent; and
WHEREAS, if approved, these increases would increase the tax on a $100 qualifying purchase
from $3.50 to $3.80, or an increase of less than 1/3 of a penny on every dollar spent that is subject to sales
tax; and
WHEREAS, the ballot questions would seek a total increase of 0.3 percent in the Sales Tax, or
0.2 percent to be dedicated to fund street improvements in one ballot question, and 0.1 percent to be
dedicated to fund alternate policing services in a second ballot question.
NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF
ENGLEWOOD, COLORADO, AS FOLLOWS:
Section 1. Submission of Ballot Question.
The City Council hereby refers the following TABOR ballot title and question to the vote of the registered
electors of the City to be placed on the November 8, 2022 ballot:
SHALL CITY OF ENGLEWOOD TAXES BE INCREASED NOT MORE THAN $1,957,596
ANNUALLY BEGINNING JANUARY 1, 2023 AND BY SUCH AMOUNTS AS ARE RAISED
ANNUALLY THEREAFTER BY AN ADDITIONAL SALES AND USE TAX OF 0.2 PERCENT (OR
AN INCREASE OF APPROXIMATELY 1/5 OF ONE CENT PER DOLLAR SPENT, TO THE
CURRENT SALES AND USE TAX RATE OF 3½ CENTS PER DOLLAR SPENT), EXCLUDING
THE SALE OF FOOD FOR DOMESTIC HOME CONSUMPTION, TO FUND:
• REPAVING, REPAIRING, MAINTAINING, AND IMPROVING CITY STREETS AND ROADS
WITH ALL SPENDING OF SUCH REVENUES REPORTED IN THE CITY’S ANNUAL
INDEPENDENT AUDIT PUBLISHED ON THE CITY’S WEB SITE AND REVIEWED BY A
CITIZEN COMMITTEE; AND SHALL THE RESULTING REVENUE AND INVESTMENT
EARNINGS THEREON BE ALLOWED TO BE COLLECTED, RETAINED AND SPENT BY THE
CITY NOTWITHSTANDING ANY LIMITATIONS OF ARTICLE X, SECTION 20 OF THE
COLORADO CONSTITUTION OR ANY OTHER LAW?
Yes______ No_____
Section 2. Submission of Ballot Question.
The City Council hereby refers the following TABOR ballot title and question to the vote of the registered
electors of the City to be placed on the November 8, 2022 ballot:
SHALL CITY OF ENGLEWOOD TAXES BE INCREASED NOT MORE THAN $978,455
ANNUALLY BEGINNING JANUARY 1, 2023 AND BY SUCH AMOUNTS AS ARE RAISED
ANNUALLY THEREAFTER BY AN ADDITIONAL SALES AND USE TAX OF 0.1 PERCENT (OR
AN INCREASE OF APPROXIMATELY 1/10 OF ONE CENT PER DOLLAR SPENT, TO THE
CURRENT SALES AND USE TAX RATE OF 3½ CENTS PER DOLLAR SPENT), EXCLUDING
THE SALE OF FOOD FOR DOMESTIC HOME CONSUMPTION, TO FUND:
• ALTERNATE POLICING SERVICES TO ADDRESS MATTERS INCLUDING HOMELESSNESS,
MENTAL HEALTH, AND ADDICTION
Page 495 of 733
3
WITH ALL SPENDING OF SUCH REVENUES REPORTED IN THE CITY’S ANNUAL
INDEPENDENT AUDIT PUBLISHED ON THE CITY’S WEB SITE AND REVIEWED BY A
CITIZEN COMMITTEE; AND SHALL THE RESULTING REVENUE AND INVESTMENT
EARNINGS THEREON BE ALLOWED TO BE COLLECTED, RETAINED AND SPENT BY THE
CITY NOTWITHSTANDING ANY LIMITATIONS OF ARTICLE X, SECTION 20 OF THE
COLORADO CONSTITUTION OR ANY OTHER LAW?
Yes______ No_____
Section 3. Application, Exemptions pursuant to C.R.S. § 29-2-105.
A. The proposed sales and use tax shall apply to the sale of tangible personal property at retail, the
furnishing of services, and all other transactions to which a sales and use tax apply under law.
B. All retail sales are sourced as specified in C.R.S. § 39-26-104(3).
C. The amount subject to tax shall not include the amount of any sales or use tax imposed by C.R.S.
Article 26 of Title 39.
D. The sale of tangible personal property and services taxable shall be the same as the sale of
tangible personal property and services taxable pursuant to C.R.S. § 39-26-104, except as otherwise
provided in C.R.S. § 29-2-105. The sale of tangible personal property and services taxable shall be subject
to the same sales tax exemptions as those specified in C.R.S. Part 7 of Article 26 of Title 39.
E. As provided in C.R.S. § 29-2-105, the sales and use tax proposed for voter consideration by this
Ordinance shall not apply to: food purchased with food stamps as provided in 7 U.S.C. § 2012(g); the sale
of food purchased with funds provided by the special supplemental food program for women, infants, and
children under 42 U.S.C. § 1786; or the sale of food for domestic home consumption, except that “food”
does not include carbonated water marketed in containers; chewing gum; seeds and plants to grow foods;
prepared salads and salad bars; packaged and unpackaged cold sandwiches; deli trays; and hot or cold
beverages served in unsealed containers or cups that are vended by or through machines or non-coin-
operated coin-collecting food and snack devices on behalf of a vendor. In determining whether a food
product is for domestic home consumption, unless the vendor is described in C.R.S. § 39-26-104(1)(e), no
inference shall be drawn from the type of vendor selling the product, the location of the product within a
store, or the manner in which the product is marketed.
Section 4. This Ordinance shall serve to set the title and content for the ballot question set forth
herein and the ballot title for such question shall be the text of the question itself.
Section 5. The City Clerk, as the Designated Election Official, is authorized to correct typographical
errors and omissions in the ballot question, to conform the language of the ballot question to comply with
applicable law without amending the substantive content, and to take all action necessary or appropriate
to effectuate the provisions of this Ordinance.
Section 6. If any section, paragraph, clause, or other portion of this Ordinance is for any reason held
to be invalid or unenforceable, the invalidity or unenforceability shall not affect any of the remaining
portions of this Ordinance.
Section 7. Upon approval on first reading, this Council Bill shall be sent to Colorado Department of
Revenue for review of the tax-related portions. If CDOR finds the provisions of this Council Bill or
proposed ballot language require revision, the proposed ballot language may be revised by the Clerk as
Page 496 of 733
4
provided above, or for substantive revisions, by Resolution duly adopted by City Council, for placement
on the November coordinated election ballot and consideration by the registered electors of the City of
Englewood.
Introduced, read in full, and passed on first reading on the 27th day of June, 2022.
Published by Title as a Bill for an Ordinance in the City’s official newspaper on the 30th day of
June, 2022.
Published as a Bill for an Ordinance on the City’s official website beginning on the 29th day of
June, 2022. for thirty (30) days.
Read by Title and passed on final reading on the 18th day of July, 2022.
Published by Title in the City’s official newspaper as Ordinance No. ___, Series of 2022,
on the 21st day of July, 2022.
Published by title on the City’s official website beginning on the 20th day of July, 2022
for thirty (30) days.
This Ordinance shall take effect thirty (30) days after publication following final passage.
Othoniel Sierra, Mayor
ATTEST:
Stephanie Carlile, City Clerk
I, Stephanie Carlile, City Clerk of the City of Englewood, Colorado, hereby certify that the
above and foregoing is a true copy of the Ordinance passed on final reading and published by
Title as Ordinance No. ___, Series of 2022.
Stephanie Carlile
Page 497 of 733
COUNCIL COMMUNICATION
TO: Mayor and Council
FROM: Shawn Weiske
DEPARTMENT: Human Resources
DATE: July 18, 2022
SUBJECT: Approval of Englewood Employees Association (EEA) Contract
DESCRIPTION:
Approval of Englewood Employees Association (EEA) Contract
RECOMMENDATION:
Staff recommends that Council review and consider approval of the contract between the City
of Englewood and the Englewood Employees Association (EEA).
PREVIOUS COUNCIL ACTION:
2019: City Council approved the current EEA contract.
SUMMARY:
Under the terms within the Englewood Home Rule Charter Article XV, Englewood Employee
Relations and Career Service Systems Act, the City is required to collectively bargain with its
certified employee organizations. The City currently has recognized two organizations:
Englewood Employee Association (EEA) and the Englewood Police Benefit Association (EPBA).
The current contract of the EEA expires on December 31, 2022.
ANALYSIS:
The focus of the Collective Bargaining process for the City in 2022 was to further pursue the
City’s goal of becoming an “employer of choice” while simultaneously seeking operational
efficiencies, clarifying contract language, and maintaining fiscal sustainability.
During negotiations, the City was represented by Human Resources Director Shawn Weiske,
Finance Director Jackie Loh, Deputy City Attorney Victoria McDermott, Senior Human
Resources Business Partner Rhonda Tucker-Dickerson, Deputy Director of Public Works Chris
Edelstein, Deputy Director of Utilities Angela Goodman, and Court Administrator Kennetha
Julien (collectively, the Bargaining Team). City Manager Shawn Lewis, Assistant City Manager
Tim Dodd and City Attorney Tamara Niles were kept apprised of the City’s bargaining positions
and the Bargaining Team’s recommendations as negotiations moved toward an agreement.
City Staff and the EEA formally met on six (6) occasions over approximately ten (10) weeks.
Additional negotiations were conducted via email to finalize a tentative agreement. The
disruptions and uncertainty brought about by COVID-19, inflation, recruiting and retention
challenges, and rising healthcare costs were all considered when the new Collective Bargaining
Agreement (CBA) was negotiated.
Page 498 of 733
Both parties negotiated in good faith and believe the terms for the proposed 2023 – 2024 CBA
address the unique economic and societal challenges we are currently facing while ensuring
long-term financial sustainability. The EEA and City staff deem their negotiations a success and,
together, are recommending adoption of the proposed CBA.
With respect to the specific CBA Articles that were the subjects of negotiation:
• Article 1 Duration of Contract
o Term: 2 years (through 12/31/2024)
o Definitions: clarifies “Immediate Family Member” for sick leave usage to be
consistent with Colorado law.
• Article 5 Hours of Work
o Provides flexibility to work an alternative schedule consistent with the City’s Flex
Work Policy.
o Changes to an employee’s schedule require 72 hour notice (instead of 24 hour
notice), except in cases of emergency.
o Defined “Emergency” as “extreme weather, acts of nature, extraordinary
circumstances due to human intervention, or unforeseen needs to maintain
minimum staffing levels…”
• Article 6 Flex-Work
o New Article that provides for the ability to work a 9/80 schedule.
• Article 7 Overtime Work, Overtime Pay & Compensatory Time Off
o Provides employee discretion (formerly Department discretion) to be paid out
overtime in cash or accrue Compensatory time.
• Article 8 Acting Pay
o Decreased the time required before Acting Pay is effective, from “30 days” to “80
consecutive working hours”
• Article 9 Compensation
o 2023: 5% annual increase implemented according to the following schedule:
▪ First Pay Period in August 2022: 70% of the 5% shall be paid;
▪ First Pay Period in January 2023: Remaining 30% of the 5% shall be
paid.
o 2024: 5% annual increase effective first full pay period of January 2024.
o Class and Comp Study: As part of the Classification and Compensation study,
EEA shall be members of the steering committee and be informed of the
information gathered and used in the class and comp project implementation.
Negotiations shall be limited to compensation issues; classifications are not a
subject of negotiations.
• Article 11 Differential Pay
o Incorporated Side Letter language clarifying the hours of work eligible for shift
differential pay.
• Article 12 Paid Time Off
o Increase new employee (0-4 years of service) PTO annual accrual by 8.72 hours,
from 88 annual hours of PTO to 96.72 hours of PTO.
• Article 13 Sick Leave and Salary Continuation
o Unused sick leave may be carried over each year up to a cap of 192 hours.
o A doctor’s note may be required for more than 4 consecutive absences,
consistent with Colorado law.
o Salary Continuation now includes “Baby Bonding” leave
Page 499 of 733
o For continuous Salary Continuation, employees will be eligible for 480 hours of
Salary Continuation (changed from “90 days”) to ensure equity in benefits.
o For Intermittent Salary Continuation, employees will be eligible for 160 hours of
Salary Continuation (changed from “30 days”) to ensure equity in benefits.
o Elimination Period to qualify for Salary Continuation increased from 40 hours to
80 hours of accrued leave.
o Prevents employees from participating in both the Salary Continuation program
and the State run FAMLI program simultaneously.
• Article 16 Funeral Leave
o Increased to 40 hour per event (previously 40 hours per year).
o Supervisors may request reasonable documentation of the need for the leave is
the requests exceeds two events in a rolling 12-month period.
• Article 18 Holidays, Holiday Pay, & Enhanced Holiday Pay
o Provides employees who are required to work an alternative schedule exceeding
8 hours per workday to meet operational needs (e.g., 9/80 schedule, 4/10
schedule, etc.), shall be provided Holiday Pay for the number of hours the
employee is regularly scheduled to work. However, if the employee voluntarily
elects to work an alternative schedule, the employee shall continue to receive 8
hours of Holiday Pay.
• Article 22 Insurance
o Reopener to discuss possible changes to the Health Savings Account benefit by
September 30, 2022.
• Article 23 Retiree Health Insurance Assistance
o Employees hired after January 1, 2023 shall not be eligible for the $100 per
month payment upon retirement.
• Article 27 Grievance Procedure
o Replace “City Manager” with “HR Director” as the Step 4 Grievance Officer.
• Article 28 Corrective Counseling
o Clarification regarding union representation eligibility as well as the ability for
supervisors to speak with staff directly.
• Article 32 Call Back Pay
o Clarifies what qualifies as being “called back” to work to ensure consistency in
application.
• Article 33 Labor Management Committee Meetings
o Flexibility to allow the City and EEA to mutually agree not to meet if
communications are already effectively addressing issues.
In addition, as a part of this agreement, unused Sick Leave from 2022 shall be eligible to roll
over to 2023 consistent with the provisions in Article 13 of the CBA. This change will help meet
the needs of our staff as well as contribute to operational efficiencies by removing the incentive
to use remaining Sick Leave prior to expiration at the end of the year.
COUNCIL ACTION REQUESTED:
Staff recommends that the City Council approve the Agreement between the City of Englewood
and the Englewood Employees Association.
FINANCIAL IMPLICATIONS:
The new CBA provides:
Page 500 of 733
• a 5% annual salary increase each year of the contract for each covered employee;
• expansion of the Salary Continuation program to include Baby Bonding; and
• an 8.72 hour increase in PTO accruals for employees with 0-4 years of service.
ALTERNATIVES:
If the City Council were not to agree to this Collective Bargaining Agreement, it would then force
both the City and the EEA into binding arbitration.
CONCLUSION:
The proposed successor 2023-2024 CBA addresses some operational issues that will likely
result in operational efficiency gains while also providing appropriate and fiscally sustainable
compensation and benefits to our staff.
CONNECTION TO STRATEGIC PLAN:
Governance Outcome Area
ATTACHMENTS:
Proposed 2023-2024 EEA CBA
Proposed EEA MOU RE: Sick Leave Rollover effective for 2022-2023
PowerPoint Presentation EEA 2023-2024 Proposed CBA Terms
Page 501 of 733
COLLECTIVE BARGAINING AGREEMENT BETWEEN
THE CITY OF ENGLEWOOD, COLORADO
and
THE ENGLEWOOD EMPLOYEES ASSOCIATION
JANUARY 1, 2023 - DECEMBER 31, 2024
Page 502 of 733
i
TABLE OF CONTENTS
PAGE
ARTICLE I INTRODUCTION & DEFINITIONS 1
ARTICLE 2 DURATION OF CONTRACT 3
ARTICLE 3 RECOGNITION 3
ARTICLE 4 EMPLOYEE RIGHTS 4
ARTICLE 5 HOURS OF WORK 4
ARTICLE 6 FLEX WORK 5
ARTICLE 7 OVERTIME WORK, OVERTIME PAY &
COMPENSATORY TIME OFF
6
ARTICLE 8 ACTING PAY 6
ARTICLE 9 COMPENSATION 7
ARTICLE 10 LONGEVITY COMPENSATION 8
ARTICLE 11 DIFFERENTIAL PAY 8
ARTICLE 12 PAID TIME OFF 8
ARTICLE 13 SICK LEAVE AND SALARY CONTINUATION 10
ARTICLE 14 WORKERS COMPENSATION 12
ARTICLE 15 MILITARY LEAVE 13
ARTICLE 16 FUNERAL LEAVE 14
ARTICLE 17 JURY DUTY AND WITNESS SERVICE 14
ARTICLE 18 HOLIDAYS, HOLIDAY PAY &
ENHANCED HOLIDAY PAY
14
ARTICLE 19 UNIFORM ALLOWANCE 16
Page 503 of 733
ii
ARTICLE 20 TUITION REIMBURSEMENT/DEGREE
ACHIEVEMENT RECOGNITION
16
ARTICLE 21 LIFE INSURANCE 16
ARTICLE 22 INSURANCE 16
ARTICLE 23 RETIREE HEALTH INSURANCE
ASSISTANCE
18
ARTICLE 24 PENSION/RETIREMENT PLANS 18
ARTICLE 25 LAYOFF 18
ARTICLE 26 LEAVE OF ABSENCE (WITHOUT PAY) 19
ARTICLE 27 GRIEVANCE PROCEDURE 20
ARTICLE 28 CORRECTIVE SUPERVISION 23
ARTICLE 29 EEA DUES DEDUCTION 23
ARTICLE 30 ASSOCIATION ACTIVITIES 24
ARTICLE 31 STANDBY PAY 25
ARTICLE 32 CALL BACK PAY 25
ARTICLE 33 LABOR MANAGEMENT COMMITTEE 26
ARTICLE 34 EXCLUSIVENESS OF CONTRACT 26
Page 504 of 733
1
ARTICLE 1. INTRODUCTION & DEFINITIONS
I. INTRODUCTION
This Contract, entered into by the City of Englewood, Colorado, and the Englewood
Employees Association, has as its purpose the promotion of harmonious relations
between the City and its Employees, a fair and peaceful procedure for the resolution of
differences, and the establishment of rates of pay, hours of work, and other conditions of
employment as set out in the City Charter.
Except where limited by express provisions elsewhere in this Contract, nothing in this
Contract shall be construed to restrict, limit, or impair the rights, powers, and authority of
the City as granted to it under the laws of the State of Colorado, the Charter, and the
Municipal Code. Those rights, powers, and authority include, but are not limited to, the
following:
A. To determine the overall mission of the City as a unit of government.
B. To maintain and improve the efficiency and effectiveness of City operations.
C. To determine the services to be rendered, the operations to be performed,
the technology to be utilized, or the matters to be budgeted.
D. To determine the overall methods, processes, means, job classifications, or
personnel by which City operations are to be conducted.
E. To direct, supervise, hire, promote, transfer, assign, schedule, retain, or lay-
off Employees.
F. To suspend, discipline, discharge, or demote for just cause, all full-time,
permanent, classified Employees.
G. To relieve Employees from duties because of lack of work or funds, or under
conditions where the City determines continued work would be inefficient or non-
productive.
H. To take whatever other actions may be necessary to carry out the wishes
of the public not otherwise specified herein or limited by this Contract.
I. To take any and all actions to carry out the mission of the City in cases of
emergency.
Page 505 of 733
2
Nothing contained herein shall preclude the City from conferring with its Employees for
purposes of developing policies to effectuate or implement any of the above-enumerated
rights.
The City retains the right to change any past practice, so long as that change is not in
violation of this Contract. In the event the City desires to amend or delete a past practice,
the City will provide reasonable, advance, written notice of the intended change to the
EEA. The Association shall have the right to grieve any change in practice that violates
this Contract.
II. DEFINITIONS
For purposes of this Contract:
A. Administrative Policy Manual means the Administrative Policy Manual
of the City of Englewood, Colorado, as updated September 2020, and as thereafter
revised from time to time.
B. Charter means the Home Rule Charter of the City of Englewood,
Colorado.
C City means the City of Englewood, Colorado.
D. Conclusion Date means December 31, 2024.
E Contract means the Collective Bargaining Agreement between the City of
Englewood, Colorado and the Englewood Employees Association for the period
commencing on January 1, 2023 and concluding on December 31, 2024.
F. EEA means the Englewood Employees Association in its capacity as the
exclusive bargaining representative of the Employees covered by this Contract.
G. Effective Date means January 1, 2023.
H Employee means a full-time, classified employee of the City covered by the
Contract.
I. Immediate Family Member means an Employee's spouse or domestic
partner, or the children, step-children, foster children, grandchildren, parents,
grandparents, brother, or sister of the Employee, or of the Employee’s spouse or domestic
partner. For purposes related to use of sick leave, the term “immediate family member”
will be defined consistent with the Healthy Families and Workplaces Act (“HFWA”), C.R.S.
§ 8-13.3-401 et seq.
Page 506 of 733
3
J. Municipal Code means the Englewood Municipal Code 2000, as amended
from time to time.
K. Parties means, collectively, the City and the EEA.
L. Prior Contract means the Collective Bargaining Agreement between the
City of Englewood, Colorado and the Englewood Employees Association for the period
commencing on January 1, 2020 and concluding on December 31, 2022.
ARTICLE 2. DURATION OF CONTRACT
This Contract will take effect on the Effective Date, and shall continue in force through
and including the Conclusion Date.
A. Nothing in Article 2 (A), above, shall limit, prohibit, or in any way effect the
operation of Article 12 of this Contract, in which the City agrees to make certain
payments related to accrued, but unused, PTO. The Parties acknowledge and agree
that those provisions of Article 12 shall survive the termination of this Contract.
B. This Contract, or any part of it, may be terminated or renegotiated at any
time by mutual consent of the Parties.
C. If any article or section of this Contract should be held invalid by operation
of law, or by any Court of competent jurisdiction, or if compliance with or enforcement of
any article or section should be restrained by such Court, the remainder of this Contract
shall not be affected thereby and this Contract shall remain in full force and effect, and
the Parties shall promptly meet and negotiate for the purpose of attempting to arrive at a
mutually satisfactory replacement for such article or section.
D. The Parties understand that the provisions of this Contract shall in no way
displace or modify present or future statutory or case law of the State of Colorado.
E. The Parties acknowledge that during negotiations which resulted in this
Contract, each had the unlimited right and opportunity to make demands and proposals
with respect to any subject or matter appropriate for Contract negotiations and that the
understandings and agreements arrived at by the Parties after this exercise of that right
and opportunity are set forth in the Contract.
ARTICLE 3. RECOGNITION
The City recognizes the EEA as the sole organization certified pursuant to the provisions
of the Charter as the exclusive representative for the Employees within the following
bargaining unit:
Page 507 of 733
4
Included: All full-time, classified Employees of the City.
Excluded: All Supervisory, Managerial, Confidential, and Contractual Employees, each
as defined by the Charter; all part-time, temporary, and seasonal employees; all
employees hired through the use of Federal, State, or other outside funding sources for
special projects or programs, and all others who may be determined to be excluded prior
to or during the term of this Contract as provided under the Charter.
ARTICLE 4. EMPLOYEE RIGHTS
An Employee, who is not excluded per Article 3 (Recognition) of this Contract, shall have
the right:
A. To form, join, support, or participate in, or to refrain from forming, joining,
supporting, or participating in, the EEA or its lawful activities, and to bargain collectively
through the EEA.
B. To be accompanied by an EEA representative during any meeting that may
lead to discipline.
C. The City is obligated to advise an Employee reasonably in advance that a
meeting may lead to discipline. Unless a situation poses immediate threat to the
orderliness to the workplace, “reasonably in advance” shall mean (3) days.
D. The EEA has no right to attend such meetings unless an Employee requests
that an EEA representative be present.
E. No Employee shall be interfered with, restrained, coerced, or discriminated
against because of the exercise of these rights and the right of an Employee to discuss
employment concerns with the City shall not be infringed upon.
ARTICLE 5. HOURS OF WORK
All departments, functions, and activities shall observe office and working hours
necessary for the efficient transaction of their respective services.
A. All Employees shall regularly work at least forty (40) hours per week with
the exception of those employees working a Flex-Work schedule as set forth in Article 6.
The work week shall consist of five (5) eight-hour shifts, or other work schedules as
determined by the department director and agreed upon with the employee per the City’s
"Modified Workweek Schedules" policy set forth in the Administrative Policy Manual. All
Employees shall be scheduled to work a regular work schedule and each shift shall have
a regular starting and quitting time. Should the work schedule be changed, affected
Page 508 of 733
5
,
Employees will be notified 72 hours in advance, except in the case of an emergency as
determined by the department director. “Emergencies” are unforeseen, unscheduled
events or circumstances beyond the control of the City, including but not limited to
extreme weather, acts of nature, extraordinary circumstances due to human intervention,
or unforeseen needs to maintain minimum staffing levels, that call for or demands
immediate action.
B. Employees shall be entitled to two (2) paid rest periods not to exceed fifteen
(15) minutes, or one thirty (30) minute rest period, for each shift worked. Rest periods
shall be under the control of the supervisor or department director.
C. When possible, Employees who work beyond their regular quitting time into an
overtime situation will be eligible for a fifteen (15) minute rest period before they begin the
overtime work. When possible, additional rest periods will be granted under the control of the
supervisor or department director similar to rest periods granted under paragraph B,
above.
D. When necessary, Employees shall be granted a fifteen (15) minute personal
clean-up period prior to the end of each shift. The clean-up period shall be under the
control of the supervisor or department director.
E. All Employees will be granted an unpaid lunch period during each shift. As
a normal occurrence, this lunch break will commence between the beginning of the third
hour and the beginning of the sixth hour of the shift. An Employee and supervisor may
agree to waive this time limit due to work related or personal issues or modified schedule.
F. See Administrative Policy Manual, Policy 2.3 (Overtime, Compensatory
Time, Administrative Time) and Policy 2.4 (Meal and Rest Breaks) for further clarification.
ARTICLE 6. FLEX-WORK
A. A supervisor and Employee may agree that it is appropriate for the employee to
work 9/80 schedule in writing. This schedule shall be adopted for a period of no
less than two (2) pay periods.
B. For those non-exempt employees who have agreed to a 9/80 schedule shall
receive overtime pay of compensatory time off at time and one-half (1 ½) based
on a forty (40) hour work week as understood under the FLSA. The 9/80 work
week begins on the employee's eight (8) hour day, exactly four (4) hours after the
scheduled start time and ends exactly three (3) hours and 59 minutes after the
scheduled start time on the same day the following week.
Page 509 of 733
6
C. Non-exempt employees shall receive overtime pay or compensation time off at
time and one-half (1 ½) for all hours worked in excess of 40 hours in their
respective FLSA scheduled week.
D. Employees electing to participate in a 9/80 schedule must follow the City’s
established approval procedure as stated in the Administrative Policy Manual.
ARTICLE 7. OVERTIME WORK, OVERTIME PAY & COMPENSATORY TIME OFF
A. For all Employees, except as specified below, duties performed at the City’s
direction during hours that exceed the Employee’s scheduled work hours shall constitute
Overtime Work.
B. FLSA non-exempt Employees shall be compensated for Overtime Work at
the rate of:
1. one and one-half (1.5) times the Employee’s regular rate of pay for
each hour, or fraction of an hour, the Employee devoted to Overtime Work (“Overtime
Pay”); or
2. At the discretion of the employee in place of cash overtime pay,
Compensatory Time Off, computed at the rate of one and one-half (1.5) times the number
of hours, or fraction of an hour the Employee devoted to Overtime Work.
C. Compensatory Time Off and other forms of paid leave do not constitute
Overtime Work.
D. An Employee may accumulate a maximum of forty-eight (48) hours of
Compensatory Time Off at any given time. An Employee who has reached this maximum
accumulation must receive cash overtime payments for any additional Overtime Work.
E. An Employee’s use and, within the maximum set forth above, accumulation,
of Compensatory Time Off is at the discretion of the Employee’s department director.
F. The City retains the right to assign Overtime Work to any Employee
qualified to perform the work.
ARTICLE 8. ACTING PAY
All persons appointed to an acting position, at the sole discretion of the Director, will be
compensated at the minimum rate of the acting position pay range, or 5% above the
Employee's current rate of pay, whichever is greater. The Employee becomes eligible for
acting pay upon working in the acting capacity of eighty (80) consecutive working hours.
Page 510 of 733
7
Such pay will be retroactive to the first day the Employee assumes the responsibility of the
position.
ARTICLE 9. COMPENSATION: INCREASE
A. On January 1, 2023, (or the first Monday of the 2023 new pay period) each
Employee shall receive an Annual Salary Increase in the amount of 1.5% of that
Employee’s 2022 base salary as of the end of the last full pay period in July, as
reflected by the City’s payroll records. Employees hired after the August 2022
salary adjustment as reflected in the Memorandum of Understanding dated June
3, 2022 shall receive a 1.5% increase based off their current salary rate.
B. Effective the first full pay period of 2024, each Employee shall receive an Annual
Salary Increase in the amount of 5% of that Employee’s 2023 base salary, as
reflected by the City’s payroll records.
C. Starting in 2022 and during the term of this agreement, the City will conduct a
comprehensive classification and compensation study in order to revise bargaining
unit salaries to make them market competitive. The Union shall be able to send up
to two (2) representatives to attend the study’s steering committee meetings. The
two (2) EEA representatives shall be able to participate and provide input to the
steering committee; however, the steering committee meetings shall not be a
venue for negotiation, and the EEA representatives shall not have the authority to
bind the City to any specific decision regarding the study. The study’s internal
project team and vendor will present relevant information and updates to the
steering committee at each meeting. If the Union would like to be provided with
any additional information related to work that has been completed, the City will
provide all information that is necessary and relevant to the Union’s
representational duties within a reasonable timeframe, including but not limited to
all pay studies and comparative pay data utilized by the City. If needed the parties
will negotiate and sign appropriate confidentiality agreements in order for the EEA
representative to be granted review and/or be provided access to information that
is reasonably deemed to be confidential by the City. If a steering committee is not
formed for the study, the study’s internal project team and vendor will present
relevant information and updates to two (2) union representatives on a monthly
basis. The City may only implement mid-term contract changes to the pay scales
of bargaining unit classifications upon agreement from the Union consistent with
Article 33 of this agreement and with the City Charter.
Page 511 of 733
8
ARTICLE 10. LONGEVITY COMPENSATION
Effective January 1, 1984, and thereafter, all new hires shall not be eligible for longevity
compensation.
ARTICLE 11. DIFFERENTIAL PAY
A. In addition to their regular rate of pay, Employees who work outside of the
normal business hours shall receive payment of an additional amount per hour for working
those hours (“Differential Pay”) as follows:
1. Evening Hours: $1.50 per hour
2. Late / Overnight Hours: $2.00 per hour
3. Early Morning Hours: $2.00 per hour
B. Evening Hours means all hours worked between the hours of 5:00PM and
9:00PM.
C. Late / Overnight hours all hours worked between 9:00PM and 11:59 PM.
D. Early Morning Hours means all hours worked between 12:00 AM and 5:59
AM.
E. Employees who are not regularly assigned to shifts, but who nevertheless
periodically perform work outside their scheduled hours will receive
Differential Pay as outlined above.
F. Differential Pay shall not be included in an Employee's regular rate of pay
for purposes of calculating Overtime Pay in accordance with Article 7.
ARTICLE 12. PAID TIME OFF
As of January 1, 2023, Employees will accrue PTO as follows during each
pay period of the Contract term:
A. Employees will accrue PTO as follows during each pay period of the Contract
term:
Page 512 of 733
9
Length of
Service
Maximum PTO
accrual per
year
PTO accruals
per pay
period
Maximum
Annual PTO
Carry Over
0 – 4 years 88 hours 3.72 hours 120 hours
5 – 9 years 128 hours 4.924 hours 160 hours
10 + years 168 hours 6.462hours 200 hours
Regarding employees with 0-4 years of service, such employees shall accrue 3.72 hours
per pay period. This amounts to a total of 96.72 hours per year. Employees who reach
the maximum PTO accrual per year (88 hours) shall have any unaccrued PTO for the
calendar year administered consistent with the “Excess PTO” provision below. For
example, an employee with 0-4 years of service who does not use any PTO in a calendar
year will hit the annual cap of 88 hours and will therefore accrue 8.72 hours as “Excess
PTO” in conformance with section B. below.
B. In each year of this Contract, Employees will be permitted options regarding
the PTO they accrue, but do not use, that exceeds the Maximum Annual PTO Carry Over
identified above (the “Excess PTO”). Those options are as follows:
1. The Employee may accept payment, in cash, equal to the value of
her or his Excess PTO; or
2. The Employee may defer the value of her or his Excess PTO into the
City’s Section 457 Retirement Savings Plan (the “Plan”), up to the limit permitted by the
Internal Revenue Code. By way of example, for Calendar Year 2019, that limit is $19,000
for Employees under age 50, and $25,000 for Employees 50 and older.
3. An Employee will have the opportunity to use both of the above-
described options, in combination, up to the maximum levels permitted by applicable law.
4. Each Employee will advise the City of the Employee’s allocation of
her or his Excess PTO, between payment in cash and deferral into the Plan, not later than
January 31 of each Contract Year. Should an Employee fail to advise the City of the
Employee’s allocation, the Employee shall receive a payment in cash. The City shall
provide final totals to employees of Excess PTO no later than the end of the second full
pay period of the calendar year of that PTO Excess time frame.
5. By way of example, the City will provide final numbers to each
employee by the end of the second full pay period of the calendar year for that employees
Excess PTO for 2022. Each Employee will advise the Human Resources Department by
January 31, 2023 how to allocate their Excess PTO for 2022 between a cash payment
and deferral into the Plan.
6. For each Contract Year, the City will make cash payments to
Employees in accordance with Section (E) (1) above, or deferrals into the Plan in
Page 513 of 733
10
accordance with Section (E) (2) above, on or before March 15 of the following Contract
Year.
7. Excess PTO accrued during 2024 will be subject to this Section.
ARTICLE 13. SICK LEAVE & SALARY CONTINUATION
I. Sick Leave
A. Each Employee shall receive ninety-six (96) hours of Sick Leave on
January 1 of each Contract year.
B. Sick Leave shall be scheduled and administered by the Employee’s
Supervisor.
C. An Employee who regularly works scheduled shifts shall notify her or his
Supervisor at least one (1) hour prior to her or his scheduled reporting time of the need
to be absent due to illness or injury.
D. Unused Sick Leave does not accrue, and is not paid out at separation. Up
to ninety-six (96) hours can be carried over with a cap of 192 hours. Once an Employee
reaches 192 Sick Leave Hours in their Sick Leave Bank, the employee shall stop receiving
Sick leave until the employee is under 192 Hours.
E. Sick Leave is based on Employees’ work schedules and must be taken in
increments of not less than one (1) hour.
F. An Employee who requires more than four (4) consecutive days of Sick
Leave may be requested to provide reasonable documentation to t the Employee’s
Department Director a health care provider’s written verification that the Employee is
injured or ill. “Reasonable documentation” is understood by the parties to be consistent
with C.R.S.§ 8-13.3.401 et seq. C.R.S. and the associated interpretive regulations.
G. Sick Leave shall be available for use consistent with the HFWA, C.R.S. § 8-
13.3 401 et seq. and the associated interpretive regulations.
H. Pregnancy
1. Sick Leave under this Article 13 shall be available to an Employee
for the purpose of addressing any medical issue related to the Employee’s pregnancy.
2. Likewise, Sick Leave under this Article 13 shall be available to an
Page 514 of 733
11
Employee for the purpose of addressing any medical issue related to the Employee’s
spouse’s pregnancy.
II. Salary Continuation
A. Each Employee covered by this Contract will become eligible for up to 480
hours of continued full or partial salary should the Employee, or an Immediate Family
Member of an Employee, become seriously ill or disabled pr Baby Bonding. Employees
covered by Colorado’s Family Medical Leave Insurance program (“FAMLI”), including
under C.R.S. § 8-13.3-514, are ineligible.
1. The Employee shall be entitled to continued payment of her or his
full salary in accordance with this Article in the event that the Employee becomes
seriously ill or disabled as a consequence of circumstances not related to City
employment. A serious illness shall include a complication of the Employee’s pregnancy.
2. The Employee shall be entitled to continued payment of fifty percent
(50%) of her or his salary in accordance with this Article in the event that an Immediate
Family Member of that Employee becomes seriously ill or disabled. A serious illness shall
include a complication of the Employee’s spouse’s pregnancy.
B. In order to access Salary Continuation, the Employee must have been
absent from work for a period of not less than eighty consecutive (80) work hours
immediately preceding the Salary Continuation Period (the “Elimination Period”). By way
of example, an Employee who regularly works ten-hour shifts must be absent from work
due to an illness or injury, or due to an Immediate Family Member’s illness or injury, for
four (4) consecutive work days in order to become eligible for Salary Continuation.
C. An Employee must use available Sick Leave during the Elimination Period.
Should the Employee lack Sick Leave to cover the Elimination Period, she or he may use
any combination of available PTO, Compensatory Time Off, Holiday Leave, or Donated
Leave, or, if no other paid leave is available, may take Leave of Absence Without Pay, in
order to satisfy the Elimination Period.
D. The Employee’s request to access salary continuation must be
accompanied by appropriate medical documentation, issued by a healthcare provider, of
a serious illness or disability.
III. Intermittent Leave
A. An Employee who has been diagnosed with a “Serious Health Condition,”
as that term is defined at 5 U.S.C. § 6381 (the Family and Medical Leave Act), may access
Page 515 of 733
12
the Salary Continuation program for up to thirty 160 hours of Intermittent Leave to address
that condition under the following circumstances:
1. The Employee’s treating healthcare provider has recommended
Intermittent Leave for the Employee.
2. The Employee has exhausted not less than eighty (80) hours of Sick
Leave, or a combination of any available leave, during the Contract year as a
consequence of the Serious Health Condition.
B. An Employee who satisfies the criteria described above may access up to
160 hours of Salary Continuation on an intermittent basis through the end of the Contract
year.
C. Intermittent Leave will be available exclusively for an Employee to address
her or his own Serious Health Condition. It does not extend to Immediate Family
Members.
D. By way of example, an Employee is diagnosed with PTSD as a
consequence of active duty military service. The Employee’s treating neurologist and
psychiatrist recommend that the Employee be permitted to take one day off from work
when she experiences a significant panic attack, which typically occur with little warning
and resolve within 24 hours. In July, the Employee has used 80 hours of Sick Leave to
address this condition. She provides the City her treating healthcare providers’
statements that she is expected to continue experiencing panic attacks and will benefit
from continuing access to Intermittent Leave. She may then access the Salary
Continuation program on an intermittent basis for up to 160 hours of leave to address
her chronic, Serious Health Condition through the end of the Contract Year.
IV. Sick Leave Option
Nothing in this Agreement shall alter the terms of the Sick Leave Option set forth in Article
12 of the Prior Contract, which applies exclusively to Sick Leave accrued by permanent
Employees prior to January 1, 1980.
ARTICLE 14. WORKERS' COMPENSATION
For any on-the-job injury, which causes an Employee to be absent from work as a result
of such injury, the City shall pay to such Employee her or his full wages from the first day
of her or his absence from work up to and including the 90th calendar day of such
absence, less whatever sums the Employee receives as disability benefits under the
Workers' Compensation program. The City requires any Employee on workers'
compensation to submit to an examination(s) by City-appointed physician(s) at the City's
Page 516 of 733
13
expense or under the provision of the Workers' Compensation program. If the injury or
illness results in an absence of over 90 days, the Employee may request to supplement
the 66 & 2/3% wage benefit granted by the Workers' Compensation program with PTO,
Compensatory Time Off, or Holiday Leave.
All workers' compensation injuries shall be reported to the Employee's supervisor before
the Employee leaves her or his department of employment on the day of the injury, or, if
immediate reporting is not feasible, within 24 hours of the injury occurring.
ARTICLE 15. MILITARY LEAVE
The authority for this policy is derived from the provisions of the Uniformed Services
Employment and Reemployment Rights Act of 1994 (USERRA), and C.R.S. §§ 28-3-601
through 28-3-607.
A. The City is obligated to grant Military Leave without loss of pay for absences
not exceeding fifteen (15) days in any calendar year. Fifteen (15) days equates to fifteen
8-hour days, or 120 hours. The City cannot require an Employee to use PTO,
Compensatory Time Off, or Holiday Leave for such purposes. The Employee may,
however, request use of PTO, Compensatory Time Off, Holiday Leave, or a Leave of
Absence Without Pay for absences exceeding those covered by the fifteen (15) day
Military Leave allowance.
B. Military Leave will not result in the loss of any benefit of employment that
would have normally accrued if the Employee had not been absent for military service.
C. Employees are responsible for providing their department directors copies of
all military orders that will result in a leave of absence for active military duty. Employees
are also required to notify their supervisors at the earliest possible date upon learning of
scheduled military duty.
D. Employees who fail to return to work in accordance with the provisions of
USERRA and C.R.S. §§ 28-3-601 through Section 28-3-607 are subject to disciplinary
action up to and including termination.
E. Employees must remit to the City any pay received from the military for the
period of time the Employee is on paid Military Leave. This remittance shall occur
immediately upon receipt of the military pay. In instances that the military pay is greater
than the Employee's City pay, the Employee may elect to forego City paid Military Leave
and may retain her or his military pay.
F. The City will make a reasonable effort to adjust work schedules and
assignments to accommodate Employees fulfilling military obligations.
Page 517 of 733
14
ARTICLE 16. FUNERAL LEAVE
Employees are eligible for up to forty (40) hours (per event) of Funeral Leave. Funeral
leave applies with respect to the death of an Employee’s Immediate Family Member as
defined in Article 1 (non-sick leave use).Supervisors may ask for reasonable
documentation to verify the need for leave (e.g., copy of funeral program, death
certificate, invoice for funeral services, etc.) after two such events in the previous rolling
12 month period.
ARTICLE 17. JURY DUTY AND WITNESS SERVICE
A. Leave will be granted to an Employee called for jury duty or to appear as a
witness in her or his official capacity in obedience to a subpoena or other direction by
legal authority. The Employee will receive her or his regular salary for jury duty served.
Any jury pay will be reimbursed to the City. The Employee may retain any reimbursements
for mileage and parking. Employees on jury duty or called as a witness in their official,
City capacity will be expected to work as much of their regularly scheduled workday as
their jury duty schedule or appearance in court permits.
B. When an Employee is subpoenaed as a witness in private litigation -- not in
her or his official capacity, but as an individual -- the Employee must use available leave
to cover the time she or he will be absent from work. All available paid leave must be
exhausted before the time absent can be taken as a Leave of Absence Without Pay.
C. Employees will not receive Overtime Pay or earn Compensatory Time Off
for time served as a juror or a witness.
D. An Employee must return to work after being excused from jury duty if there
are more than two (2) hours left in their regularly scheduled workday.
ARTICLE 18. HOLIDAYS, HOLIDAY PAY & ENHANCED HOLIDAY PAY:
A. The following days shall be Holidays recognized by the City:
1. New Year's Day: January 1.
2. Martin Luther King Day: the third Monday in January.
3. President's Day: the third Monday in February.
4. Memorial Day: the last Monday in May.
5. Independence Day: July 4.
Page 518 of 733
15
6. Labor Day: the first Monday in September.
7. Veteran's Day: November 11.
8. Thanksgiving Day: the fourth Thursday in November.
9. Fourth Friday of November following Thanksgiving Day.
10. Christmas Eve: December 24.
11. Christmas Day: December 25.
12. New Year's Eve Day: December 31.
B. Any Employee who is absent from work, without approved, paid or sick
leave, on either the work day immediately before or immediately after a Holiday shall not
receive Holiday Pay for that Holiday.
C. Holidays include the 24-hour period commencing at 12:00 a.m. Mountain
Time and concluding at 11:59 p.m. Mountain Time on the Holiday.
D. Each Employee who is not scheduled to work on a Holiday will be paid an
amount equal to 8 hours of Holiday Pay for the Holiday, calculated using the Employee’s
regular rate of pay, Employees who are regularly required to work an alternative schedule
to meet business operation (e.g., 9/80 schedule, 4/10 schedule, etc.) resulting in more
than eight (8) hours in a day shall receive the equivalent number of holiday hours
commensurate with their regularly scheduled hours of work. However, if an employee
voluntarily elects to work an alternative schedule resulting in more than eight (8) hours in
a day, the employee shall only receive eight (8) hours of holiday pay. For example, a City
division requires all staff to work a 4/10 schedule to accommodate business operations.
Employees required to work a 4/10 schedule shall receive 10 hours of holiday pay on a
City designated holiday. Alternatively, an employee who works in a division that works a
standard 5/8/ shift, but the employee voluntarily elects to work a 4/10 schedule, the
employee shall be granted eight (8) hours of holiday pay.
E. Each Employee scheduled to work on a Holiday, who actually works during
the Holiday as scheduled, may choose:
1. To receive payment equal to two-and-one-half times the Employee’s
regular rate of pay (“Enhanced Holiday Pay”) for each hour the Employee actually works
on the Holiday; or
2. To receive Overtime Pay, as described in Article 7, for each hour, or
Page 519 of 733
16
portion thereof, the Employee actually works during the Holiday, and 8 hours of Holiday
Leave, which the Employee may take at a later date, as approved by the Employee’s
supervisor. An Employee may not accumulate more than 40 hours of Holiday Leave at
any one time. Accumulated, but unused, Holiday Leave will not be paid out to an
Employee upon separation from City employment.
ARTICLE19. UNIFORM ALLOWANCE
A. When the City determines (1) that immediate visual identification of a City
Employee through appearance in a City approved uniform is appropriate, or (2) that a
uniform is necessary in order for an Employee to fulfill specific job duties, the City will
provide the Employee an allowance with which to purchase authorized uniform items.
The allowance will be in an amount determined by the Employee’s Department Director,
as set forth in the Department budget, and shall be sufficient to cover the reasonable cost
associated with the required uniform, except that any allowance for work shoes shall be
set at a minimum of $200.00.
B. The City will cover the costs of routine uniform cleaning and replacement,
as determined to be necessary by Department Directors.
C. Employees will wear their City uniforms only while on duty, or in connection
with approved activities directly related to their City employment.
ARTICLE 20. TUITION REIMBURSEMENT/DEGREE ACHIEVEMENT RECOGNITION
See Administrative Policy Manual, Policy 9.1 (Tuition Reimbursement/Degree
Achievement Recognition)
ARTICLE 21. LIFE INSURANCE
The City will provide access to term life insurance for each Employee in the amount of
one time her or his annual salary. Upon separation from employment, the Employee may
convert the life insurance per the life insurance plan conversion agreement in place at the
time of her or his separation from employment.
ARTICLE 22. INSURANCE
A. MEDICAL
1. The City will pay ninety percent (90%) of the premium cost for
"Employee-Only" coverage; eighty five percent (85%) of the premium cost for "Employee-
Plus-One" coverage; and eighty percent (80%) of "Family" coverage for the medical
insurance plan designated as the basic City plan. Employees will pay 10%, 15%, or 20%
of the premium cost, depending on the level of coverage they select.
Page 520 of 733
17
2. If the City offers any optional medical insurance plan(s), the
Employee will pay the difference between the City's contribution described above and the
premium cost of the optional plan, if any, the Employee selects.
3. The City and EEA agree to re-open negotiations regarding Article 22,
Section A no later than September 30, 2022. Specifically, the City and EEA agree to
discuss the contribution rates, if any, toward the Health Savings Account. If no agreement
is reached, then the parties agree to maintain the status quo.
B. DENTAL
With respect to any dental insurance plan the City offers to Employees, the City
will pay for each Employee:
1. Ninety percent (90%) of the premium cost for Employee coverage;
2. Eighty five percent (85%) of the premium cost for Employee-Plus-
One coverage; and
3. Eighty percent (80%) of the premium cost for Family coverage.
Employees will pay either ten percent (10%), fifteen percent (15%), or twenty percent
(20%) of the premium cost for dental insurance, depending on the level of coverage they
select.
Any dispute concerning the interpretation or application of benefits provided under the
health or dental plans shall be subject to the plan appeal process. It is expressly
understood that this Article is a non-grievable item under this Contract.
C. The EEA will provide information and shall be able to attend meetings as a
non-voting member and provide input to any committee involved in making decision
regarding plan selection or health care benefit design; however, while the EEA can
provide its input, it shall not have the authority to bind the City to any specific beneit plan
or level of benefit offerings.
Page 521 of 733
18
ARTICLE 23. RETIREE HEALTH INSURANCE ASSISTANCE
Retirees will be guaranteed conversion privileges to the Health Insurance Conversion
Plan available through the City. For those who retired prior to December 31, 1996, the
City will pay $50 per month. For those who retired after January 1, 1997, the City will pay
$75 per month. For those who retired on or after January 1, 2010, the City will pay $100
per month. For purposes of this Article, "retiree” shall be defined as all Employees who
separate from the City at age 55 or older and have completed at least 15 years of
continuous, permanent, full-time service immediately preceding the date of separation.
Employees hired after January 1, 2023 shall not be eligible for this benefit.
See Administrative Policy Manual, Policy 9.2 (Retiree Health Assistance).
ARTICLE 24. PENSION/RETIREMENT PLANS
The pension plan description for Employees covered by this Contract is set forth in Title
Ill, Chapter 4 of the Municipal Code. Additionally, the plan description for the
Nonemergency Employees Retirement Plan is available for inspection in the Department
of Finance and Administrative Services.
ARTICLE 25. LAYOFF
A. Whenever there is lack of work, lack of funds, or under conditions where it is
determined that continued work would be inefficient or nonproductive, requiring reductions
in the number of Employees, the appointing authority shall designate the department and
positions in which the layoff is to be made. In identifying individual Employees to be laid off,
the appointing authority shall consider the relative ability of all Employees within the
position classification, taking into account the Employee's documented performance
history, and then seniority with the City.
B. Employees laid off shall be put on a recall list for one year following their
layoff. Employees recalled from layoff into the same job classification shall be recalled in
inverse order of layoff. If they are recalled into a different position, those recalled must have
the demonstrated ability and qualifications to perform the available work as determined by
the City. No new Employees shall be hired into positions covered by this Contract until all
Employees on layoff status desiring to return to work have been recalled.
C. Employees identified for layoff shall have the right to displace an Employee
in any position classification which the Employee formerly held in the department, taking
into account both the Employees' documented performance history, demonstrated ability
and then seniority with the City. The Employee ultimately displaced shall then be the person
laid off unless that Employee in turn has effective displacing rights under the provisions of
this Article.
Page 522 of 733
19
D. No later than twenty-one (21) calendar days prior to the effective date such
a layoff, the city shall provide the Union a Statement of the reasons necessitating
the layoffs. Upon request of the Union, the City agrees to meet and confer to
discuss the reasons for the layoff, and to consider any Union-proposed alternatives
or methods to mitigate or avoid the layoff. The parties agree that the meet and
confer process shall not delay the layoffs beyond the twenty-one (21) day period,
unless the parties agree to extend the period by mutual agreement.
ARTICLE 26. LEAVE OF ABSENCE WITHOUT PAY
A. After twelve months of continuous service and upon approval of the
department director, in concurrence with the Human Resources Director, Employees may
be granted a Leave of Absence Without Pay of up to one year for compelling personal
reasons not related to Family and Medical Leave reasons.
B. All accrued, paid leave must be exhausted before the beginning of the
Leave of Absence Without Pay. Employees on such Leave do not accrue PTO or Sick
Leave, and do not have access to Salary Continuation under Article 13. Employees on
Leave of Absence Without Pay are not eligible to accrue or use Holiday, Jury & Witness,
Military, or Funeral Leave. When an Employee is on a Leave of Absence Without Pay, she
or he will remain in the City health and dental insurance plans, provided the full premium is
paid by the Employee.
C. The Employee may retain the benefit accrual rate they were eligible for at
the beginning of the Leave of Absence Without Pay, provided the Employee returns to
work with the City on the agreed upon date. Upon return, the Employee's hire date will be
adjusted if the Leave has exceeded thirty (30) calendar days.
D. An Employee who engages in other employment, including self-
employment, while on Leave of Absence Without Pay, will be terminated effective as of
the last day worked, unless prior written approval has been obtained from the Human
Resources Department.
E. Employees on a Leave of Absence Without Pay, who fail to report for work
by the first day after the expiration date of that Leave, or fail to obtain a properly approved
extension of that Leave, will be terminated from their employment with the City as of the
last day actually worked.
Page 523 of 733
20
ARTICLE 27. GRIEVANCE PROCEDURE
A grievance is a misinterpretation, misapplication, or violation of one or more provisions
of this Contract alleged by one or more Employees.
An Individual Grievance is a grievance asserted by a single Employee.
A General Grievance is a grievance asserted by two or more Employees. A General
Grievance may only be filed by the Association within the time frame specified in Step 4
(B) of this Article.
“Work Day" means calendar days exclusive of Saturdays, Sundays, and City Holidays.
Step 1 – Discussion of Individual Grievance with Supervisor
An Employee must commence an Individual Grievance by orally and informally advising
her or his immediate supervisor of the grounds for the Grievance within five (5) Work
Days of the date upon which the events that gave rise to the Grievance allegedly
occurred, or the date upon which the Employee first became aware of those alleged
events. The Employee’s immediate supervisor shall then have up to five (5) Work Days
to orally and informally respond to the Employee’s Individual Grievance.
Step 2 – Submission of Written Individual Grievance to Supervisor
If Step 1 does not result in resolution of the Individual Grievance to the Employee’s
satisfaction, then the Employee may, within five (5) Work Days following the Employee’s
receipt of her or his immediate supervisor’s response, submit a written statement
describing the grounds for the Grievance, the relevant Article or Articles of this Contract,
and the Employee’s proposed resolution of the Grievance, to the supervisor. The
Employee’s immediate supervisor shall then have up to five (5) Work Days within which
to respond to the Employee’s Individual Grievance in writing.
Step 3 – Submission of Written Individual Grievance to Department Director
If the immediate supervisor’s written response submitted to the Employee in accordance
with Step 2 does not resolve the Employee’s Individual Grievance to the Employee’s
satisfaction, the Employee may, within five (5) Work Days of receiving that response,
submit a written statement describing the grounds for the Grievance, the relevant Article
or Articles of this Contract, and the Employee’s proposed resolution of the Grievance, to
the Employee’s Department Director. The Employee’s Department Director shall then
have up to five (5) Work Days within which to respond to the Employee’s Individual
Grievance in writing.
Page 524 of 733
21
Step 4 – Written Grievance Submitted to Human Resources Director
A. In the case of an Individual Grievance, if the Department Director’s written
response submitted to the Employee in accordance with Step 3 does not resolve the
Employee’s Individual Grievance to the Employee’s satisfaction, the Employee may,
within five (5) Work Days of receiving that response, submit a written statement describing
the grounds for the Grievance, the relevant Article or Articles of this Contract, and the
Employee’s proposed resolution of the Grievance, to the Human Resource Director.
Within ten (10) Work Days of receiving the Employee’s written Statement, the HR
Director, or her or his designated hearing officer, shall meet with the Employee and EEA
Representative to review the Grievance and relevant information the Employee desires
to present. Within ten (10) Work Days of that meeting, the HR Director, or the designated
hearing officer, will issue a written response to the Employee’s Individual Grievance.
B. In the case of a General Grievance, the Association may initiate that
Grievance by submitting a written statement describing the grounds for the General
Grievance, the relevant Article or Articles of this Contract, and the Association’s proposed
resolution of the Grievance, to the HR Director. The HR Director, or her or his designated
hearing officer, shall then, within ten (10) Work Days of receiving the Grievance, meet
with up to three (3) Association Representatives to review the Grievance and relevant
information the Association desires to present. Within ten (10) Work Days of that meeting,
the HR Director, or the designated hearing officer, will issue a written response to the
Association’s General Grievance.
Step 5 – Arbitration
A. If the HR Director, or the designated hearing officer’s, response issued in
accordance with Step 4 does not resolve the Individual Grievance or the General
Grievance, then the Employee, in the case of an Individual Grievance, or the Association,
in the case of a General Grievance, may, within fifteen (15) Work Days following receipt
of the HR Director, or the designated Hearing Officer’s, response, request the Grievance
be submitted to arbitration.
B. The City and the Employee, in the case of an Individual Grievance, or the
Association, in the case of a General Grievance, will attempt, in good faith, to choose a
mutually agreeable arbitrator. If, within fifteen (15) Work Days of the request for
arbitration, the Association and the City cannot mutually agree on an arbitrator the Parties
will file a joint request with the American Arbitration Association for designation of a panel
of seven (7) proposed arbitrators. If the Parties cannot agree on one of the proposed
arbitrators, they shall then select the arbitrator by alternative striking of names from the
panel, with the first strike made by the Employee or the Association. The final name left
on the panel shall be the arbitrator.
C. If neither Party requests a hearing, the Parties shall submit written position
Page 525 of 733
22
statements to the arbitrator within 30 calendar days of the arbitrator’s acceptance of
appointment. The arbitrator shall then issue a written determination within 30 calendar
days of receiving the Parties’ written position statements.
D. If one, or both, of the Parties requests a hearing:
1. the Parties shall set an initial conference with the arbitrator within 10
calendar days of the arbitrator’s acceptance of appointment;
2. the Parties and the arbitrator shall schedule the hearing to
commence not more than 45 calendar days following the initial conference; and
3. the arbitrator shall issue a written determination not more than 45
days following the conclusion of the hearing.
E. Each Party shall be responsible for compensation to its own representatives
and witnesses. The fees of the arbitrator shall be borne equally by the Association and
the City.
Authority of Arbitrator
A. The arbitrator shall have no power to add to, subtract from, or change the
terms of this Contract.
B. The written decision of the arbitrator shall be final and binding upon the
Parties.
C. The arbitrator shall limit her or his decision strictly to the grievance
submitted and properly processed through the grievance procedure outlined.
D. Failure by an Employee or the EEA to comply with any time limitation shall
constitute a settlement of the grievance.
E. Should the City not respond within the prescribed time, the grievance will
automatically proceed to the next step. At the Employee's, or, in the case of a General
Grievance, the Association’s, option, the City may be allowed additional time to respond.
Grievances may be investigated and processed by the Employee or designated
Employee representative during working hours, within reasonable time limits, without loss
of pay, provided notice is given and the workload permits.
FINALIZING / CLOSING A GRIEVANCE via MOU settlement:
Upon a mutula resolution of a grievance where the parties are in agreement that an
Memorandum of Understanding (MOU) is appropriate the HR Director or designee will
Page 526 of 733
23
create an MOU within fifteen (15) days of an agreement of arbitration for
considation/review by the EEA. Upon approval of the MOU both the parties will sign the
MOU. Copies of the signed MOU will be provided to the EEA as well as being attached
to the current contract on file and placed on the Employee Portal of the Webise along with
the current contract. These deadlines may be extended if agreed upon in writing by the
parties.
ARTICLE 28. CORRECTIVE COUNSELING
A. Whenever a supervisor deems it appropriate to address deficiencies in an
employees performance or conduct, the supervisor shall provide an Employee direction
regarding the particular conduct or of the Employee’s performance of particular job duties
(“Corrective Counseling”). The supervisor’s Corrective Counseling may be verbal or
written and shall be formulated so as to facilitate the Employee’s improvement.
Corrective Counseling shall not be punitive and shall not constitute discipline.
B. An Employee who reasonably believes that a particular Corrective
Counseling meeting will result in discipline may request that the meeting be suspended
and that notice be provided in accordance with associated Article 4 Employee Rights.
C. Actions taken by the City in accordance with this Article shall not be
grievable and shall not constitue discipline.
ARTICLE 29. EEA DUES DEDUCTION
A. The City agrees to deduct EEA dues each pay period from the pay of those
Employees who individually request In writing that such deductions be made, subject to
the garnishment laws of the State of Colorado. The amounts to be deducted shall be
certified to the Human Resources Department by the EEA Treasurer, and the aggregate
deductions of all Employees shall be remitted together with an itemized statement to the
Treasurer by the 15th of the succeeding month, after such deductions are made. The
authorization shall be revocable during the term of the Contract, upon written notice by
the Employee to the Human Resources Department.
B. If no wages are paid to an Employee authorizing such deductions in any
given pay period, deduction for that pay period(s) will be made from any wages which
may be paid to him/her in the succeeding pay period(s). It is expressly understood that
the City assumes no liability, and shall not be liable, for the collection or payment to the
EEA of any dues during any time that an Employee is not actually working for the City
and actually on the payroll of the City. In the event of error on the check-off list, the City
will not be responsible to make adjustments until notified by the EEA Treasurer.
Page 527 of 733
24
C. The EEA shall indemnify and hold the City harmless against any and all
claims, suits, orders, or judgments brought or issued against the City as a result of any
action taken or not taken by the City under the provisions of this Article.
D. Changes in the dues amount to be deducted shall be limited to two (2)
changes each year, provided a thirty (30) day written notice is provided to the Human
Resources Department.
E. Should the change in the deduction method require a computer
programming change, the EEA shall be responsible for the cost of such change or
changes, at $30 per hour with a four (4) hour maximum. Payment from the EEA shall be
made to the City Finance and Administrative Services Director within ten (10) days of
receipt of billing.
ARTICLE 30. ASSOCIATION ACTIVITIES
A. The City agrees that, during working hours, on the City premises, and
without loss of pay, EEA member Employees may:
1. Attend two (2) EEA membership meetings annually.
a. The City, however, retains the right to maintain appropriate
staffing levels as determined by the department director and will not be required to pay
Overtime Pay or award Compensatory Time Off necessitated by attendance at the
meeting. Employees may be called back from such meetings to address emergencies.
b. Additional membership meetings may be called to address
issues of general interest. If these additional meetings are held during Employees' work
shifts, the City retains the right to either approve or disapprove attendance on City time
(i.e., during times other than Employees' lunch and break periods).
c. Notice of such meetings, specifying whether the meeting is
biannual or general interest, will be provided to directors, managers and supervisors two
weeks in advance, unless it is mutually agreed to waive this provision
2. Post EEA notices on City designated bulletin boards;
3. Solicit EEA memberships during Employee's non-work time.
B. Additionally, the Association may call monthly meetings of its board, to be
held during the board members’ lunch periods. One (1) weeks' notice will be given to
supervisors if the meetings are expected to exceed the lunch periods.
C. Board members may also be allowed to represent Employees on
Page 528 of 733
25
grievances and will be allowed to represent Employees at labor management committee
meetings and in contract negotiations. During negotiations, EEA negotiation team
members may meet during work hours to discuss issues with appropriate notice given to
directors, managers and supervisors. The EEA team shall not exceed eight (8)
Employees.
ARTICLE 31. STANDBY PAY
Standby pay is defined as compensation for Employees who must be immediately
available to respond while off duty. All Employees assigned standby duty shall be
compensated at a rate of two (2) hours per day of the Employee’s regular rate of pay.
Standby pay shall not be substituted with Compensatory Time Off.
ARTICLE 32. CALL BACK PAY
A. Any time an Employee on off-duty status (including stand-by duty) is called
back to work, he/she shall be credited with a minimum of two (2) hours’ pay at
the rate of one and one-half (1-and-1/2) times his/her regular hourly rate.
B. A “call back: occurs when an employee is required to perform actual work,
weither physically on site or via computer, phone, email, or other
electronic/remote method that requires an eemployee to engage in some form
or work.
C. Examples:
a. Not subject to call back pay:
• An ancillary phone call or e-mail resulting in a insignificant
impact on the employee is not considered a “call back” to
work. An employee who answers a phone call or e-mail
regarding the location of a misplaced file or merely
transcribing work to be performed during normal business
hours would not be considered a “call back” to work.
b. Subject to call back pay:
• A Traffic employee on call, who responds to an alert of any
inoperable traffic light must troubleshoot the issue remotely from
home is “called back to work” even if the issue only took five (5)
minutes to resolve.
D. With the approval of the Department Director and, subject to departmental
Page 529 of 733
guidelines, the Employee may choose to substitute Compensatory Time Off for
Call Back Pay.
ARTICLE 33. LABOR MANAGEMENT COMMITTEE
A Labor-Management Committee consisting of four (4) Employees appointed by the EEA
and four (4) employees appointed by the City shall meet on a quarterly basis unless the
EEA and the City, due to the existence of regular communications outside of Labor
management meetings mutually agree on all alternative approach. The Committee will
only deal with group issues that are not dealt with through other existing committees or
grievance procedures. The EEA will send its agenda items to the Human Resources
Director at least one (1) week prior to the date of the quarterly meeting.
City policy changes will be presented at quarterly Committee meetings. Emergency
policy changes will be immediately forwarded to the EEA for distribution.
ARTICLE 34. EXCLUSIVENESS OF CONTRACT
The City and the EEA agree that the terms and conditions herein contained constitute the
entire Contract between the Parties. The City and the EEA agree that all negotiable items
have been discussed during the negotiations leading to this Contract and, therefore,
agree that negotiations will not be reopened on any item during the term of this Contract,
except by mutual agreement of the Parties.
The City of Englewood, through its authorized representative whose signature appears
below, accepts the terms and conditions of this Collective Bargaining Agreement for the
period January 1, 2023 through December 31, 2024.
THE CITY OF ENGLEWOOD, COLORADO
Signature
Printed Name
26
Title
Page 530 of 733
The Englewood Employees Association, through its authorized representative whose
signature appears below, accepts the terms and conditions of this Collective Bargaining
Agreement for the period January 1, 2023 through December 31, 2024.
E E OOD EMPLOYEES ASSOCIATION
By:
Printed Name
27
Title
Page 531 of 733
Memorandum of Understanding
Between
The City of Englewood and the Englewood Employee Association
This memorandum (MOU)is made and entered into by the City of Englewood ("City”)and the
Englewood Employee Association,collectively referred to as the “Parties”.
During the negotiation of the 2023-2024 collective bargaining agreement,the Partiesreached the
following Memorandum of Understanding that will be effective Between the Conclusion of the 2020-
2022 CBA and the 2023-2024 CBA in relation to the Article Covering Sick Leave &Salary
Continuation:
Article 13.|.D of the 2023-2024 CBA States:
D.Unused Sick Leave does not accrue,and is not paid out at separation.Up to ninety—six(96)
hours can be carried over with a cap of 192 hours.Once an Employee reaches 192 Sick Leave Hours
in their Sick Leave Bank,the employee shall stop receiving Sick leave until the employee is under 192
Hours.
It is agreed that unused sick leave from 2022 will be carried over to 2023 and will follow the above
process for unused sick leave.
THE CITY OF E
By:
LEWOOD,COLORADO
4/;//;;/;D\
Signat re Date
g?rtaodn 6112/‘SIC K iMc‘(6‘f
Printed Name Title
The Englewood Employees Association,through its authorized representative whose signature
appears below,accepts the terms and conditions of this Collective Bargaining Agreement for the period
January 1,2020 through December 31,2022.
ENGLEWOODEMPLOYEES ASSOCIATION
By?\
\
H5 lit/Jig 151519{ins-"olszn‘l“
Printed Name Title I
Page 532 of 733
Tentative Agreement
Between EEA and City of
Englewood
Page 533 of 733
Economic Data (as known in March 2022
at the beginning of negotiations)
CPI –Denver, Aurora, Lakewood
2020: 0.4%
2021: 7.9%
2022: 3.4%*
EEA –COLAs
2020: 3.5%
2021: 3.5%
2022: 3.5%
11.7%
10.5%
-1.2% difference
*2022 CPI
3.4% Jan -March 2022
*https://www.bls.gov/regConsumer Price Index, Denver-Aurora-
Lakewood area –May 2022 : Mountain–Plains Information Office : U.S.
Bureau of Labor Statistics (bls.gov)ions/mountain-plains/news-
release/consumerpriceindex_denver.htmPage 534 of 733
Economic Data (Projections)
CPI –Denver, Aurora, Lakewood*
2022: 7.9%
2023: 4.6%
2024: 3.1%
Est. CPI Increase: 15.6%
Year Ending 2024
*https://leg.colorado.gov/sites/default/files/images/lcs/cpi_history_
and_forecast.pdfPage 535 of 733
EEA Salary Adjustments
(Article IX: Compensation)
EEA –COLAs
2022: 3.5%
2022: 3.5%
2023: 1.5%
2024: 5.0%
13.5%
CPI Projected to reach 15.6% over the
same period of time.
The comprehensive class and comp
study is expected to ensure market
competitiveness and adjust pay
accordingly once implemented in 2023. Page 536 of 733
Additional Changes
Article I: Duration of Contract
2 Years, January 1, 2023 –December 31, 2024
Clarified definition of “immediate family member” to comply with the Colorado
HFWA.
Article V: Hours of Work
Provides flexibility to work an alternative schedule consistent with the City’s Flex
Work Policy.
Changes to an employee’s schedule require 72-hour notice (instead of 24-hour
notice), except in cases of emergency.
Defined “Emergency” as “extreme weather, acts of nature, extraordinary circumstances
due to human intervention, or unforeseen needs to maintain minimum staffing levels…”Page 537 of 733
Additional Changes, Cont.
Article VI: Flex-Work
New Article that provides for the ability to work a 9/80 schedule.
Article VII: Overtime Work, Overtime Pay & Compensatory Time Off
Provides employee discretion (formerly Department discretion) to be paid out
overtime in cash or accrue Compensatory time.
Article VIII: Acting Pay
Decreased the time required before Acting Pay is effective, from “30 days” to “80
consecutive working hours”
Article XI: Differential Pay
Incorporated previously agreed upon Side Letter language clarifying the hours of
work eligible for shift differential pay. Page 538 of 733
Additional Changes, Cont.
Article XII: Paid Time Off (PTO)
Increase new employee (0-4 years of service) PTO annual accrual by 8.72 hours, from 88 annual hours of PTO to 96.72 hours of PTO.
Article 13 Sick: Leave and Salary Continuation
Unused sick leave may be carried over each year up to a cap of 192 hours.
A doctor’s note may be required for more than 4 consecutive absences, consistent with Colorado law.
Salary Continuation now includes “Baby Bonding” leave
For continuous Salary Continuation, employees will be eligible for 480 hours of Salary Continuation (changed from “90 days”) to ensure equity in benefits.
For Intermittent Salary Continuation, employees will be eligible for 160 hours of Salary Continuation (changed from “30 days”) to ensure equity in benefits.
Elimination Period to qualify for Salary Continuation increased from 40 hours to 80 hours of accrued leave.
Prevents employees from participating in both the Salary Continuation program and the State run FAMLI program simultaneously. Page 539 of 733
Additional Changes, Cont.
Article 16 Funeral Leave
Increased to 40 hour per event (previously 40 hours per year).
Supervisors may request reasonable documentation of the need for the leave is the
requests exceeds two events in a rolling 12-month period.
Article 18 Holidays, Holiday Pay, & Enhanced Holiday Pay
Provides employees who are required to work an alternative schedule exceeding 8
hours per workday to meet operational needs (e.g., 9/80 schedule, 4/10 schedule,
etc.), shall be provided Holiday Pay for the number of hours the employee is
regularly scheduled to work. However, if the employee voluntarily elects to work
an alternative schedule, the employee shall continue to receive 8 hours of Holiday
Pay. Page 540 of 733
Additional Changes, Cont.
Article 22 Insurance
Reopener to discuss possible changes to the Health Savings Account benefit by
September 30, 2022.
Article 23 Retiree Health Insurance Assistance
Employees hired after January 1, 2023 shall not be eligible for the $100 per month
payment upon retirement.
Article 27 Grievance Procedure
Replace “City Manager” with “HR Director” as the Step 4 Grievance Officer.
Article 28 Corrective Counseling
Clarification regarding union representation eligibility as well as the ability for
supervisors to speak with staff directly.
Article 32 Call Back Pay
Clarifies what qualifies as being “called back” to work to ensure consistency in
application. Page 541 of 733
Additional Changes, Cont.
Article 33 Labor Management Committee Meetings
Flexibility to allow the City and EEA to mutually agree not to meet if
communications are already effectively addressing issues.
Side Letter RE: Article XIII: Sick Leave: Unused Sick Leave from 2022 shall be
eligible to roll over to 2023 consistent with the new provisions in Article 13 of
the CBA. Page 542 of 733
In Summary
Fiscally Sustainable COLAs: Increases are sustainable while simultaneously tracking close to anticipated CPI increases to help ease the impact of inflation on staff.
Short Term Agreement: 2 years (Jan 1, 2023 –Dec 31, 2024), to give both EEA and the City an opportunity to assess the economic realities in early 2024. Did not want to overextend given the volatility of global market conditions.
Competitive Leave Enhancements: Sick Leave Rollover to 192 hours beginning in 2022; additional 8.72 hours of PTO for new staff; Holiday Pay matches wok schedule; Baby Bonding added to Salary Continuation; Funeral Leave increases to 40 hours per event.
Additional Pay Opportunities: Reduced Acting pay eligibility from 30 days to 80 hours.
Increased Flexibility: Allows EEA employees to work a 9/80 schedule; employee may choose Compensatory Time or OT pay when working OT; employees shall receive 72-hour notice of schedule changes except in an emergency; frequency of Labor-Management meetings is flexible.
Consistency: All employees receive the same number of hours for Salary Continuation to eliminate inequity between different work shifts.
Clean Up: Clarified Sick Leave definitions to comply with the HFWA; incorporated the Shift Differential Side Letter into the CBA; HR Director replaces City Manager for grievance procedure; clarified union representation rights for counseling sessions; clarified what constitutes “called back” to work.
Looking Toward the Future: Reopener to discuss the HSA upon receiving the RFP results for medical providers;eliminate the $100/month retiree medical subsidy for employees who are hired after January 1, 2023.Page 543 of 733
In Summary, Cont.
Elimination Period Increase and Equal Hours: Increased the elimination period for Salary Continuation eligibility from 40 hours to 80 hours; additionally, employees will be eligible for 480 hours (instead of “90 days” of continuous Salary Continuation Leave or 160 hours (instead of “30 days”) of Intermittent Salary Continuation Leave.
Addresses Short Term Challenges: 2 years (Jan 1, 2023 –Dec 31, 2024), to give both EEA and the City an opportunity to assess the economic realities in early 2024. Did not want to overextend given the volatility of global market conditions.
Competitive Leave Enhancements:
Sick Leave Rollover: Allowing employees to roll over unused Sick Leave encourages use of Sick Leave when sick and disincentivizes employees from using Sick Leave as additional vacation time due to a “use it or lose it” policy.
Additional PTO: Adding 8 hours of PTO for new staff, for a total of approximately 96 hours annually will help with recruitment and retention issues.
Holiday Pay Matches Required Alternative Schedule: Provides Holiday Hours consistent with an employees required work shift if different than 8 hours.
Baby Bonding: Salary continuation is now available for baby bonding purposes.
Funeral Leave: Increases to 40 hours per event; ability to ask for proof of need for leave if more than 2 events in a rolling 12-month period.Page 544 of 733
Staff Recommendation
Both Staff and EEA believe the terms of this agreement to be fair and in the
best interest of all parties involved.
Overall: Staff recommends ratifying the tentative agreement between EEA
and the City Bargaining Team.Page 545 of 733
Questions?Page 546 of 733
COUNCIL COMMUNICATION
TO: Mayor and Council
FROM: Sara Siggue
DEPARTMENT: Public Works
DATE: July 18, 2022
SUBJECT:
Award of Contract to Apex Design for Engineering Design
Services on the Dartmouth Traffic Calming Corridor project.
DESCRIPTION:
Award of Contract to Apex Design for design and environmental services on the Dartmouth
Traffic Calming Corridor Project
RECOMMENDATION:
Staff recommends that the city council approve, by motion, a contract with Apex Design in the
amount of $346,190.00 to perform the environmental investigation and engineering design for
the Dartmouth Traffic Calming Corridor Project.
PREVIOUS COUNCIL ACTION:
This project was considered and funded through the 2021 CIP budget process.
On May 3, 2021, city council approved Council Bill No. 14(Ordinance No.__,Series of 2021)
which authorized execution of an Intergovernmental Agreement (IGA) between the city and
Colorado Department of Transportation (CDOT) which sets the terms for utilizing federal grant
funds awarded for this project.
SUMMARY:
This city council action is necessary to move the Dartmouth Ave Traffic Calming Corridor
forward. This action will allow the city to contract with a qualified engineering firm to complete
the environmental investigation and engineering design portion of the project.
The following tasks will be included in the scope of this contract:
• Perform alternatives analysis to determine most effective intersection solution.
Alternatives to be analyzed will be 1) mini-roundabouts and 2) signalized intersections.
• Construct curb extensions at approximately six intersections throughout the corridor.
This will aid in traffic calming as well as allow for shorter pedestrian travel distances
across the Dartmouth Avenue.
• Install approximately 500 feet of missing sidewalk on the north side of Dartmouth Ave, in
the vicinity of Dartmouth Circle.
• Install supporting signage and marked crosswalks, where appropriate.
Page 547 of 733
• Other minor traffic calming and complete street design elements will be included within
the project limits to support the overall goal of safety improvements and reduced
vehicular speeds.
The design and construction of this project is expected to be completed by the end of 2023.
ANALYSIS:
Dartmouth Ave is a collector street with one of the highest crash rates in the city. The proposed
traffic calming efforts will focus on enhancing safety for all users and improving traffic flow
through vehicle speed reduction while also encouraging increased pedestrian and bicycle
usage. The Dartmouth Traffic Calming project will construct improvements on Dartmouth
Avenue from Broadway to University Boulevard.
On November 23, 2021, the city issued a Request for Proposals to perform Engineering Design
and Environmental Analysis Services to study and determine the most appropriate traffic
calming measures to reduce crash rates along Dartmouth Ave. Eight (8) proposals were
received. Staff followed the requirements of the IGA and Title 23 of the Code of Federal
Regulations Part 172 to conduct a qualifications-based selection. The selection process
involved scoring each proposal based on pre-defined criteria and shortlisting the four firms with
the highest scores. The shortlisted firms were then interviewed and scored based on additional
pre-defined criteria. Apex Design received the highest aggregate score and was selected as the
most qualified firm. Following the selection, staff worked with Apex Design and CDOT to refine
the scope and come to consensus on an acceptable fee.
Eight (8) proposals in response to the City's RFP were received from the following engineering
firms:
• Apex Design
• Atkins North America, Inc.
• J.R Engineering
• David Evans and Associates, Inc.
• Toole Design
• EST
• Peters & Yaffee, Inc.
• Stantec
A selection committee was formed to evaluate and score the proposals. The selection
committee consisted of Sara Siggue, Capital Project Engineer, Jake Warren, Capital Project
Engineer, William Jennings, Engineering Manager and Tim Hoos, Deputy Director of
Engineering and Asset Management.
The firms' proposals were scored by the Selection Committee based on the following criteria:
• Qualifications
• Approach to the Work
• Ability to Furnish Professional Services
• Anticipated Design Concepts
• Alternative Methods of Approach
• Public Outreach & Education Plan
Page 548 of 733
The following four firms scored the highest and were shortlisted for interview:
• Apex Design
• Atkins North America, Inc.
• David Evans and Associates, Inc.
• Peters & Yaffee, Inc.
Interviews were conducted on November 3, 2022. The interviews were scored based on the
following criteria:
• Abilities of Personnel
• Past Performance
• Willingness to Meet the Time and Budget Requirement
• Current and Projected Work Load
• Public Outreach and Education Plan
• Project Handling and Methodology
Apex Design received the highest aggregate score and was selected by the selection committee
as the most qualified firm to perform the work. The final combined scores from the proposals
and interviews were:
1. Apex Design 85.5
2. Peters & Yaffee 84.0
3. Atkins 82.0
4. David Evans & Associates 77.7
The Apex Design project team has experts in all of the relevant technical disciplines needed to
complete the design of this project. The key team members also have relevant experience on
projects of similar scope and complexity. Apex Design's proposal and interview addressed
staff's primary concerns with the project including the limited budget and public outreach efforts.
Staff worked with Apex Design and CDOT to refine the general terms of the contract, define a
thorough Scope of Work, and negotiate the associated fee for the work.
COUNCIL ACTION REQUESTED:
Staff recommends that the City Council approve a contract with Apex Design for environmental
investigation and engineering design services on the Dartmouth Traffic Calming Corridor
Project.
FINANCIAL IMPLICATIONS:
This project will be funded utilizing federal grant funding through the Highway Safety
Improvement Program (HSIP) as well as city funds, as detailed below. The total budget for the
project is $1,732,000. The intergovernmental agreement stipulates a 90% to 10% ratio of grant
funds to local matching funds. The grant funding totals $1,080,000, meaning the required local
match is $120,000. In addition, items not eligible for federal project funding will require a city
overmatch of approximately $532,000, as detailed below:
Page 549 of 733
Funding Source Funding Amount % of Total
Federal Highway Safety Improvement
Program (HSIP) $1,080,000 90%
City of Englewood (Local Match) $120,000 10%
Sub-Total $1,200,000 100%
City of Englewood (Overmatch) $532,000
Total $1,732,000
Funding, in the amount of $652,000 ($120,000 + $532,000) for the city share was budgeted in
the 2021 & 2022 Public Improvement Fund Project No. 30-1001-016.
The initial design fee presented by Apex Design was $ 489,370.00. The negotiated design fee is
$346,190.00. This design fee leaves $1,385,810.00 for the construction phase of the project.
CONNECTION TO STRATEGIC PLAN:
Strategic Outcome: Infrastructure and Transportation
A city that proactively and in a cost-effective manner invests in, maintains, improves and plans
to protect its infrastructure
Construct prioritized missing sidewalk segments, as funding allows
This project will install approximately 500 feet of missing sidewalk on the N side of
Dartmouth Ave near Dartmouth Circle.
Ensure access and increased opportunities for multi-modal transportation
This project will improve safety for pedestrians and bicyclists by implementing traffic
calming measures such as mini round-abouts and curb bulb-outs.
Ensure the safety of all while traveling through Englewood
In addition to the safety benefits for pedestrians and bicyclists, mini-round-abouts or
traffic signal improvements will reduce the frequency and severity of crashes in the
corridor.
OUTREACH/COMMUNICATIONS:
Public involvement and outreach for this project will focus on public meetings and small-group
meetings with property owners and businesses. The consultant, Apex Design, will lead the
public outreach efforts in collaboration with the City.
Staff and the design consultant, Apex Design, will perform the following public outreach
activities for the project:
• City council study session
• Public meetings
• Small-group meetings with property owners and businesses
• Apex Design will develop text and graphics for social media posts and website updates
for the project to be posted on the city's Englewood Engaged project website to keep
residents informed and provide a means for input.
ATTACHMENTS:
Presentation
Contract Approval Summary
Page 550 of 733
PSA 22-73 Apex Design & IGA
Apex Design Proposal for Dartmouth Traffic Calming Corridor
Request for Proposals #21-035
Public Improvements Fund Balance Report for Mar-22
Page 551 of 733
Dartmouth Traffic Calming Corridor
July 18, 2022
Sara Siggue, Capital Project Engineer
Jake Warren, Capital Project Engineer
Page 552 of 733
• To achieve a reduction in traffic
accidents and serious injuries
• Enhancing safety for all users and
improving traffic flow through vehicle
speed reduction
• Encouraging increased pedestrian
and bicycle usage
Project Purpose
Page 553 of 733
Location
S. Inca St.S. Cherokee St.S. BroadwayS. Bannock St.W. Floyd Ave.S LoganSt.S Clarkson St.S Downing St.E Dartmouth Ave
Legend
Project Limits
Intersection Improvements
Page 554 of 733
Obtain necessary CDOT approvals/clearances
National Environmental Policy Act (NEPA)
Right of Way
Utilities
Public Outreach
Develop and implement a public involvement process to ensure the public is educated and
informed on the proposed solutions
Perform City council study session, Public meetings and Small-group meetings with property
owners and businesses.
Develop text and graphics for social media posts and website updates for the project to be
posted on the city’s Englewood Engaged project webpage.
Design proposed infrastructure
Study and evaluate intersections to determine an appropriate solution to meet the goal of
traffic calming, bicycle and pedestrian safety and crash reduction
Develop plans and specifications for constructing the corridor improvements
Services to be provided
Page 555 of 733
Staff published Request for Proposals
8 proposals were received
4 Firms were short-listed
Apex Design
Atkins North America, Inc.
David Evans and Associates, Inc.
Peters & Yaffee, Inc.
Apex Design received the highest aggregate score
Consultant Selection
Page 556 of 733
Design is scheduled to be completed in February 2023
Construction is scheduled to be completed by end of 2023
Schedule
Page 557 of 733
Staff recommends City Council approve, by motion, a contract in the amount of
$346,190.00 with Apex Design to provide engineering design services for the
Dartmouth Traffic Calming Corridor project.
Recommendation
Page 558 of 733
Contract Approval Summary
March 2019 Update
Page | 1
Contact Identification Information (to be completed by the City Clerk)
ID number: Authorizing Resolution/Ordinance:
Recording Information:
City Contact Information
Staff Contact Person: Sara Siggue Phone: (303)762-2553
Title: Capital Projects Engineer Email: ssiggue@englewoodco.gov
Vendor Contact Information
Vendor Name: Apex Design Vendor Contact: Ben Waldman
Vendor Address:
1675 Larimer Street, Suite 400
Vendor Phone: (303) 339-0440
City: Denver Vendor Email:
ben.waldman@apexdesignpc.com
State: CO Zip Code: 80202
Contract Type
Contract Type:Professional Services
Description of ‘Other’ Contract Type:
Description of Contract Work/Services:
Attachments:
☒Contract -- ☐Original ☐Copy
☐Addendum(s)
☐Exhibit(s)
☐Certificate of Insurance
Summary of Terms:
Start Date: June 2022 End Date: January 2023 Total Years of Term: 1
Total Amount of Contract for term (or estimated amount
if based on item pricing):
$346,190.00
If Amended: Original Amount
$
Amendment Amount
$
Total as Amended:
$
Renewal options available:
Contract Renewal with City Council Approval by Motion
The consultant will perform Design Engineering Services for the Dartmouth Traffic Calming
Corridor Project with the goal of developing approved Construction Documents for Bid. The
services under this contract include, but may not be limited to, Survey, Site Investigations,
Alternative Anslysis, Intersection Design, Environmental Analysis, Traffic Analysis, and Public
Outreach. See the contract Statement of Work for more detail.
Page 559 of 733
Contract Approval Summary
March 2019 Update
Page | 2
Payment terms (please
describe terms or attach
schedule if based on
deliverables):
Consultant will submit invoices on a monthly basis for work
performed to date. The City will make payments or otherwise
notify the Consultant of any issues/disputes with the invoice
within 30 days of receiving the invoice. Payment from
Consultant to all subconsultants and subcontractors shall be
made within 30 days of receipt of payment from the City.
Payment will be made according to the rates shown on the
fee schedule (reference Attachment B). Consultant will
submit invoices on a monthly basis for work performed to
date. Invoices will include a breakdown of hours by task and
individual. City will review invoices to ensure reasonable
progress has been made on the billed tasks/deliverables.
Invoices shall follow the State’s standard billing format.
Examples of the billing format are available from the CDOT
Agreements Office.
Payments made by the City to the Consultant will be by
check.
Attachments:
☐Copy of original Contract if this is an Amendment
☐Copies of related Contracts/Conveyances/Documents
Source of Funds:
Attachment (For Capital Items Only / Expense Line Item Detail is Located in Open Gov):
☐Prior Month-End Project Status and Fund Balance Report
Process for Choosing Vendor (Check Box):
☐Bid: ☐ Bid Evaluation Summary attached
☐ Bid Response of Proposed Awardee
☒RFP: ☒ RFP Evaluation Summary Attached
Page 560 of 733
Contract Approval Summary
March 2019 Update
Page | 3
☒ RFP Response of Proposed Awardee
☐Quotes: Copy of Quotes attached
☐Optimal Source: Provide Detailed Explanation:
☐ Sole Source (Use as much space as necessary for detailed explanation):
☐ Qualification Based Selection / Best Value*:
*Note: Qualifications Based Selection / Best Value Justification detailed explanation may include
the following information, but is not limited to:
1.) Product and provider reliability
2.) Product and project understanding
3.) Product availability / Low risk solution
4.) Ability to connect to with current City of Englewood IT systems
5.) Familiarization with the City of Englewood
Page 561 of 733
1000 Englewood Parkway, Englewood, Colorado 80110-2373
(303) 762-2300 www.englewoodgov.org
1
PSA # 22-73
PROFESSIONAL SERVICES AGREEMENT
Contract Number PSA-22-73
DARTMOUTH CORRIDOR TRAFFIC CALMING
$346,190.00
This Professional Services Agreement (the “Agreement”) is made as of this day of
, 20 , (the “Effective Date”) by and between CONSOR Engineers, LLC dba Apex
Design a Florida corporation (“Consultant”), and The City of Englewood, Colorado, a municipal
corporation organized under the laws of the State of Colorado (“City”).
City desires that Consultant, from time to time, provide certain consulting services, systems integration
services, data conversion services, training services, and/or related services as described herein, and
Consultant desires to perform such services on behalf of City on the terms and conditions set forth
herein.
In consideration of the foregoing and the terms hereinafter set forth and other good and valuable
consideration, the receipt and sufficiency of which are hereby acknowledged, the parties hereto,
intending to be legally bound, agree as follows:
1. Definitions. The terms set forth below shall
be defined as follows:
(a) “Intellectual Property Rights”
shall mean any and all (by whatever name or
term known or designated) tangible and
intangible and now known or hereafter existing
(1) rights associate with works of authorship
throughout the universe, including but not
limited to copyrights, moral rights, and mask-
works, (2) trademark and trade name rights and
similar rights, (3) trade secret rights, (4) patents,
designs, algorithms and other industrial
property rights, (5) all other intellectual and
industrial property rights (of every kind and
nature throughout the universe and however
designated) (including logos, “rental” rights and
rights to remuneration), whether arising by
operation of law, contract, license, or otherwise,
and (6) all registrations, initial applications,
renewals, extensions, continuations, divisions
or reissues hereof now or hereafter in force
(including any rights in any of the foregoing).
(b) “Work Product” shall mean all
patents, patent applications, inventions,
designs, mask works, processes,
methodologies, copyrights and copyrightable
works, trade secrets including confidential
information, data, designs, manuals, training
materials and documentation, formulas,
knowledge of manufacturing processes,
methods, prices, financial and accounting data,
products and product specifications and all
other Intellectual Property Rights created,
developed or prepared, documented and/or
delivered by Consultant, pursuant to the
provision of the Services.
(c) "Contract" shall mean this
instrument, Attachment A the Outline of the
Statement of Work, Attachment B Consultant's
Proposal, Attachment C Certificate of Insurance
and any instruments, drawings and documents
which are attached or incorporated by
reference. The Consultant, by executing this
Contract, agrees to comply with all such terms
and conditions and attachments. In addition,
any exhibits provided by the
DocuSign Envelope ID: 0D84F5DB-FA70-493B-9764-45C0F8CFF22C
Page 562 of 733
1000 Englewood Parkway, Englewood, Colorado 80110-2373
(303) 762-2300 www.englewoodgov.org
2
PSA # 22-73
Consultant, shall be incorporated and made a
part of this Contract.
2. Statements of Work. During the term
hereof and subject to the terms and conditions
contained herein, Consultant agrees to provide,
on an as requested basis, the consulting
services, systems integration services, data
conversion services, training services, and
related services (the “Services”) as further
described in Attachment A (the “Outline of
Statement of Work”) for City, and in such
additional Statements of Work as may be
executed by each of the parties hereto from time
to time pursuant to this Agreement. Each
Statement of Work shall specify the scope of
work, specifications, basis of compensation
and payment schedule, estimated length of
time required to complete each Statement of
Work, including the estimated start/finish
dates, and other relevant information and shall
incorporate all terms and conditions contained
in this Agreement
3. Performance of Services.
(a) Performance. Consultant shall
perform the Services necessary to complete all
projects outlined in a Statement of Work in a
timely and professional manner consistent with
the specifications, if any, set forth in the
Statement of Work, and in accordance with
industry standards. Consultant agrees to
exercise professionalism, and to utilize its
expertise and creative talents in completing the
projects outlined in a Statement of Work.
(b) Delays. Consultant agrees to
notify City promptly of any factor, occurrence,
or event coming to its attention that may affect
Consultant’s ability to meet the requirements of
the Agreement, or that is likely to occasion any
material delay in completion of the projects
contemplated by this Agreement or any
Statement of Work. Such notice shall be given
in the event of any loss or reassignment of key
employees, threat of strike, or major equipment
failure. Time is expressly made of the essence
with respect to each and every term and
provision of this Agreement.
(c) Discrepancies. If anything
necessary for the clear understanding of the
Services has been omitted from the Agreement
specifications or it appears that various
instructions are in conflict, Consultant shall
secure written instructions from City’s project
director before proceeding with the performance
of the Services affected by such omissions or
discrepancies.
4. Invoices and Payment. Unless
otherwise provided in a Statement of Work, City
shall pay the amounts agreed to in a Statement
of Work within thirty (30) days following the
acceptance by City of the work called for in a
Statement of Work by City. Acceptance
procedures shall be outlined in the Statement of
Work. If City disputes all or any portion of an
invoice for charges, then City shall pay the
undisputed portion of the invoice by the due
date and shall provide the following notification
with respect to the disputed portion of the
invoice. City shall notify Consultant as soon as
possible of the specific amount disputed and
shall provide reasonable detail as to the basis for
the dispute. The parties shall then attempt to
resolve the disputed portion of such invoice as
soon as possible. Upon resolution of the
disputed portion, City shall pay to Consultant the
resolved amount.
5. Taxes. City is not subject to
taxation. No federal or other taxes (excise,
luxury, transportation, sales, etc.) shall be
included in quoted prices. City shall not be
obligated to pay or reimburse Consultant for any
taxes attributable to the sale of any Services
which are imposed on or measured by net or
gross income, capital, net worth, franchise,
privilege, any other taxes, or assessments, nor
any of the foregoing imposed on or payable by
Consultant. Upon written notification by City and
subsequent verification by Consultant,
Consultant shall reimburse or credit, as
applicable, City in a timely manner, for any and
all taxes
DocuSign Envelope ID: 0D84F5DB-FA70-493B-9764-45C0F8CFF22C
Page 563 of 733
1000 Englewood Parkway, Englewood, Colorado 80110-2373
(303) 762-2300 www.englewoodgov.org
3
PSA # 22-73
erroneously paid by City. City shall provide
Consultant with, and Consultant shall accept in
good faith, resale, direct pay, or other
exemption certificates, as applicable.
6. Out of Pocket Expenses. Consultant
shall be reimbursed only for expenses which are
expressly provided for in a Statement of Work
or which have been approved in advance in
writing by City, provided Consultant has
furnished such documentation for authorized
expenses as City may reasonably request.
7. Audits. Consultant shall provide such
employees and independent auditors and
inspectors as City may designate with
reasonable access to all sites from which
Services are performed for the purposes of
performing audits or inspections of Consultant’s
operations and compliance with this Agreement.
Consultant shall provide such auditors and
inspectors any reasonable assistance that they
may require. Such audits shall be conducted in
such a way so that the Services or services to
any other customer of Consultant are not
impacted adversely.
8. Term and Termination. The term of this
Agreement shall commence on the date when
both parties have signed the Agreement, and
shall continue for one year, unless this
Agreement is terminated as provided in this
Section 8. At the end of the initial one-year
period, if the parties desire to extend this
Agreement beyond the one-year period, written
notice shall be given to the other party no later
than thirty (30) days prior to the end of the one-
year period. If the parties agree to the request
for renewal, the parties shall then enter into a
renewal extending this Agreement including a
new Statement of Work, if necessary. The
parties understand and acknowledge that any
renewal of this Agreement may be subject to the
approval of the Englewood City Council
pursuant to the City's Purchasing Policies. The
parties also understand and acknowledge that
the extension of this contract beyond the initial
one-year period is contingent upon the City
appropriating adequate funds for each fiscal
year.
(a) Convenience. City may, without
cause and without penalty, terminate the
provision of Services under any or all
Statements of Work upon thirty (30) days prior
written notice. Upon such termination, City shall,
upon receipt of an invoice from Consultant, pay
Consultant for Services actually rendered prior
to the effective date of such termination.
Charges will be based on time expended for all
incomplete tasks as listed in the applicable
Statement of Work, and all completed tasks will
be charged as indicated in the applicable
Statement of Work.
(b) No Outstanding Statements of
Work. Either party may terminate this
Agreement by providing the other party with at
least thirty (30) days prior written notice of
termination if there are no outstanding
Statements of Work.
(c) Material Breach. If either party
materially defaults in the performance of any
term of a Statement of Work or this Agreement
with respect to a specific Statement of Work
(other than by nonpayment) and does not
substantially cure such default within thirty (30)
days after receiving written notice of such
default, then the non-defaulting party may
terminate this Agreement or any or all
outstanding Statements of Work by providing
ten (10) days prior written notice of termination
to the defaulting party.
(d) Bankruptcy or Insolvency. Either
party may terminate this Agreement effective
upon written notice stating its intention to
terminate in the event the other party: (1) makes
a general assignment of all or substantially all
of its assets for the benefit of its creditors; (2)
applies for, consents to, or acquiesces in the
appointment of a receiver, trustee, custodian, or
liquidator for its business or all or substantially
all of its assets; (3) files, or consents to or
acquiesces in, a petition seeking relief or
reorganization under any
DocuSign Envelope ID: 0D84F5DB-FA70-493B-9764-45C0F8CFF22C
Page 564 of 733
1000 Englewood Parkway, Englewood, Colorado 80110-2373
(303) 762-2300 www.englewoodgov.org
4
PSA # 22-73
bankruptcy or insolvency laws; or (4) files a
petition seeking relief or reorganization under
any bankruptcy or insolvency laws is filed
against that other party and is not dismissed
within sixty (60) days after it was filed.
(e) TABOR. The parties understand
and acknowledge that each party is subject to
Article X, § 20 of the Colorado Constitution
("TABOR"). The parties do not intend to violate
the terms and requirements of TABOR by the
execution of this Agreement. It is understood
and agreed that this Agreement does not create
a multi-fiscal year direct or indirect debt or
obligation within the meaning of TABOR and,
notwithstanding anything in this Agreement to
the contrary, all payment obligations of City are
expressly dependent and conditioned upon the
continuing availability of funds beyond the term
of City's current fiscal period ending upon the
next succeeding December 31. Financial
obligations of City payable after the current
fiscal year are contingent upon funds for that
purpose being appropriated, budgeted, and
otherwise made available in accordance with
the rules, regulations, and resolutions of City
and applicable law. Upon the failure to
appropriate such funds, this Agreement shall be
deemed terminated.
(f) Return of Property. Upon
termination of this Agreement, both parties
agree to return to the other all property
(including any Confidential Information, as
defined in Section 11) of the other party that it
may have in its possession or control.
9. City Obligations. City will provide
timely access to City personnel, systems and
information required for Consultant to perform
its obligations hereunder. City shall provide to
Consultant’s employees performing its
obligations hereunder at City’s premises,
without charge, a reasonable work environment
in compliance with all applicable laws and
regulations, including office space, furniture,
telephone service, and reproduction, computer,
facsimile, secretarial and other
necessary equipment, supplies, and services.
With respect to all third-party hardware or
software operated by or on behalf of City, City
shall, at no expense to Consultant, obtain all
consents, licenses and sublicenses necessary
for Consultant to perform under the Statements
of Work and shall pay any fees or other costs
associated with obtaining such consents,
licenses and sublicenses.
10. Staff. Consultant is an independent
consultant and neither Consultant nor
Consultant’s staff is, or shall be deemed to be
employed by City. City is hereby contracting
with Consultant for the Services described in a
Statement of Work and Consultant reserves the
right to determine the method, manner and
means by which the Services will be performed.
The Services shall be performed by Consultant
or Consultant’s staff, and City shall not be
required to hire, supervise or pay any assistants
to help Consultant perform the Services under
this Agreement. Except to the extent that
Consultant’s work must be performed on or with
City’s computers or City’s existing software, all
materials used in providing the Services shall
be provided by Consultant.
11. Confidential Information.
(a) Obligations. Each party hereto may
receive from the other party information which
relates to the other party’s business, research,
development, trade secrets or business affairs
(“Confidential Information”). Subject to the
provisions and exceptions set forth in the
Colorado Open Records Act, CRS Section 24-
72-201 et seq., each party shall protect all
Confidential Information of the other party with
the same degree of care as it uses to avoid
unauthorized use, disclosure, publication or
dissemination of its own confidential information
of a similar nature, but in no event less than a
reasonable degree of care. Without limiting the
generality of the foregoing, each party hereto
agrees not to disclose or permit any other
person or entity access to the other party’s
Confidential
DocuSign Envelope ID: 0D84F5DB-FA70-493B-9764-45C0F8CFF22C
Page 565 of 733
1000 Englewood Parkway, Englewood, Colorado 80110-2373
(303) 762-2300 www.englewoodgov.org
5
PSA # 22-73
Information except such disclosure or access
shall be permitted to an employee, agent,
representative or independent consultant of
such party requiring access to the same in order
to perform his or her employment or services.
Each party shall insure that their employees,
agents, representatives, and independent
consultants are advised of the confidential
nature of the Confidential Information and are
precluded from taking any action prohibited
under this Section 11. Further, each party
agrees not to alter or remove any identification,
copyright or other proprietary rights notice which
indicates the ownership of any part of such
Confidential Information by the other party. A
party hereto shall undertake to immediately
notify the other party in writing of all
circumstances surrounding any possession,
use or knowledge of Confidential Information at
any location or by any person or entity other than
those authorized by this Agreement.
Notwithstanding the foregoing, nothing in this
Agreement shall restrict either party with
respect to information or data identical or similar
to that contained in the Confidential Information
of the other party but which (1) that party
rightfully possessed before it received such
information from the other as evidenced by
written documentation; (2) subsequently
becomes publicly available through no fault of
that party; (3) is subsequently furnished
rightfully to that party by a third party without
restrictions on use or disclosure; or (4) is
required to be disclosed by law, provided that
the disclosing party will exercise reasonable
efforts to notify the other party prior to
disclosure.
(b) Know-How. For the avoidance of
doubt neither City nor Consultant shall be
prevented from making use of know-how and
principles learned or experience gained of a
non-proprietary and non-confidential nature.
(c) Remedies. Each of the parties
hereto agree that if, their officers, employees
or anyone obtaining access to the Confidential
Information of the other party by, through or
under them, breaches any provision of this
Section 11, the non-breaching party shall be
entitled to an accounting and repayment of all
profits, compensation, commissions,
remunerations and benefits which the breaching
party, its officers or employees directly or
indirectly realize or may realize as a result of or
growing out of, or in connection with any such
breach. In addition to, and not in limitation of the
foregoing, in the event of any breach of this
Section 11, the parties agree that the non-
breaching party will suffer irreparable harm and
that the total amount of monetary damages for
any such injury to the non-breaching party
arising from a violation of this Section 11 would
be impossible to calculate and would therefore
be an inadequate remedy at law. Accordingly,
the parties agree that the non-breaching party
shall be entitled to temporary and permanent
injunctive relief against the breaching party, its
officers or employees and such other rights and
remedies to which the non-breaching party may
be entitled to at law, in equity or under this
Agreement for any violation of this Section 11.
The provisions of this Section 11 shall survive
the expiration or termination of this Agreement
for any reason.
12. Project Managers. Each party shall
designate one of its employees to be its Project
Manager under each Statement of Work, who
shall act for that party on all matters under the
Statement of Work. Each party shall notify the
other in writing of any replacement of a Project
Manager. The Project Managers for each
Statement of Work shall meet as often as either
one requests to review the status of the
Statement of Work.
13. Warranties.
(a) Authority. Consultant represents
and warrants that: (1) Consultant has the full
corporate right, power and authority to enter into
this Agreement and to perform the acts required
of it hereunder; (2) the execution of this
Agreement by Consultant, and the performance
by Consultant of its obligations
DocuSign Envelope ID: 0D84F5DB-FA70-493B-9764-45C0F8CFF22C
Page 566 of 733
1000 Englewood Parkway, Englewood, Colorado 80110-2373
(303) 762-2300 www.englewoodgov.org
6
PSA # 22-73
and duties hereunder, do not and will not violate
any agreement to which Consultant is a party or
by which it is otherwise bound under any
applicable law, rule or regulation; (3) when
executed and delivered by Consultant, this
Agreement will constitute the legal, valid and
binding obligation of such party, enforceable
against such party in accordance with its terms;
and (4) Consultant acknowledges that City
makes no representations, warranties or
agreements related to the subject matter hereof
that are not expressly provided for in this
Agreement
(b) Service Warranty. Consultant
warrants that its employees and consultants
shall have sufficient skill, knowledge, and
training to perform Services and that the
Services shall be performed in a professional
and workmanlike manner.
(c) Personnel. Unless a specific
number of employees is set forth in the
Statement of Work, Consultant warrants it will
provide sufficient employees to complete the
Services ordered within the applicable time
frames established pursuant to this Agreement
or as set forth in the Statement of Work. During
the course of performance of Services, City
may, for any or no reason, request replacement
of an employee or a proposed employee. In such
event, Consultant shall, within five (5) working
days of receipt of such request from City,
provide a substitute employee of sufficient skill,
knowledge, and training to perform the
applicable Services. Consultant shall require
employees providing Services at a City location
to comply with applicable City security and
safety regulations and policies.
(d) Compensation and Benefits.
Consultant shall provide for and pay the
compensation of employees and shall pay all
taxes, contributions, and benefits (such as, but
not limited to, workers’ compensation benefits)
which an employer is required to pay relating
to the employment of employees. City shall not
be liable to Consultant or to any employee for
Consultant’s failure to perform its
compensation, benefit, or tax obligations.
Consultant shall indemnify, defend and hold City
harmless from and against all such taxes,
contributions and benefits and will comply with
all associated governmental regulations,
including the filing of all necessary reports and
returns.
14. Indemnification.
(a) Consultant Indemnification.
Consultant shall indemnify, defend and hold
harmless City, its directors, officers,
employees, and agents and the heirs, executors,
successors, and permitted assigns of any of the
foregoing (the “City Indemnitees”) only to the
extent and for an amount represented by the
degree or percentage of negligence or fault
attributable to the Consultant, from and against
all losses, claims, obligations, demands,
assessments, fines and penalties (whether civil
or criminal), liabilities, expenses and costs
(including reasonable fees and disbursements of
legal counsel and accountants), bodily and
other personal injuries, damage to tangible
property, and other damages, of any kind or
nature, suffered or incurred by a City
Indemnitee directly or indirectly arising from or
related to: (1) any negligent or intentional act or
omission by Consultant or its representatives in
the performance of Consultant’s obligations
under this Agreement, or (2) any material
breach in a representation, warranty, covenant
or obligation of Consultant contained in this
Agreement.
(b) Infringement. Consultant will
indemnify, and hold City harmless from all
Indemnifiable Losses arising from any third
party claims that any Work Product or
methodology supplied by Consultant infringes
or misappropriates any Intellectual Property
rights of any third party; provided, however, that
the foregoing indemnification obligation shall
not apply to any infringement or
misappropriation based on: (1) use of the Work
Product in combination with products or
DocuSign Envelope ID: 0D84F5DB-FA70-493B-9764-45C0F8CFF22C
Page 567 of 733
1000 Englewood Parkway, Englewood, Colorado 80110-2373
(303) 762-2300 www.englewoodgov.org
7
PSA # 22-73
services not provided by Consultant to the
extent that such infringement or
misappropriation would have been avoided if
such other products or services had not been
used; (2) any modification or enhancement to
the Work Product made by City or anyone other
than Consultant or its sub-consultants; or
(3) use of the Work Product other than as
permitted under this Agreement.
(c) Indemnification Procedures.
Notwithstanding anything else contained in this
Agreement, no obligation to indemnify which is
set forth in this Section 14 shall apply unless the
party claiming indemnification notifies the other
party as soon as practicable to avoid any
prejudice in the claim, suit or proceeding of any
matters in respect of which the indemnity may
apply and of which the notifying party has
knowledge and gives the other party the
opportunity to control the response thereto and
the defense thereof; provided, however, that
the party claiming indemnification shall have
the right to participate in any legal proceedings
to contest and defend a claim for
indemnification involving a third party and to be
represented by its own attorneys, all at such
party’s cost and expense; provided further,
however, that no settlement or compromise of
an asserted third-party claim other than the
payment/money may be made without the prior
written consent of the party claiming
indemnification.
(d) Immunity. City, its officers, and its
employees, are relying on, and do not waive or
intend to waive by any provision of this
Agreement, the monetary limitations or any
other rights, immunities, and protections
provided by the Colorado Governmental
Immunity Act, C.R.S. 24-10-101 et seq., as from
time to time amended, or otherwise available to
City, its officers, or its employees.
15. Insurance.
(a) Requirements. Consultant agrees
to keep in full force and effect and maintain at
its sole cost and expense the following policies
of insurance during the term of this Agreement:
(1) The Consultant shall comply with
the Workers’ Compensation Act of Colorado
and shall provide compensation insurance to
protect the City from and against any and all
Workers’ Compensation claims arising from
performance of the work under this contract.
Workers’ Compensation insurance must cover
obligations imposed by applicable laws for any
employee engaged in the performance of work
under this contract, as well as the Employers’
Liability within the minimum statutory limits.
(2) Commercial General Liability
Insurance and auto liability insurance (including
contractual liability insurance) providing
coverage for bodily injury and property damage
with a combined single limit of not less than two
million dollars ($2,000,000) per occurrence.
(3) Professional Liability/Errors and
Omissions Insurance covering acts, errors and
omissions arising out of Consultant’s
operations or Services in an amount not less
than one million dollars ($1,000,000) per
occurrence.
(4) Employee Dishonesty and
Computer Fraud Insurance covering losses
arising out of or in connection with any
fraudulent or dishonest acts committed by
Consultant personnel, acting alone or with
others, in an amount not less than one million
dollars ($1,000,000) per occurrence.
(5) Umbrella Insurance providing
coverage in excess of its primary commercial
general liability, automobile liability and
employer’s liability policies in an amount not
less than Ten Million Dollars ($10,000,000) per
occurrence and Ten Million Dollars
($10,000,000) general aggregate. The general
aggregate limit shall apply on a per location and
per project basis.
(b) Approved Companies. All such
insurance shall be procured with such insurance
companies of good standing, permitted to do
DocuSign Envelope ID: 0D84F5DB-FA70-493B-9764-45C0F8CFF22C
Page 568 of 733
1000 Englewood Parkway, Englewood, Colorado 80110-2373
(303) 762-2300 www.englewoodgov.org
8
PSA # 22-73
business in the country, state or territory where
the Services are being performed.
(c) Certificates. Consultant shall
provide City with certificates of insurance
evidencing compliance with this Section 15
(including evidence of renewal of insurance)
signed by authorized representatives of the
respective carriers for each year that this
Agreement is in effect. Certificates of
insurance will list the City of Englewood as an
additional insured. Each certificate of
insurance shall provide that the issuing
company shall not cancel, reduce, or otherwise
materially change the insurance afforded under
the above policies unless thirty (30) days’
notice of such cancellation, reduction or
material change has been provided to City.
16. Rights in Work Product.
(a) Generally. Except as specifically
agreed to the contrary in any Statement of
Work, all Intellectual Property Rights in and to
the Work Product produced or provided by
Consultant under any Statement of Work shall
remain the property of Consultant. With
respect to the Work Product, Consultant
unconditionally and irrevocably grants to City
during the term of such Intellectual Property
Rights, a non-exclusive, irrevocable, perpetual,
worldwide, fully paid and royalty-free license,
to reproduce, create derivative works of,
distribute, publicly perform and publicly display
by all means now known or later developed,
such Intellectual property Rights.
(b) Know-How. Notwithstanding
anything to the contrary herein, each party and
its respective personnel and consultants shall
be free to use and employ its and their general
skills, know-how, and expertise, and to use,
disclose, and employ any generalized ideas,
concepts, know-how, methods, techniques, or
skills gained or learned during the course of any
assignment, so long as it or they acquire and
apply such information without disclosure of any
Confidential Information of the other party.
17. Relationship of Parties. Consultant is
acting only as an independent consultant and
does not undertake, by this Agreement, any
Statement of Work or otherwise, to perform any
obligation of City, whether regulatory or
contractual, or to assume any responsibility for
City’s business or operations. Neither party shall
act or represent itself, directly or by implication,
as an agent of the other, except as expressly
authorized in a Statement of Work.
18. Complete Agreement. This Agreement
contains the entire agreement, including all
Exhibits, Statements of Work and other
Attachments that have been executed by the
parties, and are attached hereto and made a
part of this Agreement.
19. Applicable Law. Consultant shall
comply with all applicable laws in performing
Services but shall be held harmless for violation
of any governmental procurement regulation to
which it may be subject but to which reference
is not made in the applicable Statement of Work.
This Agreement shall be construed in
accordance with the laws of the State of
Colorado. Any action or proceeding brought to
interpret or enforce the provisions of this
Agreement shall be brought before the state or
federal court situated in Arapahoe County,
Colorado and each party hereto consents to
jurisdiction and venue before such courts.
(a) Attorney Fees. In the event
that either party to this Agreement shall
commence any action against the other party
arising out of or in connection with this
Agreement, or contesting the validity of the
Agreement or any provision of this Agreement,
the prevailing party shall be entitled to recover
from the other party reasonable attorney’s fees
and related costs, fees and expenses incurred
by the prevailing party in connection with such
action or proceeding.
20. Scope of Agreement. If the scope of any
provisions of this Agreement is too broad in any
respect whatsoever to permit enforcement to its
fullest extent, then such provision shall be
enforced to the maximum extent permitted by
law, and the parties hereto consent to and agree
DocuSign Envelope ID: 0D84F5DB-FA70-493B-9764-45C0F8CFF22C
Page 569 of 733
1000 Englewood Parkway, Englewood, Colorado 80110-2373
(303) 762-2300 www.englewoodgov.org
9
PSA # 22-73
that such scope may be judicially modified
accordingly and that the whole of such
provision of this Agreement shall not thereby fail,
but that the scope of such provision shall be
curtailed only to the extent necessary to
conform to law.
21. Additional Work. After receipt of a
Statement of Work, City, with Consultant’s
consent, may request Consultant to undertake
additional work with respect to such Statement
of Work. In such event, City and Consultant
shall execute an addendum to the Statement
of Work specifying such additional work and
the compensation to be paid to Consultant for
such additional work.
22. Sub-consultants. Consultant may not
subcontract any of the Services to be provided
hereunder without the prior written consent of
City. In the event of any permitted
subcontracting, the agreement with such third
party shall provide that, with respect to the
subcontracted work, such sub-consultant shall
be subject to all of the obligations of Consultant
specified in this Agreement.
23. Notices. Any notice provided pursuant
to this Agreement shall be in writing to the
parties at the addresses set forth below and
shall be deemed given (1) if by hand delivery,
upon receipt thereof, (2) three (3) days after
deposit in the United States mails, postage
prepaid, certified mail, return receipt requested
or (3) one (1) day after deposit with a nationally-
recognized overnight courier, specifying
overnight priority delivery. Either party may
change its address for purposes of this
Agreement at any time by giving written notice
of such change to the other party hereto.
24. Assignment. This Agreement may not
be assigned by Consultant without the prior
written consent of City. Except for the prohibition
of an assignment contained in the preceding
sentence, this Agreement shall be binding upon
and inure to the benefit of the heirs, successors
and assigns of the parties hereto.
25. Third Party Beneficiaries. This
Agreement is entered into solely for the benefit
of the parties hereto and shall not confer any
rights upon any person or entity not a party to
this Agreement.
26. Headings. The section headings in this
Agreement are solely for convenience and shall
not be considered in its interpretation. The
recitals set forth on the first page of this
Agreement are incorporated into the body of this
Agreement. The exhibits referred to throughout
this Agreement and any Statement of Work
prepared in conformance with this Agreement
are incorporated into this Agreement.
27. Waiver. The failure of either party at any
time to require performance by the other party
of any provision of this Agreement shall not
affect in any way the full right to require such
performance at any subsequent time; nor shall
the waiver by either party of a breach of any
provision of this Agreement be taken or held to
be a waiver of the provision itself.
28. Force Majeure. If performance by
Consultant of any service or obligation under
this Agreement is prevented, restricted, delayed
or interfered with by reason of labor disputes,
strikes, acts of God, floods, lightning, severe
weather, shortages of materials, rationing, utility
or communications failures, earthquakes, war,
revolution, civil commotion, acts of public
enemies, blockade, embargo or any law, order,
proclamation, regulation, ordinance, demand or
requirement having legal effect of any
governmental or judicial authority or
representative of any such government, or any
other act whether similar or dissimilar to those
referred to in this clause, which are beyond the
reasonable control of Consultant, then
Consultant shall be excused from such
performance to the extent of such prevention,
restriction, delay or interference. If the period of
such delay exceeds thirty (30) days, City may,
without liability, terminate the affected
Statement of Work(s) upon written notice to
Consultant.
DocuSign Envelope ID: 0D84F5DB-FA70-493B-9764-45C0F8CFF22C
Page 570 of 733
1000 Englewood Parkway, Englewood, Colorado 80110-2373
(303) 762-2300 www.englewoodgov.org
10
PSA # 22-73
29. Time of Performance. Time is
expressly made of the essence with respect to
each and every term and provision of this
Agreement.
30. Permits. Consultant shall at its own
expense secure any and all licenses, permits or
certificates that may be required by any federal,
state or local statute, ordinance or regulation for
the performance of the Services under the
Agreement. Consultant shall also comply with
the provisions of all Applicable Laws in
performing the Services under the Agreement.
At its own expense and at no cost to City,
Consultant shall make any change, alteration or
modification that may be necessary to comply
with any Applicable Laws that Consultant failed
to comply with at the time of performance of the
Services.
31. Media Releases. Except for any
announcement intended solely for internal
distribution by Consultant or any disclosure
required by legal, accounting, or regulatory
requirements beyond the reasonable control of
Consultant, all media releases, public
announcements, or public disclosures
(including, but not limited to, promotional or
marketing material) by Consultant or its
employees or agents relating to this
Agreement or its subject matter, or including the
name, trade mark, or symbol of City, shall be
coordinated with and approved in writing by City
prior to the release thereof. Consultant shall not
represent directly or indirectly that any Services
provided by Consultant to City has been
approved or endorsed by City or include the
name, trademark, or symbol of City on a list
of Consultant’s customers without City’s
express written consent.
32. Nonexclusive Market and Purchase
Rights. It is expressly understood and agreed
that this Agreement does not grant to
Consultant an exclusive right to provide to City
any or all of the Services and shall not prevent
City from acquiring from other suppliers
services similar to the Services. Consultant
agrees that acquisitions by City pursuant to
this Agreement shall neither restrict the right of
City to cease acquiring nor require City to
continue any level of such acquisitions.
Estimates or forecasts furnished by City to
Consultant prior to or during the term of this
Agreement shall not constitute commitments.
33. Survival. The provisions of Sections 5,
8(g), 10, 11, 13, 14, 16, 17, 19, 23, 25 and 31
shall survive any expiration or termination for
any reason of this Agreement.
34. Verification of Compliance with C.R.S. 8-
17.5-101 ET.SEQ. Regarding Hiring of
Workers without Authorization:
(a) Employees, Consultants and
Sub-consultants: Consultant shall not
knowingly employ or contract with a Worker
without Authorization to perform work under this
Contract. Consultant shall not contract with a
sub-consultant that fails to certify to the
Consultant that the sub-consultant will not
knowingly employ or contract with a Worker
without Authorization to perform work under this
Contract. [CRS 8-17.5-102(2)(a)(I) & (II).]
(b) Verification: Consultant will
participate in either the E-Verify program or the
Department program, as defined in C.R.S. 8-
17.5-101 (3.3) and 8-17.5-101 (3.7),
respectively, in order to confirm the employment
eligibility of all employees who are newly hired
for employment to perform work under this
public contract for services. Consultant is
prohibited from using the E-Verify program or
the Department program procedures to
undertake pre-employment screening of job
applicants while this contract is being
performed.
(c) Duty to Terminate a
Subcontract: If Consultant obtains actual
knowledge that a sub-consultant performing
work under this Contract knowingly employs or
contracts with a Worker without Authorization,
the Consultant shall;
DocuSign Envelope ID: 0D84F5DB-FA70-493B-9764-45C0F8CFF22C
Page 571 of 733
1000 Englewood Parkway, Englewood, Colorado 80110-2373
(303) 762-2300 www.englewoodgov.org
11
PSA # 22-73
(1) notify the sub-consultant and
the City within three days that the
Consultant has actual knowledge that
the sub-consultant is employing or
contracting with a Worker without
Authorization; and
(2) terminate the subcontract
with the sub-consultant if, within three
days of receiving notice required
pursuant to this paragraph the sub-
consultant does not stop employing or
contracting with the Worker without
Authorization; except that the
Consultant shall not terminate the
contract with the sub-consultant if
during such three days the sub-
consultant provides information to
establish that the sub-consultant has
not knowingly employed or contracted
with Worker without Authorization.
(d) Duty to Comply with State
Investigation: Consultant shall comply with any
reasonable request of the Colorado Department
of Labor and Employment made in the course of
an investigation by that the Department is
undertaking pursuant to C.R.S. 8-17.5-102 (5)
(e) Damages for Breach of Contract:
The City may terminate this contract for a
breach of contract, in whole or in part, due to
Consultant’s breach of any section of this
paragraph or provisions required pursuant to
CRS 8-17.5-102. Consultant shall be liable for
actual and consequential damages to the City in
addition to any other legal or equitable remedy
the City may be entitled to for a breach of this
Contract under this Paragraph 34.
DocuSign Envelope ID: 0D84F5DB-FA70-493B-9764-45C0F8CFF22C
Page 572 of 733
1000 Englewood Parkway, Englewood, Colorado 80110-2373
(303) 762-2300 www.englewoodgov.org
12
PSA # 22-73
IN WITNESS WHEREOF, the parties to this Agreement have caused it to be executed by their
authorized officers as of the day and year first above written. This Agreement may be executed in
counterparts, each of which shall be deemed an original, but all of which together shall constitute one
and the same instrument.
CITY OF ENGLEWOOD, COLORADO
By: Date:
(Department Director)
By: Date:
(City manager)
By: Date:
(Mayor)
ATTEST:
City Clerk
CONSOR ENGINEERS, LLC dba Apex Design
(Consultant Name)
Address
City, State, Zip Code
By:
(Signature)
(Print Name)
Title:
Date:
DocuSign Envelope ID: 0D84F5DB-FA70-493B-9764-45C0F8CFF22C
Denver Office Lead
1675 Larimer Street, Suite 400
Malinda Reese, PE
Denver, CO 80202
7/5/2022 | 9:55:48 AM EDT
Page 573 of 733
1000 Englewood Parkway, Englewood, Colorado 80110-2373
(303) 762-2300 www.englewoodgov.org
13
PSA # 22-73
ATTACHMENT A
Estimated Start Date: July, 2022
City of Englewood
Project Name: Dartmouth Traffic Calming Corridor
CDOT Project Number: M395-022
CDOT Project Code: 24186
The City of Englewood Project Manager will be:
Sara Siggue
Capital Projects Engineer
City of Englewood | Public Works
1000 Englewood Parkway Englewood, CO 80110
(303) 762-2553
ssiggue@englewoodco.gov
The Consultant Project Manager for this project will be:
Ben Waldman
Senior Project Manager
Apex Design
(303) 339-0440
Ben.waldman@apexdesignpc.com
General Project Information
Dartmouth Ave between Broadway and University Blvd is a collector street that has
certain intersections with higher than typical crash rates in Englewood. This segment is
also a major bicycle and pedestrian corridor, which increases safety concerns.
This safety project on Dartmouth Ave: Between Broadway and University Blvd is
planned to evaluate and install the following improvements:
• Consider existing signal modifications or replacement of existing signals with a
mini-roundabout configuration or other appropriate traffic claiming configuration
at Logan and Downing Streets. Although, there is no crash pattern, Clarkson
Street is also proposed to be converted to a mini-roundabout or other traffic
calming configuration for corridor consistency and to reinforce traffic calming.
• Build curb extensions at approximately six intersections - Sherman, Grant,
Pearl, Lafayette, Williams and Vine throughout the corridor to aid in traffic
calming/ reduced speeds and support the potential mini-roundabout
configuration (as they will not have deflection geometry) and supplement multi-
modal safety as a whole.
• Install approximately 500 feet of missing sidewalk on the North side of
Dartmouth Ave in the vicinity of Dartmouth Circle.
Other minor traffic calming and complete street design elements are to be considered and included
within the corridor limits to support the overall goal of safety improvement for all corridor users.
DocuSign Envelope ID: 0D84F5DB-FA70-493B-9764-45C0F8CFF22C
Page 574 of 733
1000 Englewood Parkway, Englewood, Colorado 80110-2373
(303) 762-2300 www.englewoodgov.org
14
PSA # 22-73
The Consultant’s services will generally include:
• Preparation of all design surveys, geotechnical investigations, and necessary
design reports
• Conduct traffic analysis and verify the proposed solutions (currently mini-
roundabouts) or determine appropriate alternative traffic calming and safety
solutions at the following intersections:
o E. Dartmouth Avenue and S. Logan Street
o E. Dartmouth Avenue and S. Downing Street
o E. Dartmouth Avenue and S. Clarkson Street
• Study and evaluate existing traffic signal function to determine if signal
modifications would be an appropriate solution to meet the goal of traffic
calming, bicycle and pedestrian safety and crash reduction.
• Develop and implement a public involvement process to ensure the public is
educated and informed on the proposed solutions.
• Consider and develop a design that minimizes crossing issues at mini-
roundabouts for pedestrians with vision impairments.
• Consider and develop a design for cyclists that minimizes difficulty in
negotiating the mini roundabout or the newly proposed solution in the design of
intersection modifications.
• Preparation of final construction plans, details, and technical specifications.
• Develop construction phasing that will minimize traffic impact and construction
cost.
• Obtain utility, right of way and environmental clearances.
• Develop a public outreach and education plan for the proposed traffic calming
solutions and other related improvements with the goal of educating and
gaining informed consent from the public on the proposed improvements.
• Plan shall include vehicle, bicycle and pedestrian education components
related to mini-roundabouts or other proposed intersection configurations.
• Assistance with pre-bid and bid period services.
• Provide responses to RFI’s during construction phase
• Assist the city with all required reporting to CDOT. See the Attachment B,
Local Agency Checklist
Project Goals
The goal of this contract is to study and determine the most appropriate traffic calming measures for
the corridor, gain informed consent through public outreach and education, obtain the necessary
CDOT clearances, and develop the necessary construction documents plans and specifications
documents in order to construct the Dartmouth Traffic Calming Corridor modifications.
Project Limits
The limits of this project are along E Dartmouth Ave. generally between S Broadway Ave. to S
University Blvd.
Project Budget
DocuSign Envelope ID: 0D84F5DB-FA70-493B-9764-45C0F8CFF22C
Page 575 of 733
1000 Englewood Parkway, Englewood, Colorado 80110-2373
(303) 762-2300 www.englewoodgov.org
15
PSA # 22-73
The total funding available for this project is $1,732,000 for the safety improvements. $1,080,000 will be
provided through the Federal funding for Highway Safety Improvement Program (HSIP). $652,000 will be
funded by the City of Englewood.
Project Schedule
It is anticipated that the Consultant Team will submit final construction documents nine months after the
date of Notice to Proceed. The Advertisement Date is currently assumed on July 2023. The proposed
major dates are as follows:
Notice to Proceed July 25th, 2022
FIR Meeting October 2022
FOR Meeting January 2023
Submit Final Construction Documents February 2023
Obtain ROW, Utilities, and
Environmental Clearance from CDOT
June 2023
Advertisement and Bidding July 2023
Construction Start September 2023
Payment Schedule and Process
Consultant will submit invoices on a monthly basis for work performed to date. The City will make
payments or otherwise notify the Consultant of any issues/disputes with the invoice within 30 days of
receiving the invoice. Payment from Consultant to all subconsultants and subcontractors shall be made
within 30 days of receipt of payment from the City.
Payment will be made according to the rates shown on the fee schedule (reference Attachment B).
Consultant will submit invoices on a monthly basis for work performed to date. Invoices will include a
breakdown of hours by task and individual. City will review invoices to ensure reasonable progress has
been made on the billed tasks/deliverables.
Invoices shall follow the State’s standard billing format. Examples of the billing format are available from
the CDOT Agreements Office.
Payments made by the City to the Consultant will be by check.
Consultant Scope of Work
1. Preliminary Study – evaluate existing traffic and crash data in the corridor to determine the most
appropriate traffic calming measures and intersection configurations that will meet the project
goal of reducing crashes and providing a safer travel corridor for motorists, pedestrians and
bicyclists.
2. Preliminary Engineering
a. ROW Survey
b. Topographic Survey
c. Traffic Engineering
DocuSign Envelope ID: 0D84F5DB-FA70-493B-9764-45C0F8CFF22C
Page 576 of 733
1000 Englewood Parkway, Englewood, Colorado 80110-2373
(303) 762-2300 www.englewoodgov.org
16
PSA # 22-73
i. Intersection Traffic Analysis with Access Modification Recommendations
ii. Coordinate with CDOT and City of Englewood Traffic
d. Geotechnical Investigation and Report
e. Materials Engineering/ Pavement Design Report
f. Preliminary Design of Mini Roundabout and Splitter Island
g. Horizontal/Vertical Geometry
h. Preliminary Roadway Plans
i. Preliminary Design of Pedestrian/Bicycle Facilities
j. Preliminary Drainage Plan
k. Stormwater Management Plan
l. Subsurface Utility Engineering (SUE) Plans
m. Environmental Review/Clearance
i. NEPA Clearance
1. Provide Environmental Clearance Memo in Support of Categorical
Exclusion (CatEx)
ii. Historical Clearance
1. Technical Report meeting Section 106 requirements in support of CatEx
2. Determine Level of Effort for Identification, Significance Evaluation, and
State Historic Preservation Office
3. Prepare Area of Potential Effects (APE) Map
4. Prepare forms and letters to SHPO outlining eligibility and effects for
adjacent historic properties
iii. Perform Air/Noise Analysis
1. Analysis will be on a regional and project level basis
2. Traffic Study will need to define current and future LOS and determine
AADT of diesel truck traffic under build and no-build scenarios
iv. Hazardous Materials Review
1. Prepare Initial Site Assessment (ISA) in accordance with CDOT Hazardous
Materials Guidance
2. Additional technical reports may be required based on the environmental
clearance memo
n. Right of Way Clearance
o. Utility Clearance and Coordination
p. Preliminary Construction Phasing Plan
q. Anticipated Construction Schedule
r. Preliminary Quantity Estimate
s. Field Inspection Review Opinion of Probable Cost
t. Field Inspection Review
3. Final Engineering
a. Roadway Plan/Profile/Sections/Details
i. Including Pedestrian/Bicycle Facilities
b. Final Mini Roundabout and Splitter Island Plans/ Section/ Details
c. Final Drainage Plans/ Details
d. Utilities Plans
e. Subsurface Utility Engineering (SUE) Plans
f. Signing and Striping Plans
g. Traffic Signal Removal Plans and Coordination
h. Lighting Plans/Details
i. Erosion and Sediment Control Plan
j. Stormwater Management Plan
DocuSign Envelope ID: 0D84F5DB-FA70-493B-9764-45C0F8CFF22C
Page 577 of 733
1000 Englewood Parkway, Englewood, Colorado 80110-2373
(303) 762-2300 www.englewoodgov.org
17
PSA # 22-73
k. Construction Phasing and Traffic Control Plan
l. Landscaping Plans
m. Right of Way (ROW) Plans
n. Summary of Quantities
o. Final Office Review Opinion of Probable Cost
p. Final Office Review
q. Anticipated Construction Schedule
r. Preparation of all CDOT reporting documents (Reference Attachment B)
s. Utility Coordination
4. Bid Package
a. Submittal of three hard copies and a digital copy of the final Technical Specifications
i. Shall utilize the latest version of the CDOT Standard Specifications for Road &
Bridge Construction
ii. Shall modify the CDOT standard specifications as appropriate for this project
b. Submittal of three hard copies (11”x17”) and a digital copy (.pdf) of the final design plans
stamped and signed by a Professional Engineer registered in Colorado.
5. Meetings and Outreach
a. Initial Project Review
i. Project Design Schedule
b. Progress Meetings (Design)
i. Approximate 1 month intervals
ii. Prepare and distribute meeting minutes
iii. Design Challenges
c. FIR Plan Review
i. Plan Review
ii. Schedule Review
iii. Cost Review
iv. Prepare and distribute meeting minutes
d. FOR Plan Review
i. Plan Review
ii. Schedule Review
iii. Cost Review
iv. Prepare and distribute meeting minutes
e. Public Outreach
i. Develop and implement a strategy and plan for public outreach and education
related to the functionality and benefits of the proposed traffic calming
modifications (mini-roundabout intersection configuration or other recommended
improvements) for vehicles, bicycles and pedestrians. The strategy should include
a defined process intended to successfully gain public and City Council
endorsement of the modifications. Public outreach shall inform and educate the
public on the benefits and pros & cons of changing from signalized intersections to
another configuration.
ii. Educating and gaining informed consent from the public on the proposed
improvements.
iii. The public outreach may include but not be limited to
1. Attending one City Council study session to educate, inform and solicit
input regarding the potential mini-roundabout concept or other
recommended traffic calming modifications and application to the
intersections included in this project.
DocuSign Envelope ID: 0D84F5DB-FA70-493B-9764-45C0F8CFF22C
Page 578 of 733
1000 Englewood Parkway, Englewood, Colorado 80110-2373
(303) 762-2300 www.englewoodgov.org
18
PSA # 22-73
2. Arrange and assist City staff in conducting two public meetings
intended to disseminate project progress information to the public and
representatives of local agencies and to educate, inform and solicit
input.
3. Prepare any necessary documents and exhibits, 3D modeling of the
proposed project.
4. Provide necessary information and exhibits to set up a dedicated
project webpage on the Englewood Engaged platform.
5. Develop and update contact lists for stakeholders and interested
parties and communication tracking spreadsheets.
6. Arrange and conduct two small group meetings with property owners,
and business owners affected by the project.
7. General public review meetings that may include workshops or working
sessions with affected parties
8. Consultant shall coordinate with the Project Manager on method of
distribution of notices of all public meetings for the project and shall
distribute notices at least 14 days prior to the meetings. Any necessary
mailing costs will be paid for by the city.
6. Bid Phase
a. Attend Pre-Bid Meeting
b. Address Contractor Questions and prepare any addenda to bid documents.
c. Review Contractor Bids, prepare tabulation of all bids and recommend lowest qualified
bidder
7. Construction Phase
a. Respond to RFI’s
IN WITNESS WHEREOF, pursuant to and in accordance with the Professional Services Agreement
and Statement of Work entered into by the parties hereto dated ,
20 .
CITY OF ENGLEWOOD, COLORADO
By:
(Signature)
(Print Name)
Title:
Date:
Consultant Name
By:
(Signature)
(Print Name)
DocuSign Envelope ID: 0D84F5DB-FA70-493B-9764-45C0F8CFF22C
CONSOR Engineers, LLC
Malinda Reese, PE
Page 579 of 733
1000 Englewood Parkway, Englewood, Colorado 80110-2373
(303) 762-2300 www.englewoodgov.org
19
PSA # 22-73
Title:
Date:
DocuSign Envelope ID: 0D84F5DB-FA70-493B-9764-45C0F8CFF22C
Denver Office Lead
7/5/2022 | 9:55:48 AM EDT
Page 580 of 733
1000 Englewood Parkway, Englewood, Colorado 80110-2373
(303) 762-2300 www.englewoodgov.org
20
PSA # 22-73
ATTACHMENT B
CONSULTANT'S PROPOSAL
DocuSign Envelope ID: 0D84F5DB-FA70-493B-9764-45C0F8CFF22C
Page 581 of 733
1000 Englewood Parkway, Englewood, Colorado 80110-2373
(303) 762-2300 www.englewoodgov.org
21
PSA # 22-73
ATTACHMENT C
CERTIFICATE OF INSURANCE
DocuSign Envelope ID: 0D84F5DB-FA70-493B-9764-45C0F8CFF22C
Page 582 of 733
CONSOR Engineers, LLC 1675 Larimer Street, Suite 400, Denver, CO 80202 P: 303.339.0440 www.consoreng.com
May 4, 2022
Sara Siggue,
City of Englewood, Public Works
1000 Englewood Parkway
Englewood, CO 80110
RE: Dartmouth Corridor Traffic Calming
Dear Sara,
CONSOR Engineers, LLC dba Apex Design thanks you for the opportunity to submit a scope of work and
fee estimate to complete the Dartmouth Corridor Traffic Calming project. The attached scope of
services was developed based upon our recent correspondence regarding the scope of this project.
Please call me at 303.339.0440 if you have any questions or would like to discuss this proposal in further
detail.
Respectfully,
Ben Waldman, PE
Senior Project Manager
Attachments:
Apex Scope of Work and Project Fee Estimate Including Sub-Consultant Fees
o Kimley-Horn and Associates Scope and Fee
o SurvWest Scope and Fee
o Pinyon Environmental Inc. Scope and Fee
o Yeh and Associates Scope and Fee
o HC Peck Scope and Fee
DocuSign Envelope ID: 0D84F5DB-FA70-493B-9764-45C0F8CFF22C
Page 583 of 733
Dartmouth Traffic Calming
Ben Waldman will lead the study and design tasks, working closely with the Apex team and our sub‐consultants to
complete project tasks. Our team will complete a traffic operations and safety analysis and create concepts that
will be further developed into final plans, specifications, and estimates as required by the City of Englewood. We
will develop detailed layouts for each intersection, including curb return alignments and profiles, detailed ramp
layouts, and a 3D model to identify any drainage issues. The proposed design will follow City of Englewood, CDOT,
and ADA standards, as well as work within the limits identified.
The overall scope of the project is to complete the design for the construction of three mini‐roundabouts on E.
Dartmouth Avenue at Logan Street, Clarkson Street, and Downing Street. The mini‐roundabouts will generally be
constructed with traffic pavement markings, flexible delineators, and rubberized asphalt added to the existing
roadway surface. There will be some construction related to removing the existing pedestrian ramps and installing
new pedestrian ramps that work with the mini‐roundabouts. In addition, curb extensions will be designed for
approximately six intersections on the Dartmouth Ave corridor – Sherman, Grant, Pearl, Lafayette, Williams, and
Vine Street. The curb extensions will be designed assuming that they will be constructed with pavement markings
and flexible delineators on the existing roadway surface. We do not anticipate any Right of Way (ROW) will be
needed but we do anticipate up to six (6) temporary construction easements will be needed. A traffic analysis
report that includes a concept design and cost estimate will be completed along with a public outreach effort
before moving forward with the design. The design effort will include a topographical survey, environmental
services, geotechnical services, and ROW acquisition services.
The following narrative and exhibits describe the scope of work:
Task 0: Project Administration
Monthly invoices and progress reports will be provided, and we will continuously monitor the budget and schedule
throughout the life of the project. We will also develop a work plan and schedule early in the project and update
these documents regularly as needed.
Task 1: Preliminary Study
See attached scope from Kimley‐Horn and Associates.
Deliverables:
Preliminary Study Report
Concept (15%) Design on Aerial
Concept Level Construction Cost Estimate
Task 2: Preliminary Engineering
Once we have agreed upon the conceptual layouts, Apex will progress the design to 30% FIR level plans. The
preferred alternative will be developed to a more detailed level as the design process moves along.
ROW records, topographic survey, and preliminary utility records will be obtained. This will enable us to start
assessing utility conflicts, environmental impacts, and drainage issues. The result of this task will be 30% (FIR)
PS&E.
Deliverables:
Topographic Survey and SUE QL‐D
30% (FIR) PS&E Submittal including the following
o Title Sheet
DocuSign Envelope ID: 0D84F5DB-FA70-493B-9764-45C0F8CFF22C
Page 584 of 733
o CDOT Standard Plans List
o General Notes
o Preliminary SAQ
o Key Map
o Survey Control Sheets
o Preliminary Removal Plans
o Preliminary Civil Plans
o Preliminary Civil Details and Profiles
o Preliminary Drainage Plans
o Preliminary Signing and Striping Plans
o Preliminary SWMP Plans
o Preliminary Special Provisions
o Preliminary Drainage Report
o Preliminary Environmental Report
o Preliminary Construction Cost Estimate
ROW/Easement Acquisition Concept Design Graphics
All documents necessary for the FIR meeting will be prepared and submitted to the City and CDOT for concurrent
review.
Task 3: Final Design and Clearances
After all comments from the FIR submittal have been received, we will progress the design to 90% and 100%. All
comments from the 30% (FIR), 90% (FOR), and final review meetings will be addressed with documentation in
comment‐resolution matrices. A final set of plans, specifications, and estimates will be prepared, reviewed, and
submitted to the City and CDOT with the comment‐resolution matrices for their records and final acceptance.
Any additional comments will be addressed, and the plans, specifications, and estimate would undergo a final
update and QC before compiling a construction bid package. An electronic PDF of the 11x17 construction bid plans
will be submitted to the City and CDOT along with the specifications and estimate. The native electronic files will
also be submitted (AutoCAD plans, Word specifications, and Excel estimate).
Deliverables:
90% and 100% PS&E Submittals including the following
o SUE QL‐B after 30% and SUE QL‐A as needed after 90%
o Title Sheet
o CDOT Standard Plans List
o General Notes
o SAQ
o Key Map
o Typical Sections
o Horizontal Control
o Survey Control
o Removal Plans
o Civil Plans
o Detail Sheets and Profiles (Flowline P&P and Pedestrian Ramp Details)
o Boring Logs and Pavement Design (see attached scope from Yeh and associates)
o Drainage Plans (see attached scope from KHA)
o Signing and Striping Plans
o Erosion Control Plans
o SWMP Plans
DocuSign Envelope ID: 0D84F5DB-FA70-493B-9764-45C0F8CFF22C
Page 585 of 733
o Utility Plans
o SUE QL‐B and QL‐A Utility Sheets (see attached scope from SurvWest)
o Tabulation of Earthwork
o Construction Traffic Control Tabulations
o Special Provisions
o Drainage Report (See attached scope from KHA)
o Environmental Report and Environmental Clearance Package
o Utility Matrix and CDOT Utility Clearance Package
o ROW/Easement Drawings (see attached scope from SurvWest) and CDOT ROW Clearance
Package
Task 4: Bid Package
Once the final plans have been submitted and approved, Apex will assist the City of Englewood with preparations
of the final bid package.
Deliverables:
Support Document for Final Bid Documents as requested by the City
Task 5. Meetings and Outreach
Meetings and outreach will be integrated into Tasks 1, 2 and 3, as appropriate. The Apex team will prepare
agendas and minutes and attend the following design coordination meetings:
Initial Project Review
Design Progress Meetings, at one‐month intervals
FIR Review Meeting
FOR Review Meeting
We will also lead the public outreach efforts in collaboration with the City. We will develop a public outreach plan
and provide graphics and other documents in support of the public outreach including material for outreach
meetings and the City’s project website. We will also help with coordination for the distribution of notices of
public meetings.
The following public outreach meetings are anticipated and budgeted for:
City Council Study Session
Public Meetings (2)
Small‐Group Meetings with Property Owners and Businesses (2)
Deliverables:
Meeting Agendas
Meeting Minutes
Materials for Public Meetings and Website
Task 6. Bid Phase
This task includes support during the bidding process, including attendance at the Pre‐Bid Meeting, addressing
Contractor questions, review of Contractor Bids, and preparing tabulation of all bids and recommendations for
award.
DocuSign Envelope ID: 0D84F5DB-FA70-493B-9764-45C0F8CFF22C
Page 586 of 733
Task 7. Construction Phase
Provide engineering support during construction, which may include response to requests for information (RFI’s),
construction submittal review and minor design revisions.
DocuSign Envelope ID: 0D84F5DB-FA70-493B-9764-45C0F8CFF22C
Page 587 of 733
FEE ESTIMATEMay 4, 2022PrincipalSenior Project ManagerSenior Civil Engineer (Roadway)EIT IV EIT IV Trans Planner IIISurvey & ROW SubRoundabout, Drainage, Utility Coord & Traffic Analysis SubEnvironmental SubGeotech Sub ROWRosas Waldman Robinson Burdt Estus Bolin SurvWest Kimley-Horn Pinyon Yeh and Assoc HC PeckTask 0. Project ManagementProject Set Up221,072.00$ Develop Work Plan and Schedule421,494.00$ General Administration & Management of Project4241210,084.00$ Monthly Progress Reports and Invoicing82,048.00$ Total Hours Task 0638140 0 058Subtotal Task 0$1,680 $9,728 $3,290 $0 $0 $0 $745$6,110 $5,172 $0 $9,808 26,725.40$ Task 1. Preliminary StudyMobility and Safety Analysis41,024.00$ Initial Concept Design441,964.00$ Preliminary Construction Cost Estimate4 4 16 166,124.00$ Total Hours Task 101281616052Subtotal Task 1$0 $3,072 $1,880 $2,080 $2,080 $0$0 $33,895 $0 $0 $0 43,007.00$ Task 2. Preliminary Engineering (30% Plans)Preliminary Drainage Report1130.00$ Preliminary Environmental Report1130.00$ Topographic Survey & SUE QL-D1130.00$ Refine Concept Design44 83,004.00$ Title Sheet (1)12495.00$ CDOT Standard Plans List Sheets (1)21111,007.00$ General Notes (3)22442,022.00$ Preliminary Summary of Quantities24221,972.00$ Key Map (1)2260.00$ Preliminary Removal Plans (4)24 163,532.00$ Preliminary Civil Plans (4)24 163,532.00$ Preliminary Civil Details and Profiles (14)216 328,432.00$ Preliminary Drainage Plan (see Kimley-Horn Scope and Fee)22730.00$ Preliminary Signing and Striping Plans (9)4163,104.00$ Preliminary SWMP Plans (4) (See Kimley-Horn Scope and Fee)2260.00$ Preliminary Special Provisions44884,044.00$ Quantities and Estimate24883,532.00$ QA/QC for 30% (FIR) Submittal and Preparation of Submittal Package48884,984.00$ Compile 30% Comments and Responses into Comment Resolution Matrix24883,532.00$ Total Hours Task 20 3258551220267Subtotal Task 2$0 $8,192 $13,630 $7,150 $15,860 $0$13,015 $0 $10,000 $0 $0 67,847.00$ Task 3. Final Engineering (90% and 100% Plans)Title Sheet (1)1130.00$ CDOT Standard Plans List Sheets (1)1130.00$ General Notes (3)12495.00$ SAQ (2)22 163,062.00$ Key Map (1)1Typical Sections24 123,012.00$ Horizontal Control11365.00$ Survey Control Sheets (3) (See SurvWest scope and fee)11365.00$ Removal Plans (4)228164,102.00$ Civil Plans (4)24 163,532.00$ Detail Sheets and Profiles (Flowline P&P and Pedestrian/Bike Ramp Details) (14)28 204,992.00$ Signing and Striping Plans (9)8164,128.00$ SWMP (4) & Erosion Control Plans 11365.00$ Task DescriptionTotalDESIGN SERVICES for Dartmouth Traffic Calming DocuSign Envelope ID: 0D84F5DB-FA70-493B-9764-45C0F8CFF22CPage 588 of 733
FEE ESTIMATEMay 4, 2022PrincipalSenior Project ManagerSenior Civil Engineer (Roadway)EIT IV EIT IV Trans Planner IIISurvey & ROW SubRoundabout, Drainage, Utility Coord & Traffic Analysis SubEnvironmental SubGeotech Sub ROWRosas Waldman Robinson Burdt Estus Bolin SurvWest Kimley-Horn Pinyon Yeh and Assoc HC PeckTask DescriptionTotalDESIGN SERVICES for Dartmouth Traffic Calming Utility Plans (see Kimley-Horn Scope and Fee)441,460.00$ Construction Traffic Control Tabulation (1)281,552.00$ Quantities and Estimate24883,532.00$ Final Drainage Report2470.00$ Final Special Provisions44884,044.00$ QA/QC for 90% (FOR) Submittal and Preparation of Submittal Package48884,984.00$ Compile 90% Comments and Responses into Comment Resolution Matrix22442,022.00$ Final Environmental Reports and Coordination for CDOT Clearances282,392.00$ ROW Drawings and Coordination including CDOT Clearance2842,912.00$ Utility Matrix and Utility Coordination including CDOT Clearance22982.00$ QA/QC for 100% Submittal and Preparation of Submittal Package24883,532.00$ Total Hours Task 30 4070721280310Subtotal Task 3$0 $10,240 $16,450 $9,360 $16,640 $0 $4,470$8,020 $23,194 $9,745$28,962 98,118.60$ Task 4. Bid PackageFinalize and submit bid package22 41,502.00$ Total Hours Task 4022 408Subtotal Task 4$0 $512 $470 $520 $0 $0 $0 $0 $0 $0 $1,502Task 5. Meetings and OutreachInitial Project Review222221,682.00$ Progress Meetings (Monthly)1688888,776.00$ 30% Review and FIR Review Meeting22221,502.00$ 90% Review and FOR Review Meeting22221,502.00$ Public Outreach2512.00$ Strategy and Plan Development24872.00$ Development of Public Outreach Materials44 163,404.00$ City Council Study Session22 81,702.00$ Public Meetings (2)66 164,386.00$ Support for Website Development161,440.00$ Small Group Meetings with impacted Property Owners and Businesses (2)22 162,422.00$ Coordination for distribution of notices of public meetings4360.00$ Total Hours Task 50 4028141490186Subtotal Task 5$0 $10,240 $6,580 $1,820 $1,820 $8,100 $0 $12,650 $0 $0 $0 41,210.00$ Task 6. Bid PhaseFinal revisions to Plans, Specifications and Estimate24883,532.00$ Final QA/QC and Preparation of Final PS&E12441,766.00$ Total Hours Task 60 3 6 12 12 033Subtotal Task 6$0 $768 $1,410 $1,560 $1,560 $0 $0 $0 $0 $0 $0 5,298.00$ DocuSign Envelope ID: 0D84F5DB-FA70-493B-9764-45C0F8CFF22CPage 589 of 733
FEE ESTIMATEMay 4, 2022PrincipalSenior Project ManagerSenior Civil Engineer (Roadway)EIT IV EIT IV Trans Planner IIISurvey & ROW SubRoundabout, Drainage, Utility Coord & Traffic Analysis SubEnvironmental SubGeotech Sub ROWRosas Waldman Robinson Burdt Estus Bolin SurvWest Kimley-Horn Pinyon Yeh and Assoc HC PeckTask DescriptionTotalDESIGN SERVICES for Dartmouth Traffic Calming Task 7. Construction PhaseSubmittal Review441,964.00$ RFI's441,964.00$ Changed condition review441,964.00$ Total Hours Task 7012120 0 024Subtotal Task 7$0 $3,072 $2,820 $0 $0 $0 $0 $0 $0 $0 $0 5,892.00$ Task 8. Additional Services as NeededAdditional Services20 20 20 20 2016,820.00$ Total Hours Task 70 2020202020100Subtotal Task 7$0 $5,120 $4,700 $2,600 $2,600 $1,800 $0 $0 $0 $0 $0 16,820.00$ Total Hours6 199 218 189 316 1101,038Standard Billing Rate280.00$ 256.00$ 235.00$ 130.00$ 130.00$ 90.00$ Direct Labor1,680.00$ 50,944.00$ 51,230.00$ 24,570.00$ 41,080.00$ 9,900.00$ 179,404.00$ Total Direct Labor Total Other Direct Costs-$ Miscellaneous Expenses (mailers, postage, couriers, etc.)1,000.00$ TOTAL APEX FEE180,404.00$ SUBCONSULTANTSSurvWest (SUE, Survey & ROW)$18,23018,230.00$ Kimley-Horn (Roundabout, Drainage, Utility Coord & Traffic Analysis Sub)$60,67560,675.00$ Pinyon (Environmental)$38,366 38,366.00$ Yeh and Assoc (Geotech)$9,745 9,745.00$ HC Peck (ROW and/or Easement Acquisition)$38,770 $38,770TOTAL SUBCONSULTANTS FEE$165,786TOTAL FEE346,190.00$ DocuSign Envelope ID: 0D84F5DB-FA70-493B-9764-45C0F8CFF22CPage 590 of 733
OLA #: 331002353
Routing #: 21-HA1-XC-00013
Document Builder Generated
Rev. 04/22/2020
Page 1 of 26
STATE OF COLORADO INTERGOVERNMENTAL AGREEMENT
Signature and Cover Page
State Agency
Department of Transportation
Agreement Routing Number
21-HA1-XC-00013
Local Agency
CITY OF ENGLEWOOD
Agreement Effective Date
The later of the effective date or
January 26, 2021
Agreement Description
Dartmouth Traffic Calming Corridor
Agreement Expiration Date
January 25, 2031
Project #
FSA M395-022 (24186)
Region #
1
Contract Writer
DZ
Agreement Maximum
Amount $1,200,000.00
THE PARTIES HERETO HAVE EXECUTED THIS AGREEMENT
Each person signing this Agreement represents and warrants that he or she is duly authorized to execute this
Agreement and to bind the Party authorizing his or her signature.
LOCAL AGENCY
CITY OF ENGLEWOOD
___________________________________________
Signature
___________________________________________
By: (Print Name and Title)
Date: _________________________
STATE OF COLORADO
Jared S. Polis, Governor
Department of Transportation
Shoshana M. Lew, Executive Director
___________________________________________
Stephen Harelson, P.E., Chief Engineer
Date: _________________________
2nd State or Local Agency Signature if Needed
___________________________________________
Signature
___________________________________________
By: (Print Name and Title)
Date: _________________________
LEGAL REVIEW
Philip J. Weiser, Attorney General
___________________________________________
Assistant Attorney General
___________________________________________
By: (Print Name and Title)
Date: _________________________
In accordance with §24-30-202 C.R.S., this Agreement is not valid until signed and dated below by the State
Controller or an authorized delegate.
STATE CONTROLLER
Robert Jaros, CPA, MBA, JD
By: ___________________________________________
Department of Transportation
Effective Date: _____________________
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Linda Olson
5/11/2021
Mayor
5/11/2021
Stephanie Carlile City Clerk
5/12/2021
N/A
5/12/2021
Page 591 of 733
OLA #: 331002353
Routing #: 21-HA1-XC-00013
Document Builder Generated
Rev. 04/22/2020
Page 2 of 26
TABLE OF CONTENTS
1.PARTIES ................................................................................................................................................. 2
2.TERM AND EFFECTIVE DATE ........................................................................................................... 2
3.AUTHORITY .......................................................................................................................................... 3
4.PURPOSE ................................................................................................................................................ 4
5.DEFINITIONS ........................................................................................................................................ 4
6.STATEMENT OF WORK ...................................................................................................................... 6
7.PAYMENTS ............................................................................................................................................ 9
8.REPORTING - NOTIFICATION ......................................................................................................... 14
9.LOCAL AGENCY RECORDS ............................................................................................................. 14
10.CONFIDENTIAL INFORMATION-STATE RECORDS .................................................................... 15
11.CONFLICTS OF INTEREST ................................................................................................................ 16
12.INSURANCE ........................................................................................................................................ 16
13.BREACH ............................................................................................................................................... 18
14.REMEDIES ........................................................................................................................................... 18
15.DISPUTE RESOLUTION ..................................................................................................................... 19
16.NOTICES AND REPRESENTATIVES ............................................................................................... 20
17.RIGHTS IN WORK PRODUCT AND OTHER INFORMATION ...................................................... 20
18.GOVERNMENTAL IMMUNITY ........................................................................................................ 21
19.STATEWIDE CONTRACT MANAGEMENT SYSTEM .................................................................... 21
20.GENERAL PROVISIONS .................................................................................................................... 21
21.COLORADO SPECIAL PROVISIONS (COLORADO FISCAL RULE 3-3) ..................................... 23
22.FEDERAL REQUIREMENTS ............................................................................................................. 25
23.DISADVANTAGED BUSINESS ENTERPRISE (DBE) ..................................................................... 25
24.DISPUTES ............................................................................................................................................ 26
EXHIBIT A, STATEMENT OF WORK
EXHIBIT B, SAMPLE OPTION LETTER
EXHIBIT C, FUNDING PROVISIONS
EXHIBIT D, LOCAL AGENCY RESOLUTION
EXHIBIT E, LOCAL AGENCY AGREEMENT ADMINISTRATION CHECKLIST
EXHIBIT F, CERTIFICATION FOR FEDERAL-AID AGREEMENTS
EXHIBIT G, DISADVANTAGED BUSINESS ENTERPRISE
EXHIBIT H, LOCAL AGENCY PROCEDURES FOR CONSULTANT SERVICES
EXHIBIT I, FEDERAL-AID AGREEMENT PROVISIONS FOR CONSTRUCTION AGREEMENTS
EXHIBIT J, ADDITIONAL FEDERAL REQUIREMENTS
EXHIBIT K, FFATA SUPPLEMENTAL FEDERAL PROVISIONS
EXHIBIT L, SAMPLE SUBRECIPIENT MONITORING AND RISK ASSESSMENT FORM
EXHIBIT M, OMB UNIFORM GUIDANCE FOR FEDERAL AWARDS
1.PARTIES
This Agreement is entered into by and between Local Agency named on the Signature and Cover Page for this
Agreement (“Local Agency”), and the STATE OF COLORADO acting by and through the State agency named
on the Signature and Cover Page for this Agreement (the “State” or “CDOT”). Local Agency and the State agree
to the terms and conditions in this Agreement.
2.TERM AND EFFECTIVE DATE
A.Effective Date
This Agreement shall not be valid or enforceable until the Effective Date, and Agreement Funds shall be
expended within the dates shown in Exhibit C for each respective phase (“Phase Performance Period(s)”).
The State shall not be bound by any provision of this Agreement before the Effective Date, and shall have
no obligation to pay Local Agency for any Work performed or expense incurred before 1) the Effective Date
of this original Agreement; 2) before the encumbering document for the respective phase and the official
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 592 of 733
OLA #: 331002353
Routing #: 21-HA1-XC-00013
Document Builder Generated
Rev. 04/22/2020
Page 3 of 26
Notice to Proceed for the respective phase; or 3) after the Final Phase Performance End Date, as shown in
Exhibit C. Additionally, the State shall have no obligation to pay Local Agency for any Work performed or
expense incurred after the Agreement Expiration Date or after required billing deadline specified in §7.B.i.e.,
the expiration of Multimodal Transportation Options Funding (“MMOF”) if applicable, whichever is sooner.
The State’s obligation to pay Agreement Funds exclusive of MMOF will continue until the Agreement
Expiration Date. If Agreement Funds expire before the Agreement Expiration Date, then no payments will
be made after expiration of Agreement Funds.
B. Initial Term
The Parties’ respective performances under this Agreement shall commence on the Agreement Effective
Date shown on the Signature and Cover Page for this Agreement and shall terminate on January 25, 2031 as
shown on the Signature and Cover Page for this Agreement, unless sooner terminated or further extended in
accordance with the terms of this Agreement.
C. Early Termination in the Public Interest
The State is entering into this Agreement to serve the public interest of the State of Colorado as determined
by its Governor, General Assembly, or Courts. If this Agreement ceases to further the public interest of the
State, the State, in its discretion, may terminate this Agreement in whole or in part. This subsection shall not
apply to a termination of this Agreement by the State for breach by Local Agency, which shall be governed
by §14.A.i.
i. Method and Content
The State shall notify Local Agency of such termination in accordance with §16. The notice shall specify
the effective date of the termination and whether it affects all or a portion of this Agreement.
ii. Obligations and Rights
Upon receipt of a termination notice for termination in the public interest, Local Agency shall be subject
to §14.A.i.a
iii. Payments
If the State terminates this Agreement in the public interest, the State shall pay Local Agency an amount
equal to the percentage of the total reimbursement payable under this Agreement that corresponds to the
percentage of Work satisfactorily completed and accepted, as determined by the State, less payments
previously made. Additionally, if this Agreement is less than 60% completed, as determined by the State,
the State may reimburse Local Agency for a portion of actual out-of-pocket expenses, not otherwise
reimbursed under this Agreement, incurred by Local Agency which are directly attributable to the
uncompleted portion of Local Agency’s obligations, provided that the sum of any and all reimbursement
shall not exceed the maximum amount payable to Local Agency hereunder.
3. AUTHORITY
Authority to enter into this Agreement exists in the law as follows:
A. Federal Authority
Pursuant to Title I, Subtitle A, of the “Fixing America’s Surface Transportation Act” (FAST Act) of 2015,
and to applicable provisions of Title 23 of the United States Code and implementing regulations at Title 23
of the Code of Federal Regulations, as may be amended, (collectively referred to hereinafter as the
“Federal Provisions”), certain federal funds have been and are expected to continue to be allocated for
transportation projects requested by Local Agency and eligible under the Surface Transportation
Improvement Program that has been proposed by the State and approved by the Federal Highway
Administration (“FHWA”).
B. State Authority
Pursuant to CRS §43-1-223 and to applicable portions of the Federal Provisions, the State is responsible for
the general administration and supervision of performance of projects in the Program, including the
administration of federal funds for a Program project performed by a Local Agency under a contract with the
State. This Agreement is executed under the authority of CRS §§29-1-203, 43-1-110; 43-1-116, 43-2-
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 593 of 733
OLA #: 331002353
Routing #: 21-HA1-XC-00013
Document Builder Generated
Rev. 04/22/2020
Page 4 of 26
101(4)(c) and 43-2-104.5.
4. PURPOSE
The purpose of this Agreement is to disburse Federal funds to the Local Agency pursuant to CDOT’s Stewardship
Agreement with the FHWA.
5. DEFINITIONS
The following terms shall be construed and interpreted as follows:
A. “Agreement” means this agreement, including all attached Exhibits, all documents incorporated by
reference, all referenced statutes, rules and cited authorities, and any future modifications thereto.
B. “Agreement Funds” means the funds that have been appropriated, designated, encumbered, or otherwise
made available for payment by the State under this Agreement.
C. “Award” means an award by a Recipient to a Subrecipient funded in whole or in part by a Federal Award.
The terms and conditions of the Federal Award flow down to the Award unless the terms and conditions of
the Federal Award specifically indicate otherwise.
D. “Budget” means the budget for the Work described in Exhibit C.
E. “Business Day” means any day in which the State is open and conducting business, but shall not include
Saturday, Sunday or any day on which the State observes one of the holidays listed in §24-11-101(1) C.R.S.
F. “Consultant” means a professional engineer or designer hired by Local Agency to design the Work Product.
G. “Contractor” means the general construction contractor hired by Local Agency to construct the Work.
H. “CORA” means the Colorado Open Records Act, §§24-72-200.1 et. seq., C.R.S.
I. “Effective Date” means the date on which this Agreement is approved and signed by the Colorado State
Controller or designee, as shown on the Signature and Cover Page for this Agreement.
J. “Evaluation” means the process of examining Local Agency’s Work and rating it based on criteria
established in §6, Exhibit A and Exhibit E.
K. “Exhibits” means the following exhibits attached to this Agreement:
i. Exhibit A, Statement of Work.
ii. Exhibit B, Sample Option Letter.
iii. Exhibit C, Funding Provisions
iv. Exhibit D, Local Agency Resolution
v. Exhibit E, Local Agency Contract Administration Checklist
vi. Exhibit F, Certification for Federal-Aid Contracts
vii. Exhibit G, Disadvantaged Business Enterprise
viii. Exhibit H, Local Agency Procedures for Consultant Services
ix. Exhibit I, Federal-Aid Contract Provisions for Construction Contracts
x. Exhibit J, Additional Federal Requirements
xi. Exhibit K, The Federal Funding Accountability and Transparency Act of 2006 (FFATA) Supplemental
Federal Provisions
xii. Exhibit L, Sample Sub-Recipient Monitoring and Risk Assessment Form
xiii. Exhibit M, Supplemental Provisions for Federal Awards Subject to The Office of Management and
Budget Uniform Administrative Requirements, Cost principles, and Audit Requirements for Federal
Awards (the “Uniform Guidance”)
L. “Federal Award” means an award of Federal financial assistance or a cost-reimbursement contract under
the Federal Acquisition Requirements by a Federal Awarding Agency to a Recipient. “Federal Award” also
means an agreement setting forth the terms and conditions of the Federal Award. The term does not include
payments to a contractor or payments to an individual that is a beneficiary of a Federal program.
M. “Federal Awarding Agency” means a Federal agency providing a Federal Award to a Recipient.
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 594 of 733
OLA #: 331002353
Routing #: 21-HA1-XC-00013
Document Builder Generated
Rev. 04/22/2020
Page 5 of 26
N. “FHWA” means the Federal Highway Administration, which is one of the twelve administrations under the
Office of the Secretary of Transportation at the U.S. Department of Transportation. FHWA provides
stewardship over the construction, maintenance and preservation of the Nation’s highways and tunnels.
FHWA is the Federal Awarding Agency for the Federal Award which is the subject of this Agreement.
O “Goods” means any movable material acquired, produced, or delivered by Local Agency as set forth in this
Agreement and shall include any movable material acquired, produced, or delivered by Local Agency in
connection with the Services.
P. “Incident” means any accidental or deliberate event that results in or constitutes an imminent threat of the
unauthorized access or disclosure of State Confidential Information or of the unauthorized modification,
disruption, or destruction of any State Records.
Q. “Initial Term” means the time period defined in §2.B
R. “Multimodal Transportation Options Funding” or “MMOF” means money transferred from the
general fund to the fund pursuant to C.R.S. §§24-75-219 (5)(a)(III) and (5)(b)(III) and any other money that
the general assembly may appropriate or transfer to the fund.
S. “Notice to Proceed” means the letter issued by the State to the Local Agency stating the date the Local
Agency can begin work subject to the conditions of this Agreement.
T. “OMB” means the Executive Office of the President, Office of Management and Budget.
U. “Oversight” means the term as it is defined in the Stewardship Agreement between CDOT and the FHWA.
V. “Party” means the State or Local Agency, and “Parties” means both the State and Local Agency.
W. “PII” means personally identifiable information including, without limitation, any information maintained
by the State about an individual that can be used to distinguish or trace an individual‘s identity, such as name,
social security number, date and place of birth, mother‘s maiden name, or biometric records; and any other
information that is linked or linkable to an individual, such as medical, educational, financial, and
employment information. PII includes, but is not limited to, all information defined as personally identifiable
information in §24-72-501 C.R.S.
X. “Recipient” means the Colorado Department of Transportation (CDOT) for this Federal Award.
Y. “Services” means the services to be performed by Local Agency as set forth in this Agreement, and shall
include any services to be rendered by Local Agency in connection with the Goods.
Z. “State Confidential Information” means any and all State Records not subject to disclosure under CORA.
State Confidential Information shall include, but is not limited to, PII and State personnel records not subject
to disclosure under CORA.
AA. “State Fiscal Rules” means the fiscal rules promulgated by the Colorado State Controller pursuant to §24-
30-202(13)(a).
BB. “State Fiscal Year” means a 12 month period beginning on July 1 of each calendar year and ending on June
30 of the following calendar year. If a single calendar year follows the term, then it means the State Fiscal
Year ending in that calendar year.
CC. “State Purchasing Director” means the position described in the Colorado Procurement Code and its
implementing regulations.
DD. “State Records” means any and all State data, information, and records, regardless of physical form,
including, but not limited to, information subject to disclosure under CORA.
EE. “Subcontractor” means third-parties, if any, engaged by Local Agency to aid in performance of the Work.
FF. “Subrecipient” means a non-Federal entity that receives a sub-award from a Recipient to carry out part of a
Federal program, but does not include an individual that is a beneficiary of such program. A Subrecipient
may also be a recipient of other Federal Awards directly from a Federal Awarding Agency.
GG. “Uniform Guidance” means the Office of Management and Budget Uniform Administrative Requirements,
Cost Principles, and Audit Requirements for Federal Awards, which supersedes requirements from OMB
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 595 of 733
OLA #: 331002353
Routing #: 21-HA1-XC-00013
Document Builder Generated
Rev. 04/22/2020
Page 6 of 26
Circulars A-21, A-87, A-110, A-122, A-89, A-102, and A-133, and the guidance in Circular A-50 on Single
Audit Act follow-up.
HH. “Work” means the delivery of the Goods and performance of the Services in compliance with CDOT’s Local
Agency Manual described in this Agreement.
II. “Work Product” means the tangible and intangible results of the Work, whether finished or unfinished,
including drafts. Work Product includes, but is not limited to, documents, text, software (including source
code), research, reports, proposals, specifications, plans, notes, studies, data, images, photographs, negatives,
pictures, drawings, designs, models, surveys, maps, materials, ideas, concepts, know-how, and any other
results of the Work. “Work Product” does not include any material that was developed prior to the Effective
Date that is used, without modification, in the performance of the Work.
Any other term used in this Agreement that is defined in an Exhibit shall be construed and interpreted as defined
in that Exhibit.
6. STATEMENT OF WORK
Local Agency shall complete the Work as described in this Agreement and in accordance with the provisions of
Exhibit A, and the Local Agency Manual. The State shall have no liability to compensate Local Agency for the
delivery of any Goods or the performance of any Services that are not specifically set forth in this Agreement.
Work may be divided into multiple phases that have separate periods of performance. The State may not
compensate for Work that Local Agency performs outside of its designated phase performance period. The
performance period of phases, including, but not limited to Design, Construction, Right of Way, Utilities, or
Environment phases, are identified in Exhibit C. The State may unilaterally modify Exhibit C from time to time,
at its sole discretion, to extend the period of performance for a phase of Work authorized under this Agreement.
To exercise this phase performance period extension option, the State will provide written notice to Local Agency
in a form substantially equivalent to Exhibit B. The State’s unilateral extension of phase performance periods
will not amend or alter in any way the funding provisions or any other terms specified in this Agreement,
notwithstanding the options listed under §7.E
A. Local Agency Commitments
i. Design
If the Work includes preliminary design, final design, design work sheets, or special provisions and
estimates (collectively referred to as the “Plans”), Local Agency shall ensure that it and its Contractors
comply with and are responsible for satisfying the following requirements:
a. Perform or provide the Plans to the extent required by the nature of the Work.
b. Prepare final design in accordance with the requirements of the latest edition of the American
Association of State Highway Transportation Officials (AASHTO) manual or other standard, such
as the Uniform Building Code, as approved by the State.
c. Prepare provisions and estimates in accordance with the most current version of the State’s Roadway
and Bridge Design Manuals and Standard Specifications for Road and Bridge Construction or Local
Agency specifications if approved by the State.
d. Include details of any required detours in the Plans in order to prevent any interference of the
construction Work and to protect the traveling public.
e. Stamp the Plans as produced by a Colorado registered professional engineer.
f. Provide final assembly of Plans and all other necessary documents.
g. Ensure the Plans are accurate and complete.
h. Make no further changes in the Plans following the award of the construction contract to Contractor
unless agreed to in writing by the Parties. The Plans shall be considered final when approved in
writing by CDOT, and when final, they will be deemed incorporated herein.
ii. Local Agency Work
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 596 of 733
OLA #: 331002353
Routing #: 21-HA1-XC-00013
Document Builder Generated
Rev. 04/22/2020
Page 7 of 26
a. Local Agency shall comply with the requirements of the Americans With Disabilities Act (ADA)
42 U.S.C. § 12101, et. seq., and applicable federal regulations and standards as contained in the
document “ADA Accessibility Requirements in CDOT Transportation Projects”.
b. Local Agency shall afford the State ample opportunity to review the Plans and shall make any
changes in the Plans that are directed by the State to comply with FHWA requirements.
c. Local Agency may enter into a contract with a Consultant to perform all or any portion of the Plans
and/or construction administration. Provided, however, if federal-aid funds are involved in the cost
of such Work to be done by such Consultant, such Consultant contract (and the performance
provision of the Plans under the contract) must comply with all applicable requirements of 23 C.F.R.
Part 172 and with any procedures implementing those requirements as provided by the State,
including those in Exhibit H. If Local Agency enters into a contract with a Consultant for the Work:
1) Local Agency shall submit a certification that procurement of any Consultant contract complies
with the requirements of 23 C.F.R. 172.5(1) prior to entering into such Consultant contract,
subject to the State’s approval. If not approved by the State, Local Agency shall not enter into
such Consultant contract.
2) Local Agency shall ensure that all changes in the Consultant contract have prior approval by
the State and FHWA and that they are in writing. Immediately after the Consultant contract has
been awarded, one copy of the executed Consultant contract and any amendments shall be
submitted to the State.
3) Local Agency shall require that all billings under the Consultant contract comply with the
State’s standardized billing format. Examples of the billing formats are available from the
CDOT Agreements Office.
4) Local Agency (and any Consultant) shall comply with 23 C.F.R. 172.5(b) and (d) and use the
CDOT procedures described in Exhibit H to administer the Consultant contract.
5) Local Agency may expedite any CDOT approval of its procurement process and/or Consultant
contract by submitting a letter to CDOT from Local Agency’s attorney/authorized
representative certifying compliance with Exhibit H and 23 C.F.R. 172.5(b)and (d).
6) Local Agency shall ensure that the Consultant contract complies with the requirements of 49
CFR 18.36(i) and contains the following language verbatim:
(a) The design work under this Agreement shall be compatible with the requirements of the
contract between Local Agency and the State (which is incorporated herein by this
reference) for the design/construction of the project. The State is an intended third-party
beneficiary of this agreement for that purpose.
(b) Upon advertisement of the project work for construction, the consultant shall make available
services as requested by the State to assist the State in the evaluation of construction and
the resolution of construction problems that may arise during the construction of the
project.
(c) The consultant shall review the construction Contractor’s shop drawings for conformance
with the contract documents and compliance with the provisions of the State’s publication,
Standard Specifications for Road and Bridge Construction, in connection with this work.
(d) The State, in its sole discretion, may review construction plans, special provisions and
estimates and may require Local Agency to make such changes therein as the State
determines necessary to comply with State and FHWA requirements.
iii. Construction
If the Work includes construction, Local Agency shall perform the construction in accordance with the
approved design plans and/or administer the construction in accordance with Exhibit E. Such
administration shall include Work inspection and testing; approving sources of materials; performing
required plant and shop inspections; documentation of contract payments, testing and inspection
activities; preparing and approving pay estimates; preparing, approving and securing the funding for
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 597 of 733
OLA #: 331002353
Routing #: 21-HA1-XC-00013
Document Builder Generated
Rev. 04/22/2020
Page 8 of 26
contract modification orders and minor contract revisions; processing construction Contractor claims;
construction supervision; and meeting the quality control requirements of the FHWA/CDOT
Stewardship Agreement, as described in Exhibit E.
a. The State may, after providing written notice of the reason for the suspension to Local Agency,
suspend the Work, wholly or in part, due to the failure of Local Agency or its Contractor to correct
conditions which are unsafe for workers or for such periods as the State may deem necessary due to
unsuitable weather, or for conditions considered unsuitable for the prosecution of the Work, or for
any other condition or reason deemed by the State to be in the public interest.
b. Local Agency shall be responsible for the following:
1) Appointing a qualified professional engineer, licensed in the State of Colorado, as Local
Agency Project Engineer (LAPE), to perform engineering administration. The LAPE shall
administer the Work in accordance with this Agreement, the requirements of the construction
contract and applicable State procedures, as defined in the CDOT Local Agency Manual
(https://www.codot.gov/business/designsupport/bulletins_manuals/2006-local-agency-
manual).
2) For the construction Services, advertising the call for bids, following its approval by the State,
and awarding the construction contract(s) to the lowest responsible bidder(s).
(a) All Local Agency’s advertising and bid awards pursuant to this Agreement shall comply
with applicable requirements of 23 U.S.C. §112 and 23 C.F.R. Parts 633 and 635 and
C.R.S. § 24-92-101 et seq. Those requirements include, without limitation, that Local
Agency and its Contractor(s) incorporate Form 1273 (Exhibit I) in its entirety, verbatim,
into any subcontract(s) for Services as terms and conditions thereof, as required by 23
C.F.R. 633.102(e).
(b) Local Agency may accept or reject the proposal of the apparent low bidder for Work on
which competitive bids have been received. Local Agency must accept or reject such bids
within 3 working days after they are publicly opened.
(c) If Local Agency accepts bids and makes awards that exceed the amount of available
Agreement Funds, Local Agency shall provide the additional funds necessary to complete
the Work or not award such bids.
(d) The requirements of §6.A.iii.b.2 also apply to any advertising and bid awards made by the
State.
(e) The State (and in some cases FHWA) must approve in advance all Force Account
Construction, and Local Agency shall not initiate any such Services until the State issues a
written Notice to Proceed.
iv. Right of Way (ROW) and Acquisition/Relocation
a. If Local Agency purchases a ROW for a State highway, including areas of influence, Local Agency
shall convey the ROW to CDOT promptly upon the completion of the project/construction.
b. Any acquisition/relocation activities shall comply with all applicable federal and State statutes and
regulations, including but not limited to, the Uniform Relocation Assistance and Real Property
Acquisition Policies Act of 1970, as amended, the Uniform Relocation Assistance and Real Property
Acquisition Policies for Federal and Federally Assisted Programs, as amended (49 C.F.R. Part 24),
CDOT’s Right of Way Manual, and CDOT’s Policy and Procedural Directives.
c. The Parties’ respective responsibilities for ensuring compliance with acquisition, relocation and
incidentals depend on the level of federal participation as detailed in CDOT’s Right of Way Manual
(located at http://www.codot.gov/business/manuals/right-of-way); however, the State always
retains oversight responsibilities.
d. The Parties’ respective responsibilities at each level of federal participation in CDOT’s Right of
Way Manual, and the State’s reimbursement of Local Agency costs will be determined pursuant the
following categories:
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 598 of 733
OLA #: 331002353
Routing #: 21-HA1-XC-00013
Document Builder Generated
Rev. 04/22/2020
Page 9 of 26
1) Right of way acquisition (3111) for federal participation and non-participation;
2) Relocation activities, if applicable (3109);
3) Right of way incidentals, if applicable (expenses incidental to acquisition/relocation of right of
way – 3114).
v. Utilities
If necessary, Local Agency shall be responsible for obtaining the proper clearance or approval from any
utility company that may become involved in the Work. Prior to the Work being advertised for bids,
Local Agency shall certify in writing to the State that all such clearances have been obtained.
vi. Railroads
If the Work involves modification of a railroad company’s facilities and such modification will be
accomplished by the railroad company, Local Agency shall make timely application to the Public
Utilities Commission (“PUC”) requesting its order providing for the installation of the proposed
improvements. Local Agency shall not proceed with that part of the Work before obtaining the PUC’s
order. Local Agency shall also establish contact with the railroad company involved for the purpose of
complying with applicable provisions of 23 C.F.R. 646, subpart B, concerning federal-aid projects
involving railroad facilities, and:
a. Execute an agreement with the railroad company setting out what work is to be accomplished and
the location(s) thereof, and which costs shall be eligible for federal participation.
b. Obtain the railroad’s detailed estimate of the cost of the Work.
c. Establish future maintenance responsibilities for the proposed installation.
d. Proscribe in the agreement the future use or dispositions of the proposed improvements in the event
of abandonment or elimination of a grade crossing.
e. Establish future repair and/or replacement responsibilities, as between the railroad company and the
Local Agency, in the event of accidental destruction or damage to the installation.
vii. Environmental Obligations
Local Agency shall perform all Work in accordance with the requirements of current federal and State
environmental regulations, including the National Environmental Policy Act of 1969 (NEPA) as
applicable.
viii. Maintenance Obligations
Local Agency shall maintain and operate the Work constructed under this Agreement at its own cost and
expense during their useful life, in a manner satisfactory to the State and FHWA. Local Agency shall
conduct such maintenance and operations in accordance with all applicable statutes, ordinances, and
regulations pertaining to maintaining such improvements. The State and FHWA may make periodic
inspections to verify that such improvements are being adequately maintained.
ix. Monitoring Obligations
Local Agency shall respond in a timely manner to and participate fully with the monitoring activities
described in §7.F.vi.
B. State’s Commitments
i. The State will perform a final project inspection of the Work as a quality control/assurance activity.
When all Work has been satisfactorily completed, the State will sign the FHWA Form 1212.
ii. Notwithstanding any consents or approvals given by the State for the Plans, the State shall not be liable
or responsible in any manner for the structural design, details or construction of any Work constituting
major structures designed by, or that are the responsibility of, Local Agency, as identified in Exhibit E.
7. PAYMENTS
A. Maximum Amount
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 599 of 733
OLA #: 331002353
Routing #: 21-HA1-XC-00013
Document Builder Generated
Rev. 04/22/2020
Page 10 of 26
Payments to Local Agency are limited to the unpaid, obligated balance of the Agreement Funds set forth in
Exhibit C. The State shall not pay Local Agency any amount under this Agreement that exceeds the
Agreement Maximum set forth in Exhibit C.
B. Payment Procedures
i. Invoices and Payment
a. The State shall pay Local Agency in the amounts and in accordance with conditions set forth in
Exhibit C.
b. Local Agency shall initiate payment requests by invoice to the State, in a form and manner approved
by the State.
c. The State shall pay each invoice within 45 days following the State’s receipt of that invoice, so long
as the amount invoiced correctly represents Work completed by Local Agency and previously
accepted by the State during the term that the invoice covers. If the State determines that the amount
of any invoice is not correct, then Local Agency shall make all changes necessary to correct that
invoice.
d. The acceptance of an invoice shall not constitute acceptance of any Work performed or deliverables
provided under the Agreement.
e. If a project is funded in part by the State with MMOF there is an expiration date for the funds. The
expiration date applies to grants and local funds used to match grants. In order to receive payment
from the State or credit for the match, Work must be completed prior to the expiration date of
funding and invoiced in compliance with C.R.S. §§24-75-102(a) and 24-30-202(11). Billing for this
work must be submitted 30 days prior to the end of the State Fiscal Year which is June 30th.
ii. Interest
Amounts not paid by the State within 45 days after the State’s acceptance of the invoice shall bear interest
on the unpaid balance beginning on the 46th day at the rate of 1% per month, as required by §24-30-
202(24)(a), C.R.S., until paid in full; provided, however, that interest shall not accrue on unpaid amounts
that the State disputes in writing. Local Agency shall invoice the State separately for accrued interest on
delinquent amounts, and the invoice shall reference the delinquent payment, the number of days interest
to be paid and the interest rate.
iii. Payment Disputes
If Local Agency disputes any calculation, determination, or amount of any payment, Local Agency shall
notify the State in writing of its dispute within 30 days following the earlier to occur of Local Agency’s
receipt of the payment or notification of the determination or calculation of the payment by the State.
The State will review the information presented by Local Agency and may make changes to its
determination based on this review. The calculation, determination, or payment amount that results from
the State’s review shall not be subject to additional dispute under this subsection. No payment subject to
a dispute under this subsection shall be due until after the State has concluded its review, and the State
shall not pay any interest on any amount during the period it is subject to dispute under this subsection.
iv. Available Funds-Contingency-Termination
a. The State is prohibited by law from making commitments beyond the term of the current State Fiscal
Year. Payment to Local Agency beyond the current State Fiscal Year is contingent on the
appropriation and continuing availability of Agreement Funds in any subsequent year (as provided
in the Colorado Special Provisions). If federal funds or funds from any other non-State funds
constitute all or some of the Agreement Funds, the State’s obligation to pay Local Agency shall be
contingent upon such non-State funding continuing to be made available for payment. Payments to
be made pursuant to this Agreement shall be made only from Agreement Funds, and the State’s
liability for such payments shall be limited to the amount remaining of such Agreement Funds. If
State, federal or other funds are not appropriated, or otherwise become unavailable to fund this
Agreement, the State may, upon written notice, terminate this Agreement, in whole or in part,
without incurring further liability. The State shall, however, remain obligated to pay for Services
and Goods that are delivered and accepted prior to the effective date of notice of termination, and
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 600 of 733
OLA #: 331002353
Routing #: 21-HA1-XC-00013
Document Builder Generated
Rev. 04/22/2020
Page 11 of 26
this termination shall otherwise be treated as if this Agreement were terminated in the public interest
as described in §2.C.
b. If the agreement funds are terminated, the State can terminate the contract early. Payment due for
work done to the date of termination will be processed in a manner consistent with §2.C.
v. Erroneous Payments
The State may recover, at the State’s discretion, payments made to Local Agency in error for any reason,
including, but not limited to, overpayments or improper payments, and unexpended or excess funds
received by Local Agency. The State may recover such payments by deduction from subsequent
payments under this Agreement, deduction from any payment due under any other contracts, grants or
agreements between the State and Local Agency, or by any other appropriate method for collecting debts
owed to the State. The close out of a Federal Award does not affect the right of FHWA or the State to
disallow costs and recover funds on the basis of a later audit or other review. Any cost disallowance
recovery is to be made within the Record Retention Period (as defined below in §9.A.).
C. Matching Funds
Local Agency shall provide matching funds as provided in §7.A. and Exhibit C. Local Agency shall have
raised the full amount of matching funds prior to the Effective Date and shall report to the State regarding
the status of such funds upon request. Local Agency’s obligation to pay all or any part of any matching funds,
whether direct or contingent, only extend to funds duly and lawfully appropriated for the purposes of this
Agreement by the authorized representatives of Local Agency and paid into Local Agency’s treasury. Local
Agency represents to the State that the amount designated “Local Agency Matching Funds” in Exhibit C has
been legally appropriated for the purpose of this Agreement by its authorized representatives and paid into
its treasury. Local Agency may evidence such obligation by an appropriate ordinance/resolution or other
authority letter expressly authorizing Local Agency to enter into this Agreement and to expend its match
share of the Work. A copy of any such ordinance/resolution or authority letter is attached hereto as Exhibit
D. Local Agency does not by this Agreement irrevocably pledge present cash reserves for payments in future
fiscal years, and this Agreement is not intended to create a multiple-fiscal year debt of Local Agency. Local
Agency shall not pay or be liable for any claimed interest, late charges, fees, taxes, or penalties of any nature,
except as required by Local Agency’s laws or policies.
D. Reimbursement of Local Agency Costs
The State shall reimburse Local Agency’s allowable costs, not exceeding the maximum total amount
described in Exhibit C and §7. The applicable principles described in 2 C.F.R. Part 200 shall govern the
State’s obligation to reimburse all costs incurred by Local Agency and submitted to the State for
reimbursement hereunder, and Local Agency shall comply with all such principles. The State shall reimburse
Local Agency for the federal-aid share of properly documented costs related to the Work after review and
approval thereof, subject to the provisions of this Agreement and Exhibit C. Local Agency costs for Work
performed prior to the Effective Date shall not be reimbursed absent specific allowance of pre-award costs
and indication that the Federal Award funding is retroactive. Local Agency costs for Work performed after
any Performance Period End Date for a respective phase of the Work, is not reimbursable. Allowable costs
shall be:
i. Reasonable and necessary to accomplish the Work and for the Goods and Services provided.
ii. Actual net cost to Local Agency (i.e. the price paid minus any items of value received by Local Agency
that reduce the cost actually incurred).
E. Unilateral Modification of Agreement Funds Budget by State Option Letter
The State may, at its discretion, issue an “Option Letter” to Local Agency to add or modify Work phases in
the Work schedule in Exhibit C if such modifications do not increase total budgeted Agreement Funds. Such
Option Letters shall amend and update Exhibit C, Sections 2 or 4 of the Table, and sub-sections B and C of
the Exhibit C. Option Letters shall not be deemed valid until signed by the State Controller or an authorized
delegate. Modification of Exhibit C by unilateral Option Letter is permitted only in the specific scenarios
listed below. The State will exercise such options by providing Local Agency a fully executed Option Letter,
in a form substantially equivalent to Exhibit B. Such Option Letters will be incorporated into this
Agreement.
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 601 of 733
OLA #: 331002353
Routing #: 21-HA1-XC-00013
Document Builder Generated
Rev. 04/22/2020
Page 12 of 26
i. Option to Begin a Phase and/or Increase or Decrease the Encumbrance Amount
The State may require by Option Letter that Local Agency begin a new Work phase that may include
Design, Construction, Environmental, Utilities, ROW Incidentals or Miscellaneous Work (but may not
include Right of Way Acquisition/Relocation or Railroads) as detailed in Exhibit A. Such Option
Letters may not modify the other terms and conditions stated in this Agreement, and must decrease the
amount budgeted and encumbered for one or more other Work phases so that the total amount of
budgeted Agreement Funds remains the same. The State may also issue a unilateral Option Letter to
simultaneously increase and decrease the total encumbrance amount of two or more existing Work
phases, as long as the total amount of budgeted Agreement Funds remains the same, replacing the
original Agreement Funding exhibit (Exhibit C) with an updated Exhibit C-1 (with subsequent exhibits
labeled C-2, C-3, etc.).
ii. Option to Transfer Funds from One Phase to Another Phase.
The State may require or permit Local Agency to transfer Agreement Funds from one Work phase
(Design, Construction, Environmental, Utilities, ROW Incidentals or Miscellaneous) to another phase
as a result of changes to State, federal, and local match funding. In such case, the original funding exhibit
(Exhibit C) will be replaced with an updated Exhibit C-1 (with subsequent exhibits labeled C-2, C-3,
etc.) attached to the Option Letter. The Agreement Funds transferred from one Work phase to another
are subject to the same terms and conditions stated in the original Agreement with the total budgeted
Agreement Funds remaining the same. The State may unilaterally exercise this option by providing a
fully executed Option Letter to Local Agency within thirty (30) days before the initial targeted start date
of the Work phase, in a form substantially equivalent to Exhibit B.
iii. Option to Exercise Options i and ii.
The State may require Local Agency to add a Work phase as detailed in Exhibit A, and encumber and
transfer Agreement Funds from one Work phase to another. The original funding exhibit (Exhibit C) in
the original Agreement will be replaced with an updated Exhibit C-1 (with subsequent exhibits labeled
C-2, C-3, etc.) attached to the Option Letter. The addition of a Work phase and encumbrance and transfer
of Agreement Funds are subject to the same terms and conditions stated in the original Agreement with
the total budgeted Agreement Funds remaining the same. The State may unilaterally exercise this option
by providing a fully executed Option Letter to Local Agency within 30 days before the initial targeted
start date of the Work phase, in a form substantially equivalent to Exhibit B.
iv. Option to Update a Work Phase Performance Period and/or modify information required under the OMB
Uniform Guidance, as outlined in Exhibit C. The State may update any information contained in
Exhibit C, Sections 2 and 4 of the Table, and sub-sections B and C of the Exhibit C.
F. Accounting
Local Agency shall establish and maintain accounting systems in accordance with generally accepted
accounting standards (a separate set of accounts, or as a separate and integral part of its current accounting
scheme). Such accounting systems shall, at a minimum, provide as follows:
i. Local Agency Performing the Work
If Local Agency is performing the Work, it shall document all allowable costs, including any approved
Services contributed by Local Agency or subcontractors, using payrolls, time records, invoices,
contracts, vouchers, and other applicable records.
ii. Local Agency-Checks or Draws
Checks issued or draws made by Local Agency shall be made or drawn against properly signed vouchers
detailing the purpose thereof. Local Agency shall keep on file all checks, payrolls, invoices, contracts,
vouchers, orders, and other accounting documents in the office of Local Agency, clearly identified,
readily accessible, and to the extent feasible, separate and apart from all other Work documents.
iii. State-Administrative Services
The State may perform any necessary administrative support services required hereunder. Local Agency
shall reimburse the State for the costs of any such services from the budgeted Agreement Funds as
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 602 of 733
OLA #: 331002353
Routing #: 21-HA1-XC-00013
Document Builder Generated
Rev. 04/22/2020
Page 13 of 26
provided for in Exhibit C. If FHWA Agreement Funds are or become unavailable, or if Local Agency
terminates this Agreement prior to the Work being approved by the State or otherwise completed, then
all actual incurred costs of such services and assistance provided by the State shall be reimbursed to the
State by Local Agency at its sole expense.
iv. Local Agency-Invoices
Local Agency’s invoices shall describe in detail the reimbursable costs incurred by Local Agency for
which it seeks reimbursement, the dates such costs were incurred and the amounts thereof, and Local
Agency shall not submit more than one invoice per month.
v. Invoicing Within 60 Days
The State shall not be liable to reimburse Local Agency for any costs invoiced more than 60 days after
the date on which the costs were incurred, including costs included in Local Agency’s final invoice. The
State may withhold final payment to Local Agency at the State’s sole discretion until completion of final
audit. Any costs incurred by Local Agency that are not allowable under 2 C.F.R. Part 200 shall be Local
Agency’s responsibility, and the State will deduct such disallowed costs from any payments due to Local
Agency. The State will not reimburse costs for Work performed after the Performance Period End Date
for a respective Work phase. The State will not reimburse costs for Work performed prior to Performance
Period End Date, but for which an invoice is received more than 60 days after the Performance Period
End Date.
vi. Risk Assessment & Monitoring
Pursuant to 2 C.F.R. 200.331(b), – CDOT will evaluate Local Agency’s risk of noncompliance with
federal statutes, regulations, and terms and conditions of this Agreement. Local Agency shall complete
a Risk Assessment Form (Exhibit L) when that may be requested by CDOT. The risk assessment is a
quantitative and/or qualitative determination of the potential for Local Agency’s non-compliance with
the requirements of the Federal Award. The risk assessment will evaluate some or all of the following
factors:
• Experience: Factors associated with the experience and history of the Subrecipient with the same or
similar Federal Awards or grants.
• Monitoring/Audit: Factors associated with the results of the Subrecipient’s previous audits or
monitoring visits, including those performed by the Federal Awarding Agency, when the
Subrecipient also receives direct federal funding. Include audit results if Subrecipient receives single
audit, where the specific award being assessed was selected as a major program.
• Operation: Factors associated with the significant aspects of the Subrecipient’s operations, in which
failure could impact the Subrecipient’s ability to perform and account for the contracted goods or
services.
• Financial: Factors associated with the Subrecipient’s financial stability and ability to comply with
financial requirements of the Federal Award.
• Internal Controls: Factors associated with safeguarding assets and resources, deterring and detecting
errors, fraud and theft, ensuring accuracy and completeness of accounting data, producing reliable
and timely financial and management information, and ensuring adherence to its policies and plans.
• Impact: Factors associated with the potential impact of a Subrecipient’s non-compliance to the
overall success of the program objectives.
• Program Management: Factors associated with processes to manage critical personnel, approved
written procedures, and knowledge of rules and regulations regarding federal-aid projects.
Following Local Agency’s completion of the Risk Assessment Tool (Exhibit L), CDOT will determine
the level of monitoring it will apply to Local Agency’s performance of the Work. This risk assessment
may be re-evaluated after CDOT begins performing monitoring activities.
G. Close Out
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 603 of 733
OLA #: 331002353
Routing #: 21-HA1-XC-00013
Document Builder Generated
Rev. 04/22/2020
Page 14 of 26
Local Agency shall close out this Award within 90 days after the Final Phase Performance End Date. Close
out requires Local Agency’s submission to the State of all deliverables defined in this Agreement, and Local
Agency’s final reimbursement request or invoice. The State will withhold 5% of allowable costs until all
final documentation has been submitted and accepted by the State as substantially complete. If FHWA has
not closed this Federal Award within 1 year and 90 days after the Final Phase Performance End Date due to
Local Agency’s failure to submit required documentation, then Local Agency may be prohibited from
applying for new Federal Awards through the State until such documentation is submitted and accepted.
8. REPORTING - NOTIFICATION
A. Quarterly Reports
In addition to any reports required pursuant to §19 or pursuant to any exhibit, for any contract having a term
longer than 3 months, Local Agency shall submit, on a quarterly basis, a written report specifying progress
made for each specified performance measure and standard in this Agreement. Such progress report shall be
in accordance with the procedures developed and prescribed by the State. Progress reports shall be submitted
to the State not later than five (5) Business Days following the end of each calendar quarter or at such time
as otherwise specified by the State.
B. Litigation Reporting
If Local Agency is served with a pleading or other document in connection with an action before a court or
other administrative decision making body, and such pleading or document relates to this Agreement or may
affect Local Agency’s ability to perform its obligations under this Agreement, Local Agency shall, within 10
days after being served, notify the State of such action and deliver copies of such pleading or document to
the State’s principal representative identified in §16.
C. Performance and Final Status
Local Agency shall submit all financial, performance and other reports to the State no later than 60 calendar
days after the Final Phase Performance End Date or sooner termination of this Agreement, containing an
Evaluation of Subrecipient’s performance and the final status of Subrecipient’s obligations hereunder.
D. Violations Reporting
Local Agency must disclose, in a timely manner, in writing to the State and FHWA, all violations of federal
or State criminal law involving fraud, bribery, or gratuity violations potentially affecting the Federal Award.
Penalties for noncompliance may include suspension or debarment (2 CFR Part 180 and 31 U.S.C. 3321).
9. LOCAL AGENCY RECORDS
A. Maintenance
Local Agency shall make, keep, maintain, and allow inspection and monitoring by the State of a complete
file of all records, documents, communications, notes and other written materials, electronic media files, and
communications, pertaining in any manner to the Work or the delivery of Services (including, but not limited
to the operation of programs) or Goods hereunder. Local Agency shall maintain such records for a period
(the “Record Retention Period”) of three years following the date of submission to the State of the final
expenditure report, or if this Award is renewed quarterly or annually, from the date of the submission of each
quarterly or annual report, respectively. If any litigation, claim, or audit related to this Award starts before
expiration of the Record Retention Period, the Record Retention Period shall extend until all litigation,
claims, or audit findings have been resolved and final action taken by the State or Federal Awarding Agency.
The Federal Awarding Agency, a cognizant agency for audit, oversight or indirect costs, and the State, may
notify Local Agency in writing that the Record Retention Period shall be extended. For records for real
property and equipment, the Record Retention Period shall extend three years following final disposition of
such property.
B. Inspection
Local Agency shall permit the State to audit, inspect, examine, excerpt, copy, and transcribe Local Agency
Records during the Record Retention Period. Local Agency shall make Local Agency Records available
during normal business hours at Local Agency’s office or place of business, or at other mutually agreed upon
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 604 of 733
OLA #: 331002353
Routing #: 21-HA1-XC-00013
Document Builder Generated
Rev. 04/22/2020
Page 15 of 26
times or locations, upon no fewer than 2 Business Days’ notice from the State, unless the State determines
that a shorter period of notice, or no notice, is necessary to protect the interests of the State.
C. Monitoring
The State will monitor Local Agency’s performance of its obligations under this Agreement using procedures
as determined by the State. The State shall monitor Local Agency’s performance in a manner that does not
unduly interfere with Local Agency’s performance of the Work.
D. Final Audit Report
Local Agency shall promptly submit to the State a copy of any final audit report of an audit performed on
Local Agency’s records that relates to or affects this Agreement or the Work, whether the audit is conducted
by Local Agency or a third party.
10. CONFIDENTIAL INFORMATION-STATE RECORDS
A. Confidentiality
Local Agency shall hold and maintain, and cause all Subcontractors to hold and maintain, any and all State
Records that the State provides or makes available to Local Agency for the sole and exclusive benefit of the
State, unless those State Records are otherwise publicly available at the time of disclosure or are subject to
disclosure by Local Agency under CORA. Local Agency shall not, without prior written approval of the
State, use for Local Agency’s own benefit, publish, copy, or otherwise disclose to any third party, or permit
the use by any third party for its benefit or to the detriment of the State, any State Records, except as otherwise
stated in this Agreement. Local Agency shall provide for the security of all State Confidential Information
in accordance with all policies promulgated by the Colorado Office of Information Security and all applicable
laws, rules, policies, publications, and guidelines. Local Agency shall immediately forward any request or
demand for State Records to the State’s principal representative.
B. Other Entity Access and Nondisclosure Agreements
Local Agency may provide State Records to its agents, employees, assigns and Subcontractors as necessary
to perform the Work, but shall restrict access to State Confidential Information to those agents, employees,
assigns and Subcontractors who require access to perform their obligations under this Agreement. Local
Agency shall ensure all such agents, employees, assigns, and Subcontractors sign nondisclosure agreements
with provisions at least as protective as those in this Agreement, and that the nondisclosure agreements are
in force at all times the agent, employee, assign or Subcontractor has access to any State Confidential
Information. Local Agency shall provide copies of those signed nondisclosure agreements to the State upon
request.
C. Use, Security, and Retention
Local Agency shall use, hold and maintain State Confidential Information in compliance with any and all
applicable laws and regulations in facilities located within the United States, and shall maintain a secure
environment that ensures confidentiality of all State Confidential Information wherever located. Local
Agency shall provide the State with access, subject to Local Agency’s reasonable security requirements, for
purposes of inspecting and monitoring access and use of State Confidential Information and evaluating
security control effectiveness. Upon the expiration or termination of this Agreement, Local Agency shall
return State Records provided to Local Agency or destroy such State Records and certify to the State that it
has done so, as directed by the State. If Local Agency is prevented by law or regulation from returning or
destroying State Confidential Information, Local Agency warrants it will guarantee the confidentiality of,
and cease to use, such State Confidential Information.
D. Incident Notice and Remediation
If Local Agency becomes aware of any Incident, it shall notify the State immediately and cooperate with the
State regarding recovery, remediation, and the necessity to involve law enforcement, as determined by the
State. Unless Local Agency can establish that none of Local Agency or any of its agents, employees, assigns
or Subcontractors are the cause or source of the Incident, Local Agency shall be responsible for the cost of
notifying each person who may have been impacted by the Incident. After an Incident, Local Agency shall
take steps to reduce the risk of incurring a similar type of Incident in the future as directed by the State, which
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 605 of 733
OLA #: 331002353
Routing #: 21-HA1-XC-00013
Document Builder Generated
Rev. 04/22/2020
Page 16 of 26
may include, but is not limited to, developing and implementing a remediation plan that is approved by the
State at no additional cost to the State.
11. CONFLICTS OF INTEREST
A. Actual Conflicts of Interest
Local Agency shall not engage in any business or activities, or maintain any relationships that conflict in any
way with the full performance of the obligations of Local Agency under this Agreement. Such a conflict of
interest would arise when a Local Agency or Subcontractor’s employee, officer or agent were to offer or
provide any tangible personal benefit to an employee of the State, or any member of his or her immediate
family or his or her partner, related to the award of, entry into or management or oversight of this Agreement.
Officers, employees and agents of Local Agency may neither solicit nor accept gratuities, favors or anything
of monetary value from contractors or parties to subcontracts.
B. Apparent Conflicts of Interest
Local Agency acknowledges that, with respect to this Agreement, even the appearance of a conflict of interest
shall be harmful to the State’s interests. Absent the State’s prior written approval, Local Agency shall refrain
from any practices, activities or relationships that reasonably appear to be in conflict with the full
performance of Local Agency’s obligations under this Agreement.
C. Disclosure to the State
If a conflict or the appearance of a conflict arises, or if Local Agency is uncertain whether a conflict or the
appearance of a conflict has arisen, Local Agency shall submit to the State a disclosure statement setting
forth the relevant details for the State’s consideration. Failure to promptly submit a disclosure statement or
to follow the State’s direction in regard to the actual or apparent conflict constitutes a breach of this
Agreement.
12. INSURANCE
Local Agency shall obtain and maintain, and ensure that each Subcontractor shall obtain and maintain, insurance
as specified in this section at all times during the term of this Agreement. All insurance policies required by this
Agreement that are not provided through self-insurance shall be issued by insurance companies with an AM Best
rating of A-VIII or better.
A. Local Agency Insurance
Local Agency is a "public entity" within the meaning of the Colorado Governmental Immunity Act, §24-10-
101, et seq., C.R.S. (the “GIA”) and shall maintain at all times during the term of this Agreement such liability
insurance, by commercial policy or self-insurance, as is necessary to meet its liabilities under the GIA.
B. Subcontractor Requirements
Local Agency shall ensure that each Subcontractor that is a public entity within the meaning of the GIA,
maintains at all times during the terms of this Agreement, such liability insurance, by commercial policy or
self-insurance, as is necessary to meet the Subcontractor’s obligations under the GIA. Local Agency shall
ensure that each Subcontractor that is not a public entity within the meaning of the GIA, maintains at all
times during the terms of this Agreement all of the following insurance policies:
i. Workers’ Compensation
Workers’ compensation insurance as required by state statute, and employers’ liability insurance
covering all Local Agency or Subcontractor employees acting within the course and scope of their
employment.
ii. General Liability
Commercial general liability insurance written on an Insurance Services Office occurrence form,
covering premises operations, fire damage, independent contractors, products and completed operations,
blanket contractual liability, personal injury, and advertising liability with minimum limits as follows:
a. $1,000,000 each occurrence;
b. $1,000,000 general aggregate;
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 606 of 733
OLA #: 331002353
Routing #: 21-HA1-XC-00013
Document Builder Generated
Rev. 04/22/2020
Page 17 of 26
c. $1,000,000 products and completed operations aggregate; and
d. $50,000 any 1 fire.
iii. Automobile Liability
Automobile liability insurance covering any auto (including owned, hired and non-owned autos) with a
minimum limit of $1,000,000 each accident combined single limit.
iv. Protected Information
Liability insurance covering all loss of State Confidential Information, such as PII, PHI, PCI, Tax
Information, and CJI, and claims based on alleged violations of privacy rights through improper use or
disclosure of protected information with minimum limits as follows:
a. $1,000,000 each occurrence; and
b. $2,000,000 general aggregate.
v. Professional Liability Insurance
Professional liability insurance covering any damages caused by an error, omission or any negligent act
with minimum limits as follows:
a. $1,000,000 each occurrence; and
b. $1,000,000 general aggregate.
vi. Crime Insurance
Crime insurance including employee dishonesty coverage with minimum limits as follows:
a. $1,000,000 each occurrence; and
b. $1,000,000 general aggregate.
C. Additional Insured
The State shall be named as additional insured on all commercial general liability policies (leases and
construction contracts require additional insured coverage for completed operations) required of Local
Agency and Subcontractors. In the event of cancellation of any commercial general liability policy, the carrier
shall provide at least 10 days prior written notice to CDOT.
D. Primacy of Coverage
Coverage required of Local Agency and each Subcontractor shall be primary over any insurance or self-
insurance program carried by Local Agency or the State.
E. Cancellation
All commercial insurance policies shall include provisions preventing cancellation or non-renewal, except
for cancellation based on non-payment of premiums, without at least 30 days prior notice to Local Agency
and Local Agency shall forward such notice to the State in accordance with §16 within 7 days of Local
Agency’s receipt of such notice.
F. Subrogation Waiver
All commercial insurance policies secured or maintained by Local Agency or its Subcontractors in relation
to this Agreement shall include clauses stating that each carrier shall waive all rights of recovery under
subrogation or otherwise against Local Agency or the State, its agencies, institutions, organizations, officers,
agents, employees, and volunteers.
G. Certificates
For each commercial insurance plan provided by Local Agency under this Agreement, Local Agency shall
provide to the State certificates evidencing Local Agency’s insurance coverage required in this Agreement
within 7 Business Days following the Effective Date. Local Agency shall provide to the State certificates
evidencing Subcontractor insurance coverage required under this Agreement within 7 Business Days
following the Effective Date, except that, if Local Agency’s subcontract is not in effect as of the Effective
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 607 of 733
OLA #: 331002353
Routing #: 21-HA1-XC-00013
Document Builder Generated
Rev. 04/22/2020
Page 18 of 26
Date, Local Agency shall provide to the State certificates showing Subcontractor insurance coverage required
under this Agreement within 7 Business Days following Local Agency’s execution of the subcontract. No
later than 15 days before the expiration date of Local Agency’s or any Subcontractor’s coverage, Local
Agency shall deliver to the State certificates of insurance evidencing renewals of coverage. At any other time
during the term of this Agreement, upon request by the State, Local Agency shall, within 7 Business Days
following the request by the State, supply to the State evidence satisfactory to the State of compliance with
the provisions of this §12.
13. BREACH
A. Defined
The failure of a Party to perform any of its obligations in accordance with this Agreement, in whole or in part
or in a timely or satisfactory manner, shall be a breach. The institution of proceedings under any bankruptcy,
insolvency, reorganization or similar law, by or against Local Agency, or the appointment of a receiver or
similar officer for Local Agency or any of its property, which is not vacated or fully stayed within 30 days
after the institution of such proceeding, shall also constitute a breach.
B. Notice and Cure Period
In the event of a breach, the aggrieved Party shall give written notice of breach to the other Party. If the
notified Party does not cure the breach, at its sole expense, within 30 days after the delivery of written notice,
the Party may exercise any of the remedies as described in §14 for that Party. Notwithstanding any provision
of this Agreement to the contrary, the State, in its discretion, need not provide notice or a cure period and
may immediately terminate this Agreement in whole or in part or institute any other remedy in the Agreement
in order to protect the public interest of the State.
14. REMEDIES
A. State’s Remedies
If Local Agency is in breach under any provision of this Agreement and fails to cure such breach, the State,
following the notice and cure period set forth in §13.B, shall have all of the remedies listed in this §14.A. in
addition to all other remedies set forth in this Agreement or at law. The State may exercise any or all of the
remedies available to it, in its discretion, concurrently or consecutively.
i. Termination for Breach
In the event of Local Agency’s uncured breach, the State may terminate this entire Agreement or any
part of this Agreement. Local Agency shall continue performance of this Agreement to the extent not
terminated, if any.
a. Obligations and Rights
To the extent specified in any termination notice, Local Agency shall not incur further obligations
or render further performance past the effective date of such notice, and shall terminate outstanding
orders and subcontracts with third parties. However, Local Agency shall complete and deliver to the
State all Work not cancelled by the termination notice, and may incur obligations as necessary to do
so within this Agreement’s terms. At the request of the State, Local Agency shall assign to the State
all of Local Agency's rights, title, and interest in and to such terminated orders or subcontracts. Upon
termination, Local Agency shall take timely, reasonable and necessary action to protect and preserve
property in the possession of Local Agency but in which the State has an interest. At the State’s
request, Local Agency shall return materials owned by the State in Local Agency’s possession at
the time of any termination. Local Agency shall deliver all completed Work Product and all Work
Product that was in the process of completion to the State at the State’s request.
b. Payments
Notwithstanding anything to the contrary, the State shall only pay Local Agency for accepted Work
received as of the date of termination. If, after termination by the State, the State agrees that Local
Agency was not in breach or that Local Agency's action or inaction was excusable, such termination
shall be treated as a termination in the public interest, and the rights and obligations of the Parties
shall be as if this Agreement had been terminated in the public interest under §2.C.
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 608 of 733
OLA #: 331002353
Routing #: 21-HA1-XC-00013
Document Builder Generated
Rev. 04/22/2020
Page 19 of 26
c.Damages and Withholding
Notwithstanding any other remedial action by the State, Local Agency shall remain liable to the
State for any damages sustained by the State in connection with any breach by Local Agency, and
the State may withhold payment to Local Agency for the purpose of mitigating the State’s damages
until such time as the exact amount of damages due to the State from Local Agency is determined.
The State may withhold any amount that may be due Local Agency as the State deems necessary to
protect the State against loss including, without limitation, loss as a result of outstanding liens and
excess costs incurred by the State in procuring from third parties replacement Work as cover.
ii.Remedies Not Involving Termination
The State, in its discretion, may exercise one or more of the following additional remedies:
a.Suspend Performance
Suspend Local Agency’s performance with respect to all or any portion of the Work pending
corrective action as specified by the State without entitling Local Agency to an adjustment in price
or cost or an adjustment in the performance schedule. Local Agency shall promptly cease
performing Work and incurring costs in accordance with the State’s directive, and the State shall
not be liable for costs incurred by Local Agency after the suspension of performance.
b.Withhold Payment
Withhold payment to Local Agency until Local Agency corrects its Work.
c.Deny Payment
Deny payment for Work not performed, or that due to Local Agency’s actions or inactions, cannot
be performed or if they were performed are reasonably of no value to the state; provided, that any
denial of payment shall be equal to the value of the obligations not performed.
d. Removal
Demand immediate removal from the Work of any of Local Agency’s employees, agents, or
Subcontractors from the Work whom the State deems incompetent, careless, insubordinate,
unsuitable, or otherwise unacceptable or whose continued relation to this Agreement is deemed by
the State to be contrary to the public interest or the State’s best interest.
e.Intellectual Property
If any Work infringes a patent, copyright, trademark, trade secret, or other intellectual property right,
Local Agency shall, as approved by the State (a) secure that right to use such Work for the State or
Local Agency; (b) replace the Work with noninfringing Work or modify the Work so that it becomes
noninfringing; or, (c) remove any infringing Work and refund the amount paid for such Work to the
State.
B.Local Agency’s Remedies
If the State is in breach of any provision of this Agreement and does not cure such breach, Local Agency,
following the notice and cure period in §13.B and the dispute resolution process in §15 shall have all remedies
available at law and equity.
15.DISPUTE RESOLUTION
A.Initial Resolution
Except as herein specifically provided otherwise, disputes concerning the performance of this Agreement
which cannot be resolved by the designated Agreement representatives shall be referred in writing to a senior
departmental management staff member designated by the State and a senior manager designated by Local
Agency for resolution.
B.Resolution of Controversies
If the initial resolution described in §15.A fails to resolve the dispute within 10 Business Days, Contractor
shall submit any alleged breach of this Contract by the State to the Procurement Official of CDOT as
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 609 of 733
OLA #: 331002353
Routing #: 21-HA1-XC-00013
Document Builder Generated
Rev. 04/22/2020
Page 20 of 26
described in §24-101-301(30), C.R.S. for resolution in accordance with the provisions of §§24-106-109, 24-
109-101.1, 24-109-101.5, 24-109-106, 24-109-107, 24-109-201 through 24-109-206, and 24-109-501
through 24-109-505, C.R.S., (the “Resolution Statutes”), except that if Contractor wishes to challenge any
decision rendered by the Procurement Official, Contractor’s challenge shall be an appeal to the executive
director of the Department of Personnel and Administration, or their delegate, under the Resolution Statutes
before Contractor pursues any further action as permitted by such statutes. Except as otherwise stated in this
Section, all requirements of the Resolution Statutes shall apply including, without limitation, time limitations.
16.NOTICES AND REPRESENTATIVES
Each individual identified below shall be the principal representative of the designating Party. All notices required
or permitted to be given under this Agreement shall be in writing, and shall be delivered (i) by hand with receipt
required, (ii) by certified or registered mail to such Party’s principal representative at the address set forth below
or (iii) as an email with read receipt requested to the principal representative at the email address, if any, set forth
below. If a Party delivers a notice to another through email and the email is undeliverable, then, unless the Party
has been provided with an alternate email contact, the Party delivering the notice shall deliver the notice by hand
with receipt required or by certified or registered mail to such Party’s principal representative at the address set
forth below. Either Party may change its principal representative or principal representative contact information
by notice submitted in accordance with this §16 without a formal amendment to this Agreement. Unless otherwise
provided in this Agreement, notices shall be effective upon delivery of the written notice.
For the State
Colorado Department of Transportation (CDOT)
Madison Burdt, EIT
CDOT - Region 1 Central Program
2829 W Howard Pl, 2nd Floor
Denver, CO 80204
303-757-9672
madison.burdt@state.co.us
For the Local Agency
CITY OF ENGLEWOOD
Sara Siggue, Capital Project Engineer
1000 Englewood Parkway, City of Englewood Public Works
Englewood, CO 80110-2373
303-762-2525
ssiggue@englewood.co.gov
17.RIGHTS IN WORK PRODUCT AND OTHER INFORMATION
A.Work Product
Local Agency assigns to the State and its successors and assigns, the entire right, title, and interest in and to
all causes of action, either in law or in equity, for past, present, or future infringement of intellectual property
rights related to the Work Product and all works based on, derived from, or incorporating the Work Product.
Whether or not Local Agency is under contract with the State at the time, Local Agency shall execute
applications, assignments, and other documents, and shall render all other reasonable assistance requested by
the State, to enable the State to secure patents, copyrights, licenses and other intellectual property rights
related to the Work Product. The Parties intend the Work Product to be works made for hire.
i.Copyrights
To the extent that the Work Product (or any portion of the Work Product) would not be considered works
made for hire under applicable law, Local Agency hereby assigns to the State, the entire right, title, and
interest in and to copyrights in all Work Product and all works based upon, derived from, or incorporating
the Work Product; all copyright applications, registrations, extensions, or renewals relating to all Work
Product and all works based upon, derived from, or incorporating the Work Product; and all moral rights
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 610 of 733
OLA #: 331002353
Routing #: 21-HA1-XC-00013
Document Builder Generated
Rev. 04/22/2020
Page 21 of 26
or similar rights with respect to the Work Product throughout the world. To the extent that Local Agency
cannot make any of the assignments required by this section, Local Agency hereby grants to the State a
perpetual, irrevocable, royalty-free license to use, modify, copy, publish, display, perform, transfer,
distribute, sell, and create derivative works of the Work Product and all works based upon, derived from,
or incorporating the Work Product by all means and methods and in any format now known or invented
in the future. The State may assign and license its rights under this license.
ii. Patents
In addition, Local Agency grants to the State (and to recipients of Work Product distributed by or on
behalf of the State) a perpetual, worldwide, no-charge, royalty-free, irrevocable patent license to make,
have made, use, distribute, sell, offer for sale, import, transfer, and otherwise utilize, operate, modify
and propagate the contents of the Work Product. Such license applies only to those patent claims
licensable by Local Agency that are necessarily infringed by the Work Product alone, or by the
combination of the Work Product with anything else used by the State.
B.Exclusive Property of the State
Except to the extent specifically provided elsewhere in this Agreement, any pre-existing State Records, State
software, research, reports, studies, photographs, negatives, or other documents, drawings, models, materials,
data, and information shall be the exclusive property of the State (collectively, “State Materials”). Local
Agency shall not use, willingly allow, cause or permit Work Product or State Materials to be used for any
purpose other than the performance of Local Agency’s obligations in this Agreement without the prior written
consent of the State. Upon termination of this Agreement for any reason, Local Agency shall provide all
Work Product and State Materials to the State in a form and manner as directed by the State.
18.GOVERNMENTAL IMMUNITY
Liability for claims for injuries to persons or property arising from the negligence of the Parties, their departments,
boards, commissions committees, bureaus, offices, employees and officials shall be controlled and limited by the
provisions of the GIA; the Federal Tort Claims Act, 28 U.S.C. Pt. VI, Ch. 171 and 28 U.S.C. 1346(b), and the
State’s risk management statutes, §§24-30-1501, et seq. C.R.S.
19.STATEWIDE CONTRACT MANAGEMENT SYSTEM
If the maximum amount payable to Local Agency under this Agreement is $100,000 or greater, either on the
Effective Date or at anytime thereafter, this §19 shall apply. Local Agency agrees to be governed by and comply
with the provisions of §24-102-205, §24-102-206, §24-103-601, §24-103.5-101 and §24-105-102 C.R.S.
regarding the monitoring of vendor performance and the reporting of contract performance information in the
State’s contract management system (“Contract Management System” or “CMS”). Local Agency’s performance
shall be subject to evaluation and review in accordance with the terms and conditions of this Agreement, Colorado
statutes governing CMS, and State Fiscal Rules and State Controller policies.
20.GENERAL PROVISIONS
A.Assignment
Local Agency’s rights and obligations under this Agreement are personal and may not be transferred or
assigned without the prior, written consent of the State. Any attempt at assignment or transfer without such
consent shall be void. Any assignment or transfer of Local Agency’s rights and obligations approved by the
State shall be subject to the provisions of this Agreement
B.Subcontracts
Local Agency shall not enter into any subcontract in connection with its obligations under this Agreement
without the prior, written approval of the State. Local Agency shall submit to the State a copy of each such
subcontract upon request by the State. All subcontracts entered into by Local Agency in connection with this
Agreement shall comply with all applicable federal and state laws and regulations, shall provide that they are
governed by the laws of the State of Colorado, and shall be subject to all provisions of this Agreement.
C.Binding Effect
Except as otherwise provided in §20.A. all provisions of this Agreement, including the benefits and burdens,
shall extend to and be binding upon the Parties’ respective successors and assigns.
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 611 of 733
OLA #: 331002353
Routing #: 21-HA1-XC-00013
Document Builder Generated
Rev. 04/22/2020
Page 22 of 26
D. Authority
Each Party represents and warrants to the other that the execution and delivery of this Agreement and the
performance of such Party’s obligations have been duly authorized.
E. Captions and References
The captions and headings in this Agreement are for convenience of reference only, and shall not be used to
interpret, define, or limit its provisions. All references in this Agreement to sections (whether spelled out or
using the § symbol), subsections, exhibits or other attachments, are references to sections, subsections,
exhibits or other attachments contained herein or incorporated as a part hereof, unless otherwise noted.
F. Counterparts
This Agreement may be executed in multiple, identical, original counterparts, each of which shall be deemed
to be an original, but all of which, taken together, shall constitute one and the same agreement.
G. Entire Understanding
This Agreement represents the complete integration of all understandings between the Parties related to the
Work, and all prior representations and understandings related to the Work, oral or written, are merged into
this Agreement. Prior or contemporaneous additions, deletions, or other changes to this Agreement shall not
have any force or effect whatsoever, unless embodied herein.
H. Jurisdiction and Venue
All suits or actions related to this Agreement shall be filed and proceedings held in the State of Colorado and
exclusive venue shall be in the City and County of Denver.
I. Modification
Except as otherwise provided in this Agreement, any modification to this Agreement shall only be effective
if agreed to in a formal amendment to this Agreement, properly executed and approved in accordance with
applicable Colorado State law and State Fiscal Rules. Modifications permitted under this Agreement, other
than contract amendments, shall conform to the policies promulgated by the Colorado State Controller.
J. Statutes, Regulations, Fiscal Rules, and Other Authority.
Any reference in this Agreement to a statute, regulation, State Fiscal Rule, fiscal policy or other authority
shall be interpreted to refer to such authority then current, as may have been changed or amended since the
Effective Date of this Agreement.
K. Order of Precedence
In the event of a conflict or inconsistency between this Agreement and any exhibits or attachment such
conflict or inconsistency shall be resolved by reference to the documents in the following order of priority:
i. Colorado Special Provisions in the main body of this Agreement.
ii. The provisions of the other sections of the main body of this Agreement.
iii Exhibit A, Statement of Work.
iv. Exhibit D, Local Agency Resolution.
v. Exhibit C, Funding Provisions.
vi. Exhibit B, Sample Option Letter.
vii. Exhibit E, Local Agency Contract Administration Checklist.
viii. Other exhibits in descending order of their attachment.
L. Severability
The invalidity or unenforceability of any provision of this Agreement shall not affect the validity or
enforceability of any other provision of this Agreement, which shall remain in full force and effect, provided
that the Parties can continue to perform their obligations under this Agreement in accordance with the intent
of the Agreement.
M. Survival of Certain Agreement Terms
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 612 of 733
OLA #: 331002353
Routing #: 21-HA1-XC-00013
Document Builder Generated
Rev. 04/22/2020
Page 23 of 26
Any provision of this Agreement that imposes an obligation on a Party after termination or expiration of the
Agreement shall survive the termination or expiration of the Agreement and shall be enforceable by the other
Party.
N. Third Party Beneficiaries
Except for the Parties’ respective successors and assigns described in §20.C, this Agreement does not and is
not intended to confer any rights or remedies upon any person or entity other than the Parties. Enforcement
of this Agreement and all rights and obligations hereunder are reserved solely to the Parties. Any services or
benefits which third parties receive as a result of this Agreement are incidental to the Agreement, and do not
create any rights for such third parties.
O. Waiver
A Party’s failure or delay in exercising any right, power, or privilege under this Agreement, whether explicit
or by lack of enforcement, shall not operate as a waiver, nor shall any single or partial exercise of any right,
power, or privilege preclude any other or further exercise of such right, power, or privilege.
P. CORA Disclosure
To the extent not prohibited by federal law, this Agreement and the performance measures and standards
required under §24-103.5-101 C.R.S., if any, are subject to public release through the CORA.
Q. Standard and Manner of Performance
Local Agency shall perform its obligations under this Agreement in accordance with the highest standards of
care, skill and diligence in Local Agency’s industry, trade, or profession.
R. Licenses, Permits, and Other Authorizations.
Local Agency shall secure, prior to the Effective Date, and maintain at all times during the term of this
Agreement, at its sole expense, all licenses, certifications, permits, and other authorizations required to
perform its obligations under this Agreement, and shall ensure that all employees, agents and Subcontractors
secure and maintain at all times during the term of their employment, agency or subcontract, all license,
certifications, permits and other authorizations required to perform their obligations in relation to this
Agreement.
21. COLORADO SPECIAL PROVISIONS (COLORADO FISCAL RULE 3-3)
These Special Provisions apply to all contracts except where noted in italics.
A. STATUTORY APPROVAL. §24-30-202(1), C.R.S.
This Contract shall not be valid until it has been approved by the Colorado State Controller or designee. If
this Contract is for a Major Information Technology Project, as defined in §24-37.5-102(2.6), then this
Contract shall not be valid until it has been approved by the State’s Chief Information Officer or designee.
B. FUND AVAILABILITY. §24-30-202(5.5), C.R.S.
Financial obligations of the State payable after the current State Fiscal Year are contingent upon funds for
that purpose being appropriated, budgeted, and otherwise made available.
C. GOVERNMENTAL IMMUNITY.
Liability for claims for injuries to persons or property arising from the negligence of the State, its
departments, boards, commissions committees, bureaus, offices, employees and officials shall be controlled
and limited by the provisions of the Colorado Governmental Immunity Act, §24-10-101, et seq., C.R.S.; the
Federal Tort Claims Act, 28 U.S.C. Pt. VI, Ch. 171 and 28 U.S.C. 1346(b), and the State’s risk management
statutes, §§24-30-1501, et seq. C.R.S. No term or condition of this Contract shall be construed or interpreted
as a waiver, express or implied, of any of the immunities, rights, benefits, protections, or other provisions,
contained in these statutes.
D. INDEPENDENT CONTRACTOR
Contractor shall perform its duties hereunder as an independent contractor and not as an employee. Neither
Contractor nor any agent or employee of Contractor shall be deemed to be an agent or employee of the State.
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 613 of 733
OLA #: 331002353
Routing #: 21-HA1-XC-00013
Document Builder Generated
Rev. 04/22/2020
Page 24 of 26
Contractor shall not have authorization, express or implied, to bind the State to any agreement, liability or
understanding, except as expressly set forth herein. Contractor and its employees and agents are not
entitled to unemployment insurance or workers compensation benefits through the State and the State
shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees.
Contractor shall pay when due all applicable employment taxes and income taxes and local head taxes
incurred pursuant to this Contract. Contractor shall (i) provide and keep in force workers'
compensation and unemployment compensation insurance in the amounts required by law, (ii) provide
proof thereof when requested by the State, and (iii) be solely responsible for its acts and those of its
employees and agents.
E. COMPLIANCE WITH LAW.
Contractor shall comply with all applicable federal and State laws, rules, and regulations in effect or hereafter
established, including, without limitation, laws applicable to discrimination and unfair employment practices.
F. CHOICE OF LAW, JURISDICTION, AND VENUE.
Colorado law, and rules and regulations issued pursuant thereto, shall be applied in the interpretation,
execution, and enforcement of this Contract. Any provision included or incorporated herein by reference
which conflicts with said laws, rules, and regulations shall be null and void. All suits or actions related to this
Contract shall be filed and proceedings held in the State of Colorado and exclusive venue shall be in the City
and County of Denver.
G. PROHIBITED TERMS.
Any term included in this Contract that requires the State to indemnify or hold Contractor harmless; requires
the State to agree to binding arbitration; limits Contractor’s liability for damages resulting from death, bodily
injury, or damage to tangible property; or that conflicts with this provision in any way shall be void ab initio.
Nothing in this Contract shall be construed as a waiver of any provision of §24-106-109 C.R.S. Any term
included in this Contract that limits Contractor’s liability that is not void under this section shall apply only
in excess of any insurance to be maintained under this Contract, and no insurance policy shall be interpreted
as being subject to any limitations of liability of this Contract.
H. SOFTWARE PIRACY PROHIBITION.
State or other public funds payable under this Contract shall not be used for the acquisition, operation, or
maintenance of computer software in violation of federal copyright laws or applicable licensing restrictions.
Contractor hereby certifies and warrants that, during the term of this Contract and any extensions, Contractor
has and shall maintain in place appropriate systems and controls to prevent such improper use of public funds.
If the State determines that Contractor is in violation of this provision, the State may exercise any remedy
available at law or in equity or under this Contract, including, without limitation, immediate termination of
this Contract and any remedy consistent with federal copyright laws or applicable licensing restrictions.
I. EMPLOYEE FINANCIAL INTEREST/CONFLICT OF INTEREST. §§24-18-201 and 24-50-507,
C.R.S.
The signatories aver that to their knowledge, no employee of the State has any personal or beneficial interest
whatsoever in the service or property described in this Contract. Contractor has no interest and shall not
acquire any interest, direct or indirect, that would conflict in any manner or degree with the performance of
Contractor’s services and Contractor shall not employ any person having such known interests.
J. VENDOR OFFSET AND ERRONEOUS PAYMENTS. §§24-30-202(1) and 24-30-202.4, C.R.S.
[Not applicable to intergovernmental agreements] Subject to §24-30-202.4(3.5), C.R.S., the State Controller
may withhold payment under the State’s vendor offset intercept system for debts owed to State agencies for:
(i) unpaid child support debts or child support arrearages; (ii) unpaid balances of tax, accrued interest, or
other charges specified in §§39-21-101, et seq., C.R.S.; (iii) unpaid loans due to the Student Loan Division
of the Department of Higher Education; (iv) amounts required to be paid to the Unemployment Compensation
Fund; and (v) other unpaid debts owing to the State as a result of final agency determination or judicial action.
The State may also recover, at the State’s discretion, payments made to Contractor in error for any reason,
including, but not limited to, overpayments or improper payments, and unexpended or excess funds received
by Contractor by deduction from subsequent payments under this Contract, deduction from any payment due
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 614 of 733
OLA #: 331002353
Routing #: 21-HA1-XC-00013
Document Builder Generated
Rev. 04/22/2020
Page 25 of 26
under any other contracts, grants or agreements between the State and Contractor, or by any other appropriate
method for collecting debts owed to the State.
K. PUBLIC CONTRACTS FOR SERVICES. §§8-17.5-101, et seq., C.R.S.
[Not applicable to agreements relating to the offer, issuance, or sale of securities, investment advisory
services or fund management services, sponsored projects, intergovernmental agreements, or information
technology services or products and services] Contractor certifies, warrants, and agrees that it does not
knowingly employ or contract with an illegal alien who will perform work under this Contract and will
confirm the employment eligibility of all employees who are newly hired for employment in the United States
to perform work under this Contract, through participation in the E-Verify Program or the State verification
program established pursuant to §8-17.5-102(5)(c), C.R.S., Contractor shall not knowingly employ or
contract with an illegal alien to perform work under this Contract or enter into a contract with a Subcontractor
that fails to certify to Contractor that the Subcontractor shall not knowingly employ or contract with an illegal
alien to perform work under this Contract. Contractor (i) shall not use E-Verify Program or the program
procedures of the Colorado Department of Labor and Employment (“Department Program”) to undertake
pre-employment screening of job applicants while this Contract is being performed, (ii) shall notify the
Subcontractor and the contracting State agency or institution of higher education within 3 days if Contractor
has actual knowledge that a Subcontractor is employing or contracting with an illegal alien for work under
this Contract, (iii) shall terminate the subcontract if a Subcontractor does not stop employing or contracting
with the illegal alien within 3 days of receiving the notice, and (iv) shall comply with reasonable requests
made in the course of an investigation, undertaken pursuant to §8-17.5-102(5), C.R.S., by the Colorado
Department of Labor and Employment. If Contractor participates in the Department program, Contractor
shall deliver to the contracting State agency, Institution of Higher Education or political subdivision, a
written, notarized affirmation, affirming that Contractor has examined the legal work status of such
employee, and shall comply with all of the other requirements of the Department program. If Contractor fails
to comply with any requirement of this provision or §§8-17.5-101, et seq., C.R.S., the contracting State
agency, institution of higher education or political subdivision may terminate this Contract for breach and, if
so terminated, Contractor shall be liable for damages.
L. PUBLIC CONTRACTS WITH NATURAL PERSONS. §§24-76.5-101, et seq., C.R.S.
Contractor, if a natural person eighteen (18) years of age or older, hereby swears and affirms under penalty
of perjury that Contractor (i) is a citizen or otherwise lawfully present in the United States pursuant to federal
law, (ii) shall comply with the provisions of §§24-76.5-101, et seq., C.R.S., and (iii) has produced one form
of identification required by §24-76.5-103, C.R.S. prior to the Effective Date of this Contract.
Revised 11-1 -18
22. FEDERAL REQUIREMENTS
Local Agency and/or their contractors, subcontractors, and consultants shall at all times during the execution of
this Agreement strictly adhere to, and comply with, all applicable federal and State laws, and their implementing
regulations, as they currently exist and may hereafter be amended. A summary of applicable federal provisions
are attached hereto as Exhibit F, Exhibit I, Exhibit J, Exhibit K and Exhibit M are hereby incorporated by this
reference.
23. DISADVANTAGED BUSINESS ENTERPRISE (DBE)
Local Agency will comply with all requirements of Exhibit G and Local Agency Contract Administration
Checklist regarding DBE requirements for the Work, except that if Local Agency desires to use its own DBE
program to implement and administer the DBE provisions of 49 C.F.R. Part 26 under this Agreement, it must
submit a copy of its program’s requirements to the State for review and approval before the execution of this
Agreement. If Local Agency uses any State- approved DBE program for this Agreement, Local Agency shall be
solely responsible to defend that DBE program and its use of that program against all legal and other challenges
or complaints, at its sole cost and expense. Such responsibility includes, without limitation, determinations
concerning DBE eligibility requirements and certification, adequate legal and factual bases for DBE goals and
good faith efforts. State approval (if provided) of Local Agency’s DBE program does not waive or modify the
sole responsibility of Local Agency for use of its program.
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 615 of 733
OLA #: 331002353
Routing #: 21-HA1-XC-00013
Document Builder Generated
Rev. 04/22/2020
Page 26 of 26
24. DISPUTES
Except as otherwise provided in this Agreement, any dispute concerning a question of fact arising under this
Agreement which is not disposed of by agreement shall be decided by the Chief Engineer of the Department of
Transportation. The decision of the Chief Engineer will be final and conclusive unless, within 30 calendar days
after the date of receipt of a copy of such written decision, Local Agency mails or otherwise furnishes to the State
a written appeal addressed to the Executive Director of CDOT. In connection with any appeal proceeding under
this clause, Local Agency shall be afforded an opportunity to be heard and to offer evidence in support of its
appeal. Pending final decision of a dispute hereunder, Local Agency shall proceed diligently with the performance
of this Agreement in accordance with the Chief Engineer’s decision. The decision of the Executive Director or
his duly authorized representative for the determination of such appeals shall be final and conclusive and serve
as final agency action. This dispute clause does not preclude consideration of questions of law in connection with
decisions provided for herein. Nothing in this Agreement, however, shall be construed as making final the
decision of any administrative official, representative, or board on a question of law.
THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 616 of 733
Exhibit A – Page 1 of 1
EXHIBIT A
SCOPE OF WORK
Dartmouth Traffic Calming Corridor
M395-022
SubAccount# 24186
Dartmouth Ave is the Englewood collector with highest crash rates. This segment includes new bike lanes,
multiple vertical curve and school-age facilities, increasing safety concerns.
This safety project on Dartmouth Ave: Broadway to University is planning to install the following improvements:
a)Replace existing signals with mini-roundabout at both Logan & Downing. Although there is no crash
pattern, Clarkson would be converted to a mini-roundabout as well for corridor consistency and to
reinforce traffic calming.
b)Build curb extension at approximately six intersections throughout the corridor. This will aid in traffic
calming/reduced speeds to support the mini-roundabouts (as they will not have deflection geometry) and
supplement multi-modal safety as a whole.
c)Install approximately 500’ missing sidewalk on north side of Dartmouth Ave in the vicinity of Dartmouth
Circle.
Other minor traffic calming and complete street design element will be included within these limits to support the
overall goal of safety reduction.
Additional information is available on the awarded HSIP application including conceptual drawings.
The awarded funding will be applied to both design and construction phases.
THE REST OF THIS PAGE INTENTIONALLY LEFT BLANK
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 617 of 733
Exhibit B - Page 1 of 2
EXHIBIT B
SAMPLE IGA OPTION LETTER
Date State Fiscal Year Option Letter No.
Project Code Original Agreement #
Vendor Name:
Option to unilaterally add phasing to include Design, Construction, Environmental, Utilities,
ROW incidentals or Miscellaneous and to update encumbrance amount(s).
Option to unilaterally transfer funds from one phase to another phase.
Option to unilaterally add phasing to include Design, Construction, Environmental, Utilities,
ROW incidentals or Miscellaneous, to update encumbrance amount(s), and to unilaterally
transfer funds from one phase to another phase.
Option to unilaterally extend the performance of this Agreement and/or update a Work Phase
Performance Period.
Option A
In accordance with the terms of the original Agreement between the State of Colorado,
Department of Transportation and the Local Agency), the State hereby exercises the option to
authorize the Local Agency to add a phase and to encumber funds for the phase based on changes
in funding availability and authorization. The total encumbrance is (or increased) by $0.00. A
new Exhibit C-1 is made part of the original Agreement and replaces Exhibit C.
Option B
In accordance with the terms of the original Agreement between the State of Colorado,
Department of Transportation and the Local Agency, the State hereby exercises the option to
transfer funds based on variance in actual phase costs and original phase estimates. A new Exhibit
C-1 is made part of the original Agreement and replaces Exhibit C.
Option C
In accordance with the terms of the original Agreement between the State of Colorado,
Department of Transportation and the Local Agency, the State hereby exercises the option to 1)
release the Local Agency to begin a phase; 2) to encumber funds for the phase based upon
changes in funding availability and authorization; and 3) to transfer funds from phases based on
variance in actual phase costs and original phase estimates. A new Exhibit C-1 is made part of
the original Agreement and replaces Exhibit C.
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 618 of 733
Exhibit B - Page 2 of 2
Option D
In accordance with the terms of the original Agreement between the State of Colorado,
Department of Transportation and the Local Agency, the State hereby exercises the option extend
the performance of this Agreement and/or update a Work Phase Performance Period.
The total encumbrance as a result of this option and all previous options and/or amendments is
now $0.00, as referenced in Exhibit C-1. The total budgeted funds to satisfy services/goods
ordered under the Agreement remains the same: as referenced in Exhibit C-1.
The effective date of this option letter is upon approval of the State Controller or delegate.
STATE OF COLORADO
Jared S. Polis
Department of Transportation
By: ___________________________________________
Stephen Harelson, P.E., Chief Engineer
(For) Shoshana M. Lew, Executive Director
Date: _________________________________________
ALL AGREEMENTS MUST BE APPROVED BY THE STATE CONTROLLER
STATE OF COLORADO
STATE CONTROLLER
Robert Jaros, CPA, MBA, JD
By: ______________________________________
Colorado Department of Transportation
Date:__________________________________
CRS §24-30-202 requires the State Controller to approve all State Agreements. This Agreement is not valid until
signed and dated below by the State Controller or delegate. Contractor is not authorized to begin performance
until such time. If the Local Agency begins performing prior thereto, the State of Colorado is not obligated to
pay the Local Agency for such performance or for any goods and/or services provided hereunder.
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 619 of 733
Exhibit C – Page 1 of 2
EXHIBIT C
FUNDING PROVISIONS
EXHIBIT C – FUNDING PROVISIONS FSA M395-022 (24186)
A.Cost of Work Estimate
The Local Agency has estimated the total cost the Work to be $1,200,000.00, which is to be funded as follows:
1.
a.
BUDGETED FUNDS
Federal Funds
(90.00% of Participating Costs)
$1,080,000.00
b.Local Agency Matching Funds
(10.00% of Participating Costs)
$120,000.00
TOTAL BUDGETED FUNDS $1,200,000.00
2.OMB UNIFORM GUIDANCE
a.Federal Award Identification Number (FAIN):TBD
b.Federal Award Date (also Phase Performance Start Date):See Below
c.Amount of Federal Funds Obligated:$0.00
d.Total Amount of Federal Award:$1,080,000.00
e. Name of Federal Awarding Agency:FHWA
g.Is the Award for R&D?No
h.Indirect Cost Rate (if applicable)N/A
3. ESTIMATED PAYMENT TO LOCAL AGENCY
a.Federal Funds Budgeted $1,080,000.00
b.Less Estimated Federal Share of CDOT-Incurred Costs $0.00
TOTAL ESTIMATED PAYMENT TO LOCAL AGENCY $1,080,000.00
4.FOR CDOT ENCUMBRANCE PURPOSES
a.Total Encumbrance Amount $1,200,000.00
b.Less ROW Acquisition 3111 and/or ROW Relocation 3109 $0.00
Net to be encumbered as follows: $1,200,000.00
NOTE: No funds are currently available. Design and Construction funds will become available after execution of
an Option Letter or formal Amendment.
WBS Element 24186.10.30 Performance Period Start*/End Date
N/A / N/A
Design 3020 $0.00
WBS Element 24186.20.10 Performance Period Start*/End Date
TBD / TBD
Const. 3300 $0.00
*The Local Agency should not begin work until all three of the following are in place: 1) Phase Performance
Period Start Date; 2) the execution of the document encumbering funds for the respective phase; and 3) Local
Agency receipt of the official Notice to Proceed. Any work performed before these three milestones are
achieved will not be reimbursable.
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 620 of 733
Exhibit C - Page 2 of 2
B.Matching Funds
The matching ratio for the federal participating funds for this Work is 90.00% federal-aid funds to 10.00%
Local Agency funds, it being understood that such ratio applies only to the $1,200,000.00 that is eligible for
federal participation, it being further understood that all non-participating costs are borne by the Local
Agency at 100%. If the total participating cost of performance of the Work exceeds $1,200,000.00, and
additional federal funds are made available for the Work, the Local Agency shall pay 10.00% of all such
costs eligible for federal participation and 100% of all non-participating costs; if additional federal funds
are not made available, the Local Agency shall pay all such excess costs. If the total participating cost of
performance of the Work is less than $1,200,000.00, then the amounts of Local Agency and federal-aid
funds will be decreased in accordance with the funding ratio described herein. The performance of the Work
shall be at no cost to the State.
C.Maximum Amount Payable
The maximum amount payable to the Local Agency under this Agreement shall be $1,200,000.00 (for CDOT
accounting purposes, the federal funds of $1,080,000.00 and the Local Agency matching funds of
$120,000.00 will be encumbered for a total encumbrance of $1,200,000.00), unless such amount is increased
by an appropriate written modification to this Agreement executed before any increased cost is incurred.
It is understood and agreed by the parties hereto that the total cost of the Work stated hereinbefore is the
best estimate available, based on the design data as approved at the time of execution of this Agreement, and
that such cost is subject to revisions (in accord with the procedure in the previous sentence) agreeable to
the parties prior to bid and award.
The maximum amount payable shall be reduced without amendment when the actual amount of the Local
Agency’s awarded contract is less than the budgeted total of the federal participating funds and the Local
Agency matching funds. The maximum amount payable shall be reduced through the execution of an Option
Letter as described in Section 7. E. of this contract.
D.Single Audit Act Amendment
All state and local government and non-profit organizations receiving $750,000 or more from all funding
sources defined as federal financial assistance for Single Audit Act Amendment purposes shall comply with
the audit requirements of 2 CFR part 200, subpart F (Audit Requirements) see also, 49 C.F.R. 18.20 through
18.26. The Single Audit Act Amendment requirements applicable to the Local Agency receiving federal
funds are as follows:
i.Expenditure less than $750,000
If the Local Agency expends less than $750,000 in Federal funds (all federal sources, not just
Highway funds) in its fiscal year then this requirement does not apply.
ii.Expenditure of $750,000 or more-Highway Funds Only
If the Local Agency expends $750,000 or more, in Federal funds, but only received federal
Highway funds (Catalog of Federal Domestic Assistance, CFDA 20.205) then a program
specific audit shall be performed. This audit will examine the “financial” procedures and
processes for this program area.
iii.Expenditure of $750,000 or more-Multiple Funding Sources
If the Local Agency expends $750,000 or more in Federal funds, and the Federal funds are
from multiple sources (FTA, HUD, NPS, etc.) then the Single Audit Act applies, which is
an audit on the entire organization/entity.
iv.Independent CPA
Single Audit shall only be conducted by an independent CPA, not by an auditor on staff. An
audit is an allowable direct or indirect cost.
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 621 of 733
Exhibit D - Page 1 of 1
EXHIBIT D
LOCAL AGENCY RESOLUTION (IF APPLICABLE)
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 622 of 733
CDOT Form 1243 3/16 Page 1 of 4 Previous editions are obsolete and may not be used.
COLORADO DEPARTMENT OF TRANSPORTATION LOCAL AGENCY CONTRACT ADMINISTRATION CHECKLIST
Project No.
M395-022
STIP No. Project Code
24186
Region
1
Project Location
Englewood, CO
Date
10/19/2020
Project Description
Dartmouth Traffic Calming Corridor
Local Agency
City of Englewood
Local Agency Project Manager
Sara Siggue
CDOT Resident Engineer
Nick Cheng
CDOT Project Manager
Madison Burdt
INSTRUCTIONS:
This checklist shall be utilized to establish the contract administration responsibilities of the individual parties to this agreement.
The checklist becomes an attachment to the Local Agency agreement. Section numbers correspond to the applicable chapters
of the CDOT Local Agency Manual.
The checklist shall be prepared by placing an "X" under the responsible party, opposite each of the tasks. The “X” denotes the
party responsible for initiating and executing the task. Only one responsible party should be selected. When neither CDOT nor
the Local Agency is responsible for a task, not applicable (NA) shall be noted. In addition, a “#” will denote that CDOT must
concur or approve.
Tasks that will be performed by Headquarters staff will be indicated. The Regions, in accordance with established policies and
procedures, will determine who will perform all other tasks that are the responsibility of CDOT.
The checklist shall be prepared by the CDOT Resident Engineer or the CDOT Project Manager, in cooperation with the Local
Agency Project Manager, and submitted to the Region Program Engineer. If contract administration responsibilities change, the
CDOT Resident Engineer, in cooperation with the Local Agency Project Manager, will prepare and distribute a revised checklist.
Note:
Failure to comply with applicable Federal and State requirements may result in the loss of Federal or State participation in
funding.
NO. DESCRIPTION OF TASK
RESPONSIBLE
PARTY
LA CDOT
TIP / STIP AND LONG-RANGE PLANS
2.1 Review Project to ensure it is consistent with STIP and amendments thereto X
FEDERAL FUNDING OBLIGATION AND AUTHORIZATION
4.1 Authorize funding by phases (CDOT Form 418 - Federal-aid Program Data. Requires FHWA
concurrence/involvement) X
PROJECT DEVELOPMENT
5.1 Prepare Design Data - CDOT Form 463 X
5.2 Prepare Local Agency/CDOT Inter-Governmental Agreement (see also Chapter 3) X
5.3 Conduct Consultant Selection/Execute Consultant Agreement
•Project Development
•Construction Contract Administration (including Fabrication Inspection Services)
X
5.4 Conduct Design Scoping Review Meeting X
5.5 Conduct Public Involvement X
5.6 Conduct Field Inspection Review (FIR) X
5.7 Conduct Environmental Processes (may require FHWA concurrence/involvement) X X
5.8 Acquire Right-of-Way (may require FHWA concurrence/involvement) X
5.9 Obtain Utility and Railroad Agreements X
5.10 Conduct Final Office Review (FOR) X
5.11 Justify Force Account Work by the Local Agency X
Exhibit E - Page 1 of 4
EXHIBIT E LOCAL AGENCY AGREEMENT ADMINISTRATION CHECKLIST
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 623 of 733
CDOT Form 1243 3/16 Page 2 of 4 Previous editions are obsolete and may not be used.
NO. DESCRIPTION OF TASK
RESPONSIBLE
PARTY
LA CDOT
5.12 Justify Proprietary, Sole Source, or Local Agency Furnished Items X
5.13 Document Design Exceptions - CDOT Form 464 X
5.14 Prepare Plans, Specifications, Construction Cost Estimates and Submittals X
5.15 Ensure Authorization of Funds for Construction X
PROJECT DEVELOPMENT CIVIL RIGHTS AND LABOR COMPLIANCE
6.1 Set Disadvantaged Business Enterprise (DBE) Goals for Consultant and Construction
Contracts (CDOT Region EEO/Civil Rights Specialist).
X
6.2 Determine Applicability of Davis-Bacon Act
This project is is not exempt from Davis-Bacon requirements as determined by the
functional classification of the project location (Projects located on local roads and rural
minor collectors may be exempt.)
CDOT Resident Engineer (Signature on File) Date
X
6.3 Set On-the-Job Training Goals (CDOT Region EEO/Civil Rights Specialist) X
6.4 Title VI Assurances X
Ensure the correct Federal Wage Decision, all required Disadvantaged Business
Enterprise/On-the-Job Training special provisions and FHWA Form 1273 are included in the
Contract (CDOT Resident Engineer)
X
ADVERTISE, BID AND AWARD of CONSTRUCTION PROJECTS
7.1 Obtain Approval for Advertisement Period of Less Than Three Weeks N/A
7.2 Advertise for Bids X
7.3 Distribute “Advertisement Set” of Plans and Specifications X
7.4 Review Worksite and Plan Details with Prospective Bidders While Project Is Under
Advertisement
X
7.5 Open Bids X
7.6 Process Bids for Compliance
Check CDOT Form 1415 – Commitment Confirmation when the low bidder meets DBE goals X
Evaluate CDOT Form 1416 - Good Faith Effort Report and determine if the Contractor has
made a good faith effort when the low bidder does not meet DBE goals X
Submit required documentation for CDOT award concurrence X
7.7 Concurrence from CDOT to Award X
7.8 Approve Rejection of Low Bidder X
7.9 Award Contract X
7.10 Provide “Award” and “Record” Sets of Plans and Specifications X
CONSTRUCTION MANAGEMENT
8.1 Issue Notice to Proceed to the Contractor X
8.2 Project Safety X
8.3 Conduct Conferences:
Pre-Construction Conference (Appendix B)
•Fabrication Inspection Notifications X
Pre-survey
•Construction staking
•Monumentation
X
Partnering (Optional) X
Structural Concrete Pre-Pour (Agenda is in CDOT Construction Manual) X X
Concrete Pavement Pre-Paving (Agenda is in CDOT Construction Manual) X X
HMA Pre-Paving (Agenda is in CDOT Construction Manual) X
8.4 Develop and distribute Public Notice of Planned Construction to media and local residents X
8.5 Supervise Construction
A Professional Engineer (PE) registered in Colorado, who will be “in responsible charge of
construction supervision.”
Tim Hoos, PE (303) 762-2503
Local Agency Professional Engineer or Phone number
CDOT Resident Engineer
X
11/12/2020
Exhibit E - Page 2 of 4
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 624 of 733
CDOT Form 1243 3/16 Page 3 of 4 Previous editions are obsolete and may not be used.
NO. DESCRIPTION OF TASK
RESPONSIBLE
PARTY
LA CDOT
Provide competent, experienced staff who will ensure the Contract work is constructed in
accordance with the plans and specifications X
Construction inspection and documentation X
Fabrication Inspection and documentation X
8.6 Approve Shop Drawings X
8.7 Perform Traffic Control Inspections X
8.8 Perform Construction Surveying X
8.9 Monument Right-of-Way X
8.10 Prepare and Approve Interim and Final Contractor Pay Estimates. Collect and review CDOT
Form 1418 (or equivalent)
Provide the name and phone number of the person authorized for this task.
Sara Siggue (303) 762-2525
Local Agency Representative Phone number
X
8.11 Prepare and Approve Interim and Final Utility and Railroad Billings X
8.12 Prepare and Authorize Change Orders X
8.13 Submit Change Order Package to CDOT X
8.14 Prepare Local Agency Reimbursement Requests X
8.15 Monitor Project Financial Status X
8.16 Prepare and Submit Monthly Progress Reports X
8.17 Resolve Contractor Claims and Disputes X
8.18 Conduct Routine and Random Project Reviews
Provide the name and phone number of the person responsible for this task.
Nick Cheng (303)-512-5453
CDOT Resident Engineer Phone number
X
8.19 Ongoing Oversight of DBE Participation X
MATERIALS
9.1 Discuss Materials at Pre-Construction Meeting
•Buy America documentation required prior to installation of steel
X
9.2 Complete CDOT Form 250 - Materials Documentation Record
•Generate form, which includes determining the minimum number of required tests and
applicable material submittals for all materials placed on the project
•Update the form as work progresses
•Complete and distribute form after work is completed
X
9.3 Perform Project Acceptance Samples and Tests X
9.4 Perform Laboratory Verification Tests X
9.5 Accept Manufactured Products
Inspection of structural components:
•Fabrication of structural steel and pre-stressed concrete structural components
•Bridge modular expansion devices (0” to 6” or greater)
•Fabrication of bearing devices
X X
9.6 Approve Sources of Materials X
9.7 Independent Assurance Testing (IAT), Local Agency Procedures CDOT Procedures
•Generate IAT schedule
•Schedule and provide notification
•Conduct IAT
X
9.8 Approve mix designs
•Concrete
•Hot mix asphalt
X
9.9 Check Final Materials Documentation X X
9.10 Complete and Distribute Final Materials Documentation X
CONSTRUCTION CIVIL RIGHTS AND LABOR COMPLIANCE
Exhibit E - Page 3 of 4
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 625 of 733
CDOT Form 1243 3/16 Page 4 of 4 Previous editions are obsolete and may not be used.
NO. DESCRIPTION OF TASK
RESPONSIBLE
PARTY
LA CDOT
10.1 Fulfill Project Bulletin Board and Pre-Construction Packet Requirements X
10.2 Process CDOT Form 205 - Sublet Permit Application
Review and sign completed CDOT Form 205 for each subcontractor, and submit to
EEO/Civil Rights Specialist
X
10.3 Conduct Equal Employment Opportunity and Labor Compliance Verification Employee
Interviews. Complete CDOT Form 280
X
10.4 Monitor Disadvantaged Business Enterprise Participation to Ensure Compliance with the
“Commercially Useful Function” Requirements
X
10.5 Conduct Interviews When Project Utilizes On-the-Job Trainees.
•Complete CDOT Form 1337 – Contractor Commitment to Meet OJT Requirements.
•Complete CDOT Form 838 – OJT Trainee / Apprentice Record.
•Complete CDOT Form 200 - OJT Training Questionnaire
X
10.6 Check Certified Payrolls (Contact the Region EEO/Civil Rights Specialists for training requirements.) X
10.7 Submit FHWA Form 1391 - Highway Construction Contractor’s Annual EEO Report X
FINALS
11.1 Conduct Final Project Inspection. Complete and submit CDOT Form 1212 - Final
Acceptance Report (Resident Engineer with mandatory Local Agency participation.)
X
11.2 Write Final Project Acceptance Letter X
11.3 Advertise for Final Settlement X
11.4 Prepare and Distribute Final As-Constructed Plans X
11.5 Prepare EEO Certification and Collect EEO Forms X X
11.6 Check Final Quantities, Plans, and Pay Estimate; Check Project Documentation; and submit
Final Certifications
X
11.7 Check Material Documentation and Accept Final Material Certification (See Chapter 9) X
11.8 Obtain CDOT Form 1419 from the Contractor and Submit to the CDOT Project Manager X
11.9 (FHWA Form 47 discontinued)
11.10 Complete and Submit CDOT Form 1212 – Final Acceptance Report (by CDOT) X
11.11 Process Final Payment X
11.12 Complete and Submit CDOT Form 950 - Project Closure X
11.13 Retain Project Records for Six Years from Date of Project Closure X
11.14 Retain Final Version of Local Agency Contract Administration Checklist X
cc: CDOT Resident Engineer/Project Manager
CDOT Region Program Engineer
CDOT Region EEO/Civil Rights Specialist
CDOT Region Materials Engineer
CDOT Contracts and Market Analysis Branch
Local Agency Project Manager
Exhibit E - Page 4 of 4
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 626 of 733
Exhibit F - Page 1 of 1
EXHIBIT F
CERTIFICATION FOR FEDERAL-AID CONTRACTS
The Local Agency certifies, by signing this Agreement, to the best of its knowledge and belief, that:
No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for
influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or
employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal loan,
the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification
of any Federal contract, Agreement, loan, or cooperative agreement.
If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or
attempting to influence an officer of Congress, or an employee of a Member of Congress in connection with this Federal
contract, Agreement, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL,
"Disclosure Form to Report Lobbying," in accordance with its instructions.
This certification is a material representation of fact upon which reliance was placed when this transaction was made or
entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by
Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty
of not less than $10,000 and not more than $100,000 for each such failure.
The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the
language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such sub-
recipients shall certify and disclose accordingly.
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 627 of 733
Exhibit G - Page 1 of 1
EXHIBIT G
DISADVANTAGED BUSINESS ENTERPRISE
SECTION 1. Policy.
It is the policy of the Colorado Department of Transportation (CDOT) that disadvantaged business enterprises shall have
the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds
under this agreement, pursuant to 49 CFR Part 26. Consequently, the 49 CFR Part IE DBE requirements the Colorado
Department of Transportation DBE Program (or a Local Agency DBE Program approved in advance by the State) apply
to this agreement.
SECTION 2. DBE Obligation.
The recipient or its the Local Agency agrees to ensure that disadvantaged business enterprises as determined by the Office
of Certification at the Colorado Department of Regulatory Agencies have the maximum opportunity to participate in the
performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this agreement.
In this regard, all participants or contractors shall take all necessary and reasonable steps in accordance with the CDOT
DBE program (or a Local Agency DBE Program approved in advance by the State) to ensure that disadvantaged business
enterprises have the maximum opportunity to compete for and perform contracts. Recipients and their contractors shall
not discriminate on the basis of race, color, national origin, or sex in the award and performance of CDOT assisted
contracts.
SECTION 3 DBE Program.
The Local Agency (sub-recipient) shall be responsible for obtaining the Disadvantaged Business Enterprise Program of
the Colorado Department of Transportation, 1988, as amended, and shall comply with the applicable provisions of the
program. (If applicable).
A copy of the DBE Program is available from and will be mailed to the Local Agency upon request: Business
Programs Office
Colorado Department of Transportation 2829 West Howard Place
Denver, Colorado 80204
Phone: (303) 757-9007
REVISED 1/22/98 REQUIRED BY 49 CFR PART 26
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 628 of 733
Exhibit H - Page 1 of 2
EXHIBIT H
LOCAL AGENCY PROCEDURES FOR CONSULTANT SERVICES
Title 23 Code of Federal Regulations (CFR) 172 applies to a federally funded Local Agency project agreement
administered by CDOT that involves professional consultant services. 23 CFR 172.1 states “The policies and
procedures involve federally funded contracts for engineering and design related services for projects subject to the
provisions of 23 U.S.C. 112(a) and are issued to ensure that a qualified consultant is obtained through an equitable
selection process, that prescribed work is properly accomplished in a timely manner, and at fair and reasonable cost”
and according to 23 CFR 172.5 “Price shall not be used as a factor in the analysis and selection phase.” Therefore,
local agencies must comply with these CFR requirements when obtaining professional consultant services under a
federally funded consultant contract administered by CDOT.
CDOT has formulated its procedures in Procedural Directive (P.D.) 400.1 and the related operations guidebook titled
"Obtaining Professional Consultant Services". This directive and guidebook incorporate requirements from both Federal
and State regulations, i.e., 23 CFR 172 and CRS §24-30-1401 et seq. Copies of the directive and the guidebook may be
obtained upon request from CDOT's Agreements and Consultant Management Unit. [Local agencies should have their
own written procedures on file for each method of procurement that addresses the items in 23 CFR 172].
Because the procedures and laws described in the Procedural Directive and the guidebook are quite lengthy, the
subsequent steps serve as a short-hand guide to CDOT procedures that a Local Agency must follow in obtaining
professional consultant services. This guidance follows the format of 23 CFR 172. The steps are:
1. The contracting Local Agency shall document the need for obtaining professional services.
2. Prior to solicitation for consultant services, the contracting Local Agency shall develop a detailed scope of
work and a list of evaluation factors and their relative importance. The evaluation factors are those identified in
C.R.S. 24-30-1403. Also, a detailed cost estimate should be prepared for use during negotiations.
3. The contracting agency must advertise for contracts in conformity with the requirements of C.R.S. 24-30-
1405. The public notice period, when such notice is required, is a minimum of 15 days prior to the selection of
the three most qualified firms and the advertising should be done in one or more daily newspapers of general
circulation.
4. The Local Agency shall not advertise any federal aid contract without prior review by the CDOT Regional
Civil Rights Office (RCRO) to determine whether the contract shall be subject to a DBE contract goal. If the
RCRO determines a goal is necessary, then the Local Agency shall include the goal and the applicable provisions
within the advertisement. The Local Agency shall not award a contract to any Contractor or Consultant without
the confirmation by the CDOT Civil Rights and Business Resource Center that the Contractor or Consultant has
demonstrated good faith efforts. The Local Agency shall work with the CDOT RCRO to ensure compliance with
the established terms during the performance of the contract.
5. The Local Agency shall require that all contractors pay subcontractors for satisfactory performance of work
no later than 30 days after the receipt of payment for that work from the contractor. For construction projects, this
time period shall be reduced to seven days in accordance with Colorado Revised Statute 24-91-103(2). If the Local
Agency withholds retainage from contractors and/or allows contractors to withhold retainage from
subcontractors, such retainage provisions must comply with 49 CFR 26.29.
6. Payments to all Subconsultants shall be made within thirty days of receipt of payment from [the Local
Agency] or no later than ninety days from the date of the submission of a complete invoice from the
Subconsultant, whichever occurs first. If the Consultant has good cause to dispute an amount invoiced by a
Subconsultant, the Consultant shall notify [the Local Agency] no later than the required date for payment. Such
notification shall include the amount disputed and justification for the withholding. The Consultant shall
maintain records of payment that show amounts paid to all Subconsultants. Good cause does not include the
Consultant’s failure to submit an invoice to the Local Agency or to deposit payments made.
7. The analysis and selection of the consultants shall be done in accordance with CRS §24-30-1403. This section
of the regulation identifies the criteria to be used in the evaluation of CDOT pre-qualified prime consultants and
their team. It also shows which criteria are used to short-list and to make a final selection.
The short-list is based on the following evaluation factors:
a. Qualifications,
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 629 of 733
Exhibit H - Page 2 of 2
b. Approach to the Work,
c. Ability to furnish professional services.
d. Anticipated design concepts, and
e. Alternative methods of approach for furnishing the professional services. Evaluation factors for final
selection are the consultant's:
a. Abilities of their personnel,
b. Past performance,
c. Willingness to meet the time and budget requirement,
d. Location,
e. Current and projected work load,
f. Volume of previously awarded contracts, and
g. Involvement of minority consultants.
8. Once a consultant is selected, the Local Agency enters into negotiations with the consultant to obtain a fair
and reasonable price for the anticipated work. Pre-negotiation audits are prepared for contracts expected to be
greater than $50,000. Federal reimbursements for costs are limited to those costs allowable under the cost
principles of 48 CFR 31. Fixed fees (profit) are determined with consideration given to size, complexity, duration,
and degree of risk involved in the work. Profit is in the range of six to 15 percent of the total direct and indirect
costs.
9. A qualified Local Agency employee shall be responsible and in charge of the Work to ensure that the work
being pursued is complete, accurate, and consistent with the terms, conditions, and specifications of the contract.
At the end of Work, the Local Agency prepares a performance evaluation (a CDOT form is available) on the
consultant.
CRS §§24-30-1401 THROUGH 24-30-1408, 23 CFR PART 172, AND P.D. 400.1, PROVIDE ADDITIONAL
DETAILS FOR COMPLYING WITH THE PRECEEDING EIGHT (8) STEPS.
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 630 of 733
Exhibit I - Page 1 of 11
FHWA-1273 -- Revised May 1, 2012
EXHIBIT I
FEDERAL-AID CONTRACT PROVISIONS FOR CONSTRUCTION CONTRACTS
I. General
II. Nondiscrimination
III. Nonsegregated Facilities
IV. Davis-Bacon and Related Act Provisions
V. Contract Work Hours and Safety Standards Act
Provisions
VI. Subletting or Assigning the Contract
VII. Safety: Accident Prevention
VIII. False Statements Concerning Highway Projects
IX. Implementation of Clean Air Act and Federal Water
Pollution Control Act
X. Compliance with Government wide Suspension and
Debarment Requirements
XI. Certification Regarding Use of Contract Funds for
Lobbying
ATTACHMENTS
A. Employment and Materials Preference for Appalachian
Development Highway System or Appalachian Local Access Road
Contracts (included in Appalachian contracts only)
I. GENERAL
1. Form FHWA-1273 must be physically incorporated in each
construction contract funded under Title 23 (excluding emergency
contracts solely intended for debris removal). The contractor (or
subcontractor) must insert this form in each subcontract and further
require its inclusion in all lower tier subcontracts (excluding purchase
orders, rental agreements and other agreements for supplies or
services).
The applicable requirements of Form FHWA-1273 are incorporated by
reference for work done under any purchase order, rental agreement or
agreement for other services. The prime contractor shall be responsible
for compliance by any subcontractor, lower-tier subcontractor or
service provider.
Form FHWA-1273 must be included in all Federal-aid design- build
contracts, in all subcontracts and in lower tier subcontracts (excluding
subcontracts for design services, purchase orders, rental agreements
and other agreements for supplies or services). The design-builder
shall be responsible for compliance by any subcontractor, lower-tier
subcontractor or service provider.
Contracting agencies may reference Form FHWA-1273 in bid
proposal or request for proposal documents, however, the Form
FHWA-1273 must be physically incorporated (not referenced) in all
contracts, subcontracts and lower-tier subcontracts (excluding
purchase orders, rental agreements and other agreements for supplies
or services related to a construction contract).
2. Subject to the applicability criteria noted in the following sections,
these contract provisions shall apply to all work performed on the
contract by the contractor's own organization and with the assistance
of workers under the contractor's immediate superintendence and to
all work performed on the contract by piecework, station work, or by
subcontract.
3. A breach of any of the stipulations contained in these Required Contract
Provisions may be sufficient grounds for withholding of progress payments,
withholding of final payment, termination of the contract, suspension/debarment
or any other action determined to be appropriate by the contracting agency and
FHWA.
4. Selection of Labor: During the performance of this contract, the contractor
shall not use convict labor for any purpose within the limits of a construction
project on a Federal-aid highway unless it is labor performed by convicts who
are on parole, supervised release, or probation. The term Federal-aid highway
does not include roadways functionally classified as local roads or rural minor
collectors.
II. NONDISCRIMINATION
The provisions of this section related to 23 CFR Part 230 are applicable to all
Federal-aid construction contracts and to all related construction subcontracts of
$10,000 or more. The provisions of 23 CFR Part 230 are not applicable to
material supply, engineering, or architectural service contracts.
In addition, the contractor and all subcontractors must comply with the following
policies: Executive Order 11246, 41 CFR 60, 29 CFR 1625-1627, Title 23 USC
Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Title VI
of the Civil Rights Act of 1964, as amended, and related regulations including 49
CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633.
The contractor and all subcontractors must comply with: the requirements of the
Equal Opportunity Clause in 41 CFR 60- 1.4(b) and, for all construction
contracts exceeding $10,000, the Standard Federal Equal Employment
Opportunity Construction Contract Specifications in 41 CFR 60-4.3.
Note: The U.S. Department of Labor has exclusive authority to determine
compliance with Executive Order 11246 and the policies of the Secretary of
Labor including 41 CFR 60, and 29 CFR 1625-1627. The contracting agency
and the FHWA have the authority and the responsibility to ensure compliance
with Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29
USC 794), and Title VI of the Civil Rights Act of 1964, as amended, and related
regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230,
and 633.
The following provision is adopted from 23 CFR 230, Appendix A, with
appropriate revisions to conform to the U.S. Department of Labor (US DOL) and
FHWA requirements.
1. Equal Employment Opportunity: Equal employment opportunity (EEO)
requirements not to discriminate and to take affirmative action to assure equal
opportunity as set forth under laws, executive orders, rules, regulations (28 CFR
35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27) and orders of
the Secretary of Labor as modified by the provisions prescribed herein, and
imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific
affirmative action standards for the contractor's project activities under this
contract. The provisions of the Americans with Disabilities Act of 1990 (42
U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are
incorporated by reference in this contract. In the execution of this contract, the
contractor agrees to comply with the following minimum specific requirement
activities of EEO:
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 631 of 733
Exhibit I - Page 2 of 11
a. The contractor will work with the contracting agency and the
Federal Government to ensure that it has made every good faith
effort to provide equal opportunity with respect to all of its terms
and conditions of employment and in their review of activities
under the contract.
b. The contractor will accept as its operating policy the following
statement:
"It is the policy of this Company to assure that applicants are
employed, and that employees are treated during employment,
without regard to their race, religion, sex, color, national origin, age
or disability. Such action shall include: employment, upgrading,
demotion, or transfer; recruitment or recruitment advertising; layoff
or termination; rates of pay or other forms of compensation; and
selection for training, including apprenticeship, pre-apprenticeship,
and/or on-the- job training."
2. EEO Officer: The contractor will designate and make known to the
contracting officers an EEO Officer who will have the responsibility
for and must be capable of effectively administering and promoting an
active EEO program and who must be assigned adequate authority and
responsibility to do so.
3. Dissemination of Policy: All members of the contractor's staff
who are authorized to hire, supervise, promote, and discharge
employees, or who recommend such action, or who are substantially
involved in such action, will be made fully cognizant of, and will
implement, the contractor's EEO policy and contractual
responsibilities to provide EEO in each grade and classification of
employment. To ensure that the above agreement will be met, the
following actions will be taken as a minimum:
a. Periodic meetings of supervisory and personnel office employees
will be conducted before the start of work and then not less often than
once every six months, at which time the contractor's EEO policy and
its implementation will be reviewed and explained. The meetings will
be conducted by the EEO Officer.
b. All new supervisory or personnel office employees will be given
a thorough indoctrination by the EEO Officer, covering all major
aspects of the contractor's EEO obligations within thirty days
following their reporting for duty with the contractor.
c. All personnel who are engaged in direct recruitment for the
project will be instructed by the EEO Officer in the contractor's
procedures for locating and hiring minorities and women.
d. Notices and posters setting forth the contractor's EEO policy will
be placed in areas readily accessible to employees, applicants for
employment and potential employees.
e. The contractor's EEO policy and the procedures to implement
such policy will be brought to the attention of employees by means of
meetings, employee handbooks, or other appropriate means.
4. Recruitment: When advertising for employees, the contractor will
include in all advertisements for employees the notation: "An Equal
Opportunity Employer." All such advertisements will be placed in
publications having a large circulation among minorities and women in
the area from which the project work force would normally be derived.
a. The contractor will, unless precluded by a valid bargaining
agreement, conduct systematic and direct recruitment through public
and private employee referral sources likely to yield qualified
minorities and women. To meet this requirement, the contractor will
identify sources of potential minority group employees, and establish
with such identified sources procedures whereby minority and women
applicants may be referred to the contractor for employment
consideration.
b. In the event the contractor has a valid bargaining agreement
providing for exclusive hiring hall referrals, the contractor is expected
to observe the provisions of that agreement to the extent that the system
meets the contractor's compliance with EEO contract provisions. Where
implementation of such an agreement has the effect of discriminating
against minorities or women, or obligates the contractor to do the same,
such implementation violates Federal nondiscrimination provisions.
c. The contractor will encourage its present employees to refer
minorities and women as applicants for employment. Information and
procedures with regard to referring such applicants will be discussed
with employees.
5. Personnel Actions: Wages, working conditions, and employee
benefits shall be established and administered, and personnel actions of
every type, including hiring, upgrading, promotion, transfer, demotion,
layoff, and termination, shall be taken without regard to race, color,
religion, sex, national origin, age or disability. The following procedures
shall be followed:
a. The contractor will conduct periodic inspections of project sites to
insure that working conditions and employee facilities do not indicate
discriminatory treatment of project site personnel.
b. The contractor will periodically evaluate the spread of wages paid
within each classification to determine any evidence of discriminatory
wage practices.
c. The contractor will periodically review selected personnel actions
in depth to determine whether there is evidence of discrimination.
Where evidence is found, the contractor will promptly take corrective
action. If the review indicates that the discrimination may extend
beyond the actions reviewed, such corrective action shall include all
affected persons.
d. The contractor will promptly investigate all complaints of alleged
discrimination made to the contractor in connection with its obligations
under this contract, will attempt to resolve such complaints, and will
take appropriate corrective action within a reasonable time. If the
investigation indicates that the discrimination may affect persons other
than the complainant, such corrective action shall include such other
persons. Upon completion of each investigation, the contractor will
inform every complainant of all of their avenues of appeal.
6. Training and Promotion:
The contractor will assist in locating, qualifying, and increasing the skills
of minorities and women who are applicants for employment or current
employees. Such efforts should be aimed at developing full journey level
status employees in the type of trade or job classification involved.
a. Consistent with the contractor's work force requirements and as
permissible under Federal and State regulations, the contractor shall
make full use of training programs, i.e., apprenticeship, and on-the-job
training programs for the geographical area of contract performance. In
the event a special provision for training is provided under this contract,
this subparagraph will be superseded as indicated in the special
provision. The contracting agency may reserve training positions for
persons who receive welfare assistance in accordance with 23 U.S.C.
140(a).
b. The contractor will advise employees and applicants for
employment of available training programs and entrance requirements
for each.
c. The contractor will periodically review the training and promotion
potential of employees who are minorities and women and will
encourage eligible employees to apply for such training and promotion.
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 632 of 733
Exhibit I - Page 3 of 11
7. Unions: If the contractor relies in whole or in part upon unions as a
source of employees, the contractor will use good faith efforts to obtain
the cooperation of such unions to increase opportunities for minorities
and women. Actions by the contractor, either directly or through a
contractor's association acting as agent, will include the procedures set
forth below:
a. The contractor will use good faith efforts to develop, in
cooperation with the unions, joint training programs aimed toward
qualifying more minorities and women for membership in the unions
and increasing the skills of minorities and women so that they may
qualify for higher paying employment.
b. The contractor will use good faith efforts to incorporate an EEO
clause into each union agreement to the end that such union will be
contractually bound to refer applicants without regard to their race,
color, religion, sex, national origin, age or disability.
c. The contractor is to obtain information as to the referral practices
and policies of the labor union except that to the extent such
information is within the exclusive possession of the labor union and
such labor union refuses to furnish such information to the contractor,
the contractor shall so certify to the contracting agency and shall set
forth what efforts have been made to obtain such information.
d. In the event the union is unable to provide the contractor with
a reasonable flow of referrals within the time limit set forth in the
collective bargaining agreement, the contractor will, through
independent recruitment efforts, fill the employment vacancies
without regard to race, color, religion, sex, national origin, age or
disability; making full efforts to obtain qualified and/or qualifiable
minorities and women. The failure of a union to provide sufficient
referrals (even though it is obligated to provide exclusive referrals
under the terms of a collective bargaining agreement) does not relieve
the contractor from the requirements of this paragraph. In the event the
union referral practice prevents the contractor from meeting the
obligations pursuant to Executive Order 11246, as amended, and these
special provisions, such contractor shall immediately notify the
contracting agency.
8. Reasonable Accommodation for Applicants / Employees with
Disabilities: The contractor must be familiar with the requirements for
and comply with the Americans with Disabilities Act and all rules and
regulations established there under. Employers must provide
reasonable accommodation in all employment activities unless to do
so would cause an undue hardship.
9. Selection of Subcontractors, Procurement of Materials and
Leasing of Equipment: The contractor shall not discriminate on the
grounds of race, color, religion, sex, national origin, age or disability
in the selection and retention of subcontractors, including procurement
of materials and leases of equipment. The contractor shall take all
necessary and reasonable steps to ensure nondiscrimination in the
administration of this contract.
a. The contractor shall notify all potential subcontractors and suppliers and lessors of their EEO obligations under this contract.
b. The contractor will use good faith efforts to ensure
subcontractor compliance with their EEO obligations.
10. Assurance Required by 49 CFR 26.13(b):
a. The requirements of 49 CFR Part 26 and the State DOT’s
U.S. DOT-approved DBE program are incorporated by reference.
b. The contractor or subcontractor shall not discriminate on the basis
of race, color, national origin, or sex in the performance of this contract.
The contractor shall carry out applicable requirements of 49 CFR Part
26 in the award and administration of DOT-assisted contracts. Failure
by the contractor to carry out these requirements is a material breach of
this contract, which may result in the termination of this contract or such
other remedy as the contracting agency deems appropriate.
11. Records and Reports: The contractor shall keep such records as
necessary to document compliance with the EEO requirements. Such
records shall be retained for a period of three years following the date of
the final payment to the contractor for all contract work and shall be
available at reasonable times and places for inspection by authorized
representatives of the contracting agency and the FHWA.
a. The records kept by the contractor shall document the following:
(1) The number and work hours of minority and non- minority
group members and women employed in each work classification on the
project;
(2) The progress and efforts being made in cooperation with unions,
when applicable, to increase employment opportunities for minorities
and women; and
(3) The progress and efforts being made in locating, hiring,
training, qualifying, and upgrading minorities and women;
b. The contractors and subcontractors will submit an annual report to
the contracting agency each July for the duration of the project,
indicating the number of minority, women, and non- minority group
employees currently engaged in each work classification required by the
contract work. This information is to be reported on Form FHWA-1391.
The staffing data should represent the project work force on board in all
or any part of the last payroll period preceding the end of July. If on-the-
job training is being required by special provision, the contractor will be
required to collect and report training data. The employment data should
reflect the work force on board during all or any part of the last payroll
period preceding the end of July.
III. NONSEGREGATED FACILITIES
This provision is applicable to all Federal-aid construction contracts
and to all related construction subcontracts of
$10,000 or more.
The contractor must ensure that facilities provided for employees are
provided in such a manner that segregation on the basis of race, color,
religion, sex, or national origin cannot result. The contractor may neither
require such segregated use by written or oral policies nor tolerate such
use by employee custom. The contractor's obligation extends further to
ensure that its employees are not assigned to perform their services at
any location, under the contractor's control, where the facilities are
segregated. The term "facilities" includes waiting rooms, work areas,
restaurants and other eating areas, time clocks, restrooms, washrooms,
locker rooms, and other storage or dressing areas, parking lots, drinking
fountains, recreation or entertainment areas, transportation, and housing
provided for employees. The contractor shall provide separate or single-
user restrooms and necessary dressing or sleeping areas to assure privacy
between sexes.
IV. DAVIS-BACON AND RELATED ACT PROVISIONS
This section is applicable to all Federal-aid construction projects
exceeding $2,000 and to all related subcontracts and lower-tier
subcontracts (regardless of subcontract size). The requirements apply to
all projects located within the right-of- way of a roadway that is
functionally classified as Federal-aid highway. This excludes roadways
functionally classified as local roads or rural minor collectors, which are
exempt.
Contracting agencies may elect to apply these requirements to other
projects.
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 633 of 733
Exhibit I - Page 4 of 11
The following provisions are from the U.S. Department of Labor
regulations in 29 CFR 5.5 “Contract provisions and related matters”
with minor revisions to conform to the FHWA- 1273 format and
FHWA program requirements.
1. Minimum wages
a. All laborers and mechanics employed or working upon the site
of the work, will be paid unconditionally and not less often than once
a week, and without subsequent deduction or rebate on any account
(except such payroll deductions as are permitted by regulations issued
by the Secretary of Labor under the Copeland Act (29 CFR part 3)),
the full amount of wages and bona fide fringe benefits (or cash
equivalents thereof) due at time of payment computed at rates not less
than those contained in the wage determination of the Secretary of
Labor which is attached hereto and made a part hereof, regardless of
any contractual relationship which may be alleged to exist between the
contractor and such laborers and mechanics.
Contributions made or costs reasonably anticipated for bona fide
fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf
of laborers or mechanics are considered wages paid to such laborers
or mechanics, subject to the provisions of paragraph 1.d. of this
section; also, regular contributions made or costs incurred for more
than a weekly period (but not less often than quarterly) under plans,
funds, or programs which cover the particular weekly period, are
deemed to be constructively made or incurred during such weekly
period. Such laborers and mechanics shall be paid the appropriate
wage rate and fringe benefits on the wage determination for the
classification of work actually performed, without regard to skill,
except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics
performing work in more than one classification may be compensated
at the rate specified for each classification for the time actually worked
therein: Provided, That the employer's payroll records accurately set
forth the time spent in each classification in which work is performed.
The wage determination (including any additional classification and
wage rates conformed under paragraph 1.b. of this section) and the
Davis-Bacon poster (WH–1321) shall be posted at all times by the
contractor and its subcontractors at the site of the work in a prominent
and accessible place where it can be easily seen by the workers.
b. (1) The contracting officer shall require that any class of laborers
or mechanics, including helpers, which is not listed in the wage
determination and which is to be employed under the contract shall be
classified in conformance with the wage determination. The
contracting officer shall approve an additional classification and wage
rate and fringe benefits therefore only when the following criteria have
been met:
(i) The work to be performed by the classification requested is
not performed by a classification in the wage determination; and
(ii) The classification is utilized in the area by the construction
industry; and
(iii) The proposed wage rate, including any bona fide fringe
benefits, bears a reasonable relationship to the wage rates
contained in the wage determination.
(2) If the contractor and the laborers and mechanics to be
employed in the classification (if known), or their representatives, and
the contracting officer agree on the classification and wage rate
(including the amount designated for fringe benefits where
appropriate), a report of the action taken shall be sent by the
contracting officer to the Administrator of the Wage and Hour
Division, Employment Standards Administration, U.S. Department of
Labor, Washington, DC 20210. The Administrator, or an authorized
representative, will approve, modify, or disapprove every additional
classification action within 30 days of receipt and so advise the
contracting officer or will notify the contracting officer within the 30-
day period that additional time is necessary.
(3) In the event the contractor, the laborers or mechanics to be
employed in the classification or their representatives, and the
contracting officer do not agree on the proposed classification and
wage rate (including the amount designated for fringe benefits, where
appropriate), the contracting officer shall refer the questions,
including the views of all interested parties and the recommendation
of the contracting officer, to the Wage and Hour Administrator for
determination. The Wage and Hour Administrator, or an authorized
representative, will issue a determination within 30 days of receipt and
so advise the contracting officer or will notify the contracting officer
within the 30-day period that additional time is necessary.
(4) The wage rate (including fringe benefits where appropriate)
determined pursuant to paragraphs 1.b.(2) or 1.b.(3) of this section,
shall be paid to all workers performing work in the classification under
this contract from the first day on which work is performed in the
classification.
c. Whenever the minimum wage rate prescribed in the contract for a
class of laborers or mechanics includes a fringe benefit which is not
expressed as an hourly rate, the contractor shall either pay the benefit as
stated in the wage determination or shall pay another bona fide fringe
benefit or an hourly cash equivalent thereof.
d. If the contractor does not make payments to a trustee or other third
person, the contractor may consider as part of the wages of any laborer
or mechanic the amount of any costs reasonably anticipated in providing
bona fide fringe benefits under a plan or program, Provided, That the
Secretary of Labor has found, upon the written request of the contractor,
that the applicable standards of the Davis-Bacon Act have been met. The
Secretary of Labor may require the contractor to set aside in a separate
account, assets for the meeting of obligations under the plan or program.
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 634 of 733
Exhibit I - Page 5 of 11
2. Withholding
The contracting agency shall upon its own action or upon written
request of an authorized representative of the Department of Labor,
withhold or cause to be withheld from the contractor under this
contract, or any other Federal contract with the same prime contractor,
or any other federally- assisted contract subject to Davis-Bacon
prevailing wage requirements, which is held by the same prime
contractor, so much of the accrued payments or advances as may be
considered necessary to pay laborers and mechanics, including
apprentices, trainees, and helpers, employed by the contractor or any
subcontractor the full amount of wages required by the contract. In the
event of failure to pay any laborer or mechanic, including any
apprentice, trainee, or helper, employed or working on the site of the
work, all or part of the wages required by the contract, the contracting
agency may, after written notice to the contractor, take such action as
may be necessary to cause the suspension of any further payment,
advance, or guarantee of funds until such violations have ceased.
3. Payrolls and basic records
a. Payrolls and basic records relating thereto shall be maintained by
the contractor during the course of the work and preserved for a period
of three years thereafter for all laborers and mechanics working at the
site of the work. Such records shall contain the name, address, and
social security number of each such worker, his or her correct
classification, hourly rates of wages paid (including rates of
contributions or costs anticipated for bona fide fringe benefits or cash
equivalents thereof of the types described in section 1(b)(2)(B) of the
Davis- Bacon Act), daily and weekly number of hours worked,
deductions made and actual wages paid. Whenever the Secretary of
Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any
laborer or mechanic include the amount of any costs reasonably
anticipated in providing benefits under a plan or program described in
section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain
records which show that the commitment to provide such benefits is
enforceable, that the plan or program is financially responsible, and
that the plan or program has been communicated in writing to the
laborers or mechanics affected, and records which show the costs
anticipated or the actual cost incurred in providing such benefits.
Contractors employing apprentices or trainees under approved
programs shall maintain written evidence of the registration of
apprenticeship programs and certification of trainee programs, the
registration of the apprentices and trainees, and the ratios and wage
rates prescribed in the applicable programs.
b. (1) The contractor shall submit weekly for each week in which any
contract work is performed a copy of all payrolls to the contracting
agency. The payrolls submitted shall set out accurately and completely
all of the information required to be maintained under 29 CFR
5.5(a)(3)(i), except that full social security numbers and home
addresses shall not be included on weekly transmittals. Instead the
payrolls shall only need to include an individually identifying number
for each employee (e.g., the last four digits of the employee's social
security number). The required weekly payroll information may be
submitted in any form desired. Optional Form WH–347 is available
for this purpose from the Wage and Hour Division Web site at
http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor
site. The prime contractor is responsible for the submission of copies
of payrolls by all subcontractors. Contractors and subcontractors shall
maintain the full social security number and current address of each
covered worker, and shall provide them upon request to the contracting
agency for transmission to the State DOT, the FHWA or the Wage and
Hour Division of the Department of Labor for purposes of an
investigation or audit of compliance with prevailing wage
requirements.
It is not a violation of this section for a prime contractor to require a
subcontractor to provide addresses and social security numbers to the prime
contractor for its own records, without weekly submission to the contracting
agency.
(2) Each payroll submitted shall be accompanied by a “Statement of
Compliance,” signed by the contractor or subcontractor or his or her
agent who pays or supervises the payment of the persons employed
under the contract and shall certify the following:
(i) That the payroll for the payroll period contains the
information required to be provided under §5.5 (a)(3)
(ii) of Regulations, 29 CFR part 5, the appropriate information
is being maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR
part 5, and that such information is correct and complete;
(ii) That each laborer or mechanic (including each helper,
apprentice, and trainee) employed on the contract during the
payroll period has been paid the full
weekly wages earned, without rebate, either directly
or indirectly, and that no deductions have been made either
directly or indirectly from the full wages earned, other than
permissible deductions as set forth in Regulations, 29 CFR part
3;
(iii) That each laborer or mechanic has been paid not less than the
applicable wage rates and fringe benefits or cash equivalents for
the classification of work performed, as specified in the
applicable wage determination incorporated into the contract.
(3) The weekly submission of a properly executed certification set forth
on the reverse side of Optional Form WH–347 shall satisfy the
requirement for submission of the “Statement of Compliance” required
by paragraph 3.b.(2) of this section.
(4) The falsification of any of the above certifications may subject the
contractor or subcontractor to civil or criminal prosecution under
section 1001 of title 18 and section 231 of title 31 of the United States
Code.
c. The contractor or subcontractor shall make the records required under
paragraph 3.a. of this section available for inspection, copying, or
transcription by authorized representatives of the contracting agency, the
State DOT, the FHWA, or the Department of Labor, and shall permit such
representatives to interview employees during working hours on the job. If
the contractor or subcontractor fails to submit the required records or to
make them available, the FHWA may, after written notice to the
contractor, the contracting agency or the State DOT, take such action as
may be necessary to cause the suspension of any further payment,
advance, or guarantee of funds. Furthermore, failure to submit the required
records upon request or to make such records available may be grounds
for debarment action pursuant to 29 CFR 5.12.
4. Apprentices and trainees
a. Apprentices (programs of the USDOL).
Apprentices will be permitted to work at less than the predetermined rate
for the work they performed when they are employed pursuant to and
individually registered in a bona fide apprenticeship program registered
with the U.S. Department of Labor, Employment and Training
Administration, Office of Apprenticeship Training, Employer and Labor
Services, or with a State Apprenticeship Agency recognized by the Office,
or if a person is employed in his or her first 90 days of probationary
employment as an apprentice in such an apprenticeship program, who is
not individually registered in the program, but who has been certified by
the Office of Apprenticeship Training, Employer and Labor Services or a
State Apprenticeship Agency (where appropriate) to be eligible for
probationary employment as an apprentice.
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 635 of 733
Exhibit I - Page 6 of 11
The allowable ratio of apprentices to journeymen on the job site in any
craft classification shall not be greater than the ratio permitted to the
contractor as to the entire work force under the registered program. Any
worker listed on a payroll at an apprentice wage rate, who is not
registered or otherwise employed as stated above, shall be paid not less
than the applicable wage rate on the wage determination for the
classification of work actually performed. In addition, any apprentice
performing work on the job site in excess of the ratio permitted under
the registered program shall be paid not less than the applicable wage
rate on the wage determination for the work actually performed. Where
a contractor is performing construction on a project in a locality other
than that in which its program is registered, the ratios and wage rates
(expressed in percentages of the journeyman's hourly rate) specified in
the contractor's or subcontractor's registered program shall be
observed.
Every apprentice must be paid at not less than the rate specified in the
registered program for the apprentice's level of progress, expressed as
a percentage of the journeymen hourly rate specified in the applicable
wage determination. Apprentices shall be paid fringe benefits in
accordance with the provisions of the apprenticeship program. If the
apprenticeship program does not specify fringe benefits, apprentices
must be paid the full amount of fringe benefits listed on the wage
determination for the applicable classification. If the Administrator
determines that a different practice prevails for the applicable
apprentice classification, fringes shall be paid in accordance with that
determination.
In the event the Office of Apprenticeship Training, Employer and
Labor Services, or a State Apprenticeship Agency recognized by the
Office, withdraws approval of an apprenticeship program, the
contractor will no longer be permitted to utilize apprentices at less than
the applicable predetermined rate for the work performed until an
acceptable program is approved.
b. Trainees (programs of the USDOL).
Except as provided in 29 CFR 5.16, trainees will not be permitted to
work at less than the predetermined rate for the work performed unless
they are employed pursuant to and individually registered in a program
which has received prior approval, evidenced by formal certification
by the U.S. Department of Labor, Employment and Training
Administration.
The ratio of trainees to journeymen on the job site shall not be greater
than permitted under the plan approved by the Employment and
Training Administration.
Every trainee must be paid at not less than the rate specified in the
approved program for the trainee's level of progress, expressed as a
percentage of the journeyman hourly rate specified in the applicable
wage determination. Trainees shall be paid fringe benefits in
accordance with the provisions of the trainee program. If the trainee
program does not mention fringe benefits, trainees shall be paid the
full amount of fringe benefits listed on the wage determination unless
the Administrator of the Wage and Hour Division determines that there
is an apprenticeship program associated with the corresponding
journeyman wage rate on the wage determination which provides for
less than full fringe benefits for apprentices.
Any employee listed on the payroll at a trainee rate who is not registered
and participating in a training plan approved by the Employment and
Training Administration shall be paid not less than the applicable wage
rate on the wage determination for the classification of work actually
performed. In addition, any trainee performing work on the job site in
excess of the ratio permitted under the registered program shall be paid
not less than the applicable wage rate on the wage determination for the
work actually performed.
In the event the Employment and Training Administration withdraws
approval of a training program, the contractor will no longer be
permitted to utilize trainees at less than the applicable predetermined rate
for the work performed until an acceptable program is approved.
c. Equal employment opportunity.
The utilization of apprentices, trainees and journeymen under this part
shall be in conformity with the equal employment opportunity
requirements of Executive Order 11246, as amended, and 29 CFR part
30.
d. Apprentices and Trainees (programs of the U.S.DOT).
Apprentices and trainees working under apprenticeship and skill training
programs which have been certified by the Secretary of Transportation as
promoting EEO in connection with Federal- aid highway construction
programs are not subject to the requirements of paragraph 4 of this
Section IV. The straight time hourly wage rates for apprentices and
trainees under such programs will be established by the particular
programs. The ratio of apprentices and trainees to journeymen shall not
be greater than permitted by the terms of the particular program.
5. Compliance with Copeland Act requirements. The contractor
shall comply with the requirements of 29 CFR part 3, which are
incorporated by reference in this contract.
6. Subcontracts. The contractor or subcontractor shall insert Form
FHWA-1273 in any subcontracts and also require the subcontractors to
include Form FHWA-1273 in any lower tier subcontracts. The prime
contractor shall be responsible for the compliance by any subcontractor
or lower tier subcontractor with all the contract clauses in 29 CFR 5.5.
7. Contract termination: debarment. A breach of the contract clauses
in 29 CFR 5.5 may be grounds for termination of the contract, and for
debarment as a contractor and a subcontractor as provided in 29 CFR
5.12.
8. Compliance with Davis-Bacon and Related Act requirements. All
rulings and interpretations of the Davis-Bacon and Related Acts
contained in 29 CFR parts 1, 3, and 5 are herein incorporated by
reference in this contract.
9. Disputes concerning labor standards. Disputes arising out of the
labor standards provisions of this contract shall not be subject to the
general disputes clause of this contract. Such disputes shall be resolved
in accordance with the procedures of the Department of Labor set forth
in 29 CFR parts 5, 6, and
7. Disputes within the meaning of this clause include disputes between
the contractor (or any of its subcontractors) and the contracting agency,
the U.S. Department of Labor, or the employees or their representatives.
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 636 of 733
Exhibit I - Page 7 of 11
10. Certification of eligibility.
a. By entering into this contract, the contractor certifies that neither it
(nor he or she) nor any person or firm who has an interest in the
contractor's firm is a person or firm ineligible to be awarded
Government contracts by virtue of section 3(a) of the Davis-Bacon Act
or 29 CFR 5.12(a)(1).
b. No part of this contract shall be subcontracted to any person or firm
ineligible for award of a Government contract by virtue of section 3(a)
of the Davis-Bacon Act or 29 CFR5.12(a)(1).
c. The penalty for making false statements is prescribed in the U.S.
Criminal Code, 18 U.S.C. 1001.
V. CONTRACT WORK HOURS AND SAFETY
STANDARDS ACT
The following clauses apply to any Federal-aid construction contract
in an amount in excess of $100,000 and subject to the overtime
provisions of the Contract Work Hours and Safety Standards Act.
These clauses shall be inserted in addition to the clauses required by 29
CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms
laborers and mechanics include watchmen and guards.
1. Overtime requirements. No contractor or subcontractor
contracting for any part of the contract work which may require or
involve the employment of laborers or mechanics shall require or
permit any such laborer or mechanic in any workweek in which he or
she is employed on such work to work in excess of forty hours in such
workweek unless such laborer or mechanic receives compensation at
a rate not less than one and one-half times the basic rate of pay for all
hours worked in excess of forty hours in such workweek.
2. Violation; liability for unpaid wages; liquidated damages. In the
event of any violation of the clause set forth in paragraph (1.) of this
section, the contractor and any subcontractor responsible therefor
shall be liable for the unpaid wages. In addition, such contractor and
subcontractor shall be liable to the United States (in the case of work
done under contract for the District of Columbia or a territory, to such
District or to such territory), for liquidated damages. Such liquidated
damages shall be computed with respect to each individual laborer or
mechanic, including watchmen and guards, employed in violation of
the clause set forth in paragraph (1.) of this section, in the sum of $10
for each calendar day on which such individual was required or
permitted to work in excess of the standard workweek of forty hours
without payment of the overtime wages required by the clause set forth
in paragraph (1.) of this section.
3. Withholding for unpaid wages and liquidated damages. The
FHWA or the contacting agency shall upon its own action or upon
written request of an authorized representative of the Department of
Labor withhold or cause to be withheld, from any moneys payable on
account of work performed by the contractor or subcontractor under
any such contract or any other Federal contract with the same prime
contractor, or any other federally-assisted contract subject to the
Contract Work Hours and Safety Standards Act, which is held by the
same prime contractor, such sums as may be determined to be
necessary to satisfy any liabilities of such contractor or subcontractor
for unpaid wages and liquidated damages as provided in the clause set
forth in paragraph (2.) of this section.
4. Subcontracts. The contractor or subcontractor shall insert in any
subcontracts the clauses set forth in paragraph (1.) through (4.) of this
section and also a clause requiring the subcontractors to include these
clauses in any lower tier subcontracts. The prime contractor shall be
responsible for compliance by any subcontractor or lower tier
subcontractor with the clauses set forth in paragraphs (1.) through (4.)
of this section.
VI. SUBLETTING OR ASSIGNING THECONTRACT
This provision is applicable to all Federal-aid construction contracts on
the National Highway System.
1. The contractor shall perform with its own organization contract work
amounting to not less than 30 percent (or a greater percentage if
specified elsewhere in the contract) of the total original contract price,
excluding any specialty items designated by the contracting agency.
Specialty items may be performed by subcontract and the amount of any
such specialty items performed may be deducted from the total original
contract price before computing the amount of work required to be
performed by the contractor's own organization (23 CFR 635.116).
a. The term “perform work with its own organization” refers to
workers employed or leased by the prime contractor, and equipment
owned or rented by the prime contractor, with or without operators.
Such term does not include employees or equipment of a subcontractor
or lower tier subcontractor, agents of the prime contractor, or any other
assignees. The term may include payments for the costs of hiring leased
employees from an employee leasing firm meeting all relevant Federal
and State regulatory requirements. Leased employees may only be
included in this term if the prime contractor meets all of the following
conditions:
(1) the prime contractor maintains control over the supervision of
the day-to-day activities of the leased employees;
(2) the prime contractor remains responsible for the quality of the
work of the leased employees;
(3) the prime contractor retains all power to accept or exclude
individual employees from work on the project; and
(4) the prime contractor remains ultimately responsible for the
payment of predetermined minimum wages, the submission of
payrolls, statements of compliance and all other Federal regulatory
requirements.
b. "Specialty Items" shall be construed to be limited to work that
requires highly specialized knowledge, abilities, or equipment not
ordinarily available in the type of contracting organizations qualified and
expected to bid or propose on the contract as a whole and in general are
to be limited to minor components of the overall contract.
2. The contract amount upon which the requirements set forth in
paragraph (1) of Section VI is computed includes the cost of material and
manufactured products which are to be purchased or produced by the
contractor under the contract provisions.
3. The contractor shall furnish (a) a competent superintendent or
supervisor who is employed by the firm, has full authority to direct
performance of the work in accordance with the contract requirements,
and is in charge of all construction operations (regardless of who
performs the work) and (b) such other of its own organizational resources
(supervision, management, and engineering services) as the contracting
officer determines is necessary to assure the performance of the contract.
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 637 of 733
Exhibit I - Page 8 of 11
4. No portion of the contract shall be sublet, assigned or otherwise
disposed of except with the written consent of the contracting officer,
or authorized representative, and such consent when given shall not be
construed to relieve the contractor of any responsibility for the
fulfillment of the contract. Written consent will be given only after the
contracting agency has assured that each subcontract is evidenced in
writing and that it contains all pertinent provisions and requirements of
the prime contract
5. The 30% self-performance requirement of paragraph (1) is not
applicable to design-build contracts; however, contracting agencies
may establish their own self-performance requirements.
VII. SAFETY: ACCIDENTPREVENTION
This provision is applicable to all Federal-aid construction contracts
and to all related subcontracts.
1. In the performance of this contract the contractor shall comply with
all applicable Federal, State, and local laws governing safety, health,
and sanitation (23 CFR 635). The contractor shall provide all
safeguards, safety devices and protective equipment and take any other
needed actions as it determines, or as the contracting officer may
determine, to be reasonably necessary to protect the life and health of
employees on the job and the safety of the public and to protect
property in connection with the performance of the work covered by
the contract.
2. It is a condition of this contract, and shall be made a condition of
each subcontract, which the contractor enters into pursuant to this
contract, that the contractor and any subcontractor shall not permit any
employee, in performance of the contract, to work in surroundings or
under conditions which are unsanitary, hazardous or dangerous to
his/her health or safety, as determined under construction safety and
health standards (29 CFR 1926) promulgated by the Secretary of
Labor, in accordance with Section 107 of the Contract Work Hours
and Safety Standards Act (40 U.S.C. 3704).
3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the
Secretary of Labor or authorized representative thereof, shall have right
of entry to any site of contract performance to inspect or investigate the
matter of compliance with the construction safety and health standards
and to carry out the duties of the Secretary under Section 107 of the
Contract Work Hours and Safety Standards Act (40 U.S.C.3704).
VIII. FALSE STATEMENTS CONCERNING HIGHWAY
PROJECTS
This provision is applicable to all Federal-aid construction contracts
and to all related subcontracts.
In order to assure high quality and durable construction in conformity
with approved plans and specifications and a high degree of reliability
on statements and representations made by engineers, contractors,
suppliers, and workers on Federal- aid highway projects, it is essential
that all persons concerned with the project perform their functions as
carefully, thoroughly, and honestly as possible. Willful falsification,
distortion, or misrepresentation with respect to any facts related to the
project is a violation of Federal law. To prevent any misunderstanding
regarding the seriousness of these and similar acts, Form FHWA-1022
shall be posted on each Federal-aid highway project (23 CFR 635) in
one or more places where it is readily available toall persons concerned
with the project:
18 U.S.C. 1020 reads as follows:
"Whoever, being an officer, agent, or employee of the United States, or
of any State or Territory, or whoever, whether a person, association,
firm, or corporation, knowingly makes any false statement, false
representation, or false report as to the character, quality, quantity, or cost
of the material used or to be used, or the quantity or quality of the work
performed or to be performed, or the cost thereof in connection with the
submission of plans, maps, specifications, contracts, or costs of construction
on any highway or related project submitted for approval to the Secretary
of Transportation; or
Whoever knowingly makes any false statement, false representation,
false report or false claim with respect to the character, quality, quantity,
or cost of any work performed or to be performed, or materials furnished
or to be furnished, in connection with the construction of any highway
or related project approved by the Secretary of Transportation; or
Whoever knowingly makes any false statement or false representation
as to material fact in any statement, certificate, or report submitted
pursuant to provisions of the Federal-aid Roads Act approved July 1,
1916, (39 Stat. 355), as amended and supplemented;
Shall be fined under this title or imprisoned not more than 5 years or
both."
IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL
WATER POLLUTION CONTROLACT
This provision is applicable to all Federal-aid construction
contracts and to all related subcontracts.
By submission of this bid/proposal or the execution of this contract, or
subcontract, as appropriate, the bidder, proposer, Federal-aid
construction contractor, or subcontractor, as appropriate, will be deemed
to have stipulated as follows:
1. That any person who is or will be utilized in the performance of this
contract is not prohibited from receiving an award due to a violation of
Section 508 of the Clean Water Act or Section 306 of the Clean Air Act.
2. That the contractor agrees to include or cause to be included the
requirements of paragraph (1) of this Section X in every subcontract,
and further agrees to take such action as the contracting agency may
direct as a means of enforcing such requirements.
X. CERTIFICATION REGARDING DEBARMENT,
SUSPENSION, INELIGIBILITY AND VOLUNTARY
EXCLUSION
This provision is applicable to all Federal-aid construction contracts,
design-build contracts, subcontracts, lower-tier subcontracts, purchase
orders, lease agreements, consultant contracts or any other covered
transaction requiring FHWA approval or that is estimated to cost
$25,000 or more – as defined in 2 CFR Parts 180 and 1200.
1. Instructions for Certification – First Tier Participants:
a. By signing and submitting this proposal, the prospective first tier
participant is providing the certification set out below.
b. The inability of a person to provide the certification set out below
will not necessarily result in denial of participation in this covered
transaction. The prospective first tier participant shall submit an
explanation of why it cannot provide the certification set out below.
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 638 of 733
Exhibit I - Page 9 of 11
The certification or explanation will be considered in connection
with the department or agency's determination whether to enter
into this transaction. However, failure of the prospective first tier
participant to furnish a certification or an explanation shall
disqualify such a person from participation in this transaction.
c. The certification in this clause is a material representation of fact
upon which reliance was placed when the contracting agency
determined to enter into this transaction. If it is later determined
that the prospective participant knowingly rendered an erroneous
certification, in addition to other remedies available to the Federal
Government, the contracting agency may terminate this
transaction for cause of default.
d. The prospective first tier participant shall provide immediate
written notice to the contracting agency to whom this proposal is
submitted if any time the prospective first tier participant learns
that its certification was erroneous when submitted or has
become erroneous by reason of changed circumstances.
e. The terms "covered transaction," "debarred," "suspended,"
"ineligible," "participant," "person," "principal," and "voluntarily
excluded," as used in this clause, are defined in 2 CFR Parts 180
and 1200. “First Tier Covered Transactions” refers to any
covered transaction between a grantee or subgrantee of Federal
funds and a participant (such as the prime or general contract).
“Lower Tier Covered Transactions” refers to any covered
transaction under a First Tier Covered Transaction (such as
subcontracts). “First Tier Participant” refers to the participant
who has entered into a covered transaction with a grantee or
subgrantee of Federal funds (such as the prime or general
contractor). “Lower Tier Participant” refers any participant who
has entered into a covered transaction with a First Tier
Participant or other Lower Tier Participants (such as
subcontractors and suppliers).
f. The prospective first tier participant agrees by submitting this
proposal that, should the proposed covered transaction be entered
into, it shall not knowingly enter into any lower tier covered
transaction with a person who is debarred, suspended, declared
ineligible, or voluntarily excluded from participation in this
covered transaction, unless authorized by the department or
agency entering into this transaction.
g. The prospective first tier participant further agrees by submitting
this proposal that it will include the clause titled "Certification
Regarding Debarment, Suspension, Ineligibility and Voluntary
Exclusion-Lower Tier Covered Transactions," provided by the
department or contracting agency, entering into this covered
transaction, without modification, in all lower tier covered
transactions and in all solicitations for lower tier covered
transactions exceeding the $25,000 threshold.
h. A participant in a covered transaction may rely upon a
certification of a prospective participant in a lower tier covered
transaction that is not debarred, suspended, ineligible, or
voluntarily excluded from the covered transaction, unless it
knows that the certification is erroneous. A participant is
responsible for ensuring that its principals are not suspended,
debarred, or otherwise ineligible to participate in covered
transactions. To verify the eligibility of its principals, as well as
the eligibility of any lower tier prospective participants, each
participant may, but is not required to, check the Excluded
Parties List System website (https://www.epls.gov/), which is
compiled by the General Services Administration.
i. Nothing contained in the foregoing shall be construed to require the
establishment of a system of records in order to render in good faith
the certification required by this clause. The knowledge and
information of the prospective participant is not required to exceed
that which is normally possessed by a prudent person in the ordinary
course of business dealings.
j. Except for transactions authorized under paragraph (f) of these
instructions, if a participant in a covered transaction knowingly
enters into a lower tier covered transaction with a person who is
suspended, debarred, ineligible, or voluntarily excluded from
participation in this transaction, in addition to other remedies
available to the Federal Government, the department or agency may
terminate this transaction for cause or default.
* * * * *
2. Certification Regarding Debarment, Suspension, Ineligibility
and Voluntary Exclusion – First Tier Participants:
a. The prospective first tier participant certifies to the best of its
knowledge and belief, that it and its principals:
(1) Are not presently debarred, suspended, proposed for debarment,
declared ineligible, or voluntarily excluded from participating in
covered transactions by any Federal department or agency;
(2) Have not within a three-year period preceding this proposal
been convicted of or had a civil judgment rendered against them for
commission of fraud or a criminal offense in connection with obtaining,
attempting to obtain, or performing a public (Federal, State or local)
transaction or contract under a public transaction; violation of Federal
or State antitrust statutes or commission of embezzlement, theft,
forgery, bribery, falsification or destruction of records, making false
statements, or receiving stolen property;
(3) Are not presently indicted for or otherwise criminally or civilly
charged by a governmental entity (Federal, State or local) with
commission of any of the offenses enumerated in paragraph(a)(2) of this
certification; and
(4) Have not within a three-year period preceding this
application/proposal had one or more public transactions (Federal, State
or local) terminated for cause or default.
b. Where the prospective participant is unable to certify to any of the
statements in this certification, such prospective participant shall attach
an explanation to this proposal.
2. Instructions for Certification - Lower Tier Participants:
(Applicable to all subcontracts, purchase orders and other lower tier
transactions requiring prior FHWA approval or estimated to cost
$25,000 or more - 2 CFR Parts 180 and 1200)
a. By signing and submitting this proposal, the prospective lower tier
is providing the certification set out below.
b. The certification in this clause is a material representation of fact
upon which reliance was placed when this transaction was entered into.
If it is later determined that the prospective lower tier participant
knowingly rendered an erroneous certification, in addition to other
remedies available to the Federal Government, the department, or
agency with which this transaction originated may pursue available
remedies, including suspension and/or debarment.
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 639 of 733
Exhibit I - Page 10 of 11
c. The prospective lower tier participant shall provide immediate
written notice to the person to which this proposal is submitted if at
any time the prospective lower tier participant learns that its
certification was erroneous by reason of changed circumstances.
d. The terms "covered transaction," "debarred," "suspended,"
"ineligible," "participant," "person," "principal," and "voluntarily
excluded," as used in this clause, are defined in 2 CFR Parts 180 and
1200. You may contact the person to which this proposal is submitted
for assistance in obtaining a copy of those regulations. “First Tier
Covered Transactions” refers to any covered transaction between a
grantee or subgrantee of Federal funds and a participant (such as the
prime or general contract). “Lower Tier Covered Transactions” refers
to any covered transaction under a First Tier Covered Transaction
(such as subcontracts). “First Tier Participant” refers to the participant
who has entered into a covered transaction with a grantee or
subgrantee of Federal funds (such as the prime or general contractor).
“Lower Tier Participant” refers any participant who has entered into a
covered transaction with a First Tier Participant or other Lower Tier
Participants (such as subcontractors and suppliers).
e. The prospective lower tier participant agrees by submitting this
proposal that, should the proposed covered transaction be entered into,
it shall not knowingly enter into any lower tier covered transaction
with a person who is debarred, suspended, declared ineligible, or
voluntarily excluded from participation in this covered transaction,
unless authorized by the department or agency with which this
transaction originated.
f. The prospective lower tier participant further agrees by
submitting this proposal that it will include this clause titled
"Certification Regarding Debarment, Suspension, Ineligibility and
Voluntary Exclusion-Lower Tier Covered Transaction," without
modification, in all lower tier covered transactions and in all
solicitations for lower tier covered transactionsexceedingthe$25,000
threshold.
g. A participant in a covered transaction may rely upon a
certification of a prospective participant in a lower tier covered
transaction that is not debarred, suspended, ineligible, or voluntarily
excluded from the covered transaction, unless it knows that the
certification is erroneous. A participant is responsible for ensuring
that its principals are not suspended, debarred, or otherwise
ineligible to participate in covered transactions. To verify
the eligibility of its principals, as well as the eligibility of any lower
tier prospective participants, each participant may, but is not
required to, check the Excluded Parties List System website
(https://www.epls.gov/), which is compiled by the General Services
Administration.
h. Nothing contained in the foregoing shall be construed to require
establishment of a system of records in order to render in good faith
the certification required by this clause. The knowledge and
information of participant is not required to exceed that which is
normally possessed by a prudent person in the ordinary course of
business dealings.
Except for transactions authorized under paragraph e of these
instructions, if a participant in a covered transaction knowingly enters
into a lower tier covered transaction with a person who is suspended,
debarred, ineligible, or voluntarily excluded from participation in this
transaction, in addition to other remedies available to the Federal
Government, the department or agency with which this transaction
originated may pursue available remedies, including suspension
and/or debarment.
* * * * *
Certification Regarding Debarment, Suspension, Ineligibility and
Voluntary Exclusion--Lower Tier Participants:
1. The prospective lower tier participant certifies, by submission of
this proposal, that neither it nor its principals is presently debarred,
suspended, proposed for debarment, declared ineligible, or voluntarily
excluded from participating in covered transactions by any Federal
department or agency.
2. Where the prospective lower tier participant is unable to certify to
any of the statements in this certification, such prospective participant
shall attach an explanation to this proposal.
* * * * *
XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS
FOR LOBBYING
This provision is applicable to all Federal-aid construction contracts
and to all related subcontracts which exceed $100,000 (49 CFR 20).
1. The prospective participant certifies, by signing and submitting this
bid or proposal, to the best of his or her knowledge and belief, that:
a. No Federal appropriated funds have been paid or will be paid, by
or on behalf of the undersigned, to any person for influencing or
attempting to influence an officer or employee of any Federal agency, a
Member of Congress, an officer or employee of Congress, or an
employee of a Member of Congress in connection with the awarding of
any Federal contract, the making of any Federal grant, the making of any
Federal loan, the entering into of any cooperative agreement, and the
extension, continuation, renewal, amendment, or modification of any
Federal contract, grant, loan, or cooperative agreement.
b. If any funds other than Federal appropriated funds have been paid
or will be paid to any person for influencing or attempting to influence
an officer or employee of any Federal agency, a Member of Congress, an
officer or employee of Congress, or an employee of a Member of
Congress in connection with this Federal contract, grant, loan, or
cooperative agreement, the undersigned shall complete and submit
Standard Form-LLL, "Disclosure Form to Report Lobbying," in
accordance with its instructions.
2. This certification is a material representation of fact upon which
reliance was placed when this transaction was made or entered into.
Submission of this certification is a prerequisite for making or entering
into this transaction imposed by 31 U.S.C. 1352. Any person who fails
to file the required certification shall be subject to a civil penalty of not
less than $10,000 and not more than $100,000 for each such failure.
3. The prospective participant also agrees by submitting its bid or
proposal that the participant shall require that the language of this
certification be included in all lower tier subcontracts, which exceed
$100,000 and that all such recipients shall certify and disclose
accordingly.
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 640 of 733
Exhibit I - Page 11 of 11
ATTACHMENT A - EMPLOYMENT AND MATERIALS
PREFERENCE FOR APPALACHIAN DEVELOPMENT
HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS
ROAD CONTRACTS
This provision is applicable to all Federal-aid projects funded under the
Appalachian Regional Development Act of1965.
1. During the performance of this contract, the contractor
undertaking to do work which is, or reasonably may be, done as on-site
work, shall give preference to qualified persons who regularly reside
in the labor area as designated by the DOL wherein the contract work
is situated, or the subregion, or the Appalachian counties of the State
wherein the contract work is situated, except:
a. To the extent that qualified persons regularly residing in the area
are not available.
b. For the reasonable needs of the contractor to employ supervisory
or specially experienced personnel necessary to assure an efficient
execution of the contract work.
c. For the obligation of the contractor to offer employment to present
or former employees as the result of a lawful collective bargaining
contract, provided that the number of nonresident persons employed
under this subparagraph (1c) shall not exceed 20 percent of the total
number of employees employed by the contractor on the contract
work, except as provided in subparagraph (4) below.
2. The contractor shall place a job order with the State Employment
Service indicating (a) the classifications of the laborers, mechanics and
other employees required to perform the contract work, (b) the number
of employees required in each classification, (c) the date on which the
participant estimates such employees will be required, and (d) any other
pertinent information required by the State Employment Service to
complete the job order form. The job order may be placed with the State
Employment Service in writing or by telephone. If during the course of
the contract work, the information submitted by the contractor in the
original job order is substantially modified, the participant shall
promptly notify the State Employment Service.
3. The contractor shall give full consideration to all qualified job
applicants referred to him by the State Employment Service. The
contractor is not required to grant employment to any job applicants
who, in his opinion, are not qualified to perform the classification of
work required.
4. If, within one week following the placing of a job order by the
contractor with the State Employment Service, the State Employment
Service is unable to refer any qualified job applicants to the contractor,
or less than the number requested, the State Employment Service will
forward a certificate to the contractor indicating the unavailability of
applicants. Such certificate shall be made a part of the contractor's
permanent project records. Upon receipt of this certificate, the
contractor may employ persons who do not normally reside in the labor
area to fill positions covered by the certificate, notwithstanding the
provisions of subparagraph(1c) above.
5. The provisions of 23 CFR 633.207(e) allow the contracting agency
to provide a contractual preference for the use of mineral resource
materials native to the Appalachian region.
6. The contractor shall include the provisions of Sections 1 through 4
of this Attachment A in every subcontract for work which is, or
reasonably may be, done as on-site work.
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 641 of 733
Exhibit J - Page 1 of 11
EXHIBIT J
ADDITIONAL FEDERAL REQUIREMENTS
Federal laws and regulations that may be applicable to the Work include:
Executive Order 11246
Executive Order 11246 of September 24, 1965 entitled "Equal Employment Opportunity," as amended by
Executive Order 11375 of October 13, 1967 and as supplemented in Department of Labor regulations (41 CFR
Chapter 60) (All construction contracts awarded in excess of $10,000 by the Local Agencys and their
contractors or the Local Agencys).
Copeland "Anti-Kickback" Act
The Copeland "Anti-Kickback" Act (18 U.S.C. 874) as supplemented in Department of Labor regulations (29
CFR Part 3) (All contracts and sub-Agreements for construction or repair).
Davis-Bacon Act
The Davis-Bacon Act (40 U.S.C. 276a to a-7) as supplemented by Department of Labor regulations (29 CFR
Part 5) (Construction contracts in excess of $2,000 awarded by the Local Agencys and the Local Agencys
when required by Federal Agreement program legislation. This act requires that all laborers and mechanics
employed by contractors or sub-contractors to work on construction projects financed by federal assistance
must be paid wages not less than those established for the locality of the project by the Secretary of Labor).
Contract Work Hours and Safety Standards Act
Sections 103 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327-330) as
supplemented by Department of Labor regulations (29 CFR Part 5). (Construction contracts awarded by the
Local Agency’s in excess of $2,000, and in excess of $2,500 for other contracts which involve the employment
of mechanics or laborers).
Clear Air Act
Standards, orders, or requirements issued under section 306 of the Clear Air Act (42 U.S.C. 1857(h), section
508 of the Clean Water Act (33 U.S.C. 1368). Executive Order 11738, and Environmental Protection Agency
regulations (40 CFR Part 15) (contracts, subcontracts, and sub-Agreements of amounts in excess of $100,000).
Energy Policy and Conservation Act
Mandatory standards and policies relating to energy efficiency which are contained in the state energy
conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub. L. 94-163).
OMB Circulars
Office of Management and Budget Circulars A-87, A-21 or A-122, and A-102 or A-110, whichever is
applicable.
Hatch Act
The Hatch Act (5 USC 1501-1508) and Public Law 95-454 Section 4728. These statutes state that federal funds
cannot be used for partisan political purposes of any kind by any person or organization involved in the
administration of federally-assisted programs.
Nondiscrimination
The Local Agency shall not exclude from participation in, deny the benefits of, or subject to discrimination
any person in the United States on the ground of race, color national origin, sex, age or disability. Prior to the
receipt of any Federal financial assistance from CDOT, the Local Agency shall execute the attached Standard
DOT Title VI assurance. As appropriate, the Local Agency shall include Appendix A, B, or C to the Standard
DOT Title VI assurance in any contract utilizing federal funds, land or other aid. The Local Agency shall also
include the following in all contract advertisements:
The [Local Agency], in accordance with the provisions of Title VI of the Civil Rights Act
of 1964 (79 Stat. 252, 42 US.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies
all bidders that it will affirmatively ensure that any contract entered into pursuant to this
advertisement, DBEs will be afforded full and fair opportunity to submit bids in response
to this invitation and will not be discriminated against on the grounds of race, color, or
national origin in consideration for any award.
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 642 of 733
Exhibit J - Page 2 of 11
ADA
In any contract utilizing federal funds, land, or other federal aid, the Local Agency shall require the federal-
aid recipient or contractor to provide a statement of written assurance that they will comply with Section 504
and not discriminate on the basis of disability.
Uniform Relocation Assistance and Real Property Acquisition Policies Act
The Uniform Relocation Assistance and Real Property Acquisition Policies Act, as amended (Public Law 91-
646, as amended and Public Law 100-17, 101 Stat. 246-256). (If the contractor is acquiring real property and
displacing households or businesses in the performance of the Agreement).
Drug-Free Workplace Act
The Drug-Free Workplace Act (Public Law 100-690 Title V, subtitle D, 41 USC 701 et seq.).
Age Discrimination Act of 1975
The Age Discrimination Act of 1975, 42 U.S.C. Sections 6101 et. seq. and its implementing regulation, 45
C.F.R. Part 91; Section 504 of the Rehabilitation Act of 1973, 29 U.S.C. 794, as amended, and implementing
regulation 45 C.F.R. Part 84.
23 C.F.R. Part 172
23 C.F.R. Part 172, concerning "Administration of Engineering and Design Related Contracts".
23 C.F.R Part 633
23 C.F.R Part 633, concerning "Required Contract Provisions for Federal-Aid Construction Contracts".
23 C.F.R. Part 635
23 C.F.R. Part 635, concerning "Construction and Maintenance Provisions".
Title VI of the Civil Rights Act of 1964 and 162(a) of the Federal Aid Highway Act of 1973
Title VI of the Civil Rights Act of 1964 and 162(a) of the Federal Aid Highway Act of 1973. The requirements
for which are shown in the Nondiscrimination Provisions, which are attached hereto and made a part hereof.
Nondiscrimination Provisions:
In compliance with Title VI of the Civil Rights Act of 1964 and with Section 162(a) of the Federal Aid
Highway Act of 1973, the Contractor, for itself, its assignees and successors in interest, agree as follows:
i. Compliance with Regulations
The Contractor will comply with the Regulations of the Department of Transportation relative to
nondiscrimination in Federally assisted programs of the Department of Transportation (Title 49, Code
of Federal Regulations, Part 21, hereinafter referred to as the "Regulations"), which are herein
incorporated by reference and made a part of this Agreement.
ii. Nondiscrimination
The Contractor, with regard to the work performed by it after award and prior to completion of the
contract work, will not discriminate on the ground of race, color, sex, mental or physical handicap or
national origin in the selection and retention of Subcontractors, including procurement of materials and
leases of equipment. The Contractor will not participate either directly or indirectly in the
discrimination prohibited by Section 21.5 of the Regulations, including employment practices when
the contract covers a program set forth in Appendix C of the Regulations.
iii. Solicitations for Subcontracts, Including Procurement of Materials and Equipment
In all solicitations either by competitive bidding or negotiation made by the Contractor for work to be
performed under a subcontract, including procurement of materials or equipment, each potential
Subcontractor or supplier shall be notified by the Contractor of the Contractor's obligations under this
Agreement and the Regulations relative to nondiscrimination on the ground of race, color, sex, mental
or physical handicap or national origin.
iv. Information and Reports
The Contractor will provide all information and reports required by the Regulations, or orders and
instructions issued pursuant thereto and will permit access to its books, records, accounts, other sources
of information and its facilities as may be determined by the State or the FHWA to be pertinent to
ascertain compliance with such Regulations, orders and instructions. Where any information required
of the Contractor is in the exclusive possession of another who fails or refuses to furnish this
information, the Contractor shall so certify to the State, or the FHWA as appropriate and shall set forth
what efforts have been made to obtain the information.
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 643 of 733
Exhibit J - Page 3 of 11
v. Sanctions for Noncompliance
In the event of the Contractor's noncompliance with the nondiscrimination provisions of this
Agreement, the State shall impose such contract sanctions as it or the FHWA may determine to be
appropriate, including, but not limited to: a. Withholding of payments to the Contractor under the
contract until the Contractor complies, and/or b. Cancellation, termination or suspension of the
contract, in whole or in part.
Incorporation of Provisions §22
The Contractor will include the provisions of this Exhibit J in every subcontract, including procurement of
materials and leases of equipment, unless exempt by the Regulations, orders, or instructions issued pursuant
thereto. The Contractor will take such action with respect to any subcontract or procurement as the State or the
FHWA may direct as a means of enforcing such provisions including sanctions for noncompliance; provided,
however, that, in the event the Contractor becomes involved in, or is threatened with, litigation with a
Subcontractor or supplier as a result of such direction, the Contractor may request the State to enter into such
litigation to protect the interest of the State and in addition, the Contractor may request the FHWA to enter into
such litigation to protect the interests of the United States.
THE REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 644 of 733
Exhibit J - Page 4 of 11
SAMPLE
The United States Department of Transportation (USDOT) Standard Title VI/Non-Discrimination
Assurances for Local Agencies
DOT Order No. 1050.2A
The [Local Agency] (herein referred to as the "Recipient"), HEREBY AGREES THAT, as a condition to receiving
any Federal financial assistance from the U.S. Department of Transportation (DOT), through the Colorado Department
of Transportation and the Federal Highway Administration (FHWA), Federal Transit Administration (FTA), and
Federal Aviation Administration (FAA), is subject to and will comply with the following:
Statutory/Regulatory Authorities
• Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on
the basis of race, color, national origin);
• 49 C.F.R. Part 21 (entitled Non-discrimination In Federally-Assisted Programs Of The Department Of
Transportation-Effectuation Of Title VI Of The Civil Rights Act Of 1964);
• 28 C.F.R. section 50.3 (U.S. Department of Justice Guidelines for Enforcement of Title VI of the Civil Rights
Act of 1964);
The preceding statutory and regulatory cites hereinafter are referred to as the "Acts" and "Regulations," respectively.
General Assurances
In accordance with the Acts, the Regulations, and other pertinent directives, circulars, policy, memoranda, and/or
guidance, the Recipient hereby gives assurance that it will promptly take any measures necessary to ensure that:
"No person in the United States shall, on the grounds of race, color, or national origin, be excluded from
participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or
activity, "for which the Recipient receives Federal financial assistance from DOT, including the FHWA, FTA,
or FAA.
The Civil Rights Restoration Act of 1987 clarified the original intent of Congress, with respect to Title VI and other
Non-discrimination requirements (The Age Discrimination Act of 1975, and Section 504 of the Rehabilitation Act of
1973), by restoring the broad, institutional-wide scope and coverage of these non- discrimination statutes and
requirements to include all programs and activities of the Recipient, so long as any portion of the program is Federally
assisted.
Specific Assurances
More specifically, and without limiting the above general Assurance, the Recipient agrees with and gives the following
Assurances with respect to its Federally assisted FHWA, FTA, and FAA assisted programs:
1. The Recipient agrees that each "activity," "facility," or "program," as defined in §§ 21.23(b) and 21.23(e) of
49 C.F.R. § 21 will be (with regard to an "activity") facilitated, or will be (with regard to a "facility") operated,
or will be (with regard to a "program") conducted in compliance with all requirements imposed by, or pursuant
to the Acts and the Regulations.
2. The Recipient will insert the following notification in all solicitations for bids, Requests For Proposals for work,
or material subject to the Acts and the Regulations made in connection with all FHWA, FTA and FAA programs
and, in adapted form, in all proposals for negotiated agreements regardless of funding source:
3. "The [Local Agency] in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat.
252, 42 US.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively
ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will
be afforded full and fair opportunity
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 645 of 733
Exhibit J - Page 5 of 11
4. to submit bids in response to this invitation and will not be discriminated against on the grounds of
race, color, or national origin in consideration for an award."
5. The Recipient will insert the clauses of Appendix A and E of this Assurance in every contract or agreement
subject to the Acts and the Regulations.
6. The Recipient will insert the clauses of Appendix B of this Assurance, as a covenant running with the land,
in any deed from the United States effecting or recording a transfer of real property, structures, use, or
improvements thereon or interest therein to a Recipient.
7. That where the Recipient receives Federal financial assistance to construct a facility, or part of a facility,
the Assurance will extend to the entire facility and facilities operated in connection therewith.
8. That where the Recipient receives Federal financial assistance in the form, or for the acquisition of real
property or an interest in real property, the Assurance will extend to rights to space on, over, or under such
property.
9. That the Recipient will include the clauses set forth in Appendix C and Appendix D of this Assurance, as a
covenant running with the land, in any future deeds, leases, licenses, permits, or similar instruments entered
into by the Recipient with other parties:
a. for the subsequent transfer of real property acquired or improved under the applicable activity, project,
or program; and
b. for the construction or use of, or access to, space on, over, or under real property acquired or improved
under the applicable activity, project, or program.
10. That this Assurance obligates the Recipient for the period during which Federal financial assistance is
extended to the program, except where the Federal financial assistance is to provide, or is in the form of,
personal property, or real property, or interest therein, or structures or improvements thereon, in which case
the Assurance obligates the Recipient, or any transferee for the longer of the following periods:
a. the period during which the property is used for a purpose for which the Federal financial assistance is
extended, or for another purpose involving the provision of similar services or benefits; or
b. the period during which the Recipient retains ownership or possession of the property.
11. The Recipient will provide for such methods of administration for the program as are found by the Secretary
of Transportation or the official to whom he/she delegates specific authority to give reasonable guarantee
that it, other recipients, sub-recipients, sub-grantees, contractors, subcontractors, consultants, transferees,
successors in interest, and other participants of Federal financial assistance under such program will comply
with all requirements imposed or pursuant to the Acts, the Regulations, and this Assurance.
12. The Recipient agrees that the United States has a right to seek judicial enforcement with regard to any
matter arising under the Acts, the Regulations, and this Assurance.
By signing this ASSURANCE, the [Local Agency] also agrees to comply (and require any sub-recipients, sub-
grantees, contractors, successors, transferees, and/or assignees to comply) with all applicable provisions governing
the FHWA, FTA, and FAA’s access to records, accounts, documents, information, facilities, and staff. You also
recognize that you must comply with any program or compliance reviews, and/or complaint investigations
conducted by CDOT, FHWA, FTA, or FAA. You must keep records, reports, and submit the material for review
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 646 of 733
Exhibit J - Page 6 of 11
upon request to CDOT, FHWA, FTA, or FAA, or its designee in a timely, complete, and accurate way. Additionally,
you must comply with all other reporting, data collection, and evaluation requirements, as prescribed by law or detailed
in program guidance.
[Local Agency] gives this ASSURANCE in consideration of and for obtaining any Federal grants, loans, contracts,
agreements, property, and/or discounts, or other Federal-aid and Federal financial assistance extended after the date
hereof to the recipients by the U.S. Department of Transportation under the FHWA, FTA, and FAA. This ASSURANCE
is binding on [Local Agency], other recipients, sub-recipients, sub-grantees, contractors, subcontractors and their
subcontractors', transferees, successors in interest, and any other participants in the FHWA, FTA, and FAA funded
programs. The person(s) signing below is authorized to sign this ASSURANCE on behalf of the Recipient.
(Name of Recipient)
by
(Signature of Authorized Official)
DATED
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 647 of 733
Exhibit J - Page 7 of 11
APPENDIX A
During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter
referred to as the "contractor") agrees as follows:
1. Compliance with Regulations: The contractor (hereinafter includes consultants) will comply with the Acts
and the Regulations relative to Non-discrimination in Federally-assisted programs of the U.S. Department of
Transportation, FHWA, as they may be amended from time to time, which are herein incorporated by reference
and made a part of this contract.
2. Non-discrimination: The contractor, with regard to the work performed by it during the contract, will not
discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors,
including procurements of materials and leases of equipment. The contractor will not participate directly or
indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices
when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR Part 21.
3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations,
either by competitive bidding, or negotiation made by the contractor for work to be performed under a
subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or
supplier will be notified by the contractor of the contractor's obligations under this contract and the Acts and
the Regulations relative to Non-discrimination on the grounds of race, color, or national origin.
4. Information and Reports: The contractor will provide all information and reports required by the Acts, the
Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other
sources of information, and its facilities as may be determined by the [Local Agency], CDOT or FHWA to be
pertinent to ascertain compliance with such Acts, Regulations, and instructions. Where any information
required of a contractor is in the exclusive possession of another who fails or refuses to furnish the
information, the contractor will so certify to the [Local Agency], CDOT or FHWA, as appropriate, and will
set forth what efforts it has made to obtain the information.
5. Sanctions for Noncompliance: In the event of a contractor's noncompliance with the Non- discrimination
provisions of this contract, the [Local Agency] will impose such contract sanctions as it, CDOT or FHWA
may determine to be appropriate, including, but not limited to:
a. withholding payments to the contractor under the contract until the contractor complies; and/or
b. cancelling, terminating, or suspending a contract, in whole or in part.
6. Incorporation of Provisions: The contractor will include the provisions of paragraphs one through six in
every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts,
the Regulations and directives issued pursuant thereto. The contractor will take action with respect to any
subcontract or procurement as the Recipient or the [Local Agency], CDOT or FHWA may direct as a means
of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes
involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the
contractor may request the Recipient to enter into any litigation to protect the interests of the Recipient. In
addition, the contractor may request the United States to enter into the litigation to protect the interests of the
United States.
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 648 of 733
Exhibit J - Page 8 of 11
APPENDIX B
CLAUSES FOR DEEDS TRANSFERRING UNITED STATES PROPERTY
The following clauses will be included in deeds effecting or recording the transfer of real property, structures, or
improvements thereon, or granting interest therein from the United States pursuant to the provisions of Assurance 4:
NOW, THEREFORE, the U.S. Department of Transportation as authorized by law and upon the condition that the
[Local Agency] will accept title to the lands and maintain the project constructed thereon in accordance with (Name of
Appropriate Legislative Authority), the Regulations for the Administration of (Name of Appropriate Program), and
the policies and procedures prescribed by the FHWA of the U.S. Department of Transportation in accordance and in
compliance with all requirements imposed by Title 49, Code of Federal Regulations, U.S. Department of
Transportation, Subtitle A, Office of the Secretary, Part 21, Non-discrimination in Federally-assisted programs of the
U.S Department of Transportation pertaining to and effectuating the provisions of Title VI of the Civil Rights Act of
1964 (78 Stat. 252; 42 U.S.C. § 2000d to 2000d-4), does hereby remise, release, quitclaim and convey unto the [Local
Agency] all the right, title and interest of the U.S. Department of Transportation in and to said lands described in Exhibit
A attached hereto and made a part hereof.
(HABENDUM CLAUSE)
TO HAVE AND TO HOLD said lands and interests therein unto [Local Agency] and its successors forever, subject,
however, to the covenants, conditions, restrictions and reservations herein contained as follows, which will remain in
effect for the period during which the real property or structures are used for a purpose for which Federal financial
assistance is extended or for another purpose involving the provision of similar services or benefits and will be binding
on the [Local Agency] its successors and assigns.
The [Local Agency], in consideration of the conveyance of said lands and interests in lands, does hereby covenant and
agree as a covenant running with the land for itself, its successors and assigns, that (1) no person will on the grounds of
race, color, or national origin, be excluded from participation in, be denied the benefits of, or be otherwise subjected to
discrimination with regard to any facility located wholly or in part on, over, or under such lands hereby conveyed [,]
[and]* (2) that the [Local Agency] will use the lands and interests in lands and interests in lands so conveyed, in
compliance with all requirements imposed by or pursuant to Title 49, Code of Federal Regulations, U.S. Department of
Transportation, Subtitle A, Office of the Secretary, Part 21, Non-discrimination in Federally-assisted programs of the
U.S. Department of Transportation, Effectuation of Title VI of the Civil Rights Act of 1964, and as said Regulations and
Acts may be amended [, and (3) that in the event of breach of any of the above-mentioned non-discrimination conditions,
the Department will have a right to enter or re-enter said lands and facilities on said land, and that above described land
and facilities will thereon revert to and vest in and become the absolute property of the U.S. Department of Transportation
and its assigns as such interest existed prior to this instruction].*
(*Reverter clause and related language to be used only when it is determined that such a clause is necessary to make clear
the purpose of Title VI.)
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 649 of 733
Exhibit J - Page 9 of 11
APPENDIX C
CLAUSES FOR TRANSFER OF REAL PROPERTY ACQUIRED OR IMPROVED UNDER THE
ACTIVITY, FACILITY, OR PROGRAM
The following clauses will be included in deeds, licenses, leases, permits, or similar instruments entered into by the
[Local Agency] pursuant to the provisions of Assurance 7(a):
A. The (grantee, lessee, permittee, etc. as appropriate) for himself/herself, his/her heirs, personal representatives,
successors in interest, and assigns, as a part of the consideration hereof, does hereby covenant and agree [in the
case of deeds and leases add "as a covenant running with the land"] that:
1. In the event facilities are constructed, maintained, or otherwise operated on the property described in this (deed,
license, lease, permit, etc.) for a purpose for which a U.S. Department of Transportation activity, facility, or
program is extended or for another purpose involving the provision of similar services or benefits, the (grantee,
licensee, lessee, permittee, etc.) will maintain and operate such facilities and services in compliance with all
requirements imposed by the Acts and Regulations (as may be amended) such that no person on the grounds
of race, color, or national origin, will be excluded from participation in, denied the benefits of, or be otherwise
subjected to discrimination in the use of said facilities.
B. With respect to licenses, leases, permits, etc., in the event of breach of any of the above Non-discrimination
covenants, [Local Agency] will have the right to terminate the (lease, license, permit, etc.) and to enter, re-enter,
and repossess said lands and facilities thereon, and hold the same as if the (lease, license, permit, etc.) had never
been made or issued. *
C. With respect to a deed, in the event of breach of any of the above Non-discrimination covenants, the [Local Agency]
will have the right to enter or re-enter the lands and facilities thereon, and the above described lands and facilities
will there upon revert to and vest in and become the absolute property of the [Local Agency] and its assigns. *
(*Reverter clause and related language to be used only when it is determined that such a clause is necessary to make
clear the purpose of Title VI.)
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 650 of 733
Exhibit J - Page 10 of 11
APPENDIX D
CLAUSES FOR CONSTRUCTION/USE/ACCESS TO REAL PROPERTY ACQUIRED UNDER THE
ACTIVITY, FACILITY OR PROGRAM
The following clauses will be included in deeds, licenses, permits, or similar instruments/agreements entered into by
[Local Agency] pursuant to the provisions of Assurance 7(b):
A. The (grantee, licensee, permittee, etc., as appropriate) for himself/herself, his/her heirs, personal representatives,
successors in interest, and assigns, as a part of the consideration hereof, does hereby covenant and agree (in the
case of deeds and leases add, "as a covenant running with the land") that (1) no person on the ground of race,
color, or national origin, will be excluded from participation in, denied the benefits of, or be otherwise subjected
to discrimination in the use of said facilities, (2) that in the construction of any improvements on, over, or under
such land, and the furnishing of services thereon, no person on the ground of race, color, or national origin, will
be excluded from participation in, denied the benefits of, or otherwise be subjected to discrimination, (3) that the
(grantee, licensee, lessee, permittee, etc.) will use the premises in compliance with all other requirements imposed
by or pursuant to the Acts and Regulations, as amended, set forth in this Assurance.
B. With respect to (licenses, leases, permits, etc.), in the event of breach of any of the above Non- discrimination
covenants, [Local Agency] will have the right to terminate the (license, permit, etc., as appropriate) and to enter
or re-enter and repossess said land and the facilities thereon, and hold the same as if said (license, permit, etc., as
appropriate) had never been made or issued. *
C. With respect to deeds, in the event of breach of any of the above Non-discrimination covenants, [Local Agency]
will there upon revert to and vest in and become the absolute property of [Local Agency] of Transportation and its
assigns. *
(*Reverter clause and related language to be used only when it is determined that such a clause is necessary to make
clear the purpose of Title VI.)
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 651 of 733
Exhibit J - Page 11 of 11
APPENDIX E
During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter
referred to as the "contractor") agrees to comply with the following non-discrimination statutes and authorities;
including but not limited to:
Pertinent Non-Discrimination Authorities:
• Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on
the basis of race, color, national origin); and 49 CFR Part 21.
• The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601),
(prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or
Federal-aid programs and projects);
• Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex);
• Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination
on the basis of disability); and 49 CFR Part 27;
• The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the
basis of age);
• Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits
discrimination based on race, creed, color, national origin, or sex);
• The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of
Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the
Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of
the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs
or activities are Federally funded or not);
• Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability
in the operation of public entities, public and private transportation systems, places of public accommodation,
and certain testing entities (42 U.S.C. §§ 12131-12189) as implemented by Department of Transportation
regulations at 49 C.F.R. parts 37 and 38;
• The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits
discrimination on the basis of race, color, national origin, and sex);
• Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-
Income Populations, which ensures discrimination against minority populations by discouraging programs,
policies, and activities with disproportionately high and adverse human health or environmental effects on
minority and low-income populations;
• Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and
resulting agency guidance, national origin discrimination includes discrimination because of Limited English
proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP
persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100);
• Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because
of sex in education programs or activities (20 U.S.C. 1681 et seq).
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 652 of 733
Exhibit K - Page 1 of 4
EXHIBIT K
FFATA SUPPLEMENTAL FEDERAL PROVISIONS
State of Colorado
Supplemental Provisions for
Federally Funded Contracts, Grants, and Purchase Orders
Subject to
The Federal Funding Accountability and Transparency Act of 2006 (FFATA), As Amended
Revised as of 3-20-13
The contract, grant, or purchase order to which these Supplemental Provisions are attached has been funded, in whole
or in part, with an Award of Federal funds. In the event of a conflict between the provisions of these Supplemental
Provisions, the Special Provisions, the contract or any attachments or exhibits incorporated into and made a part of the
contract, the provisions of these Supplemental Provisions shall control.
1. Definitions. For the purposes of these Supplemental Provisions, the following terms shall have the meanings
ascribed to them below.
1.1. “Award” means an award of Federal financial assistance that a non-Federal Entity receives or administers
in the form of:
1.1.1. Grants;
1.1.2. Contracts;
1.1.3. Cooperative agreements, which do not include cooperative research and development
agreements (CRDA) pursuant to the Federal Technology Transfer Act of 1986, as amended
(15 U.S.C. 3710);
1.1.4. Loans;
1.1.5. Loan Guarantees;
1.1.6. Subsidies;
1.1.7. Insurance;
1.1.8. Food commodities;
1.1.9. Direct appropriations;
1.1.10. Assessed and voluntary contributions; and
1.1.11. Other financial assistance transactions that authorize the expenditure of Federal funds by non-
Federal Entities.
Award does not include:
1.1.12. Technical assistance, which provides services in lieu of money;
1.1.13. A transfer of title to Federally-owned property provided in lieu of money; even if the award is
called a grant;
1.1.14. Any award classified for security purposes; or
1.1.15. Any award funded in whole or in part with Recovery funds, as defined in section 1512 of the
American Recovery and Reinvestment Act (ARRA) of 2009 (Public Law 111-5).
1.2. “Contract” means the contract to which these Supplemental Provisions are attached and includes all Award
types in §1.1.1 through 1.1.11 above.
1.3. “Contractor” means the party or parties to a Contract funded, in whole or in part, with Federal financial
assistance, other than the Prime Recipient, and includes grantees, subgrantees, Subrecipients, and borrowers.
For purposes of Transparency Act reporting, Contractor does not include Vendors.
1.4. “Data Universal Numbering System (DUNS) Number” means the nine-digit number established and
assigned by Dun and Bradstreet, Inc. to uniquely identify a business entity. Dun and Bradstreet’s website
may be found at: http://fedgov.dnb.com/webform.
1.5. “Entity” means all of the following as defined at 2 CFR part 25, subpart C;
1.5.1. A governmental organization, which is a State, local government, or Indian Tribe;
1.5.2. A foreign public entity;
1.5.3. A domestic or foreign non-profit organization;
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 653 of 733
Exhibit K - Page 2 of 4
1.5.4. A domestic or foreign for-profit organization; and
1.5.5. A Federal agency, but only a Subrecipient under an Award or Subaward to a non-Federal entity.
1.6. “Executive” means an officer, managing partner or any other employee in a management position.
1.7. “Federal Award Identification Number (FAIN)” means an Award number assigned by a Federal agency
to a Prime Recipient.
1.8. “FFATA” means the Federal Funding Accountability and Transparency Act of 2006 (Public Law 109- 282),
as amended by §6202 of Public Law 110-252. FFATA, as amended, also is referred to as the “Transparency
Act.”
1.9. “Prime Recipient” means a Colorado State agency or institution of higher education that receives an Award.
1.10. “Subaward” means a legal instrument pursuant to which a Prime Recipient of Award funds awards all or a
portion of such funds to a Subrecipient, in exchange for the Subrecipient’s support in the performance of all
or any portion of the substantive project or program for which the Award was granted.
1.11. “Subrecipient” means a non-Federal Entity (or a Federal agency under an Award or Subaward to a non-
Federal Entity) receiving Federal funds through a Prime Recipient to support the performance of the Federal
project or program for which the Federal funds were awarded. A Subrecipient is subject to the terms and
conditions of the Federal Award to the Prime Recipient, including program compliance requirements. The
term “Subrecipient” includes and may be referred to as Subgrantee.
1.12. “Subrecipient Parent DUNS Number” means the subrecipient parent organization’s 9-digit Data
Universal Numbering System (DUNS) number that appears in the subrecipient’s System for Award
Management (SAM) profile, if applicable.
1.13. “Supplemental Provisions” means these Supplemental Provisions for Federally Funded Contracts, Grants,
and Purchase Orders subject to the Federal Funding Accountability and Transparency Act of 2006, As
Amended, as may be revised pursuant to ongoing guidance from the relevant Federal or State of Colorado
agency or institution of higher education.
1.14. “System for Award Management (SAM)” means the Federal repository into which an Entity must enter
the information required under the Transparency Act, which may be found at http://www.sam.gov.
1.15. “Total Compensation” means the cash and noncash dollar value earned by an Executive during the Prime
Recipient’s or Subrecipient’s preceding fiscal year and includes the following:
1.15.1. Salary and bonus;
1.15.2. Awards of stock, stock options, and stock appreciation rights, using the dollar amount
recognized for financial statement reporting purposes with respect to the fiscal year in
accordance with the Statement of Financial Accounting Standards No. 123 (Revised 2005)
(FAS 123R), Shared Based Payments;
1.15.3. Earnings for services under non-equity incentive plans, not including group life, health,
hospitalization or medical reimbursement plans that do not discriminate in favor of Executives
and are available generally to all salaried employees;
1.15.4. Change in present value of defined benefit and actuarial pension plans;
1.15.5. Above-market earnings on deferred compensation which is not tax-qualified;
1.15.6. Other compensation, if the aggregate value of all such other compensation (e.g. severance,
termination payments, value of life insurance paid on behalf of the employee, perquisites or
property) for the Executive exceeds $10,000.
1.16. “Transparency Act” means the Federal Funding Accountability and Transparency Act of 2006 (Public Law
109-282), as amended by §6202 of Public Law 110-252. The Transparency Act also is referred to as FFATA.
1.17 “Vendor” means a dealer, distributor, merchant or other seller providing property or services required for a
project or program funded by an Award. A Vendor is not a Prime Recipient or a Subrecipient and is not
subject to the terms and conditions of the Federal award. Program compliance requirements do not pass
through to a Vendor.
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 654 of 733
Exhibit K - Page 3 of 4
2. Compliance. Contractor shall comply with all applicable provisions of the Transparency Act and the regulations
issued pursuant thereto, including but not limited to these Supplemental Provisions. Any revisions to such
provisions or regulations shall automatically become a part of these Supplemental Provisions, without the necessity
of either party executing any further instrument. The State of Colorado may provide written notification to
Contractor of such revisions, but such notice shall not be a condition precedent to the effectiveness of such revisions.
3. System for Award Management (SAM) and Data Universal Numbering System (DUNS) Requirements.
3.1. SAM. Contractor shall maintain the currency of its information in SAM until the Contractor submits the
final financial report required under the Award or receives final payment, whichever is later. Contractor shall
review and update SAM information at least annually after the initial registration, and more frequently if
required by changes in its information.
3.2. DUNS. Contractor shall provide its DUNS number to its Prime Recipient, and shall update Contractor’s
information in Dun & Bradstreet, Inc. at least annually after the initial registration, and more frequently if
required by changes in Contractor’s information.
4. Total Compensation. Contractor shall include Total Compensation in SAM for each of its five most highly
compensated Executives for the preceding fiscal year if:
4.1. The total Federal funding authorized to date under the Award is $25,000 or more; and
4.2. In the preceding fiscal year, Contractor received:
4.2.1. 80% or more of its annual gross revenues from Federal procurement contracts and subcontracts
and/or Federal financial assistance Awards or Subawards subject to the Transparency Act; and
4.2.2. $25,000,000 or more in annual gross revenues from Federal procurement contracts and
subcontracts and/or Federal financial assistance Awards or Subawards subject to the
Transparency Act; and
4.3. The public does not have access to information about the compensation of such Executives through periodic
reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)
or § 6104 of the Internal Revenue Code of 1986.
5. Reporting. Contractor shall report data elements to SAM and to the Prime Recipient as required in §7 below if
Contractor is a Subrecipient for the Award pursuant to the Transparency Act. No direct payment shall be made to
Contractor for providing any reports required under these Supplemental Provisions and the cost of producing such
reports shall be included in the Contract price. The reporting requirements in §7 below are based on guidance from
the US Office of Management and Budget (OMB), and as such are subject to change at any time by OMB. Any such
changes shall be automatically incorporated into this Contract and shall become part of Contractor’s obligations
under this Contract, as provided in §2 above. The Colorado Office of the State Controller will provide summaries
of revised OMB reporting requirements at http://www.colorado.gov/dpa/dfp/sco/FFATA.htm.
6. Effective Date and Dollar Threshold for Reporting. The effective date of these Supplemental Provisions apply
to new Awards as of October 1, 2010. Reporting requirements in §7 below apply to new Awards as of October 1,
2010, if the initial award is $25,000 or more. If the initial Award is below $25,000 but subsequent Award
modifications result in a total Award of $25,000 or more, the Award is subject to the reporting requirements as of
the date the Award exceeds $25,000. If the initial Award is $25,000 or more, but funding is subsequently de-
obligated such that the total award amount falls below $25,000, the Award shall continue to be subject to the
reporting requirements.
7. Subrecipient Reporting Requirements. If Contractor is a Subrecipient, Contractor shall report as set forth below.
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 655 of 733
Exhibit K - Page 4 of 4
7.1 To SAM. A Subrecipient shall register in SAM and report the following data elements in SAM for each
Federal Award Identification Number no later than the end of the month following the month in which the
Subaward was made:
7.1.1 Subrecipient DUNS Number;
7.1.2 Subrecipient DUNS Number + 4 if more than one electronic funds transfer (EFT) account;
7.1.3 Subrecipient Parent DUNS Number;
7.1.4 Subrecipient’s address, including: Street Address, City, State, Country, Zip + 4, and
Congressional District;
7.1.5 Subrecipient’s top 5 most highly compensated Executives if the criteria in §4 above are met;
and
7.1.6 Subrecipient’s Total Compensation of top 5 most highly compensated Executives if criteria in
§4 above met.
7.2 To Prime Recipient. A Subrecipient shall report to its Prime Recipient, upon the effective date of the
Contract, the following data elements:
7.2.1 Subrecipient’s DUNS Number as registered in SAM.
7.2.2 Primary Place of Performance Information, including: Street Address, City, State, Country, Zip
code + 4, and Congressional District.
8. Exemptions.
8.1. These Supplemental Provisions do not apply to an individual who receives an Award as a natural person,
unrelated to any business or non-profit organization he or she may own or operate in his or her name.
8.2 A Contractor with gross income from all sources of less than $300,000 in the previous tax year is exempt
from the requirements to report Subawards and the Total Compensation of its most highly compensated
Executives.
8.3 Effective October 1, 2010, “Award” currently means a grant, cooperative agreement, or other arrangement
as defined in Section 1.1 of these Special Provisions. On future dates “Award” may include other items to
be specified by OMB in policy memoranda available at the OMB Web site; Award also will include other
types of Awards subject to the Transparency Act.
8.4 There are no Transparency Act reporting requirements for Vendors.
Event of Default. Failure to comply with these Supplemental Provisions shall constitute an event of default under the
Contract and the State of Colorado may terminate the Contract upon 30 days prior written notice if the default remains
uncured five calendar days following the termination of the 30 day notice period. This remedy will be in addition to
any other remedy available to the State of Colorado under the Contract, at law or in equity.
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 656 of 733
Exhibit L - Page 1 of 3
EXHIBIT L
SAMPLE SUBRECIPIENT MONITORING AND RISK ASSESSMENT
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 657 of 733
Exhibit L - Page 2 of 3
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 658 of 733
Exhibit L - Page 3 of 3
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 659 of 733
Exhibit M - Page 1 of 5
EXHIBIT M - OMB Uniform Guidance for Federal
Awards Subject to
The Office of Management and Budget Uniform Administrative Requirements, Cost Principles, and Audit
Requirements for Federal Awards (“Uniform Guidance”),
Federal Register, Vol. 78, No. 248, 78590
The agreement to which these Uniform Guidance Supplemental Provisions are attached has been funded, in whole or
in part, with an award of Federal funds. In the event of a conflict between the provisions of these Supplemental
Provisions, the Special Provisions, the agreement or any attachments or exhibits incorporated into and made a part of
the agreement, the provisions of these Uniform Guidance Supplemental Provisions shall control. In the event of a
conflict between the provisions of these Supplemental Provisions and the FFATA Supplemental Provisions, the
FFATA Supplemental Provisions shall control.
9. Definitions. For the purposes of these Supplemental Provisions, the following terms shall have the meanings
ascribed to them below.
9.1. “Award” means an award by a Recipient to a Subrecipient funded in whole or in part by a Federal Award.
The terms and conditions of the Federal Award flow down to the Award unless the terms and conditions of
the Federal Award specifically indicate otherwise. 2 CFR §200.38
9.2. “Federal Award” means an award of Federal financial assistance or a cost-reimbursement contract under
the Federal Acquisition Requirements by a Federal Awarding Agency to a Recipient. “Federal Award” also
means an agreement setting forth the terms and conditions of the Federal Award. The term does not include
payments to a contractor or payments to an individual that is a beneficiary of a Federal program.
9.3. “Federal Awarding Agency” means a Federal agency providing a Federal Award to a Recipient. 2 CFR
§200.37
9.4. “FFATA” means the Federal Funding Accountability and Transparency Act of 2006 (Public Law 109-
282), as amended by §6202 of Public Law 110-252.
9.5. “Grant” or “Grant Agreement” means an agreement setting forth the terms and conditions of an Award.
The term does not include an agreement that provides only direct Federal cash assistance to an individual, a
subsidy, a loan, a loan guarantee, insurance, or acquires property or services for the direct benefit of use of
the Federal Awarding Agency or Recipient. 2 CFR §200.51.
9.6. “OMB” means the Executive Office of the President, Office of Management and Budget.
9.7. “Recipient” means a Colorado State department, agency or institution of higher education that receives a
Federal Award from a Federal Awarding Agency to carry out an activity under a Federal program. The term
does not include Subrecipients. 2 CFR §200.86
9.8. “State” means the State of Colorado, acting by and through its departments, agencies and institutions of
higher education.
9.9. “Subrecipient” means a non-Federal entity receiving an Award from a Recipient to carry out part of a
Federal program. The term does not include an individual who is a beneficiary of such program.
9.10. “Uniform Guidance” means the Office of Management and Budget Uniform Administrative Requirements,
Cost Principles, and Audit Requirements for Federal Awards, which supersedes requirements from OMB
Circulars A-21, A-87, A-110, and A-122, OMB Circulars A-89, A-102, and A- 133, and the guidance in
Circular A-50 on Single Audit Act follow-up. The terms and conditions of the Uniform Guidance flow down
to Awards to Subrecipients unless the Uniform Guidance or the terms and conditions of the Federal Award
specifically indicate otherwise.
9.11. “Uniform Guidance Supplemental Provisions” means these Supplemental Provisions for Federal Awards
subject to the OMB Uniform Guidance, as may be revised pursuant to ongoing guidance from relevant
Federal agencies or the Colorado State Controller.
10. Compliance. Subrecipient shall comply with all applicable provisions of the Uniform Guidance, including but not
limited to these Uniform Guidance Supplemental Provisions. Any revisions to such provisions
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 660 of 733
Exhibit M - Page 2 of 5
automatically shall become a part of these Supplemental Provisions, without the necessity of either party executing
any further instrument. The State of Colorado may provide written notification to Subrecipient of such revisions,
but such notice shall not be a condition precedent to the effectiveness of such revisions.
11. Procurement Standards.
3.1 Procurement Procedures. Subrecipient shall use its own documented procurement procedures which
reflect applicable State, local, and Tribal laws and regulations, provided that the procurements conform to
applicable Federal law and the standards identified in the Uniform Guidance, including without limitation,
§§200.318 through 200.326 thereof.
3.2 Procurement of Recovered Materials. If Subrecipient is a State Agency or an agency of a political
subdivision of a state, its contractors must comply with section 6002 of the Solid Waste Disposal Act, as
amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include
procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR
part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining
a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the
quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management
services in a manner that maximizes energy and resource recovery; and establishing an affirmative
procurement program for procurement of recovered materials identified in the EPA guidelines.
4. Access to Records. Subrecipient shall permit Recipient and auditors to have access to Subrecipient’s records and
financial statements as necessary for Recipient to meet the requirements of §200.331 (Requirements for pass-
through entities), §§200.300 (Statutory and national policy requirements) through 200.309 (Period of
performance), and Subpart F-Audit Requirements of the Uniform Guidance. 2 CFR §200.331(a)(5).
5. Single Audit Requirements. If Subrecipient expends $750,000 or more in Federal Awards during Subrecipient’s
fiscal year, Subrecipient shall procure or arrange for a single or program-specific audit conducted for that year in
accordance with the provisions of Subpart F-Audit Requirements of the Uniform Guidance, issued pursuant to the
Single Audit Act Amendments of 1996, (31 U.S.C. 7501-7507). 2 CFR §200.501.
5.1 Election. Subrecipient shall have a single audit conducted in accordance with Uniform Guidance
§200.514 (Scope of audit), except when it elects to have a program-specific audit conducted in accordance
with §200.507 (Program-specific audits). Subrecipient may elect to have a program-specific audit if
Subrecipient expends Federal Awards under only one Federal program (excluding research and
development) and the Federal program's statutes, regulations, or the terms and conditions of the Federal
award do not require a financial statement audit of Recipient. A program-specific audit may not be elected
for research and development unless all of the Federal Awards expended were received from Recipient and
Recipient approves in advance a program-specific audit.
5.2 Exemption. If Subrecipient expends less than $750,000 in Federal Awards during its fiscal year,
Subrecipient shall be exempt from Federal audit requirements for that year, except as noted in 2 CFR
§200.503 (Relation to other audit requirements), but records shall be available for review or audit by
appropriate officials of the Federal agency, the State, and the Government Accountability Office.
5.3 Subrecipient Compliance Responsibility. Subrecipient shall procure or otherwise arrange for the audit
required by Part F of the Uniform Guidance and ensure it is properly performed and submitted when due in
accordance with the Uniform Guidance. Subrecipient shall prepare appropriate financial statements,
including the schedule of expenditures of Federal awards in accordance with Uniform Guidance §200.510
(Financial statements) and provide the auditor with access to personnel, accounts, books, records, supporting
documentation, and other information as needed for the auditor to perform the audit required by Uniform
Guidance Part F-Audit Requirements.
6. Contract Provisions for Subrecipient Contracts. Subrecipient shall comply with and shall include all of the
following applicable provisions in all subcontracts entered into by it pursuant to this Grant Agreement.
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 661 of 733
Exhibit M - Page 3 of 5
6.1 Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that
meet the definition of “federally assisted construction contract” in 41 CFR Part 60-1.3 shall include the
equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246,
“Equal Employment Opportunity” (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as
amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment
Opportunity,” and implementing regulations at 41 CFR part 60, “Office of Federal Contract Compliance
Programs, Equal Employment Opportunity, Department of Labor.”
“During the performance of this contract, the contractor agrees as follows:
(1) The contractor will not discriminate against any employee or applicant for employment because
of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that
applicants are employed, and that employees are treated during employment, without regard to their race,
color, religion, sex, or national origin. Such action shall include, but not be limited to the following:
Employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; layoff or
termination; rates of pay or other forms of compensation; and selection for training, including
apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants
for employment, notices to be provided by the contracting officer setting forth the provisions of this
nondiscrimination clause.
(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of
the contractor, state that all qualified applicants will receive consideration for employment without regard
to race, color, religion, sex, or national origin.
(3) The contractor will send to each labor union or representative of workers with which he has a
collective bargaining agreement or other contract or understanding, a notice to be provided by the agency
contracting officer, advising the labor union or workers' representative of the contractor's commitments
under section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in
conspicuous places available to employees and applicants for employment.
(4) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965,
and of the rules, regulations, and relevant orders of the Secretary of Labor.
(5) The contractor will furnish all information and reports required by Executive Order 11246 of
September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto,
and will permit access to his books, records, and accounts by the contracting agency and the Secretary of
Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders.
(6) In the event of the contractor's non-compliance with the nondiscrimination clauses of this contract
or with any of such rules, regulations, or orders, this contract may be canceled, terminated or suspended in
whole or in part and the contractor may be declared ineligible for further Government contracts in
accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other
sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24,
1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law.
(7) The contractor will include the provisions of paragraphs (1) through (7) in every subcontract or
purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to
section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon
each subcontractor or vendor. The contractor will take such action with respect to any subcontract or
purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions
including sanctions for noncompliance: Provided, however, that in the event the contractor becomes
involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction, the
contractor may request the United States to enter into such litigation to protect the interests of the United
States.”
4.2 Davis-Bacon Act. Davis-Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal
program legislation, all prime construction contracts in excess of $2,000 awarded by non-Federal entities
must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146-
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 662 of 733
Exhibit M - Page 4 of 5
3148) as supplemented by Department of Labor regulations (29 CFR Part 5, “Labor Standards Provisions
Applicable to Contracts Covering Federally Financed and Assisted Construction”). In accordance with the
statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the
prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors
must be required to pay wages not less than once a week. The non-Federal entity must place a copy of the
current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to
award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The
non-Federal entity must report all suspected or reported violations to the Federal awarding agency. The
contracts must also include a provision for compliance with the Copeland “Anti-Kickback” Act (40 U.S.C.
3145), as supplemented by Department of Labor regulations (29 CFR Part 3, “Contractors and Subcontractors
on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”).
The Act provides that each contractor or Subrecipient must be prohibited from inducing, by any means, any
person employed in the construction, completion, or repair of public work, to give up any part of the
compensation to which he or she is otherwise entitled.
The non-Federal entity must report all suspected or reported violations to the Federal awarding agency.
4.3 Rights to Inventions Made Under a Contract or Agreement. If the Federal Award meets the definition of
“funding agreement” under 37 CFR §401.2 (a) and Subrecipient wishes to enter into a contract with a small
business firm or nonprofit organization regarding the substitution of parties, assignment or performance of
experimental, developmental, or research work under that “funding agreement,” Subrecipient must comply
with the requirements of 37 CFR Part 401, “Rights to Inventions Made by Nonprofit Organizations and Small
Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing
regulations issued by the awarding agency.
4.4 Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-
1387), as amended. Contracts and subgrants of amounts in excess of $150,000 must contain a provision that
requires the non-Federal award to agree to comply with all applicable standards, orders or regulations issued
pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended
(33 U.S.C. 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office
of the Environmental Protection Agency (EPA).
4.5 Debarment and Suspension (Executive Orders 12549 and 12689). A contract award (see 2 CFR 180.220)
must not be made to parties listed on the government wide exclusions in the System for Award Management
(SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3
CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), “Debarment and Suspension.”
SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as
well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549.
4.6 Byrd Anti-Lobbying Amendment (31 U.S.C. 1352). Contractors that apply or bid for an award exceeding
$100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not
used Federal appropriated funds to pay any person or organization for influencing or attempting to influence
an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee
of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered
by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non- Federal funds that takes place in
connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-
Federal award.
7. Certifications. Unless prohibited by Federal statutes or regulations, Recipient may require Subrecipient to submit
certifications and representations required by Federal statutes or regulations on an annual basis. 2 CFR §200.208. Submission may be required more frequently if Subrecipient fails to meet a requirement of the Federal award. Subrecipient shall certify in writing to the State at the end of the Award that the project or activity was completed or the level of effort was expended. 2 CFR §200.201(3). If the required level of activity or effort was not carried out, the amount of the Award must be adjusted.
1. 8.Event of Default. Failure to comply with these Uniform Guidance Supplemental Provisions shall constitute an event
of default under the Grant Agreement (2 CFR §200.339) and the State may terminate the Grant upon 30
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 663 of 733
Exhibit M - Page 5 of 5
days prior written notice if the default remains uncured five calendar days following the termination of the 30
day notice period. This remedy will be in addition to any other remedy available to the State of Colorado under
the Grant, at law or in equity.
9. Effective Date. The effective date of the Uniform Guidance is December 26, 2013. 2 CFR §200.110. The
procurement standards set forth in Uniform Guidance §§200.317-200.326 are applicable to new Awards made by
Recipient as of December 26, 2015. The standards set forth in Uniform Guidance Subpart F-Audit Requirements
are applicable to audits of fiscal years beginning on or after December 26, 2014.
10. Performance Measurement
The Uniform Guidance requires completion of OMB-approved standard information collection forms (the PPR).
The form focuses on outcomes, as related to the Federal Award Performance Goals that awarding Federal agencies
are required to detail in the Awards.
Section 200.301 provides guidance to Federal agencies to measure performance in a way that will help the Federal
awarding agency and other non-Federal entities to improve program outcomes.
The Federal awarding agency is required to provide recipients with clear performance goals, indicators, and
milestones (200.210). Also, must require the recipient to relate financial data to performance accomplishments of
the Federal award.
DocuSign Envelope ID: B386959B-8768-4428-91B6-7DA70E4406B0
Page 664 of 733
City of Englewood,Colorado
Dartmouth Traf?c Calming
Corridor -Engineering
Design Services
RFP-21-035
CDOTProject M395-022 (24186)
Submitted by:
apexdesign
a CONSOR company
Page 665 of 733
City of Englewood,Colorado
Dartmouth Traf?c Calming
Corridor —Engineering
Design Services
RFP-21-035 °CDOTProject M395-022 (24186)
TABLE OF CONTENTS
Lo Cover Letter,1
40 Statement of Quali?cations,3
Project Team,3
Quali?cationsand Experience,7
Firm Capacity,9
References,10
40 Project Approach,11
*0 Design Schedule,20
Resumes
Page 666 of 733
apexdesign
a R CONSOR company
January 11,2021
sarasiggue
Capital Projects Engineer
City of Englewood
1000 Englewood Parkway
Englewood,co 80110
RE:RFP-21-U35
Dartmouth Traf?i:Calming Corridor —
Engineering Design Services]
CDOT Project M395-022 (24186)Englewuod,C0
Dear sara,
CONSOR Engineers,LLc dba Apex Design (Apex)is pleased to submit this proposal
for the Dartmouth Traltic Calming Corridor project to the City of Englewood (City).
I am excited about the opportunity to improve safety in the corridor by building
upon the work that has been done,bringing thoughtful,innovative ideas to the table,
and delivering a ?nal design for construction.I oommit to achieving your project goals by
providing an unmatched team with:
Strong project management to drive strategy,execution,and de|ivery—l have built my
career sewing the Front Range over the past 25 years.I was thrilled when I ?rst heard of this
project as I enjoy working on innovative intersection improvement projects and have been tracking it closely,
monitoring my workload to be able to prioritize this project.As project manager,I will be responsible for the
day—todaymanagement ofall project tasks and willserve as the direct point of oontact foryou and your project
team.I have extensive experience delivering similartypes of projects,most recently in my role as the City and County
of Denver's (Denver)HSIP Program Manager,delivering on $10M of projem to support infrastructure needs.I will work
with you to drive reoommendations and decisions using thoughtful and productive meetings,clear deliverables,and
effective oommunication.I have built this team to ensure that all needs of the City are met and that the project goals are
accomplished to achieve a set of construction plans that will improve the life of the residents.
Specialited expertise in intersection design,including roundabout design —The Apex team's combination of local,
state,and national project experience,including roundabout design,brings a broad exposure to creative solutions
and industry best pmctioes that align with required standards and processes.We have a strong history of working
with and listening to you as the client,the Colorado Department of Transportation (CD011,and the community to
understand the opportunities and challenges that exist to improve our infrastructure.I have a long history of working
on roundabout analysis and design projects including presenting roundabouts at conferences
and with the Federal Highway Administration (FHWA).I have also managed roundabout
projects on both the public and private side,including managing the 14*"and Lamar HSIP
roundabout project in Lakewood through analysis,design,and oonstruction as the previous
Transportation Manager for Lakewood.Mark Lenters,a national roundabout expert and long—
time proponent of roundabouts in Colorado,has been a frequent collaborator throughout my
career.Through direct and indirect oollaboration,our team members have been championing
the statewide intersection selection process and national roundabout best practices.Apex
has worked with Mark and the Kim|ey—Homteam on several local projects,most recently on
a roundabout project in CDOT Region 3,the US 6 and Post Boulelmrd project in Avon.We
are excited to share our approach to public outreach within this proposal demonstrating our
stevlmrdslllp philosophy that we are not providing a solution for the City,but with the oommunity alongside the City.
In addition to |(im|ey—Horn,ourteam members for this effort include Pinyon Environmental (Pinyon),survwest,and
veh and Associates,inc (Veh).This combined team will provide the full suite of skills needed to deliver on this project.
continued >
Page 667 of 733
{O Knowledge and proven delivery of the local agency process —Successfully
delivering this important project means understanding the CDOT Local Agenq
process and requiremenu as it affects the project's schedule,budget,and
overall success.Eor example,CDOT Rightof—way(ROW),Environmental,and
Utility groups each have speci?c needs that must be met prior to providing the
respective clearance needed before concurrence to advertise.The good news
is that Apex has completed dozens of intersection multimodal improvement
projects for communities within colorado,and we will bring our deep local agency
and CDOT project management experience to maximize bike,pedestrian,and
vehicular improvements.We have also teamed with quali?ed suboonsultants that
are lamiliarwith us as well as the LocalAgency process and the requirements for
clearances.We will deliver plans,speci?cations,and reports that will meet CDOT‘s
expectations to obtain all CDOT clearances to advertise for construction.
The attached proposal includes our statement of quali?cations,our project
approach,and an anticipated design schedule.our proposal elaborates on how
we will deliverthis project to you,as well as provide speci?c examples in which
we have been successful for other similar efforts.In doing so,we hope that we will
clearly demonstrate why we are the best ?t for this project.we can begin work
upon noticetoproceed ato achieve your objectives.
Relevant to the requirements of this contract,Apex is prequalilied with CDOT
to penorrnHighways and Street Design (HD),Engineering Management-
construction (Mc),and Tral?c Engineering (TR).our prequaliiication expires
on December 31,2022.In addition,other categories in which we are prequalified
for include Bridge Design (BR),Bridge inspection (Bl),Civil Engineering (CE),
Engineering Management (MA),Hydraulics (Hv),stnictural Engineering (SE),
Transportation Engineering (TP),and value Engineering (VE).
I also acknowledge Addendum 1 and Addendum 2 issued by the city on Dec.22,
2021,and Dec.23,2021,respectively.
I am available for any questions regarding this proposal and look fonuard to the
opportunity to work with you.I,Ben waldman,PE,PTOE will serve as the point
of contact for this proposal.I can be reached by phone at 303.315.3243 or email
at hen.wa|dman@apexdesignpc.com should you require additional irrlonnation
about our quali?cations.
Respectfully,
7’
Ben waidman,PE,PTOE Project Manager
1675 Larimer Street,Suite MX)Denver,CO 80202 303.339.0440 apexdesignpc.com
As Principal-In-Charge for
this contract and project,
I will make sure that Ben
and his team receive the
support they need for the
successfuldelivery of this
project to the City.I have
worked with Ben over the
years on planning,design
and construction projects
throughout the Front
Range and I am excited
about the opportunity
to engage with the City
of Englewood on this
project.I certify that the
informationand data
submitted in this proposal
is true and complete to the
best of my knowledge."
—Melissa Rosas,PE,
Principa|—|n—Charge
Page 668 of 733
STATEMENT OF QUALIFICATIONS
PROJECTTEAM
Dartmouth Traf?c Calming Corridor-
Engineering Design Services
RFP-21-I135
/
Apex has completed dozens of intersection multimodal improvement projece for communities within Colorado,and we will bring
our deep local agency and CDOT project management experienoe to maximize bike,pedestrian,and vehicular improvements.
Beyond our planning and engineering expertise,we take pride in our proactive communication which extends to you,our client,
CDOT,community,stakeholders,and suboonsultants.we ?nd that our proactive oommunicative approach has repeatedly led to fully
lhoughlout reoommendations and ?nal design that extend limited oonstruction dollars for the bene?t to the travelling public.
Apex will lead our project team in coordination with I(imIey—Hom,which will have a signifitant role on this project.Apex,under the
direction of Project Manager Ben waldman,will manage the project from start tofinish and will be responsible for ensuring all reports
and design efforts are coordinated and consistent.Apex will also complete the safety analysis using the DiExsys\?sion Zero software
and oomplete all aspects ofcivil and traf?c design.I(imIey—Homwill oomplete the other elements of the traffic analysis including
preparing the initialoonoepts in collaboration with Apex.Kimleyflom will also complete the drainage analysis and design and the
utility design and coordination.our team oftechnical and tactical experts is oomplemented by survwest (survey/su E,ROW),Pinyon
(environmental),and Veh (geatechnital).We are con?dent in ourteam's resumes to deliver an oumanding project.
The following section brie?y highlighe the releiant qualifications of our key personnel.Resumes for each member of ourteam are
provided atthe end ofthis response.
Melissa Rosas,PE
Principal-in-Charge
Professional Engineer:co it 35955
Melissa has more than 20 years of
experience in the industry,with over
16 sewing on projects within the
Denver metropolitan area and is the
proposed PrincipaI—in~Charge(PIC)for
this project.She has focused her career
on performing projects within Colorado
that improve the safety and ef?ciency
of transportation systems.As PIC,
Melissa will make sure that the City of
Englewood is receiving the qualitythat
Apex is I(n0'Wn for,the attention that
this project deserves,and the services
that our team is passionate about.
Relevant Project Experienoe
-colfax Corridor connections,Denver
-Peoria Grade separation crossing
Project,Denver
-River North Portfolio Integration,
Denver
-Brighton Bouleiord Portfolio
integration Manager,Denver
Ben Waldman,PE,PTOE
Project Manager
Pmfesional Engineer:co #35827
Ben has more than 25 years of experience in a broad range of engineering disciplines in both
the public and pritote sector.He has reoent experience managing federally funded traffic
and roadway design projece for the local agencies.Prior to joining Apex,Ben spent time as
a Tra?ic Engineering Manager for the city of Lakewood and as city Traffic Engineer forthe
city of Arvada,where he gained valuable experience with the CDOT LocalAgency prooesses.
Ben has managed projects oftarying complexity,and is highly aooomplished in managing
work?ow,staff,budgets,presenting analysis and resule to various audiences,and ensuring
that projects are designed and oonstructed in aooordance with applicable standards and
speci?cations on time and within budget.Ben will serve as the primary point of oontact
throughout the life of the contract,from alternatives analysis,traf?c analysis,and public
engagement to design and construction documents.
1-I"/lamarRoundabout Intersection Beoonstnnotion,Glydf Lakewood
while serving as Traffic Engineering Manager for the Clly of Lakewood,Ben applied
for and received HSIP funding and then managed the design and reconstruct of the
intersection W.14"‘Avenue and Lamar Street as a roundabout intersection.The
project also included improvemene to pedestrian and bike connectivity on lamar
Street between the 40 west Ans district located to the rnorthon W Colfax Avenue and
the new RTDw unevialk up station.
nelenmnt Project Experience
-cole Arts and science Academy safe
Routes to School,Denver
-HSIP Project Management,Denver
-Platte canyonIntersections,city of
Littleton
-Pena,Jackson Gap to Terminal,Denver
International Airport
-Mill Levy 15 and 18A Intersection
Improvements,Denver
-Brighton BoulenmrdImprovements:
44"‘Street to Race Court,Denver
As Project Manager,Ben will bring the experience he has gained fromworking with Denver and
CDUTforthe past two years managing the City's HSIP program as well as his experience working
on similar projects such as the City afLittIetan'sPlatte Canyon Road Intersections project.
/
/
Page 669 of 733
STATEMENT OF QUALIFICATIONS
Key Staff
JessicaBurch,PE
Civil Design Lead
Professional Engineer:CO #51493
Jessica offers more than 1.5 years of multidisciplinary
experience with a background in environmental planning
urban and rural roadway design,utility design and coordination,
signal design,signing and striping design,and storm water
management.She has led the design.GA/QC,and management
of all types of roadway projects including several intersection
improvement projects,urban widening and reconstruction
projects,and urban and mral highway projects.Jessim
is experienced in designing producing,and directing the
development of all phases of roadway plans and related design
studies.Jessica has a demonstrated aptitude no providing Qcfor
designs that include federal funding and is willingand able to
function in any role neoessary to ensure project success.
Relevant Pmject Experience
-SH 83 corridor safety and operations Analysis,cDoT
-Platte Canyon Intersections,Gty of Littleton
-Brighton Boulevard Improvements:44"‘Street to Race Court,
Denver
Kimberly Koivuniemi,PE
Civil Engineer
Professional Engineer:NC#O420S2
Kimberlyoffers more than 11 years of transportation design
and management experience with background in roadway and
multimodal design from conceptual level designs through final
constmction plans.She has been responsible for leading the
roadway design and project management across all disciplines
for a Imriety of projects including interchange improvements,
bridge replacemem,complete street improvements,urban
and mral widenings,and reconstmction projects.IGmber|y‘s
approach uses her experience across all phases design to
deliver a context sertsitive design that meets the needs of the
community and environmertt.
Relevant Project Experience
-Prairie Parkway corridor Improvements,lllinoisDOT
-u—.-3774NC 54 conidor Improvements,North carolina
DOT Central
-D5980 |—95 Interchange Improvement,North Carolina
DOT Division 4
To ny Hurd ,PE
TrafficDesign/Safety Analysis Lead
Professional Engineer:co #44320
Tony has 14 years of experience that spans planning analysis,
and design for traffic,ITS,and multimodal transportation
systems.Torry focuses his career on design projects and has
developed a keen abilityto bringa set of plans,details,and
speci?cations together in a well thought out and logital manner.
Dartmouth Traf?c Calming Eorridar -
Engineering Design Services
RFP-Z1-035
He takes pride in his responsiveness and attention to detail on
the Imrious design projects he works on.He has completed
numerous traffic signal designs for tarious loral agencies in
the metro area.His additional design experience with signal
interconnects,signing and striping temporary traf?c control,
and ns plans provide Tony a breadth of traffic knowledge that is
an asset on any of his projem.
neletntnt Project Experience
-Yosemite and |—225 HSIP,Denver
-Louisiana~PearIIntersection Improvement,Denver
-Fiber Design,Town of Erie
George Shackll,EIT
Safety Analysis
George is a recent graduate with a Master of science in Civil
and Environmental Engineering where his studies focused
on transportation and traffic engineering.His early tareer
involved traf?c data collection where he vms able to learn
the foundations of traffic engineering.since joining Apex,
George has immersed himselfin numerous projecs and has
been responsible for traffic data collection and processing
0A/QC,ITETrip generation,assisting in synchro and VISSIM
modelling,and writing memos and repons.George has
worked on several engineering projects,including several
traffic studies and a let‘!turn vmrrant analysis project,and
helped write two white papers.
neletntnt Project Experience
-Denver Neighborhood Transportation Management Program
(N1'MP),Denver
-Sheridan nouletard Traffic calming and safety study,
City of Edgevlmter
-SH 83 conidor Safety and operations Analysis,CDOT
Stephanie Ball,AICP
Public Outreach
Stephanie has worked on numerous projects that have increased
the safety and liability of lotal communities,with a focus on
increasing mobilitychoices.she uses research,data analysis,
and visual communimtion to support transponation planning
efforts throughout the region.Stephanie has a background in
graphic design and a Master of urban and RegionalPlanning
from university of colorado Denver.Her abilityto develop clear,
concise messagirg on complex transportation initiatives has
made her intraluableon the projects she suppons.
neletntnt Project Experience
-Denver Neighborhood Transportation Management Program
(N1'MP),Denver
-Boulder Neighborhood speed Management Program,
city of Boulder
-Steele Street Bicycleand Pedestrian Safety Improvements,
Denver
Page 670 of 733
Dartmouth Traf?c Calming Corridor —/Engineering Design Services /RFP-21-[I35
/
STA EMENT OF QUALIFICATIONS
Subconsultants
we have carefully crafted a team that specializes in each
requested task element while maintaining ef?ciency to
maximize construction dollars.with Apex's \m5t experience
in alternatives analysis and LocalAgency design with CDOT
concurrence and clearances,we are con?dent in our team's
resumes to deliver an oumanding project.The following
information provides an overview of ourteaming partners
quali?cations;resumes forall personnel are provided as an
Appendix at the end of this submittal.
Established in 1957,ltimley-Horn is an employeeowned,
multidisciplinaryconsulting ?rm offering comprehensive and
innotmtive planning and design services throughout the west
and across the nation.I(imley»Hom has grown to become one
of the top planning and design firms in the US,staffed with a
diverse team of more than 5,200 employees in 100+offices
nationwide.with localoffices in Denver,Colorado springs,and
Fort Collins,their professionals
ultimodal transportation,—;'°"i"”“"e"’e”"““"
tra?ic engineerirvg,structures,bicycle/pedestrian infrastructure,
community outreach,roadway design,water resources,utility
systems,landscape architecture,environmental,parking facilities,
and more.KimIey—Horn'ssolid reputation for planning excellence,
innotation,quality,and responsiveness is exempli?ed by the act
that 90 percent of their services are for repeat cliems.
For this project,the KimlejrHornteam will provide roundabout,
traffic analysis,drainage and utilities experience.
Mark Lenters,PE
Roundabout TrafficAnalysis/Concept Lead
Professional Engineer:co #49585
For the past 20 years,Mark has focused his professional
engineering practice on modern roundaboue,following 15 years
of experience perfonning intersection design and safety reviews.
Overthese two decades of experience,Mark has become one
of the nation's leading roundabout spedalists with extensive
experience in all aspece of roundabout policy,planning design,
public outreach,and research.Mark provides oncall design
review and standards for numerous DOTSas well as national,
state,and local agencies.With every project,his goal is to build
a legacy of superbly operating roundabouu that decrease
congestion and increase e?icienwand safety.
Relevant Pmject Experience
-Boise Avenue corridor study,city of Loveland
-Mini and compact noundaboue guidelines development in
oncall services since 2014,City of Aurora
-Region 3 and 5 Traffic Engineering services 0n—tall2010 to
2021 (multiple repeat contrace),CDOT
-Castle Creek and Maroon Creek Road Traffic lmprovemenm,
city of Aspen
-wolfensberger Road and WilcoxStreet Intersection Control
Etaluation,Town of Castle Rock
-88"‘Avenue and Promenade Roundabout Study,Town of
superior
Chris Hopkins,PE
Drainage/Utilities Lead and QAManager
Pmfssional Engineer:CO #19964
Chris is a diverse project manager with 25 years of extensive
experience in planning,design,and construction management
for transponation projects includin ntersection improvements,
traffic signals,roundabouts,multimodal complete streem,
pedestrian improvemenu,highways,and interchanges.He
has delivered multimodal and safety improvement projects
for communities across Colorado.He specializes in managing
multidisciplinetransportation projecu while oollaboratingwith
multiple stakeholders to provide costeffective design solutions.
Relevant Pmject Experience
-Mini and compact lloundaboum,City of Aurora
-Us6 Roundabcuts,Town of Gypsum
-County Road 8 and County Road 21 Intersection Control
Etmluation,Larimercounty
Heidi Otten,PE,CFM,CSPR
Drainage Lead
Professional Engineer:co #58655
Hei is a civilengineer and certi?ed CDOT Construction
Stormwater Plan Preparer with four years of experience.She
specializes in water resources by preparing hydraulic and
hydrology designs and models,stormwater management
plans,and drainage reports and studies.She has experience
in roadway,grading,water,and sewer design,in addition to
drainage design.Heidi has participated in a wide tmriety of
projects for both public and private clients including roadway
design;green/complete street design;airport drainage design;
and commercial,industrial,mu|ti—?mi|yresidential and single
family residential land development.
Relevant Project Experience
-Plum Creek Parkway widening,Town ofcastle Rock
-south BroadvlmyMultimodal Transponation Design,Denver
-Harvest Road Improvement,City of Aurora
Curtis Rowe,PE,PTOE
TrafficAnalysis Lead
Prvfssional Engineer:CO #36355
with more than 27years of experience,all with IGmIey»Hom,curtis
has managed a tariety of traffic engineering projecu for public and
privatesector clients.His experience includes traffic impact studies,
corridor studies,traffic signaldesign,access and cirorlation studies,
intersection capatity analyses,traffic signalmnant studies,
roundabout design,signingand marking,ITSdes'gn,lransporlation
planning,and transponation demand management programs
Curtis combines transportation planning,tmffic ergineering,and
design into one cohesive package for our dienu.
Relevant Project Experience
-Netmda Avenue and Platte Avenue Intersection lmprovemenm,
Colorado springs
-Parker Road (SH83)Corridor study,Town of Parker
-5'"Avenue widening city of Aurora
Page 671 of 733
STATEMENT OF QUALIFICATIONS
Pinyon is intimatelylamiliar with CDOT
processes;the ?rm has completed
hundreds of National Environmental Poliw
Act (NEPA)Categorital Exclusions(CatEx).
For this project,Pinyon will lead the
environmental eimluations to support the
P \CDOT Categorial
@n Exclusion.Pinyon
-mm-«ta hasa reputation
of being able in Communicate risks,
opportunities,and solutions that form
Imllous project alternatives;in this way,
the City tan make informed decisions on
a path forvlmrd,which tan streamline the
process and help keep environmental off
the critical path.
Ro by n Ku IIa s
NEPA and Planning Lead
Robyn is an environmental proressional
with 14 years of consulting experience,
including NEPAcomplianoe consisting
of Environmental Assessmenm (EAs),
Environmental Impact Statemem
(E|Ss),and (at E6.She is the Technical
Group Manager for Pinyon's National
Environmental PolicyAct (NEPA)and
Planning team and has extensive
experience working on transponation
related NEPAcompliance projem for the
EHwA,Federal Aviation Administration,
CDOT,and the Regional Transponation
District (RTD).Robyn oversees multi—
disciplinary project teams which include
biologists,historians,hazardous materials,
air,and noise specialists.She has led
several projem that require coordination
with local,state,and federal regulatory
agencies to obtain neoessary clearances
and permits Iorsucoessful project
implementation.
Relevant Project Experience
-l—25and Arapalroe interchange
Project Environmental Assessment
Reetaluation,CD01 Region 1,Arapahoe
County
-North Shields Street Improvement
Project,CD01 Region 4,larimer County
-North College Avenue Improvement
Project,CD01 Region 4,City of Fort
Collins
Dartmouth Traf?c Calming Corridor -
Engineering Design Services
RFP-Z1-035
sunrwest,is a diversi?ed engineering ?rm specializing in surveying and mapping;
SUE;utility coordination;and real estate and rightof—wayaoquisitions and
relocations for public and priimte clientele.Btablished in 2009 with staff located in
Denver,Colorado and Da||asFort Worth,Texas,
SurvWest’s talented,agile crews provide expert
level survey,mapping,and SUE services for
clients across the US.For this project,Suniwest
will lead both the survey and SUE,streamlining the existing conditions data
collection from a single source.Apex and survwest have successfully completed
several projects together since the SUE legislation was enacted.
&
SURLWEST
Casey Pribble,LSIT
SurveyLeul.'I
Casey Pribble has more than 15 years orsurveyexperience and reoentlyjoined
Survwest as a survey project manager.His project experience includes pipeline route
surveying,tmnsportation improvements,geographic information system (GIS)and
survey integration,ALTAsurveys,legal exhibis,and CDOT ROW plans.Casey's in»
depth knowledge of CDOT processes and prooedures,allows him to provide ultimate
support and guidance to the survey and SUE staff.
nelemtnt Project Experience
-Onfaall Services,Gty of Centennial
-Topographic surveysfor Multiple Intersection lmprovemens,Commerce City and
Adams County
-Boundary survey,Regional 1mnsponation District (R1'D)
JasonFanelli,R/W-NAC
RDWLaul.'I
Jason leads SurvWest’s real estate team with his diverse and indepth
understanding in orRow,real estate,appraisal,appraisal review and all rorms
of management.He is an ideal team member for ROW and appraisal projects,
and leadership and techniml knowledge,coupled with his extensive experienoe
is a great bene?t to clients and their projects.Jason is responsible for reviewing
project needs and assigning an appropriate staff.He is responsible for overall client
management and is the overall point of Contact for all ROW and appraisal work.
nelemtnt Project Experience
-Statewide ROW Onfaall Services Contract,CDOT
-Netada\1ej'on Bridge Replaoement,city of Colorado springs
-Bridge Replaoements,UPRR,steamboat springs
Scott Throm,PLS,[Feds
SUELeul.'I
Scott has been in the utility engineering and surveying industry for more than 20
years and has managed projects of imrying size and complexity.His rocusis on
the transponation industry,including Imllous state DOTs and municipalities.He
tapitalizes on opportunities,drives business IonMard,merrtors's1aff,and provides
direction and consultation in Clients and municipalities on the benefis of following
Colorado Senate BillSE 18—167and the ASCE 38 Standards.
nelemtnt Project Experience
-Berkeley Gardens Infrastmcture and Tmnsportation Improvement Project,Adams
county
-Amdemy Bouletard —6.5 miles,E.Platte Bouletard to l—25,Colorado springs,and
El Paso County
-intersection improvements at wooten Road,Edison Avenue and E.Platte Avenue,
Colorado springs
6
/
/
/
Page 672 of 733
Dartmouth Traf?c Calming Corridor —/STA EMENT OF QUALIFICATIONS E"%l"*==""g°=5lg"'='='"l=*=S /RFP-21-I135
/
Yeh and Associates.Inc.BOI)LaFOICE,
t Mc:Iri|lnl >GurllV|Inil .(4|Ir1KV‘)<lIBVl§bWI66\Eeaterhnical Lead
veh is a fuIl—servicegecrtechnical "'°‘°==i°"°'E"E‘"=="C0 “9192
engineering and construction Bob has 17 years with veh and 33 years of CDOT experience ofwhich the last 21 years were related to
management firm based in materials engineering and testing.He spent the last six years as Region 1 Materials Engineer overseeing
Denver and established in 1999.project testing as well as supewising the preliminary engineering and pavement design of numerous
Their extensive professional projects on the Region Pavement System.His first 12 years with (DOT were spent with the (DOT
geotechniml engineering Research Section investigating such varied areas as asphalt recyclingand pavement performance,
experience includes pavement swellingsoils studies,tunnel ventilation and numerous construction product and procedure evaluations.
management and design,
soil nail walls,mechanically
stabilized earth walls,
micropiles,anchor systems,
and soil improvemenu.
Relevant Project Experience
-Platte canyonlrrtersections,City of Littleton
-l—25at county une,Park Meadows Roadway improvements,City of Lone Tree
-l—25at us 24 (cimarron)interchange,cDoT,city of colorado Springs
-L21’:Parker Roadto Mississippi,Mississippito 2"‘Avenue and ritzsimons Parkwayinterchange,Denver
RemvantPrdectExpe?ence
Principal's Level of involvement
As PIC,Melissa Rosas will make sure that the City is receiving the quality that Apex is known for,the attention that this project
deserves,and the services that our team is passionate about.Her level of involvement is expected to be minimal based on proposing
an experienced team that has a strong record of aocomplishment of working together.She will attend the kickoff meeting and
thereafter only at meetings where the project manager requesm.At no cost to the project,she will reach out the City to make sure
they are getting the service that Apex is known for and provide feedback to the team.
quaiirications and relevant individual erperienoe of prime and suboansultarrrt team
Our team has worked together on recent projects providing our clients a value of ef?ciency.Below is a snapshot of recent work that
has been completed by our team:
PROJECT APEX KIMLEV-HORN PINVON SURVWFST YEH
0mmRegionwesternSlopeTra?ic NPS
CDDT Front Range Traffic NPS
City of littleton Platte canyonIntersection
City of Denver Community Networks
City of Denver HSIP Pmject Management
0 0
0 0 0
0v
00000
‘KimIerHomrs rorrrpietrrrg design for one of the packages
unique knowledge ottream members related to the Scope of Work
Our team has worked together on recent projects providing our clients a value of
efficienq.Refer to the staff bios and team experience sections for information.Not
only have the team members recently worked on projecm together with similar
scope,but they also work to advance ourtransportation systems I7yadvancing their
involvement in the industry.
In addition,Project Manager Ben waldman and Mark Lenters are seen as industry
leaders for roundabout analysis and design:
-Ben services on the ‘Community of Practice”for the ITERoundabout Committee '_V’='k9W9"=""""9
and has presented award winning papers on roundabout projece at national and ’"“"5”;°“r”*“’°_”c
{°’regional ocinferences.’°“”"°“’’’°/*’‘
-Mark serves on the ma innovative Intersection committee,previously known as
the Roundabout committee,and is currently updating the NCHRP 01130,Guide for Roundabouts.
Ben and Mark have worked with loorl agencies like Englewood to educate local leadership and the public on the bene?ts and
challenges of roundabouts.
7
Page 673 of 733
STATEMENT OF QUALIFICATIONS
Dartmouth Traf?c Calming Corridor-
Engineering Design Services
RFP-21-[I35
Commitment of time and availability of key staff members
Task Lead Rlole Availability Years w/Firm
Ben Waldman,PE,PTOE Project Manager 45%3
Melissa Rosas,PE Principal 15%14
Iessim Burch,PE Gvil Desiyl Lead 20%3
Stephanie Ball Public Outreach 40%
George Shackil safety Analysis 40%
Kimberly Koivuniemi Project Engineer 40%
Tony Hurd,PE Traffic Daign/Safety Analysis Lead 50%12
Mark Lenters,PE Roundabout Tra?ic Analysis/Conoept Lead 40%3
Ch 'H I('PE D 'UtiI''L d d M 50%6
KlMLEY_HoRN ns op ins,raInage/ities ea an DA anager
Heidi Dtten,PE,CFM,CSPR Drainage lead 15%4
Curtis Rowe,PE,PTOE Traffic Analysis Lead 20%27
P INYO N Robyn Kullas NEPAand Planning Lead 20%3
Casey Pribble,LSIT survey Lead 35%
SU RVWEST Jason Fdnelli,R/\N—NAC ROW Lead 20%
Scott Tllrom,PLS,CFedS SUE Lead 20%
YEH Bob LeF0rce,PE Gealecllni?il Lead 30%17
Experience on Similar projects as a Team AND
Experience with CDUT/FHWAfunded projects
Projecm are listed below that have scope elemem similarm the Dartmouth Corridor.
Those that had CDOT/FHWAfunding are highlighted as such.
Platte Canyon Road City of Littleton @
Aaron Heumann,303.795.3867,aheumann@IittIetongov.org
Apex is managing this multimodal design project that includes
improvemenm at two signalized intersections on Platte Canyon Road.
Intersection improvemem include signal reoonstruction,multimodal
safety improvements,and enhancemem to bike and pedestrian
connectivity and transit access.The project includes concept development
and development offinal construction plans,specifications,and
construction oost estimates with CDOT oversight because of the
combination of HSIP and FASTERgrant funding.
"The city o/Littletonhired Apex to develop multimodal designs
for two lrigh—profileintersections as part of a coor local agency
project fundedby a combination nfFASTERand HSIP grants.several
challenges are limiting the options /or the design,including right-
of-way restrictions,multi-jurisdictional coordination,invested
stakeholders with opposing points of view,skewed layouts,high
volumes,and con?ic?ng modal interests,to name a few...The
expertise and guidance Apex has provided on this complicated and
problematic project has been immeasurable.”
—Aaron Heumann,PE,PTOE,City of Littleton
Transportation Engineering Manager
9 CDUT/FHWAFunded
South Central Community Transportation
Networks City and County of Denver
David Pulsipher,720.913.5746,
david.pulsipher@denvergov.org
Apex is working with Denver to implement
multimodal projecm around the ooncept of
oompleting an entire network within smaller
areas of Denver.This program is a combination of
multimodal projece,including pedestrian,bike,
transit,,and vision zero.Apex is leading a team
providing project management,data collection
and analysis,alternatives analysis,concept
design,a public participation process,conceptual
oost development,and risk assessment.we are
also working with neighborhoods and Denver
stakeholders to develop a multimodal oommunity
network in the South~Centra|area.Phase I
projece have progressed through final design,and
implementation will begin in early 2022.
/
/
/
Page 674 of 733
STA EMENT OF QUALIFICATIONS
Cole Arts and Science Academy Safe Routes 6toSchoolCityandCountyofDenver
Deb Turner,720.913.4512,deborah.tumer@derrvergav.org
Apex assisted Denver with preparation of construction
documents and provided oonstruction management support
for roadway improvemem at the Bruce Randolph Avenue
and Humboldt Street and Bruce Randolph Avenue and
FranklinStreet intersections.The project provides roadway
geometric,sidevlmlk,pedestrian ramp,and signing and striping
modi?cations at the intersections,and improves safety for
children walking to and from the cole Am and Science Academy
Steele Street Mu ltimodal Safety Improvements
City and County of Denver
sem Piper,720.355.3102,samueI.piper@derIvergav.org
Apex worked with Denver on the planning and design ofthe
Steele Street Corridor from Cherry Creek South Driveto Exposition
Avenue.The focus ofthis project wasto enhance bicycleand
pedestrian safety atAlameda Avenue and Exposition Avenue.
Apex utilized popup events along Steele Street and Cherry Creek
Trailto gather input from people walking and bicyclingalong the
conidor and connectingtothe trail.We developed ooncepm
that considered ourb extensions,traffic circles,rectangular mpid
flashing beaoons,and diverter islands,along with other geometric
modi?tations to enhance uossing safety.
Mini and Compact Rou ndabouts City of Au rora
Carlie carnpuzano,303.739.7309,ccarnpuze@auroragov.org
As part of the City's traffic calming program,the City of Aurora
is pursuing the design of low cost,compact roundaboum at
multiple locations throughout the City.The design intent for
the mi mundabom is to provide roundabout geometry that
tits within the curb lines of the existing roadmy,limiting ROW
aoquisition,and oonstruction costs while still providing the
operational and safety benetie associated with a roundabout.
Kimley»Hom is currently supporting Aurora through a long
tenn oncall to assist with their traffic calming program and
implement these roundabouu at five locations across the City.
Dartmouth Traf?c Calming Corridor-
Engineering Design Services
RFP-21-035
Broadway Corridor Study 9CityandCountyofDenver
James colbert,720.865.3186,iames.coIbert@derIvergov.org
Kimley»Hom is supporting improvements to multimodal
transportation by implementing a tvlltrway,parkingprotected
biwclelane along Broadway,a onevlay arterial roadvlmy.
The conidor consists of many complexities including tightly
constrained ROW,hundreds of business accesses/curbcum,
a spider web of existing utilities (dry and wet),and extremely
challenging existing grades that do not meet Americans with
DisabilitiesAct (ADA)compliance.The construction bid package
will include traffic signal and intersection reconstruction,the
construction clfvertical elements,bike lane and buffer zone
design,on—street parking and loading zone modifications,the
inoorporation of enhanced transit improvemem and elements,
pedestrian improvements,and opportunities to accommodate
rideshare companies.This project is being designed in
coordination with CDOT and Denver in compliance with the
CDOT LocalAgency process.
HSIP Program Management
City and County of Denver
Emily Gloeckner,720.865.8714
emiIy.gIoeckner@denvergolv.org
Apex is cunently serving as the program manager for
the Denver's 2018 HSIP program.The almost $10M
program includes ?ve packages encompassing tra?ic
signal reconstmction and intersection improvemenu at 18
locations.Apex staff has been responsible for managing the
design phase ofthe HSIP packagesto ensure deliverables
remain within budget and schedule.Additionally,they
have provided the full spectrum of project management
support in collaboration with City transportation engineer
staff,other consulting ?rms,other departments,and other
governing bodies (such as coonto ocilitate and accomplish
project milestones.Apex is also supervising the construction
management phase of these packages,which includes
overseeing the construction bid process,construction
oversight,and project closeout requirements.
Firm Capacity
Apex was founded in 2006 with a focus on improving the safety and efficiency of transportation systems through providing clients
leading transportation engineering and planning rrs,data collection,and oonstmction management support.Our Denver office has a
team of over Aotransportation professionals (induding 19 PEs and ?ve PTOB)that tan be leveraged as needed for this project.
In addition to our Ioml Denver staff,Apex is backed by CONSOR'ssignificant national resources,which includes 45 offices and more
than 1,600 professionals,including over 350 PB.
Include the Iinn's relevant experience and Iooomplishments as u Prime Consultant that were not listed in the project
team section.
Our team thrives on projecm that offer an enhancement to mobility to the communities we work and live within.Many of our most
rewarding projem are those that are completed on time and within budget to the client.There are times that these projem are
recognized more broadly A few of our recent aocomplishments,not noted elsewhere,are listed here:
RTD FasTral:ks Small Business Recognition Award 2D20 WTS‘s Innovative Transportation Solution Award
EA ELE P3 Pro/‘ect I-15 South cap,Colorado Department of Transportation
/
/
/
Page 675 of 733
Dartmouth Traf?c Calming Corridor -
Engineering Design Services
RFP-21-035
/
/
/
STATEMENT OF QUALIFICATIONS
Information on the sub-oonsu|unt’s mle AND sub-consultants’function Ind integration into the team
.....Englewood
Ben Waldman,PE.PTOE
Project Manager
Melissa Rosas,PE
Principal-in-Charge
Tra?it:Analysis Survey/SUE E"Vi':"E';‘:'*3'/Geomhniul Safety Analysis
Prainaee ROW Traf?c uesign
Utilitv \Roadway Design
Public Outreach Support Public Outreach Lead
apexdesign
The team illustrated in the organizational chart above was assembled for this project because ortheir indepth knowledge and ability
to manage and deliver LocalAgenw intersection improvement projects on time and within budget.They have proven experience
working together and will continue to provide timely,quality services to the City of Englewood.A:project manager,Ben waldman
will be responsible for tracking and maintaining
the budget and schedule,assigning tasks,
coordinating with subconsultanm,and serving MAIDRCURRENT PROIECTEDMMITMENTS —
availabili shown on B
as the main point of contact with the City.He
M
[V Page
____
will be direct su orted Melissa Rosas,5°"W“"'3"
,
K""K°"""“°'"'
,,
A egs Prim
IV|_hI"Ehaebzoensum that the -Federal aoulevard Transit Speed -SH 33 sarety St Ops Anarysis and oesign
F’P3 '3 I St Reliability Project -Lyons us 36 Multimodal lmprtwerrlems
City has access to the necessary resources and is -Denver HSIP Project Management -Denver Poona HSIPVLSIOHZero
receiving the level of service it deserves.
Match of personnel to the existing and
Melissa Roses
-National western Center
-tbchbuie |—76 &WCR 2 interchange
improvements
10,“,"mg Stephanie a_all__Mm Workload
___
_mm W3,V3,,Pass -my of Davls vision zero_
Ben has been tracking this project for some .Mam,Q,.,,.w73,.j Avenue -Fed_eri;[Bou|e_\mrdTranslt SveedSn
time while monitoring his workload to be able -Nomi l—25SH 40ztosH 14 “e"“I"I"VP'°.JeC‘...
to prioritize this project As project manager he Jessica Burch
'De""e',:"‘"5d':,5"eed“e"“""'“'
-I
,,Netwo stu
has the capacity to deliverthis project,including -5H as safety &OPSAnalysts and Desen .my orgoukjer (jurbgide
all its components to you.He has selected the 'lV°"5 "5 35 ""“'"'“°"“'"“P""'e'“e"“Management Plan-tittletion PI.-mecanyon intersections
team and team members,in part,due to their _Denver Peoria Hslpvsion Zem
awilabllityto be able to meet the schedule.
Agency References for Similar Work
City of Littleton,Colorado
Aaron Heumann,PE,PToE,city of Littleton Transportation
Engineering Manager
P:303.795.3867 |E:aheumann@Iittletongov.org
CDOT
TracyVance,Civil Engineering Project Managerl
P:303.512.4090 |E:tmcy.ranoe@state.co.us
City of Aurora ,Colorado
(Apex as well as Kimley-Horn)
carlie campuzano,Manager of Traffic Engineering
P:303.739.7309 |E:ccampuza@aur0ragov.org
City of Boulder,Colorado
Mark shisler,Principal Engineering Project Manager
P:303.441.3333 |E:shislerm@bouIdercolomdo.gov
10
Page 676 of 733
1"!‘
The Dartmouth corridor is an important east—west roadway through the City of Englewood.land use along the corridor is residential
with many properties having direct driveway access to the roadway.The corridor is currently striped to accommodate one through
lane in each direction,on—street bike,lanes and an—street parking.
The City is seeking a quali?ed consultant team to study and perform the ?nal design for the most appropriate traffic calming
measures to reduce crash rates and to enhance the overall mu|ti—moda|safety along Dartmouth Avenue between Broadway and
University Eauleva rd.In addressing these projects goals,the project will also:
Improve the bicycle and pedestrian experience
Engage and educate the public and city council in meaningful ways
conveyrecommendations that address crash history and publicfeedback
Addressthe coor LocalAgency process smoothly and efficiently
Provide a clear design pathway that considers the various existing and proposed geometric features;and
Lead to a cohesive set offinal design plansthat can be competitively bid upon
The goal of this study and project development process is to reconcile the competing interests of mobility and traf?c calming.
Collector roads like this,with direct access to sing|e—familyresidences,close driveway spacing,and narrow Rows,pose the biggest
challenge to balancing the needs ofall users.Speed oftraffic is a surrogate of safety in urban corridors.Speed variation is a common
source of crashes because the wide variation of speeds contributes to the mismatched expectations of users’narrow corridors;even
a slightly elevated average speed is too fast for roadside observers/usersand residents due to the proximity of vulnerable users and
motorized vehicles.someseparation of users is possible through dedicated lanes and paths,but speed reduction of motorized traffic
is a primary goal of the project development.
we understand that developing safe,intuitive designs for motorized and non—malorized users along Dartmouth Avenue that
reduce traffic speeds and con?icts are the primaryfocus of the project and will help create an environment that is safer and more
comfortable for all users in the area.This project will first evaluate the traffic control at the signalized intersections on the corridor
to determine the best traffic control options to improve safety for all modes of traffic.Traffic signal timing modi?cations will be
evaluated but we anticipate that this will not provide adequate traf?c calming and safety improvements;therefore,reconstructing
the signalized intersections as mini roundabouts are anticipated.In addition,we anticipate that curb extensions will be designed
and constructed at several intersections which will result in shortened pedestrian crossing distances,slower traffic speeds and
improved safety.
we understand that since the project is funded with a HSIP grant CDOT oversight is required to ensure that federal and state funds
are administered in accordance with federal and state regulations.This project will follow the coor LocalAgency process which
includes scoping;FIRreview;FOR review;cum clearances (Environmental Resources,ROW,utilities);and construction oversight.
11
Page 677 of 733
Engineering Design Services
RFP-21-D35PROJECTAPPROACH
The Apex team is familiar with the CDOT LocalAgency process through recent project work on similar federally funded intersection
design projects for local clients.we are familiarwith city and CDOT standards and specifications,as well asADA standards and
guidelines that apply to this project.Furthermore,Ben waldman completed similar projects as a Traffic Engineering Manager for
the cities of Arvada and Lakewood,so he understands these types of projects from both the agenq and oonsultant perspectives.
He is currently serving as an extension of Denver's as the project manager for is 2018 HSIP,which includes safety improvements
at 18 interactions.
Ben was engaged on a variety of projects fromcapital improvement-based projects to
development review to meeting with neighborhoods to resolve their traffic related concerns.Not
only did he perform admirably in those capacities,but he brought a strong level of comfortto me
knowing he was handling those items."
—Bob Manwaring,city of Arvada Public works Director
To support the project goals and delivery,we understand that the following elemenu are needed from a consultant team:
-Strong project management to drive strategy,execution,and delivery
-specialized expertise in intersection design,induding roundabout design
-Knowledge and proven delivery of the local agenq prooess
you have pmvided a solid scope of work in the RFPthat outlines seven major tasks.The following narrative describes our team's
approach towards the identified tasks within the RFPscope of work.we have highlighted some aspects of each task based on our
understanding of the critiml design issues and opportunities that we observed in our ?eld work to date to provide you with a firm
understanding of our approach to this project.Our team,if selected,is ready to move seamlessly into scoping conversations and the
preparation of a fee estimate.
PROJECTAPPROACH
The success of this project depends on technical professionals who understand your processes and expectations,have similar
design experience,and are excited to take ownership with you to deliver this project suocessfully.signifiiant work has been done
already;we will build upon previous efforu,refining the recommendations,working collaboratively with you,the city,cooT,and the
residenm through thoughtful public engagement,to prepare construction—readyplan sets so that the community can experience
these safety improvemem as e?iciently as possible.
Task 0 4/Project Management
Critical Element for Success:Strong Project Management
Project management is the key that will help drive this project forward to its successful completion.Having an experienced project
manager and team leads to efficiencies both in time,and money and resources,leading to benefiu for the City.
Apex Approach:The Apex team proposes a speci?c scope element on Project Management to clearly identify how the project
will be managed,such as progress reporting and addressing quality control.Apex Project Manager Ben waldman has led similar
projecu and is the right person to lead this project to its success,as proven by his most recent work on City of Littleton's Platte
Canyon Project and Denver's Federal Boulevard speed and Reliabilitystudy.Ben will be responsible for coordination with the city,
CDOT,stakeholders,community,and directing the team.He understands the importance of effectively coordinating the various
disciplines to accomplish integrated and innovative solutions,public engagement,design plans,and cost estimates.Our task
leaders will also be critical to the success of this project and understand the importance of working alongside you and your staff.
strong technical knowledge and management keep projects on budget and schedule and Ben will drive strategy and execution,
leading to successful project delivery for the City.
I have had the pleasure of working with Apex over the years on several differentproieds and programs at
the City and County of Denver.Their approach to delivery,quality,and detail is outstanding".
—TykusR.Holloway,PE,AlCP |Executive Director;Mayor's Of?ce ofthe National western center
12
/
Dartmouth Traffic Calming Corridor —
/
/
Page 678 of 733
Dartmouth Traffic Calming Corridor —/Engineering Design Services /RFP-21-D35
/
Task 1 4>Preliminary Study
Critical Element of Success:Intersection Control Selection
Intersection selection and design is the most in?uential feature in a oorridor where the actual and perceived speeds across the
segment are higher than desired.As late as last week,CDOT introduced the anticipated process for intersection control selection.
CDOT worked with the Georgia Department of Transportation to utilize their Intersection Control Evaluation tool (ICE)as a
foundation for intersection analysis in Colorado.Mark Lenters was involved in the development of the GDOT ICEtool over the five—
year omall hejust completed.CDOT added to their requiremem and functionality based on the needs of its region tfa?ic teams.
cDoT's intersection control AnalysisTool (lcAn quantitatively evaluates several intersection control scenarios (aitematives)and
ranks these alternatives based on their operational and safety performance.implementing a performancehased procedure such as
ICATcreates a transparent and traceable approach to consider intersection alternatives based on metrics such as safety,operations,
cost,and sodal,environmental,and economic impacts..Apex Approach:The ICAT 1.0 is ready for use as of December 20,2021.Mark Lenters will assist the city at understanding and \
applying the ICATtool on this project.This task will be woven into the project development process that will culminate in the
conceptual plans.Through informed consent,the stakeholders will gain an appreciation ofthe bene?ts of |CATin the location of
the preferred intersection controls at Logan Street,Clarkson Street and Downing Street.
Critical Element for Success:Conceptual Plans to Support Addressing Crash Types
Conceptual plans that are well developed and address project goals tend to identify risks early enough to be able to mitigate them
in a proactive manner.This early effort gem the project on the right footing and tends to result in greater efficiencies and improved
project support throughout the life of the project forthe project team and the City..
Apex Approach:The success of this task,in tandem with Task 5 Meetings and Outreach,is critical to lay the foundation of this \
project.The existing traffic and crash data in the corridor will determine the most appropriate traffic calming measures and
intersection con?guration that will meet the project goal of reducing crashes and providing a safer travel corridor for mcrtorisu,
pedestrians,and cyclism.As noted in the KFP,several types of meetings are proposed.Meetings with intention and focused
outcomes will be vital in driving this pmiect to its successful oonclusion.we recommend a "hootsonthegrourid"approach by
scheduling a site walk meeting with City and CDOT staff to understand opportunities and constraints.we will call this ‘Experience
Dartmouth’where we will drive the site,walk the site,and cycle the site,to experience the challenges the residenm face.This will
help us in the impact we are making on our community throughout the life of the project.
Apex staff has met several times with City staff and visited the Dartmouth Avenue corridor to gain an understanding of the existing
conditions and safety concerns.Based on these meetings and our site visit we have prepared preliminary concepts and identified
critical design issues for improvements at all intersections where constmction is anticipated.Here are some of the team's general
obsenrations geared towards the entire corridor:
-The existing cross section in most areas is one lane in each direction with on—stfeet bike lanes adjacent to on—stfeet parking on
both sides of the road.Existing measuremene to be confirmed but appear to be 12—ft.lanes,Mt.bike lanes,with 5—ft.parking
(not including gutter).
-A signi?cant crown is observed on the roadway and significant grades in some areas.It may be challenging to create bulbous in
some areas and it may be necessary to reoonstruct towards the roadway profile line in some oases to make the grades work.
-The corridor is hilly,posted at 30 mph,with residential land use on both sides,with many properties having direct driveway
access along Dartmouth.
-There are a few speed feedback signs on the oorridor that may support traf?c calming
-This corridor is well used by pedestrians and cyclise during ourfield observations that took place during the weekday,midday.
I ROW is tiyrt throuyrout the corridor:Some fencelines are Z—fl.or 3~ft.from back of walk and some sidevimlksare only 3rft.wide.
-Impacted pedestrian ramps need to be reconstructed to bring to current standards and guidelines.
13
Page 679 of 733
Dartmouth Traf?c Calming Corridor —
Engineering Design Services
RFP-21-I135 /PROJECTAPPROACH
/
Site spedlic observations were also made and are noted in other task sections ofthis proposal.
THE APEX TEAM STANDS APART
The lust solutions to design challenges combine a deep understand"g of the loral community with the tech "tar knowledge
of engineers and planners.our multidisc linary team has a long history of providing innovative concept designs that aid
public outreach on transportation safety and multimodal projects.our team has developed and deployed unique public
outreach tools that have played a key role in moving compltat projects to the next level,including Denver's Steele Street
Multimodal Improvements,NTMP Plans,Community Networlo,and santa Fe streetscape Pilot Project.shown here is an
mple of a concept fmm the Steele
Street Multimodal Impmvements
pmject that considered curb extensions,
traffic circlrs,rectangular rapid flashing
beacons,and diverter islands,along
with other geometric modi?tations to
enhance oossing safety.Having advanced
concept designs,such as this,is a valuable
moi to help make informed decisions an
anticipated risk and mitigation to budget,
scope,and schedule.
Based on our meetings with the City and review of the RFP,we understand that the initial proposal for safety improvements on
the Dartmouth Avenue corridor from Broadway to University is to reconstmct the Logan Street,Clarkson Street,and Downing
Street intersections as mini roundabouu.However,the traffic operations of this proposal have rtot been studied and it is important
to etmluate traffic operations to verify and prove to stakeholders that this is the best option to improve safety in this corridor.
Reconstmcting the Loyn,Clarkson,and Downing Street intersections will be a significant cost to the City and will also be a
substantial change to the travelling public that regularly drives through the corridor.It is important to show City Council,Staff,and
the public that the change and associated costs isjusti?ed.
The preliminary study will start with data collection including peak hour and daily traffic counm at the study intersections
and existing traffic signal timing.Analysiswill be provided to determine if existing traffic signal timing and minor intersection
improvemenm would be an appropriate solution to meet the goals of the project which include traffic talming and improved safety
for all modes of traffic.The analysis will consider lowcost improvemene such as signal timing changes first.in addition,the analysis
will show the expected delay and queues for the mini—roundabout scenario to ensure that they will provide adequate traffic ?ow.
Based on the findings from our analysis,a field visit and other arailable data,Apex willlead the effort to develop conceptual design plans
for each intersection where modi?cations are proposed utilizingour prior experience on similarsafetyand complete sIIeet projects.
The concept designs will be for aboveground improvemene and will illustrate ideas for all modes of transportation and the rariety of
street elemenm that are integral to improving safety including ADA.compliant curb ramps,raised crossings in limited locations,raised
medians,transit stop improvements,traffic control devices,and interactions with intersecting bike facilities.The concept designs will
be advanced enough to understand major risks to the project (i.e.,cost,utility impacm,etc.)to understand mltiytions.
The graphic shows a concept developed by the City for the Clarkson Street
intersection.In this example,the Dartmouth and Clarkscn intersection
shows a mini—roundabout configuration to provide for consistency along the
corridor.We will develop concepm like this for all the intersections where
mini—roundabouts and bulbouts are proposed.Mark Lenters will lead the
development of these concepm.Mark has led the concept development of
numerous mini roundabouts in Colorado and throughout the nation and he
will bring the lessons learned from those projects to this effort.The concept
graphics are intended to intuitively communicate the details of the proposed
conoepe to a wide lmriety of stakeholders;however,they will be based in CAD,
allowing efficient transition into preliminary design.This is often an iterative
process,and we enjoy listening to,and learning from,your staff's indepth
knowledge of these locations.
14
/
Page 680 of 733
Engineering Design Services
RFP-21-D35PROJECTAPPROACH
Task 2 4/Preliminary Engineering
Once we have agreed upon the conceptual Iayouu,Apet willprogress the design to 30%rmlevel plans.This work willindude
development of sheets for general notes,summary ofquantities,remolmlplans,roadway plans,grading and paving plans,signing
and striping plans,storm water management plans,survey control sheets,construction traffic oontrol tabulations,and preliminary
environmental and drainage documenm and reports In addition,a preliminaryconstruction schedule and construction estimate will be
prepared.Alldoouments necessaryrorthe FIRmeetirg will be prepared and submitted to the city and com for oonorrrent review.
Critical Element for Success:SUE
Depending on the design,SUE work may be required.we have heard from several municipalities that the recent enactment of the
SUE legislation has led to overpriced utility servioes and lack of availability,leading to schedule delays.
Apex Approach:in the few years that the SUE legislation has been on the books,Apex has worked with over a half dozen different\
SUE providers.Through these lmrious pmjec1s,we have vetted which SUE pnwiders provide high—qua|itydeliverables on—tI'meand
within a reasonable budget.For this project,we halveteamed with Sun/west,as they have pmven responsive and oosteffective by
streamlining the survey and SUE work together.
Apex is currently working with Survwest on the city of Littleton's Platte canyon Intersection Project where they are providing
survey and SUE services.Survwest first provided the design survey and later prov'ded SUE after the 30%design was complete
and the areas where SUE is required was clearly identi?ed.These established positive working relationships translate to
etticiency for the city of Englewood.
Cr al Element for Success:Multimodal Improvements Technical Expertise
A diverse team that understands multimodal interactions leads to strong resulu and project deliverables to meet the project goals to
improve Englewood's transportation network.
Apex Approach:Our team includes transportation planners and engineers that are passionate about improving our transpormtion\
system for all modes of travel.After identifying the pedestrian,bicyclist,transit,and vehicle usage of these intersections,our
team will inoorporate our oomplete—streets?lter on all concepts developed.Based on our site visits and understandimg of the
impmvemenls anticipated with this project,our initial multimodal observations,and recommendations for improvements at
sherman tor example,include:
I Consideration of the oonvergence of E22 and E9 bike routes
-consideration for grades,with an eastern uphill existing grade for multimodal visibilityand safety
-With existing inlem on Dartmouth on NEand SE oomers,consider impact to the intersection
-There is overhead power on the south side at back orsidelnmlk,not likelyto be impacted,however flag this as a potential item
to design around,if possible
-The crown of Dartmouth at this intersection is quite visible,and the sidewalk is graded towards the curb and gutter,creating a
trough.Designing the proposed bulboue will be challenging with these grades
-There is on—s1reet parking on Dartmouth and Sherman so you may want to bulb out both
-With only two short blocks,or about 350 feet,from the Grant Street intersection,oonsider interaction of proposed bulbous at
each of these locations which would be desirable for maximized effectiveness of speed control
As part of Apex's community Networks project for the City and County of Denver,we are accustomed to taking a higher-level
view orhow different modes travel through a neighborhood and explore palatable driver alternatives that could fundamentally
change the intersection geometry by reducing the number of signal phases and decreasing the intersection size.This means
going beyond in dual curb ramps,signs,and striping,but considering how the Dartmouth Avenue corridor could be
transformed to both better suit the neighborhood and improve the subject intersection's safety and operations for pedestrians,
bikes,and vehicles.
15
/
Dartmouth Traffic Calming Corridor —
/
/
Page 681 of 733
Dartmouth Traffic Calming Corridor —/Engineering Design Services /RFP-21-I135
/
Critical Element for Success:ADA-Compliant Sidewalks,Curb Ramps,and Crnsswalks
Existing sidewalks and curb ramps at these intersections may not be ADA—nor MUTCDcompliant.Not understanding the full
scope of the project in preliminary engineering phase may lead to inaccurate construction cost estimates and not meeting public
expectations.
0 Apex Approach:Apex willevaluate existing conditions and redesgn the pedestrian facilities for proper slopes,dminage,and push—
button access,if at lmffic signals or RKFBs.we will provide detailed layoua including curb ramp pro?les,grades,and crossslopes that
have a built—inbuffer for maximum design criteria.This level of detail willensure that accessible standards and guidelines are met.
Task 3 L>Final Engineering
The preliminary engineering effort will further develop to final plans,specitirations,and estimates as required by the city and CDOT.
we willdevelop detailed layoua for each quadrant ofthe intersections including curb return alignments and pro?les,detailed ramp
layoua,and a 3D model to identify any drainage issues.The proposed design will follow City of Englewood,CDOT,and ADAstandards
and guidelines,as well as work within the limits identified.
All30%;commem will be addressed with documentation in a commenuesolution matrix to progress towards a 90%design.At 90%,
Apex will submit a full set of plans,specifimtions,and estimate,including the SUE sheen,to the City and CDOT for concurrent review
in advance ofa FOR meeting
Critical Element for Success:Understanding of CDUTLocal Agency Process and Requirements
A strong understanding of all steps and requirements is critical to schedule,budget,and overall success of the project.FOR plans
that do not meet City nor CDOT expectations can lead to frustration,rework,schedule impacm and added oosmto the project.This is
true at Final Engineering as well as Preliminary Engineering/FIRstage.
0 Apex Approach:Apex has led dozens of CDOT LocalAgency projects that required conformance to CDOT standards.Ben \
has navigated through the LocalAgency process many times and will deliver plans and speci?cations that will meet CDOT's
expectations to obtain environmental (including historical),Row and utility clearances.
The adjacent graphic illustrates the
tormal and documented process
our team will use to navigate the
Local Agency Process.
"I haw wanted mmADMormanywao orr main/Divrstts it rs
aomriurr when /mlk rnlva rrreemeamseetnaupetrs me
carlsu/rant vrrrimrvzon mepmlecl i-iawrerexterrsmzmaenence
wlm cparsamards fut plans and specs newsmeet:(I:Ilm
smoln‘.!lI)’am1 IIIHEWThelwe?vleavez/S47 veryaaaplrve m
cnanges mat orrrrredawn meDtke~
rratv var...coorner-uni tacamerrcr urrrr
SCDPHIGMEETING
lmrurlad
amt
DVERTEMENT .lx:ll::.urllmIullu .ululIs gr...
16
vrcvrrvrurrrn
Page 682 of 733
Dartmouth Traffic Calming Corridor —/Engineering Design Services /RFP-21-D35
/
Task 4 4/Bid Package
Allcommenm from the 90%review and FOR
meeting will be addressed with documentation
in a comment—resolution matrix.A ?nal set
of plans,specifications,and estimate will be
prepared,reviewed,and submitted to the
City and CDOT with the comment—resolution
matrices for their records and final aoceptance.
Any additional commenm will be addressed,
and the plans,speci?cations,and estimate
will undergo a ?nal update and ac before
compiling a constmction bid package.An
electronic PDF of the construction bid plans
will be submitted to the City and CDOT along
with the speci?cations and estimate.The
native electronic ?les will also be submitted
(AutoCADplans,word speci?cations,and
Excel estimate).
an mple plan sheet [ram the my vfllumm mini roundabout pnaject.
Critical Element for Success:Accurate Construction Cost Estimates
Due to material shonages and high demands,constmction cose have been volatile.opinions of probable cost work in tandem with
the design and must be managed well to keep within the City's budget and residenu'expectations.
Q Apex Approach:Our Denver office focuses on multimodal and traffic design and construction management,so we are oonnected
closely to market and industry trends.we will pay close attention to ensure the design stays within budget and we are ready to
prepare bid alternatives pending the previous task effons and outcomes.
Past Performance Highlight:In the recent CCD I-225 and Vosemite Street Project,Apex estimated the construction cost of two
traffic signals and pedestrian improvements within 10%of the awarded bid.
Task 5 4/Meetings and Outreach
All meetings will have the appropriate staff members from the oonsultant team and the City.They will include any CDOT disciplines
if technical guidance is required to help drive the project forvlmrd;these will also act as real—timereviews in between formal review
meetings to ensure we are on the right path and meeting the City's and CDOT's needs for internal and external procedures.
In addition to the meetings listed in the draft soope of work within the RFP,we anticipate the following:
-Smping Meeting:A separate scoping meeting with CDOT will be held to review the project soope and schedule as well as an
initial conversation to understand the critical issues for each CDOT clearance.Electronic meeting minutes and a project contact
list will follow and serve as a living project management plan.
-'Expe¢ienoe Dartmouth’:We recommend scheduling a site walk for the City and CDOT team that follows the scoping meeting
to understand opportunities and constrains as viewed in the ?eld.Pending the schedule and invitees comfort level,we propose
driving the site,walking the site,and cyclingthe site,to experience the challenges the residenu ace and the opportunities that
exist on this project to make improvemem.This will help us in the impact we are making on our community throughout the life
of the project.
-Biweekly Project Manager Chedt-ins:we recommend brief chec|<—ins (over the phone,a virtual format,or in—person)so
that the team has a speci?c forum to have effective communication throughout the life of the project,avoid surprises,and be
aligned from beginning to end.
17
Page 683 of 733
Dartmouth Traffic Calming Corridor —
Engineering Design Services
RFP-21-D35PROJECTAPPROACH
Critical Element for Success:Public Meetings
Involvingthe public early on helps keep a project on track.The design team will need to be able to gather rea|—time input to adjust
designs prior to final design.
Apex Approach:with outreach,we will need to reach the influential stakeholders early and continuously.we do not approach
public engagement as merely a checkbox that is needed on a project development list.Instead,we approach public engagement
to demonstrate our philosophy that we are not providing a solution for the City,but with the community and alongside the City.
Developing good solutions requires the community;delivering the success of this project requires the community to be part of it.
The below approach is one that teaming partner KimleyHom has used with immense success,especially on projects that have
innovative type solutions and,in this case,one solution being roundabout.
The public participation goals for this project are aimed at producing a traceable,transparent decision process with strategic
public engagement achieving the following goals:
-Establish with little doubt what the problems are that the project tan resolve (first public oontact)
credibility with the stakeholders (first public contact)
that our approach/solution to the problems is sensible and reasonable (incrementally throughout)
-Establish that the agency listens and our design team tares (stewards of public funds and providing a sustainable solution)
A strategy to apply these oomponenmslam with internal stakeholders:First City legislators,police,and LocalAgency staff;then external
stakeholders such as directly affected adjacent property owners and interest groups.Finally,the public is approached at a public open
house,where all the previous contacts now represent momentum and oonsensus on the project direction.
Proposed Public Engagement Meeting Strategy:From the Tup-Down
The following is a list of steps and poinu of contact.
Local officials first.offer an information session on roundaboum and include project specific information.This could be a dry run for
the open house presentation.Handouu should include:
-Talking points or frequently asked questions (FAQ)
-Project funding source
-Timing of construction
-Anticipated tra?ic impact,any restrictions,closures and/ordetours
-what is a roundabout and why is the city proposing one here (safety and congestion relief)
-Nearby roundabom and how they compare to the one proposed
-Where are we in the project development process
-Linksto Department roundabout resources (brochures and website)
-Show the roundabout layout to scale with toy tars and tmclcs (‘rollplot’)
-Sample brochures on how to use roundaboum
Locally affetmed residents,businsses,and interest groups second.
-Go to them and make a brief presentation using the materials cited above,especially focused on haw—todrive,truck,bike and
walkthe corridor with the proposed improvemenm.
General public meeling last.lfthe proposed public meeting is run as an open house a presentation is optional depending on the
number of attendees expected.lf over 75 people are expected,then a presentation should be given.Then set up the meeting such that
there is a half hour ofopen house for people to view the displays and information;followed by a zominute presentation from the City
or is consultant.The presentation should be introduced by an elected official.He/sheshould be comfortable to be a champion for the
project bene?ts and to introduce the staff/consultantswho willfollow him/herwith their presentation slides and oommentary.
The PowerPoint presentation slides should cover the same points as the talking poinu bulletin mentioned above as well as:
I What is a roundabout and how do they work?
-what are the benefim of roundaboum?
-why were roundabouts chosen for these intersections?
-what is the project timing,funding,anticipated road closures and detours?
-Where are we in the project timeline?
-Address anticipated questions/FAQ
18
/
/
/
Page 684 of 733
Engineering Design Services
RFP-21-D35PROJECTAPPROACH
The meeting space for a public meeting or a presentation—stylemeeting should be set up with '|nfnrmo|ion stations:The attendees
enter the meeting space and circulate through each station picking up information as attendees move through the meeting space:
-Station 1:Problem de?nition:what led to the study and the evidence of safety problems (traffic engineering study excerpm).
-Station 2-xhibit boards showing intersection locations and site constrains with the design layout on an aerial photo
-station 3:wdeo of the visualization ofthe roundabout.A video from FHWA om also be shown.This requires a laptop and
projector on a screen or wall,running in a loop.
-Station -I:Rollplot of one of the oorridors with scale model cars and trucks,which am as a tactile display to convey the size of
the roundabouts and the trucks that can fit.
-Station 5:Commem table with sheets to log oommenm and questions.Have the talking poinu bulletin and the brochures
sitting at that station also.
Public/community meetings will focus on reaching a broad range of demographics.
Task 6 L>Bid Phase
Final review comments will be addressed,and the plans,speci?mtions,and estimate will undergo a ?nal update and ac.An
electronic PDFof the 11x17 construction bid plans will be submitted to the City and CDOT along with the speci?cations and
estimate.The native electronic ?les will also be submitted (AutoGADplans,word speci?cations,and Excelestimate).Our engineering
support that may be needed in construction includes,but is not limited to attending the prebid meeting,responding to questions,
preparing addenda during the bid process,and/or preparation oftabulation ofall bids and recommend lowest quali?ed bidder.
Critical Element for Success:Constructable Plan Set
uear and accurate bid packages allow contractors to provide pricing with less risk built in and develop more concise schedules.This
cost savings for the City and minimizing impam on the traveling public are major wins for the community.
Apex Approach:Apex is committed to quality;we admini er a fonnal review process that covers all aspecm of design from
calculations,plans,reports,speci?cations,quantities,estimate,and any other deliverables required.we also pmvide the level of
detail in our plans that communicate to the oonlractor the level of quality that will be expected during constmction.
In Ben's ongoing role as Denver's HSIP program manager with the City and County of Denver,he ensures every project that goes
out for advertisement is complete,reducing RFIs and saving the Denver project manager's time.
Task 7 L>Construction Phase
Critical Element for Success:Construction Support
A team that is responsive to unforseen challenges during the construction phase is needed to not incur delays and com.
Apex Approach:Our design team remains committed to the project through constmction.we understand the need to expedite
contractor issued ms and be nimble to allow for design modi?cation,respond to specifitztions,and review submittals.In addition
to our design team,we have a oonstmction management group that indudes nine professionals who will be available to answer
technical questions throughout the design and constmction of improvements,as well as for onsite inspection sewioes,if requested.
Recently,for Douglas 0ounty's Fiber Expansion Project,our design team and construction management team worked in
unison through design,construction,as-built data collection,?eld changes,and final as-built data entry.Apex's construction
management team provided day-to-day inspection and coordination with the contractor,coordinating updates and questions
with our designers as needed.we find that our closu.-knit design team and construction management teams result in a more
thorough design and streamlined construction,and thereby fewer contractor questions and saving the public agency project
manager's time.We are excited to bring this constructability expertise to the Dartmouth project.
19
/
Dartmouth Traffic Calming Corridor —
/
/
Page 685 of 733
Dartmouth Traffic Calming Corridor —/Engineering Design Services
RFP-21-D35
msx o:Pioien Managuiieii:
On?oing Pmied Management
msx 1:Pieliininaiy suiily
Traflic counis and Safety uaia Colledion
Mo ty and salely Analysis
msx 2:Pieliininaiy Eiuneeiiig
Develop concepuial Alneinatives
Alhemative Assessment and conoepi Design
Final Reooininenoaiions,conoepi nosign,
SnC051
Evaluate conoepi Des?gn and
Envimnmemal Ranurtes -
CDOT Form 128 Pan B Assessments ‘
lopogiapliic Survey &Row I
collect Utility Records I
Develop Pieliniinaiy Plans,Qiiantiiia TandSpecs
QL—BField lnvesiigzitions and SUE Plans —
Pieliininaiy Hydrology Feaslblllty Review I
Hydrology Analysis and Dian Repon ‘
Develop Row Aooiiisiiionlinewoik —
msx 5:Final Ergiieeiing
Revise Final Plans,Quantities and speis ‘
CDOT Form 128 Pan c smdies/Miiigzations ‘
QL—ATest Holes ‘
Final Drainage Repon F
msx 4:Bid laiiiage
msx 5:lilleeiiip and oiiueadi
Initial Project Review I
Pmgr?s Meetimzs I I I I I
conoemReview and Review Meeiing I
30%.Review and FIR Review Meeting 1
90%.Review and FOR Review Meetim;2
Public Dinieach —
—Pop up Meetings —
—Pmjecl Wehsihe updates —
—Sodal Media and Pmmotl'onaI Maherials —
—coininiiniiy Meeiings ||
msx 6:Bid Plia-e
TASK 7:cnnnruction Phil:
j
‘Due (lathe |englhofRK7W aaqiiismpns,a pnaged ippmich may becorlsldered -:pm,-M [V|i|§[0ng'Even.’D,5ubmin3|
mahtaln Raw aeaianaos and proceed madvemslng while ROW/eisememsHIE amainoii _
=Schedule Critical Path Element
Page 686 of 733
APPENDIX -RESUMES
l
Education
Bachelor of Science,civil
Engineering —university
of Tens
Master of Science,
Transponation
Engineering —university
of Tens
Certi?cations
Professional Engineer
CO #0035827
Professional Traffic
operations Engineer
(PTOE)#1702
Professional
Afliliations
Institute of
Transponation Engineers
(ITE)
2009 ~2010 President of
lTE colorado/wyoming
Section
2019 colorado/
wyorning Transportation
Professional of the Vear
2020 Mountain District
Vice President
Dartmouth Traffic Calming Corridor-
Engineering Design Services
RFP-21-U55
Benjamin T.Waldman,PE,PTOE
Project Manager —Apex
EXPERIENCE
25 years ofexperierloe
201s —(2020 Apex Design)Current:CONSOR Engineers,Senior Transportation Engineer
2016 —Z018:stantec consulting Services,Senior Transportation Specialist
2013 —2015:city of Arwda,Colorado,city Traffic Engineer
2011 —2013:city of Lakewood,colorado,Traffic Engineering Manager
2009 —2011:Jacobs Engineering Group,Senior Transportation Engineer
2000 —2009:Lsc Transportation Consultants lnc.,senior Transportation Engineer/Associate
1995 —2000:Dallas,Texas,Transportation Engineer
BACKGROUND
Benjamin (Ben)waldman has a long history of building oonsensus around innoiative solutions for
transportation challenges.With over 25 years orexperience,Ben has managed a broad range of
transportation planning and engineering projects,including traffic studies,transportation modeling
and analysis,signal timing traffic and roadway design,roundabout analysis and design,multimodal
planning and design,and lTs.Prior to joining Apex Design,Ben spent time as Tra?ic Operations
Managerand city Tra?ic Engineerfor local agencies where he gained valuable experience with local
government processes and with maintaining and operating transportation systems.Ben has managed
projects ofvarying complexity for priiate and public cliene,and is highly aocomplished in managing
work?ow,staff,budgeu and presenting analysis and results to various audiences.
PROJECTEXPERIENCE
14"'/Lamar Roundabout Intersection Reconstruction,City of Lakewood‘
while serving as Traffic Engineering Manager for the city of Lakewood,Ben applied for and received
HSIP funding and then managed the design and reconstruct of the intersection W.14"‘Avenue and
Lamar Street as a roundabout intersection.The project also included improvemenu to pedestrian
and bike oonnectivity on Lamar Street between the 40 west Arts district located to the north on W
Colfax Avenue and the new RTD W ljne vlmlkup Station.
US 6/PostBoulevard Roundabout Analysis and Conceptual Layout,Colorado Department
of Transportation
Ben served as the project manager for a safety study evaluating the existing two—lane roundabout
located at the US 6/PostEouleimrd intersection in Avon,Colorado.The analysis included crash
analysis to identify existing safety concerns and capacity analysis to determine if the roundabout will
operate adequately if it were reconstructed as a single lane roundabout.In addition,a oonoeptual
layout of a single lane roundabout was developed that improves safety by introducing geometry that
forces vehicles to slow down more as the approach and travel through the roundabout.Truck paths
and fastest paths were analyzed with the concept development.
Frisco/I-70Roundabout Interchange Traf?c Analysis,Colorado Department of
Transportation
Ben served as the project manager for a study evaluating the implementation of metering of tra?ic
on one approach of the existing single lane roundabout atthe |—70/Friscointerchange in an attempt
to reduce queueing onto the mainline of |—70.The analysis included vlsslM microsimulation modeling
and ?eld observations used to calibrate the model.
other Projects indude:
-cco HSIP Program Manager,City and County of Denver
-Platte Canyon Road intersections,City of uttleton
-Brighton Bouleimrd 44"‘Street to Raoe Court,City and County of Denver
-Pe?a Boulewrd Design Build,Denver international Airport
-w.14'"Avenue over Cherry Creek Bridge Replaoement,city and County of Denver
*Prior to Apex Design/CONSOREngineers
/
/
/
Page 687 of 733
APPENDIX -RESUMES
Education
Bachelor of Science,Civil
Engineering—Marquette
U niversity
ljcensesl
Certi?cations
Professional Engineer
CO #38956
Professional
Afliliations
Institute of
Transportation Engineers
(ITE)
Amerioan Council of
Engineering companies
of Colorado
Women's Transportation
Seminar International
Experience
20 years of experience
2008 —(2020 Apex
Design,President)
Current:CONSOR
Engineers,Senior \?ce
President
2003 ~2008:
Parsons Brinckerholf,
Transportation Engineer
2000 ~2003:Parsons
Transportation Group,
ElT
Dartmouth Traffic Calming Corridor -
Engineering Design Services
RFP-21-U35
Melissa Rosas,PE
Principal-in-Charge —Apex
BACKGROUND
Melissa Rosas,PE has over 20 years oftralfic and transportation planning and engineering experience
and is a Senior \ncePresident at Apex.She offers mu|ti—dis 'plinary expertise in areas such as
operations analysis,transportation planning,signing and s ping design,construction phasing,traffic
control and signal design,constmction management,public involvement,program management,
and project implementation.she has focused her career on performing projecu in Denver.Melissa
currently manages and serves as Principa|—in—ChargeApe)(s Professional Services On(Ia||with Denver.
PRDIECTEXPERIENCE
River North Portfolio Integration Manager,City and County of Denver
Melissa served as the River North Portfolio Integration Manager on behalf of the City and County
of Denver,within the North Denver Cornerstone Collaborative,An initiative of Mayor Michael B.
Hancock.This role included overseeing and coordinating development of city—|edinfrastructure
projects,private development,as well as enhancing community capacity.The objective was to
advance the City's goals to improve connectivity to other neighborhoods,promote the 38th and Blake
rail stop area for transitoriented development,redevelop and invigorate the South Platte riverfront,
and to improve pedestrian and bicycle access.Melissa coordinated a myriad of effom,including
effom internal to the City of Denver,external with a variety of stakeholders including assisting and
supporting efforts led by the RiNo Arts District,the RiNo Businesses Improvement District and the
RiNo General Improvement District.A variety of infrastructure projects have been included within the
Portfolio such as the Globeville Landing outfall Project,Brighton Eouletmrd reconstruction,RiNo Park,
35th Street visioning and 30%Design.
Colfax Corridor Connections,City and County of Denver
East colfax Corridor is one of Denver's most heavily used corridors and was rapidly becoming
more congested due to major employment anchors at each end,including the Auraria Campus
in the Central Business District and the Anschutz Medical Campus.Apex and SDG worked with
Denver,RTD,and the City of Aurora to help determine the most appropriate mobility solutions for
the tomile corridor to help address the anticipated 30%:increase oftrips by 2035.This project
demonstrated the complimentary skill see and successful working relationship of Apex and SDG,
with Apex as the engineering lead and sumsasthe lead for all planning effom and the overall project.
Majoralternatives being considered include modern streetcar,enhanced bus,and BRT,along with
accompanying pedestrian and bicycl improvemene and additional passenger amenities.This project
included an FTAAlternatives Analysis to determine the Locally Preferred Alternative followed by an
Environmental Clearance.
Peo 'a Grade Separation Crossing Project,City and County of Denver
Melissa conducted a thorough operational analysisfor the proposed gmdeseparation as well as the
"No Action”condition to determine the impact of the proposed project.The analysis included safety
etmluation,pedestrian and bicycleconnectivity,and freight and commuter rail operations.The compressed
schedule ms the primary challenge of the project.To secure a design—bui|dteam to construct the project
prior to the East Railljne opening date of January 2016,the team had to obtain NEPAclearance,complete
preliminary ergineering plans and release the RFPdowmenu in 11 months.
Mayor’s Of?ce of the National Western Center Portfolio Manager,City and County of Demler
A member of the program delivery team,Melissa provides expert facilitation of the program and
attends stakeholder meetings.This includes close coordination and collaboration with the internal
NWCO team,as well as the Denver Department of Transportation and Infrastructure,Western Stock
show Association,Colorado State university,and other impacted entities.Apex is responsible for
coordinating the successful on boarding and handover activities between the Horizontal Portfolio
and the Vertical Portfolio of construction capital projem,as well as coordination of effom to the
surrounding communities to minimize impacts during this seven—year implementation effort.
other Projects indude:
I DOTI Professional Services Contract,City and County of Denver
-Brighton Bouletmrd Portfolio Integration Manager,City and county of Denver
/
/
/
Page 688 of 733
APPENDIX -RESUMES
Education
Bachelors of Science,
Civil Engineering —
Michigan State University
Certi?cations
Professional Engineer
CO #5 1493
Professional
Engineer (PE),Ml
316201064549
Professional Affiliations
Amerimn Society of Civil
Engineers (ASCE)
Women's Transportation
Seminar (WTS)
Experience
15 years of experience
2018 —(2020 Apex
Design)Current:CONSOR
Engineers,Senior Civil
Engineer
2016 ~2018:Wilson
81 company,lnc.,
Civil Engineer/Project
Manager
2013 ~2016:Entitlement
and Engineering
Solutions,Inc.,Civil
Engineer
2007 ~2013:Wilson
81 company,lnc.,
Transponation Engineer
2006 ~2007:RS
Engineering LLC,
Engineer
Dartmouth Traffic Calming Corridor-
Engineering Design Services
RFP-21-U35
JessicaBurch,PE
Civil Design Lead —Apex
BACKGROUND
Jessica Burch,PE offers over a decade of multi—disciplineexperience with background in
environmental planning;highway engineering;urban and rural roadway design;trail design;
utility design and coordination;signal design;signing and striping design;maintenance of tra?ic;
stormwater management;and erosion oontrol.She has worked on many projects that focus on
improved mobility and safety for pedestrians,cyclists and vehicles.Jessica has a demonstrated desire
to provide quality designs on schedule and is willing and ableto function in any role neoessaryto
ensure project success.
PRDIECTMANAGER PROJECTEXPERIENCE
Platte Canyon Road (SH 75)Intersection Improvements,City of Littleton
Apex is currently assisting the City of Littleton with oonstruction documents for vehicle,bike,and
pedestrian safety improvements atthe Platte Canyon Road/MineralAvenue and Platte Canyon Road]
Bowles Avenue intersections.Safety improvemenm that are incorporated into the design include
improved crossings of the Columbine Trail and Mineral Avenue Tmil,raised pedestrian crossings of
channelized right turns,improved access to bus stops and improved pedestrian ramps that meet
current ADAguidelines.
Steele Street Multimodal Improvements,City and County of Denver
The focus of this project is enhancing multimodal safety at two intersections (Alameda Avenue and
Exposition Avenue).As the design lead,Apex is considering curb extensions,tra?ic circles,rectangular
rapid flashing beaoons,diverter islands,along with other geometric modi?cations to enhance
crossing safety.Additionally,Apex is also preparing design plans for removals and signing and stnpi
Jessica vlms responsible for reviewing ooncepts and assisting with oost estimating.
Brighton Boulevard 44"‘Street to Race Court,City and County of Denver‘
Jessica served as the Roadway Design Engineer for this project.Brighton Eouleimd is an important
oorridor for the Elyriaand swanseaneighborhoods in Denver as well the major oonnector for
the National Western Stock Show Complex.with the redevelopment of the site into a multi—use
entertainment and educational facility and the new RTD North Metro Corridor,Brighton Boulevard
will be improved for residenm and visitors alike byadding a centerturn lane,a parking/flex lane,
signa ized intersections,new curb,gutter and oontinuous sidewalks on both sides of the street,a
qcle track,new landscaping and an upgraded storm system including water quality features.Jessica
worked with the City and County of Denver and the National Western Center (NWC)to develop
solutions for access needs during construction,post construction for the interim condition of the
NWC redevelopment and considering future needs once the redevelopment is oomplete.
g.
US6B &I-70B North Avenue Signal Replacement,Colorado Department of Transportation
This project evaluated the need documenu for tra?ic signal and curb ramp replacemenm at eight
intersections in Grand Junction.The curb ramps that needed to be redesigned to be ADA£ompliant
and complement new signal layouts while roadway oorner radii reconstruction is minimized.This
project requires ROW and temporary easement acquisition on several corners.close ooordination is
also required between CDOT and the City of Grand Junction as the project team works towards CDOT
clearances.Jessica is working on the design and preparation of construction plans,speci?cations and
oost estimates,which will be assembled into two separate bid packages for implementation.
other Projects indude:
-Fort Lupton Streetscape and Entryway Plan,City of Fort Lupton
I NAVIGATE —North Denver,City and County of Denver
-work zonePoliq,Review:Designing Efficient Tmffic Options for urban Rerouting (DETou R),city and
County of Denver
‘Prior to Apex Design/CONSOREngineers
/
/
/
Page 689 of 733
APPENDIX -RESUMES
/l
ll
Education
Bachelor of Science,
Civil Engineering —
washington university
in St.Louis
Master of Science,
Civil Engineering —
washington university
in st.Louis
Certi?cations
Professional Engineer
CO #44320
Experience
14 years of experience
2009 —(2020 Apex
Design)Current:CONSOR
Engineers,Senior
Transportation Engineer
2006 —2009:S.A.Miro,
Structural Engineer
Dartmouth Traffic Calming Corridor-
Engineering Design Services
RFP-21-U35
Tony Hu rd,PE
TrafficDesign/Safety Analysis Lead —Apex
BACKGROUND
Tony Hurd,PE,has 14 years of experience that spans planning,analysis,and design for traffic,ITS,and
multimodal transportation systems.Tonyfocuses his career on design projects and has developed
a keen ability to bring a set of plans,details,and speci?cations together in a well thought out and
logical manner.He takes pride in his responsiveness and attention to detail on the various design
projects he works on.He has completed numeroustraffic signal designs forvarious local agencies
in the metro area.His additional design experience with signal interconnects,signing and striping
temporary traffic control,and ITS plans provide Tony a breadth of traffic knowledge that is a lmluable
asset on any of his projem.
PRDIECTEXPERIENCE
North I-25 Express Lanes:Segments 7 &8,Colorado Department of Transportation
Tony is serving as Apex's project manager for this project,leading both the ITS and traffic design.
This large Region 4 project covers 14 miles of l—Z5reconstruction and several miles of improvemenc
to SH 402,us 34,Harmony Road,Prospect Road,and SH 14,including thei erchanges.working
closely with CDOT Region 4Traffic Engineers,Tony is providing lTs,signing striping and signal plans
for the project.The work includes overhead sign structures,interchange design,?ber optic design,
lTs equipment,express lanes,roundabouts,bike lanes,parking,and pedestrian facilities.In addition,
Tony is also coordinating design preferences with the cities of Loveland and Eort Collins.
North I-25 Segment 3,Colorado Department of Transportation
Tony served as the traffic design lead of approximately four miles of Express Lanes in each direction
along l—Z5from 120*"Avenue to E470.He designed signing striping and traffic signal modi?cations
and worked closely with Apex's lTs and tolling design.Tony completed sign layout designs and
overhead sign structure designs and cross sections.The success ofthe project has led cDoT and
its prime consultant to continue uti I ng Tony and Apex Design for traffic and ITS design on the next
segmenu of the North I—Z5Express Lanes.
RTD Eagle F3 Design,Regional Transportation Dist ct
As the Traffic Engineering Designer for this commuter rail project,Tony prepared signal designs and
phasing plans (including complex preemption sequencing)for over 20 traffic signals along the corridors,
including signals along Denver's A Ijne.He worked closely with Denver,Aurora,CDOT,Arwda,and
wheat Ridgeto accommodate each agency's signal design standards and preferences.Tony also
studied several intersection alternatives to provide operational,safety,and fiscal imlue to the design
with the use of Synchro and VISSIM simulation models.He also provided construction traffic control
plans forthe more challenging constmction phases of the project and helped lead the PUC process
for over 100 crossings,including applications,amendmenc,and variances.Eor the A Line specifitally,
Tony performed traffic engineering analysis,studies,traffic signal design,and construction traffic
control design.The work for the A Line included the design of over 20 traffic signals,three within
Aurora city limits.The signal designs included everything from the relatively straightforvlmrdfour—
legged intersection to complex intersections that included skewed geometries,split—pl'Iasing,railroad
preemption,emergenw vehicle preemption,pre—signals,programmable heads,plankout signs,
flashingyellowarrow signal heads,CCIV cameras,loop and video detection,and ?ber optic and radio
communication.Tony was responsible for preparing construction traffic control plans for some of the
more complex construction phases.He followed all MUTCD requirements and recommendations and
coordinated closely with the respective lotal agenw to get concurrence.For the work within the Aurora
city limiu,Tony worked closely with Aurora's tra?ic staff to meet their expectations.
Other Projects indude:
-CDOT Eront Range Traffic Engineering NPS Contract,Colorado Department of Transportation
-sH 14 overlay,Colorado Department of Transportation
-Castle Rock Traffic signal Communications upgrade,Town of castle Rock
-Douglas County Fiber Mapping and Design,Douglas county
/
/
/
Page 690 of 733
APPENDIX -RESUMES
Education
Bachelor of Fine Arts,
Graphic Design —
Western State Colorado
u niversity
Master of urban and
Regional Planning —
university of colorado
Denver
Certi?cations
Certi?ed Planner #33557
Professional
Afliliations
American Planning
Association (APA)
Women's Transportation
Seminar (WTS)
Experience
4 years ofexperience
2018 —(2020 Apex
Design)Current:
CONSOR Engineers,
Transponation Planner
2017 ~2018:Regional
Transponation District
(RTD),Transportation
Planning intern
Dartmouth Traffic Calming Corridor-
Engineering Design Services
RFP-21-U35
Stephanie Ball,AICP
Public Outreach Lead —Apex
BACKGROUND
stephanie Ball,AICP has worked on numerous projects that have increased the safety and livability of
local communities,with a focus on increasing mobility choices.She uses research,data analysis,and
visual communication to support transportation planning efforts throughout the region.Stephanie
has a background in graphic design and a Master orUrban and Regional Planning rromUniversity of
Colorado Denver.Her ability to develop clear,ooncise messaging on complex transportation I tiatives
has made her inimluable on the projects she supports.
PRIIIIECTEXPERIENCE
Boulder Neighborhood Speed Management Program,City of Boulder
Stephanie,as Transportation Planner,supported the City of Boulder byworking with the oommunity
and designing neighborhood traffic calming features for the Neighborhood Tranic calming program's
first two complex corridor projem.The project included neighborhood engagement and the
identi?cation ora preferred alternative.Stephanie's concept designs clearly communicated the
oomplex traffic issues and proposed solutions,contributing to the approval orboth corridors’designs
bythe City's Transportation Advisory Board and City council in 2019.The implementation orthe
designs began in 2020.
Steele Street Bicycle and Pedestrian Safety Improvements,City and County of Denver
The City and County of Denver identi?ed a need for safety improvemenu on Steele Street that focus
on enhancing multimodal safety at two intersections (Alameda Avenue and Exposition Avenue).
stephanie assisted with corridor existing conditions including challenges and opportunities.She
worked with the project team to develop alternative ooncept graphics and maps to engage with the
public during a "Trail Day‘community outreach event.
Denver Neighborhood Transportation Management Program,City and County of Denver
Stephanie is part ofthe Apex team conducting community outreach,planning,and oonoept design
for the West Colfax,Villa Park,and La A|ma—Linoo|n Park neighborhoods.Stephanie worked with the
NTMP team to collect existing conditions data and oommunity feedback to identify areas in need
of safety and oonnectivity improvement.She then worked with the team to develop mitigations,
including traffic calming elemenu,pedestrian crossing treatments,and way?nding that is prioritized
bythe neighborhood and then advanced into concept design.Due to c0vlD,much orthe planned
in—person oommunity outreach was shifted to a virtual format.Stephanie worked with the team to
develop a new oommunity outreach plan that effectively engages residenm of all backgrounds and
ages,while also including options for those without online access.This effort included building and
maintaining a multiraceted website,developing a multilingual online and papersurvey,creating
an online input map,conducting small in—person "po[.rups"with appropriate safety measures,and
rolling out a transparent prioritization process that clearly factors in oommunity feedback.
Southeast Denver Station Area Mobility Hubs,Transportation Solutions Foundation
Stephanie is the 00—leadfor this multi—station study to provide innolmtive transportation solutions,
centered around transit,that will expand people's access to transit and enhance the quality of
life around the vale,southmoor,and Belleview light rail stations.This effort focuses on engaging
with the community to identify elements needed to energize an ncrease connectivity between
the stations and activity oenters within the in?uence areas while also advancing previous planning
recommendations.
other Projects indude:
-vision zeroBoulder Safe Streets Report,city of Boulder
-Denver Dockless Mobility vehicle Pilot Program Evaluation,City and county of Denver
-RTD Smart Card Validator Placement Study,Regional Transportation District
-Westminster Transportation Master Plan 2020,City of Westminster
/
/
/
Page 691 of 733
Dartmouth Traffic Calming E0rridDr-/_Engineering?esign Services /RFP-21-U35
/
Ed-l°=*“°"Kimberly Koivuniemi,PEBachelorofScience,Civil
Ensineerinir Purdue Civil Engineer —Apex
U niversity
ljcensesl BACKGROUND
certi?cations Kimberly Koivuniemi,PE has 12 years of experience and is a Project Engineerat Apex.
Professional Engineer
“#042032 PREIIECTEXPERIENCE
Professional Prairie Parkway Corridor Improvements,Illinois Department of Transportation‘
Aflili 'ons Design Engineerror the preparation of preliminary roadway design and associated work for a new
Amerioan Society of hilly access oontrolled facility (FAP319)from I88 near Kanevilleto I80 near Minooka,ILand the
Highway Engineers reconstruction and addition of lanes for |L—47 from H30 in Morris to Canton Farm Road south of
Experience Vorkville.
12 years of experience U-5774 NC 54 Corridor Improvements,North Caroli a Department of Transportation
2022 _cuimnti coiisoii RoadwayEngineer.Prelirninaryplanningfor thedesign forwidening of NC 54 to accommodatethe
Engineers additional trarhc needs into a mu|ti—moda|oorridor.Work includes oonceptual designs orthe roadway
with a focus on innovative intersections like super streets and oontinuous ?ow intersections that fit
Z021 —2021:ATCS,.....
into the context of each area.A multI—uSepath ms proposed on either side with grade separated
"9 C““C ’
crossings to separate vehicles and pedestrians and cyclists.
Transportation
Engineering Manager Atlantic Avenue Widening Project,City of Raleigh,NC‘
2014 —2021:AEc0M,Roadway Engineer and Project Manager.Einalconstruction plans for widening Atlantic Avenue from
Raleigh NC _Highwoods Boulevard to New Hope Church Road.improvements included four lane mediandivided
Transportation Project with curb and gutter and mu|ti—use path.
Manager ..B-5980 I-95 lnterchan lm rovement North Carolina De artment of Trans ortatlon
2010 —2014:Division 4:
E8 P 'P P
T'e"5V5‘e"'5-__Project Engineerand Deputy Project Manager.Einalconstruction plans to modify the existing |—95
5'-"‘?""'b“'€'L 7 CW"interchange near Halifax Road and replace it with a diamond interchange with roundabouts at the
E"E'"ee'1 ramp terminals.
Summer 2009 (3 __‘months):Jacobs‘Daiias I-2513A I-_26Interstate Improvements,NorthCarolinaDepartmentof Transportation
TX _Tiansponaiion Deputy Project Manager and Roadway Engineer.Final designs for oomplex interstate improvemenm
Design imam on |—26 from upperHominy Creek Bridges to Haywood Road and Mo interstate improvemene from
Summer 2007 and Smokey Park Highway to |—26/I40/|—24Ointerchange.
Summer 290?(5 Express Designs and Project Scoping,NCDOT Feasih ty Studies Unit‘
months):Civi|tec_h.Itasca Deputy Project Manager and Roadway Lead.completed 18 express designs 'cluding high level
It —_Transportation oonceptual designs and construction cost estimates underthe NCDOT Eeasi lity studies contact.Co—
Design |r-tern Author orthe Version 1 and version 2 Express Design Guidance,completed with the NCDOT FSU.
Express Designs and Project Scoping,NCDOT Feas ty Studies Unit‘
-FS—1610B:widening of Us 21 to a mu|ti—|ane divided facility from NC 115 (sunset Bouleimrd)to
Catawba Avenue.
-u—5731:us 17/us 74 intersection improvemene,New Hanover county.
-u—5939:us 17 at SR 1145 (Oak Stump Road),recon?gure intersection,Pasquotank county.
-u—594o:US 17 (Hughes Bouleiord)from sR 1303 (church street)to Us 17 Business (North Road
Street),widen to Liane roadway with acoess management,Pasquotank County.
-so5002:Upgrade NC 50 Benson Road to multilane from NC 42 in Johnston County to iimber Drive,
Wake county.as miles.
I H170751:Interchange at US 15/501 and NC 11 at SR 1205/1309(Morganton Road),Moore County.
-H17075Z:Roundabout at intersection of NC 24/27 (Monroe Street)and SR 1006 (Glendon carthage
Road)at us 15/501,Moore county.
-R4458:intersection at us 17 Business and SR 1300 (New Hope Road),Perquimans county.
-R4459:interchanges on us 17 at SR 1335 (Harvey Point Road)and sR 1333 (wynne Fork Road),
Perquima ns county.
‘Prior to CONSOR/ApexDesign
Page 692 of 733
APPENDIX -RESUMES
Education
2011 Bachelor of
science,Environmental
scienoes —Rutgers
U niversity
2020 Master of Science,
Civil and Environmental
Engineering —Rovlmn
U niversity
Certi?cations
Engineer in Training
New Jersey ID ElT~O4083
Professional
Afliliations
Institute of
Transponation Engineers
Experience
2 years ofexperience
2021 —2022:CONSOR
Engineers,Transportation
2020 —2021:Imperial
Tra?ic and Data
collection,Traffic E.l.T
2019 —2020:Research
Assistant,Center
for Research and
Education in Adimnoed
Transportation
Engineering Systems at
Rovlmn university
Dartmouth Traffic Calming Corridor-
Engineering Design Services
RFP-21-U35
/
George]Shacki
Safety Analysis
,EIT
BACKER0 UND
George Shackil has worked on several projects that aim to improve transportation and traffic
systems.He graduated with his Master of Science in Civil and Environmental Engineering from Rowan
university in Glassboro,New Jersey where he pursued coursework and research relating to traffic
and transportation materials engineering.He applies his background in research,data collection and
analysis,and technical writing to support traffic engineering effom in our region.His diverse skillset
allows him to oontribute to a wide variety of project tasks.
PROJECTEXPERIENCE
Denver Neighborhood Transportation Management Program,City and County of Denver
The Apex team is currently oonducting community outreach,planning and concept design for the
West Colfax and Villa Park neighborhoods and will kick offthe La Alma /Linooln Park neighborhood
in spring of 2020.Our team will utilize the treatments and ideas developed in the NTMP Multimodal
Safety Toolbox to develop implementable short—,medium—,and long—termprojects that will enhance
the safety and livability of the neighborhood.The NTMP's goal is to help the Denver Department
of Transportation St Infrastructure (DOT)partner with neighborhoods and give the people who live,
work,and play in Denver's neighborhoods a voice in developing local transportation and mobility
priorities and projects.The program uses many avenues to engage with local communities,including
public meetings,neighborhood surveys,stakeholder oommittees and direct coordination with RNO
representatives,neighborhood leaders,and council members.
Sheridan Boulevard Traffic Calming and Safety Study,City of Edgewater
The city of Edgewater is collaborating with a diverse group of partners and our Denver's coNsoR
team to develop a Multimodal Corridor Plan for Sheridan Boulevard.Their Vision is to create a safe
and accessible corridor that serves as an attractive gateway to the City with multimodal connections
to and from Edgewater neighborhoods,businesses,Edgewater Elementary school,and Sloan's Lake
Park.The project team is creatively engaging stakeholders and the community through walking tours,
working groups,focus group meetings,and pooup events within the community.Engagement has
been inclusive and informative,as everyone has provided thoughu and ideas on ways to improve this
section of Sheridan Eouleimrd for pedestrians,biwcles,transit,and vehicles.The team is excited to
inoorporate these ideas into oorridor alternatives over the next few months
SH 83 Corridor Safety and Operations Analysis —CDOT
Apex is conducting a comprehensive roadway safety and operational analysis of Co 33 between East
Palmer Divide Avenue (Douglas and El Paso County Line)and Bayou Gulch Road.ourdesign team
is researching and oollecting information on existing conditions,including input from the public,
schools,and other stakeholders along the oorridor.we are emmining the corridor to determine
where needs exist to add potential improvements such as turning auxiliary,and passing lanes;adding
orwidening shoulders;enhanced ITS;wildlife mitigation;and other improvemenu that would provide
safety and operational bene?u.Our team will then prioritize improvemenu for the corridor and
develop an implementation plan based on aimilable funding.
other Projects indude:
-New Jersey Route 1 and 9 Adaptive Traffic signal Data collection Efforu,Newiersey Department of
Transportation
-Kresson Road (County Route 571)signal Retiming initiative,Delaware Valley Regional Planning
Commission
-Haddonfield Road signal Retiming initiative,Delaware valley Regional Planning Commissions
-Laboratory Performanoe Elmluation of Pavement Preservation Alternatives,university
Transportation Center
-Cold Compaction of Flexible Pavements,United States Department of Defense
/
/
Page 693 of 733
Dartmouth Traffic Calming Corridor-/_Engineering Design Services /RFP-21-U55
/
Mark Lenters,PE
Roundabout TrafficAnalysis/Concept Lead —Kimley-Horn
BACKGROUND
Forlhe past 19 years,Mark has focused his professional engineering practice on modern
roundabouts,following 15 years of experience performing intersection design and safety reviews.
overthese 19 years of experience,Mark has beoome one of the nation's leading roundabout
specialists with extensive experience in all aspecu of roundabout policy,planning,design,public
outreach,and research.Mark provides on—ca||design review and standards for numerous oors as
well as national,state,and local agencies.with every project,his goal is to build a legacy ofsuperbly
Education operating roundabouts that decrease congestion and increase efficiency and safety.
Bachelor of Science,
Transportation and PROJECTEXPERIENCE
lL:Eh‘,""aydE3gl"eer.l"g'City of Loveland,Boise Avenue Corridor Study,Loveland,CO‘
9 93 "'‘’e'‘'‘V Project Manager.The city asked Mark to develop work plans for a highly engaging public outreach and
ca.-??ga?ons consultation study to work with the community to resolve problems with traffic speed and bicycle and
pmfessional Enginee,pedestrian safety on Boise Avenue.Through two well—organizedpublic meetings,Mark and staff at the
Co #49535,All GA,TX,City partnered positively with the community stakeholders,encouraging them to enlighten the City on
VT’WI their loml experiences in the corridor.
Ce"??°3‘95_i"City of Aspen,Castle Creek and Maroon Creek Road Traf?c Improvements,Aspen,CO
Transvonanonand Project Manager.l(im|ey»Horn Vlms selected by the city of Aspen to provide traffic study services for Castle
Tra?ic 0f>eratI°nS_._Creek Road and Maroon creek Road Roundabout.The study Vlms completed in September 2020 and the
NorIhwes1ern_UnIversItvproposed improvements to the roundabout were forvlmrded to com for development ofconstruction
Center of Public Study plans that include resurfacing the roundabout.Several oonoept design alternatives and noninfrastructure
Experience improvement alternatives were developed with a focus on impmvemenu and a summary ofcauses of
34 yam of expe?ence safety oonoerns and traffic congestion on castle creek Road and Maroon creek Road.
Town of Castle Rock,Wolfensberger Road and Wilcox Street Intersection Control
Evaluation (ICE),Castle Rock,CO
Roundabout Engineer.Kim|ey—Hornis conducting an ICEfor the |—25 and wolfensberger interchange to
determine a preferred solution to address safety and operational concerns of the ramp intersections.
The intent of the evaluation is to provide an objective analysis of concept—leveland feasible intersection
control alternatives for interchange ramp termini intersections at l—25.Kimley»Hom performed an
operational analysis and developed concept intersection oontrol alternatives including a fiveleg
roundabout and two paired T—intersections.we prepared con0ept—|e've|drawings and high—|eve|ops,
established and quanti?ed intersection control performance measures,calculated a lifeqycle benefit
cost,and prepared a technical memo summarizing the evaluation resulu.
Town of Superior,88th Avenue and Promenade Roundabout Study,Superior,C0
Roundabout Engineer.l(im|ey—Hornprepared a Roundabout Intersection Study Report forTown
Engineering staff to present to the Town Board.The Town is investigating replacing the signalized
intersection with a roundabout.A key challenge with this location was balancing roundabout geometrics
with the need to reduce the signi?cant amount of roadway embankment on the northeast corner of
the intersection and providing a layout that meshes with both the existing roadway infrastructure and
proposed mu|ti—use path development on the east side of 88th Avenue.Review of the roundabout
conceptual design considered construction cost,capacity,safety,user comfort or tra?ic ergonomics,
aesthetits,and pedestrian and bicycle acoommodations.
*txpenence prior to l(im|ey—Horn
Page 694 of 733
APPENDIX -RESUMES
Education
Bachelor of Science,Civil
Engineering Purdue
U niversity
Certi?cations
Professional Engineer
CO #37298
Experience
25 years of experience
Dartmouth Traffic Calming Corridor-
Engineering Design Services
RFP-21-U55
Chris Hopkins,PE
Drainage/Utilities Lead and QAManager —Kimley-Horn
BACKGROUND
Chris has 25 years of extensive experience in planning,design,and construction management for
transportation projects including intersection improvemenu,traffic signals,roundabouts,multimodal
complete streets,pedestrian improvemenu,highways,and interchanges.He has delivered
multimodal and safety improvement projects forcommunities across colorado.He specializes in
managing multidiscipline transportation projects while collaborati ng with multiple stakeholders to
provide costeffective design solutions.
PROJECTEXPERIENCE
City of Aurora,rid Compact Roundabouls,Aurora,CO
Project Manager.Chris is providing project management to design and implement low cost,compact
roundabouts at multiple locations throughout the City of Aurora.The design intent for the mini
roundabouts is to provide roundabout geometry wit n the curb lines of the existing roadway thereby
limiting ROW acquisition,and construction oosu while still providingthe operational and safety
bene?ts associated with a roundabout.
Town of Gypsum,US-6 Roundabouts,Gypsum,C0
Project Manager.Chris managed the design for three roundabouu for the Town of Gypsum along
USS and Valley Road.The roundabouts are adjacent to the Town's middle and high schools and
include rapid rectangularflashing beaoons (RRFE's)to emphasize the pedestrian crossings.
larimer County,County Road 8 and County Road 21 Intersection Control Evaluation,
larimer County,CO
Project Manager.Kim|ey—Homperformed an operational analysis and developed concept intersection
oontrol alternatives including a roundabout and traditional traffic signal oonfigu ration.The analysis
included an opinion of probable construction cost,quanti?ed intersection safety measures,calculated
a lifecycle benefitcost,and a technical memo summarizing the elmluation results.
City and County of Denver,South Broadway Multimodal Design,Demrer,C0
OA/QC.Chris provided quality control oversight for this multimodal project to implement a two
way,parking protected bicycle lanes along Broadway,one of the primary connecting corridors to
downtown Denver and a critiml pedestrian and transit connection.
City of Fort Lupton,Denver Avenue Streetsoape Design,Fort Lupton,C0
Principa|—in—Charge.Chris provided overall team direction and stakeholder coordination forthe
design of curb extensions at two intersections along Denver Avenue.The goal of the project was to
improve pedestrian safety and analyze pavement marking alternatives to facilitate bike lanes.Detail
grading was designed to mitigate impacts to existing utilities,adjacent properties,and maintain
Americans with Disabilities Act (ADA)compliance.
City and County of Denver,Walnut Street Two-Way Conversion Study,Denver,CO
Project Manager.Chris managed this project to provide a study to determine the feasibility
of converting Walnut Street to twoway tra?ic.The conceptual design included pedestrian
enhancements,parking modi?cations,and curb extensions to provide additional tmf?c calming.
Town of Castle Rock,Plum Creek Parkway Widening and Roundabouts,Castle Rock,CO
Project Manager.chris is currently leading engineering design services to widen Plum Creek
Parkway from Gilbert Street to Ridge Road.This project includes the design of two roundabouu and
retro?tting one as part of the project to improve operation and safety of several intersections along
the corridor.
/
/
/
Page 695 of 733
APPENDIX -RESUMES
Education
Master of Science,Civil
and Environmental
Engineering University
of Nevada,Las vegas
Bachelor of Science,Civil
Engineering University
of Nebraska,ljncoln
Certi?cations
PE.in Co (#36355),
ID,KS,MT,NE,Nv,UT,
and WV
PTOE (#555)
Experience
27 years of experience
Dartmouth Traffic Calming Corridor -
Engineering Design Services
RFP-21-U35
Curtis Rowe,PE,PTOE
TrafficAnalysis Lead —Kimley-Horn
BACKGROUND
with over 27 years of experience,all with Kim|ey—Hom,curtis has managed a variety of traffic
engineering projecm for public and privatesector clients.His experience includes traffic impact
studies,corridor studies,traffic signal design,acoess and circulation studies,intersection capacity
analyses,traffic signal warrant studies,roundabout design,signing and ma rking rrs design,
transportation planning,and transportation demand management programs.Curtis oombines
transportation planning,traffic engineering,and design into one cohesive package for our clients.
PRCIIECTEXPERIENCE
Colorado State University (CSU),Transportation Studies,Fort Collins,CO
Project Manager.Kim|ey—Homhas prepared 20 separate traffic studies for Colorado State University.
These include master plan studies,safety studies,traffic analyses,and expansions.The purpose of
these traffic studies was to identify intersection and roadway level of service within and adjacent to
campus to determine infrastructure improvement needs.
City of Colorado Springs,Nevada Avenue and Platte Avenue Intersection Improvements,
Colorado Springs,CO
Project Engineer.Kim|ey»Horn studied the Nevada Avenue and Platte Avenue intersection to
determine what improvemenu could be implemented while mamtai ng the General Palmer
statue within the middle ofthe intersection.The traffic analysis elmluated displaced left turn lanes,
a roundabout,and a Platte Avenue street closure at th intersection with cu|—de—sacs.The street
closure proposal included an ewluation ofthe surrounding colorado springs downtown street
network to provide an operational analysis based on the anticipated traffic reroute caused by the
roadway closure.The project included preparing design concepm to address the safety and mobility
issues at this downtown intersection.
Town of Parker,Parker Road (SH-83)Corridor Study,Parker,CO
Project Engineer.Kim|ey»Horn facilitated an interactive community engagement effort and created an
integrated Land Use,Transportation,and Urban D n Plan forthe Parker Road (C063)Corridor.In
this effort,we developed a corridorframework providing the Town of Parkerwith an overall corridor
vision with generalized land use guidance for the study area and recommended transportation
strategies and streeucape ooncepts for the CDOT highway.we also created a small area plan with
land use,transportation,and urban design ooncepts and four pilot redevelopment sites within the
greater downtown district.
City of Aurora,6th Avenue Widening,Aurora,CO
Project Manager.Kim|ey—Homis widening the existing two—|ane road to an interim four—|ane section
with plans to secure now for the ultimate six—|ane oonfiguration.The project includes an operational
analysis,sensitivity analysis,access control planning,an alternatives evaluation,and the final design
of roadway,traffic signals,trail,storm—sewer,and water quality improvemenm.
University of Northern Colorado,Transportation]Parking and Circulation Master Plan
Project Engineer.Kim|ey»Horn assisted the University of Northern Colorado and updated their
Transportation and Parking Master Plan as a result of enrollment growth and a major oonstruction
project which el inated a large parking lot on campus,creating parking challenges for the University.
Kimleyiiom used cense plate recognition (LPR)hardvlmre and softvlmre to collect university parking
demand and utilization data.we used the Park+modelingapplitation to perform a parking needs
analysis for existing and phased planning horizons
/
/
/
Page 696 of 733
Dartmouth Traffic Calming Eorridnr-/Engineering Design Services /RFP-21-U35
/
APPENDIX -RESUMES
Education
Bachelor of Science,
Environmental Resources
Engineering Humboldt
state university
Certi?cations
Professional Engineer
co (#58655)and wv
CDOT Construction
stormwater Plan
Preparer (#603D9SA6)
Certi?ed Floodplain
Manger (tlus21—12o35)
Experience
4 years ofexperience
Heidi Dtten,PE,CFM,CSPR
Drainage Lead —Kimley-Horn
BACKGROUND
Heidi is a civil engineer and certi?ed CDOT construction Storrnwater Plan Preparer with fouryears
of experience.She specializes in water resources by preparing hydrauli and hydrology designs and
models,stormwater management plans,and drainage reports and studies.She has experience in
roadway,grading,water,and sewerdesign,in ad on to drainage design.Heidi has participated in a
wide imiety of projects for both public and prilmte clienu including roadway design;green/oomplete
street design;airport drainage design;and oommercial,industrial,multi—Familyresidential and single—
family residential land development.
PRIIIIECTEXPERIENCE
Town of Castle Rock,Plum Creek Parkway Widening,Castle Rock,CO
Analyst.Heidi assisted with drainage and stormwater treatment for the engineering design services
to widen Plum Creek Parkway from Gilbert Street to Ridge Road.To improve intersection operations,
the widening will change Plum Creek Parkway from its existing twolane oonfiguration to its four—lane
ultimate con?guration.The design also includes two roundabouts and retro?tting one as part of the
project to improve operation and safety of several intersections along the oorridor.
CCD,South Broadway Multimodal Transportation Design,Denver,CO
Project Engineer.Kimley»Horn is supporting CCD in improving multimodal transportation by
implementing a twtrway,parkingprotected bicycle lane along Broadway,a one—way arterial roadway
Denver.Heidi focused speci?cally on hydrologic and hydraulic solutions for relocated inlets along
the corridor to facilitate acoessible intersection design.Additionally,Heidi developed conceptual level
designs and a de on matrix for implementing stormwater treatment throughout the corridor.
City of Aurora,Harvest Road Improvement,Aurora,CO
Analyst.Kim|ey—Hornis oornpleting preliminary and final design for two miles of Harvest Road in
Aurora,co.In addition to roadway design,this includes storm drainage and traffic signal design.The
team has proposed a phased schedule that will allowthe road to be completed in ooordination with
the opening ofa new middle school along Harvest Road.
HillCompanies,LLC,Englewood MOB,Englewood,CO
Analyst.|(im|ey—Hornprovided civil design and entitlement services for a medical o?ice and retail
structure in Englewood,CO.The project oon 'sted of an 88,000 square foot medical office building,
multiple levels of above grade structured parking,and site improvements.This project includes
water quality and stormwater detention and a Colorado Department of Health and Environment
stormwater Discharge Permit.
Swedish Medical Center Tower Expansion,Englewood,CO
Drainage Analyst.This project included the demolition of two residential homes,parking and drive
aisles to aocommodate a 105,900+square foot three—story hospital expansion with a 35,500+square
foot footprint on the west side of the campus.The project also included renovation of portions of
the existing hospital and emergency department,and required parking,drive aisles,landscaping and
utility improvemenm to support the new expansion.
ACC Metropolitan District,Piccadilly Road and 26th Avenue Roadways,Aurora,CO
Analyst.Kimley»Horn ms the program manager for the AspenPitkin county Airport (ASE)program,which
is unique in its perspective on valleywide needs for service and tourism and fooused on sustainable
development.Kimley»Horn's role was to manage and deliver the airport's tapiral improvemene program
as well as the complex projecu that may shape and change the airport in the future.
Page 697 of 733
APPENDIX -RESUMES
Education
Master of Arc,Energy
and Environmental
Analysis,Boston
U niversity
Bachelor of Am,
Psychology,university of
Con necticut
Certi?cations
NIOSH 582 Asbestos
Sampling and Analysis
Air Monitoring Specialist
Training
AHERABuilding inspector
Phase I Environmental
Site Assessmenm
CDOT Erosion Control
specialist Training
visual opacity observer
Method 9
Professional
Afliliations
wTs international,
Directorat—Large
Former C(rChair
Professional
Development Committee
Ameriraan Council of
Engineering companies
(ACEC)
Colorado Renevlmble
Energy society
Experience
14 years of experience
Dartmouth Traffic Calming Corridor -
Engineering Design Services
RFP-21-U35
Robyn Ku Ilas
NEPA and Planning Lead —Pinyon
BACKER0 UND
Ms.Kullasis an Environmental Professional with 14 years of consulting experienoe,induding NEPA
oomplianoe oonsisting of Environmental Assessmenm (EAs),Environmental Impact Statemenm (EISs),and
Qategoriml Exclusions(GatExs).she is the Technical Group Manager for Pinyon's National Environmental
PolicyAct (NEPA)and Planning team and has extensive experience working on tninsportationrelated
NEPAoompliance projece for the Eederal HighwayAdministration,Eederal Aviation Administration,
Colorado Department of Transportation (CDOT),and the RegionalTransportation District.As a project
manager,Ms.Kullasoversees multidi iplinary project teams which include biologists,historians,
hazardous materials,air,and noise specialism.She has led several projem that require ooordination
with local,state,and rederal regulatory agencies to obtain necessary clearances and permie ror
successful project implementation.Ms.Kullashas worked on eight Reevaluations;seven Planning and
Environmental Ijnkages;several EASand CatExs;and ms a resource lead on the Central |—70 EIS.Ms.
Kullashas extensive knowledge of regulations and mitigation measures associated with the various
resources.Ms.Kullasalso has expertise generating Purpose and Need statements,developing project
alternatives,identifying mitigation measures,and generating reporu.Ms.KullasImlues effective
oommunication and understands the importanoe of oollaboration with the applitant,agency personnel,
and internal resouroe specialism throughout the NEPAewluation process.
PRIIIIECTEXPERIENCE
I-25 and Arapahoe Interchange Project Environmental Assessment Reevaluation |CDOT
Region 1 |Arapahoe County,Colorado.
CDOT improved the l—25and Arapahoe Road interchange located in Arapahoe County.Ms.Kullas
provided oversight during the design phase to ensure EA mitigation measures were accounted for
during design modi?cations.Ms.Kullaslead the EA Reevaluation effort,which included preparing
the Reeimluation 1399 Form as well as coordinating with project stakeholders and the internal
team to ensure the appropriate level of resource review and documentation for NEPAclearance.
substantial resources orconcern rorthis project included hazardous materials,historic,air quality,
noise,biological resources and oommunity involvement.Ms.Kullas also provided oversight during the
design phase to ensure EA mitigation measures were accounted for during design modi?cations.
North Shields Street Improvement Project |CDOT Region 4 |larimer County,Colorado.
Ms.Kullasmanaged the section 105 compliance required for a catEx in acoordance with CDOT
criteria for this roadway improvement and bridge replacement project.Asthe Section 4(f)specialist,
Ms.Kullascoordinated with the design team and historiansto prepare an individual section 4“)
Eimluation to address impacu to multiple historic properties within the project area.In compliance
with section 4“),she also developed the Purpose and Need statement,determined resource use,
and evaluated alternatives and measures to minimize harm.To successfully complete the Section
4(r)Eialuation,Ms.Kullasoommunicated errectively with all stakeholders including CDOT,FHWA,and
Larimer county.Ms.Kullasmanaged the year—longsection 4“)Evaluation suocessfully and within
budget.Ms.Kullasalso managed the programmatic non—his1oricsection 4“)Evaluations as well.
North College Avenue Improvement Project |CDOT Region 4 |City of Fort Collins,
Colorado.
Ms.Kullasmanaged the section 105 compliance required for a catEx in acoordance with CDOT
criteria for this roadway improvement project.Ms.Kullaswas the Section 4(f)Specialist for this
project.In ooordination with the design team and historians for the project,Ms.Kullas prepared
an individual section 4(r)Eimluation to address impacts to multiple historic properties within the
project area.In oomplia nce with Section 4(f),Ms.Kullasdeveloped the Purpose and Need statement,
determined resource use,and eimluated alternatives and measures to minimize harm.The Section
4(r)Eialuation required Ms.Kullasto communicate effectively with all stakeholders including CDOT,
EHwA,and City of Fort collins.The individual section 4(r)Evaluation process was extensive (over 1
year).Ms.Kullasmanaged this process successfully and within budget.Ms.Kullasalso managed the
programmatic non—historic section 4(r)Evaluations for this project as well.
Other Projects indude:
-statewide Bridge Preventative Maintenance |CDOT Region 1,2,3,4 8.5 |Colorado.
-US 85 Planning and Environmental ljnkages study |CDOT Region 1 8.4 |Colorado.
/
/
/
Page 698 of 733
APPENDIX -RESUMES
Education
Bachelor of Science,
Computer Science,
University of Phoenix,C0
Certi?cations
Land Surveyor in Training
(ISIT)CO
Experience
15 years of experience
Dartmouth Traffic Calming Corridor-
Engineering Design Services
RFP-21-U55
Casey Pribble,LSIT
Survey Lead —5urvWest
BACKER0 UND
Casey Pribble has more than 16 years of survey experience and recently joined survwest as a
survey project manager.His project experience includes pipeline route surveying,transportation
improvemene,geographic information system (GIS)and survey integration,ALTAsurveys,legal
exhibits,and Colorado Department of Transportation (CDOT)righH)f—way(ROW)plans.Casey's in—
depth knowledge of CDOT processes and procedures,allows him to provide ultimate support and
guidance to the survey and SUE staff.
PROJECTEXPERIENCE
On-Call Services,City of Centennial,Centennial,CO.
Project manager.Provided surveying services.This included municipal annexations,GIS mapping City
boundary updates,easement creation and mapping,and topographic surveys affecting city interesu
such as roadways,business parks,and shopping centers.
Topographic Surveys for Multiple Intersection Improvements,Ultieg,Commerce City and
Adams County,CO.
Chief Survey Technician.Boundary research,easement creation,topographic mapping,and utility
veri?cation for ADA ramp improvements at multiple locations.
General Growth Properties Survey and GIS Support,Nationwide.
Chief surveyTechnician for ALTAsurveys.Provided GIS support.
Prospect Place ALTASurvey,Denver,CO.
Chief Survey Technician.Provided topographic survey of site,with coordination with the railroad
for obtaining a permit to survey in the railroad righH)f—wayto create a oontour map that oovers the
entire site.
CDOT,Multiple Projeds,C0.
Chief survey technician for multiple projecu.C470 widening portions of 3 counties;Projects in
Craig,Minturn,and Frisco,Co;University Blvd.,5 miles,Centennial,co;llex Bridge,Pueblo,Co;
sH92,13 miles,Roger's Mesa,C0;us550,Montrose,C0;SH13,11—mi|es,Craig,Co;Parker/Leetsdale,
7 miles,Denver,co.
Boundary Survey,Regional Transportation District (RTD),Denver,CO.
ChiefG|S Technician for researching and and updating RTD's regional boundary.Monthly research
with each Denver Metro Area County for new ordinances,annemtions,and intergovernmental
agreemenu with would affect RTD's boundary.
/
/
/
Page 699 of 733
APPENDIX -RESUMES
Education
Bachelor of Am,Real
Estate,University of
North Texas,2005
NAC)Certification,
International Right—of—
Way Association (IRWA)
Experience
15 years of experience
Dartmouth Traffic Calming Corridor -
Engineering Design Services
RFP-21-U35
JasonFanelli,R/W-NAC
ROWLead —5urvWest
BACKER0 UND
Jason Fanelli leads SurvWest's real estate team with his diverse and in—depthunderstanding in right—
of—way(ROW),real estate,appraisal,appraisal review and all forms of management (o?ice,client,
project,suboonsultant,contractor).Jason is an ideal team member for ROW and appraisal projem.
His leadership and technical knowledge,coupled with his extensive experience is a great benerit to
our clients and their projecu,as well as to other team members.
Jason is responsible for reviewing project needs and assigning an appropriate staff.He is responsible
for overall client management and is the overall point of contact for all ROW and appraisal work.
PRIIIIECTEXPERIENCE
CDOT Statewide ROW On-Call Services Contract,Various locations,C0
Project manager for survwest's CDOT statewide ROW On—Ca||Services contract to provide
acquisition,relocation,and property management services for transportation projects.
Nevada\Tejon Bridge Replacement,City of Colorado Springs,Colorado Springs
Program manager for ROW.Su rvwest provided Real [state services for the
City of Colorado springs bridge replacement project to improve traffic ?ow around an existing UPRR
and ENSF rail line.The 4.-soacre study area is in a highly developed urban area in southern colorado
springs,containing a mix of residential,commercial,highway,and railroad infrastructure.survwest's
Right of Way effort included work with ENSF and UP to obtain access permim to support survey in
eight miles of mapping of the railroads.
Water Well Research and Support,Union Paci?c Railroad (UPRR),Golden
Program manager for ROW and survey.survwest provided survey services for the City of Golden's
2019 utility replacement projects in both residential and oommercial areas through the city.
Topographical,utility and ROW surveys were performed at nine project sites throughout the Golden
area,ranging from 0.25 miles to 2 miles and located within public and prilmte ROWs and record the
transaction.
Bridge Replacements,UPRR,Steamboat Springs,CO
Program manager for ROW and survey.survwest provided ROW acquisition support services for
the bridges along union Paci?c's 9—mi|e line.The project impacted public and private owns which
additional property right where required to support the construction efforts.The rights secured
included fee simple,easemenu,and temporaryconstruction agreements.Survwest oompleted all
the research,survey,negotiations and closing support for UPRR.
/
/
/
Page 700 of 733
APPENDIX -RESUMES
Education
Bachelor of Science,
Project Management,
Colorado State University,
Fort Collins,co
(Summa Cum Laude)
Bachelor of Science,Civil
Engineering Michigan
State University
Certi?cations
Professional Land
Surveyor (PLS)
CO #38432;AZ #60798
Certi?ed Federal
Surveyors Program
(CFedS)ID #1701
Professional
Organizations
National society of
Professional Land
Surveyors
Professional Land
Surveyors of Colorado
(PLSC)
Experience
20 years of experience
Dartmouth Traffic Calming Corridor-
Engineering Design Services
RFP-21-U55
Scott Throm,PLS,CFedS
SubsurfaceUtility Engineering (SUE)Lead —5urvWest
BACKGROUND
soott Throm is director of subsurface utility engineering services across the Rocky Mountains and
Western us.He has been in the utility engineering and surveying industry for more than 20 years and
has managed projects of wrying size and complexity.Scott's focus is on the transportation industry,
including wrrious state DOTs and municipalities.He capitalizes on opportunities,drives business
fonuard,mentors’staff,and provides direction and oonsultation to clienu and municipalities on the
bene?ts of following Colorado Senate BillSB 1&167 and the ASCE 38 Standards.
PROJECTEXPERIENCE
Berkeley Gardens Infrastructure and Transportation Improvement Project,Adams
County Transportation Department Adams County,CO.
Project Lead.To supplement engineering efforts to rebuild local roadways and improve utility
performance,SUE investigative services OLD,0L—C,and QL—Bcompliant with Colorado Senate BillSB
1S—167and the ASCE 3&o2 standards was oompleted.Approximately 100 Quality Level A testholes
will be completed in a phased effort to help determine the correct placement of gravityfed systems
being installed.
Academy Boulevard —6.5 miles,E.Platte Boulevard to I-25,Colorado Springs 8:El Paso
County,CO.
Project Lead.Provide subsurface utility 8(engineering (SUE)investigative services (Quality Levels
D,C &B)compliant with Colorado Senate BillSB 1S—167and the ASCE 3&O2 standards as part of
a road widening and stormwater drainage project.Due to the tight horizontal 81vertical spacing of
utilities,over 250 Quality Level A testholes were completed to ?nalize the placement of storm sewer
structures and to ensure clearances were maintained during construction.
Intersection of Wooten Road,Edison Avenue,and E.Platte Avenue —Culvert replaoement
&roadway improvements,Colorado Springs,CO.
Project Lead.A subsurface utility 81engineering (SUE)investigation Quality Levels o,C &B),compliant
with Colorado Senate BillSB 1S—167and the ASCE 3802 standards,was oompleted to determine
the proper positioning of a triple—boxculvert that was in direct con?ict with an existing sanitary line.
Quality Level A testholes were incorporated to help maintain vertical clearances.
/
/
/
Page 701 of 733
APPENDIX -RESUMES
Education
Bachelor of Science,
chemistry,Louisiana
State university,Baton
Rouge,1970
Certi?cations
Professional Engineer
CO #19192
Experience
50 years of experience
Dartmouth Traffic Calming Corridor-
Engineering Design Services
RFP-21-U55
Bob LaForce,PE
Geotechnical Lead —Yeh
BACKER0 UND
Bob LaFor0e has 17 years with veh and Associates and 33 years of CDOT experienoe of which the
last 21 years were related to materials engineering and testing.He spent the last 6 years as Region 1
Materials Engineer overseeing project testing as well as supervising the preliminary engineering and
pavement design of numerous projecu on the Region Pavement System.His first 12 years with CDOT
were spent with the CDOT Research section investigating such varied areas as asphalt recycling and
pavement performance,swelling soils studies,tunnel ventilation and numerous construction product
and procedure evaluations.
PROJECTEXPERIENCE
I-25 at County Line,Park Meadows Roadway Improvements,Lone Tree
Senior Materials Engineer.veh provided the geotechnical investigation and pavement thickness
recommendations for a new access to Park Meadows including a minor realignment through the
parking area and an improved turn lane from eastbound County Line Road to southbound Park
Meadows Circle.In addition to adding double turn lanes access to Park Meadows from County Line
Road,improvements were made to the SB l—25exit ramp and turn lanes as well as the entrance ramp
to SE |—Z5 from Park Meadows Circle Drive and County Line Road.
I-25 at US 24 (Cimarron)Interchange,CDOT,Colorado Springs
Senior Materials Engineer.supervised geotechnical investigation and pavement design for the
reconstruction of l—Z5and us 24 mainline and ramps.Worked with design build team from design
through ?nal construction of this very busy interchange.
I-225 Parker Road to Mississippi,Mississippi to 2"‘Avenue 8:Fituimons Parkway
Interchange,Colorado Department of Transportation
Senior Materials Engineer.Performed geotechnical investigations and pavement design forthe
reconstruction of I—ZZ5from the existing 4»lane facility to a six lane interstate highway with and the
addition ofa new interchange at 17"‘Avenue to provide access to the Fitzsimmons Medical Complex.
Pavement designs were presented for all ramps,detours,and connecting roads for these two major
urban projects.
I-25 Ridgegate Interchange,Colorado Department of Transportation
Senior Materials Engineerfor an l—Z5widening project to add an additional lane in each direction
from Lincoln Avenue to County Line Road,resulting in four lanes in each direction south ofthe C470
/E470 interchange.In addition to expanding capacity on |—25,the project replaced existing asphalt
with ooncrete.
/
/
/
Page 702 of 733
apex
a ?CONSOR company
1675 Larimer Street,Suite 400 0 Denver,CO 80202 0 303.339.0440
Page 703 of 733
REQUEST NO. RFP-21-035
DATE: November 23, 2021
REQUEST FO R PROPOSAL
Dartmouth Traffic Calmin g Corridor – Engineering
Design Services _____________________ ____________________
The City of Englewood will receive sealed proposals for supplying “_E_n_g_in_e_e_ri_ng_ _D_e_si_g_n _S_e_rv_ic_e_s __"
as per these documents no later than 2:00 P.M. MST prevailing time, January 11, 2022.
Proposals will be received at the office of the Purchasing Division, 1000 Englewood Parkway,
Englewood, Colorado 80110-1407.
Bidders are asked to mark the bid envelope “_Dartmouth Traffic Calming Corridor – Engineering
Design Services " in the lower left hand corner with the Proposal # RFP-21-035 shown on the
front of the envelope in which the proposal is submitted. The City of Englewood assumes no
responsibility for unmarked envelopes being considered for the award. An authorized company
representative is required to sign in ink on the proposal. If City offices are closed due to inclement
weather, an amendment will be issued with a new date, time and address of the proposal opening.
The City of Englewood is exempt from all federal, state, and local taxes.
Late proposals will not be accepted under any circumstance, and any proposal so received shall be
returned to the proposing firm unopened. In addition, telegraphic and/or proposals sent by electronic
devices are not acceptable and will be rejected upon receipt. Proposing firms will be expected to
allow adequate time for delivery of their proposals either by air freight, postal service, or other means.
The City of Englewood has contracted with BidNet and has begun utilizing a new central bid
notification system created for the City of Englewood. This new system will allow vendors to register
online and receive notification of new bids, amendments and awards. Vendors with internet access
should review the registration options at the following website: http://www.bidnetdirect.com. If you do
not have internet access, please call the BidNet support group at (800) 677-1997 extension #214 or
the City of Englewood Procurement Division at (303) 762-2300.
All material submitted in connection with this proposal become the property of the City of Englewood.
Any and all proposals received by the City shall become public record and shall be open to public
inspection after the award of a contract, except to the extent the proposing entity designates trade
secrets or other proprietary data to be confidential.
Any questions or clarifications concerning this proposal shall be submitted in writing by email to
John Slater (procurement@englewoodco.gov) or to the City of Englewood, Procurement
Division, 1000 Englewood Parkway, Englewood, CO 80110-1407. The proposal title and
number should be referenced on all correspondence. All questions must be received no later
than seven (7) calendar days prior to the scheduled proposal due date. All responses to
questions/clarifications will be listed on the BidNet address as listed above as an addendum.
The City will not be bound nor responsible
Page 1
Page 704 of 733
Page 2
for any explanations or interpretations other than those given in writing as set forth in this request for
proposal. No oral interpretations shall be binding on the City.
BIDDERS MUST SUBMIT PROPOSALS ON THE ATTACHED BID PROPOSAL FORM AND
SUBMIT TWO (2) HARD COPIES AND ONE ELECTRONIC COPY FOR EVALUATION
PURPOSES.
By submission of the proposal, the proposing firm certifies that the proposal has been developed
independently and submitted without coordination with any other proposing entity
Any item offered or shipped as a result of this proposal shall be new and the current model offered
at the time of this RFP. Upon the City of Englewood’s acceptance and the issuance of a Purchase
Order, the specifications of this proposal and the firm’s RFP response shall become a binding
contract.
Proposals will be quoted F.O.B. Englewood, Colorado.
If the material or services supplied to the City are found to be defective or fail to conform to
specification, the City reserves the right to cancel the order upon written notice to the seller and return
of the product at the proposing firm’s expense. In case of any doubt or difference of opinion as to the
items to be furnished hereunder, the decision of the City shall be final and binding on both parties.
The proposing entity may be required to have a City of Englewood License and pay fees based on
the license type. All proposals may include a 3½% Sales and Use Tax, and a ¼% Arapahoe
County Open Space Tax, on materials incorporated into the project.
The selected consultant shall indemnify and save harmless the City of Englewood and all officials,
agents, and employees from all suits or claims of any character brought by reason of infringement
on any patent, trade mark or copyright.
The selected consultant shall be required to use, and enter into, one of the City’s standard
contracts or required to use the City’s Purchase Order. The consultant shall be required to abide
by the terms and conditions set forth in any contract or purchase order. A sample of the contract
that will be used for this project, or the Purchase Order can be provided upon request.
Proposing entities will be required to conform to the RFP. Deviations may deem the proposal
unacceptable. Any exception to the requirements or scope of work presented in the RFP will be
stated as an "exception" on the Request for Proposal form.
If items called for by this Request for Proposal have been identified by a brand name or "equal"
description, such identification is intended to be descriptive, but not restrictive, and is to indicate the
quality and characteristics of products that will be satisfactory. RFP’s offering "equal" products will
be considered if the proposal clearly identifies such products with brand name, part number and any
technical data, brochures or other information, so that the City can make a technical evaluation to
determine that the products are equal.
THE PROPOSING ENTITY IS REQUIRED TO PROVIDE A STATEMENT WITH THE PROPOSAL
INDICATING THAT THE ITEMS WILL BE DELIVERED IN ACCORDANCE WITH THE REQUEST
FOR PROPOSAL.
Page 705 of 733
Page 3
The selected consultant agrees to comply with all applicable Federal, State, County and City laws,
ordinances, rules and regulations that in any manner affect the items covered herein and agrees to
secure all necessary licenses and permits in connection with this request and any goods or services
to be provided.
Where consultants are required to enter City of Englewood property to deliver materials or perform
work or services as a result of an award, the entity will assume the obligation and expense of
obtaining all necessary licenses, permits and insurance. The selected consultant shall be required
to obtain the insurance requirements specified in the attached Intergovernmental Agreement
between the City of Englewood and the Colorado Department of Transportation. See section 12 of
the IGA. The Bidder shall provide the City with copies of the certificate of insurance upon request.
In addition, such certificates shall list the City as an additional insured.
Proposing entities will not discriminate against any employee or applicant for employment because
of race, color, religion, sex or national origin and will comply with the Americans with Disabilities Act.
The City of Englewood shall have the right to reject any or all proposals, and to waive any
informalities or irregularities therein. In addition, the City reserves the right to accept the proposal
deemed most advantageous to the best interest of the City. Any award made in response to this
Request for Proposal will be made to that consultant whose offer will technically be most
advantageous to the City.
Proposing entities shall contact Sara Siggue, Project Manager, email
ssiggue@englewoodco.gov with any technical questions.
Proposing entities shall contact John Slater, Purchasing Administrator, Procurement Division,
email procurement@englewoodco.gov with any questions relating to the Request for
Proposals.
___________________________
John Slater - Procurement Administrator
City of Englewood, CO
Page 706 of 733
Page 4
RFP -21-035
DARTMOUTH TRAFFIC CALMING CORRIDOR – ENGINEERING
DESIGN SERVICES
CDOT Project M395-022 (24186)
November 23, 2021
Project Description
Dartmouth Ave between Broadway and University Blvd is a collector street
that has certain intersections with higher than typical crash rates in
Englewood. This segment is also a major bicycle and pedestrian corridor,
which increases safety concerns.
This safety project on Dartmouth Ave: Between Broadway and University Blvd
is planned to evaluate and install the following improvements:
·Consider existing signal modifications or replacement of existing
signals with a mini-roundabout configuration or other appropriate traffic
claiming configuration at Logan and Downing Streets. Although, there
is no crash pattern, Clarkson Street is also proposed to be converted to
a mini-roundabout or other traffic calming configuration for corridor
consistency and to reinforce traffic calming.
·Build curb extensions at approximately six intersections - Sherman,
Grant, Pearl, Lafayette, Williams and Vine throughout the corridor to
aid in traffic calming/ reduced speeds and support the potential mini-
roundabout configuration (as they will not have deflection geometry)
and supplement multi-modal safety as a whole.
·Install approximately 500 feet of missing sidewalk on the North side of
Dartmouth Ave in the vicinity of Dartmouth Circle.
Other minor traffic calming and complete street design elements are to be
considered and included within the corridor limits to support the overall goal of
safety improvement for all corridor users.
The City of Englewood is requesting proposals for Engineering Design Services to
study and determine the most appropriate traffic calming measures to reduce
crash rates in the corridor, improve bicycle and pedestrian safety in the corridor,
prepare and executed a public outreach and education plan for the recommended
traffic calming measures, perform preliminary design tasks and development of
final construction plans & specifications that facilitate the construction of the
Dartmouth Traffic Calming Corridor traffic calming modifications. This project is
funded through a Federal Highway Safety Improvement (HSIP) grant and will be
subjected to the CDOT local agency process.
The Consultant’s services will generally include:
·Preparation of all design surveys, geotechnical investigations, and
Page 707 of 733
RFP-21-035
DARTMOUTH TRAFFIC CALMING CORRIDOR
CITY OF ENGLEWOOD COLORADO, DEPARTMENT OF PUBLIC WORKS
Page 5
necessary design reports
·Conduct traffic analysis and verify the proposed solutions (currently
mini-roundabouts) or determine appropriate alternative traffic calming
and safety solutions at the following intersections:
o E. Dartmouth Avenue and S. Logan Street
o E. Dartmouth Avenue and S. Downing Street
o E. Dartmouth Avenue and S. Clarkson Street
·Study and evaluate existing traffic signal function to determine if signal
modifications would be an appropriate solution to meet the goal of
traffic calming, bicycle and pedestrian safety and crash reduction.
·Develop and implement a public involvement process to ensure the
public is educated and informed on the proposed solutions.
·Consider and develop a design that minimizes crossing issues at mini-
roundabouts for pedestrians with vision impairments.
·Consider and develop a design for cyclists that minimizes difficulty in
negotiating the mini roundabout or the newly proposed solution in the
design of intersection modifications.
·Preparation of final construction plans, details, and technical
specifications.
·Develop construction phasing that will minimize traffic impact and
construction cost.
·Obtain utility, right of way and environmental clearances.
·Develop a public outreach and education plan for the proposed traffic
calming solutions and other related improvements with the goal of
educating and gaining informed consent from the public on the
proposed improvements.
·Plan shall include vehicle, bicycle and pedestrian education
components related to mini-roundabouts or other proposed
intersection configurations.
·Assistance with pre-bid and bid period services.
·Provide responses to RFI’s during construction phase
·Assist the city with all required reporting to CDOT. See the
Attachment B, Local Agency Checklist
A more detailed description of the work is included in the Scope of Work
section below.
Project Goals
The goal of this contract is to study and determine the most appropriate traffic
calming measures for the corridor, gain informed consent through public
outreach and education, obtain the necessary CDOT clearances, and develop
the necessary construction plans and specifications documents in order to
construct the Dartmouth Traffic Calming Corridor modifications.
Page 708 of 733
RFP-21-035
DARTMOUTH TRAFFIC CALMING CORRIDOR
CITY OF ENGLEWOOD COLORADO, DEPARTMENT OF PUBLIC WORKS
Page 6
Project Limits
The limits of this project are along E Dartmouth Ave. generally between S
Broadway Ave. to S University Blvd.
Anticipated Project Schedule
Issuance Date 11/23/2021
Question Due 12/15/2021 (5:00 PM MST)
Addendum Due 12/22/2021
Proposals Due 1/11/2022 (2:00 PM MST)
Interview Selection 1/24/2022
Consultant Interviews 1/31/2022 (week of)
Scoping Meeting 2/7/2022 (week of)
Contract Finalized 2/18/2022
Contract Approval (City Council) 3/21/2022
Design Phase Notice to Proceed 3/28/2022
Design Complete 11/1/2022
Construction Start 3/1/2023
Construction Completion 6/30/2023
Consultant RFP Instructions
The Consultants proposal shall include the information below. Proposals shall be no more than
20 pages total. The fee proposal will be submitted once a consultant has been selected. (Fees
cannot be used as part of the selection criteria - selection is qualification based only.)
1. Cover Letter (2~8 1/2”x11” page max)
a. Cover Letter to be addressed to:
Sara Siggue
Capital Projects Engineer
1000 Englewood Parkway
Englewood, CO 80110
b. Cover Letter to Include:
i. RFP Request number
ii. CDOT Project number and project location
iii. CDOT Pre-Qualification status of Consultant
iv. Certification that the information and data submitted is true and complete
to the best knowledge of the individual signing the letter (an authorized
principal, partner or officer of the firm).
v. Name, telephone number and e-mail of the individual to contact regarding
their RFP submittal.
2. Statement of Qualification (8 1/2”x11” pages)
a. Identify Project Team
i. Project Principal
ii. Project Manager
iii. Key Staff
Page 709 of 733
RFP-21-035
DARTMOUTH TRAFFIC CALMING CORRIDOR
CITY OF ENGLEWOOD COLORADO, DEPARTMENT OF PUBLIC WORKS
Page 7
iv. Sub-consultants
b. Present a brief discussion regarding how the team's qualifications and
experience relate to the Scope of Work.
i. Principal’s level of involvement in the project(s)
ii. Qualifications and relevant individual experience of prime and sub-
consultant team
iii. Unique knowledge of team members related to the Scope of Work
iv. Commitment of time and availability of key staff members
v. Length of time with the firm for each key team member
vi. Experience on similar projects as a team
vii. Experience with CDOT/FHWA funded projects
c. Firm Capability
i. Address the firm's size and the disciplines of technical staff.
ii. Include the firm’s relevant experience and accomplishments as a Prime
Consultant that were not listed in the project team section.
iii. Information on the sub-consultant's role
iv. The sub-consultants function and integration into the team
v. Match of personnel to the existing and future work load
d. Three references from agencies where similar work has been completed
3. Project Approach (8 1/2”x11” pages)
a. Address the team’s approach to the services as described in the Scope of Work
shown below.
b. Address how the design team will approach the unique challenges of this project
such as construction phasing, limited budget, and public outreach.
4. Anticipated Design Schedule
a. The Consultant’s proposal shall include an anticipated design schedule based on
the major tasks from the Scope of Work. The schedule should identify start and
finish dates, task duration and any milestones.
Scope of Work
The Consultant’s proposal shall be based on the major tasks shown below
and shall identify any other tasks deemed crucial to the successful completion
of this project. All work shall be performed under the direction and
supervision, appropriate to the task, of a Colorado Licensed Professional
Engineer. All survey related tasks shall be performed by or under the direct
supervision of a Colorado Licensed Professional Surveyor.
All work is to be done in conformance with the requirements of the Colorado
Department of Transportation (CDOT), the CDOT Standard Specifications for
Road and Bridge Construction, the CDOT Roadway Design Guide, the Manual
on Uniform Traffic Control Devices (MUTCD), and the City of Englewood
Design and Construction Standards and Specifications.
All pedestrian facilities shall be ADA compliant and shall follow the United
States Access Board’s 2011 Proposed Guidelines for Pedestrian Facilities in
the Public Right of Way.
Major Tasks:
Page 710 of 733
RFP-21-035
DARTMOUTH TRAFFIC CALMING CORRIDOR
CITY OF ENGLEWOOD COLORADO, DEPARTMENT OF PUBLIC WORKS
Page 8
1. Preliminary Study – evaluate existing traffic and crash data in the corridor to
determine the most appropriate traffic calming measures and intersection
configurations that will meet the project goal of reducing crashes and providing a
safer travel corridor for motorists, pedestrians and bicyclists.
2. Preliminary Engineering
a. Right of Way (ROW) Survey
b. Topographic Survey
c. Traffic Engineering
i. Intersection Traffic Analysis with Access Modification
Recommendations
ii. Coordinate with CDOT and City of Englewood Traffic
d. Geotechnical Investigation and Report
e. Materials Engineering/ Pavement Design Report
f. Preliminary Design of Mini Roundabout and Splitter Island
g. Horizontal/Vertical Geometry
h. Preliminary Roadway Plans
i. Preliminary Design of Pedestrian/Bicycle Facilities
j. Preliminary Drainage Plan
k. Stormwater Management Plan
l. Subsurface Utility Engineering (SUE) Plans
m. Environmental Review/Clearance
i. NEPA Clearance
1. Provide Environmental Clearance Memo in Support of
Categorical Exclusion (CatEx)
ii. Historical Clearance
1. Technical Report meeting Section 106 requirements in
support of CatEx
2. Determine Level of Effort for Identification, Significance
Evaluation, and State Historic Preservation Office
3. Prepare Area of Potential Effects (APE) Map
4. Prepare forms and letters to SHPO outlining eligibility and
effects for adjacent historic properties
iii. Perform Air/Noise Analysis
1. Analysis will be on a regional and project level basis
2. Traffic Study will need to define current and future LOS
and determine AADT of diesel truck traffic under build and
no-build scenarios
iv. Hazardous Materials Review
1. Prepare Initial Site Assessment (ISA) in accordance with
CDOT Hazardous Materials Guidance
2. Additional technical reports may be required based on the
environmental clearance memo
n. Right of Way Clearance
o. Utility Clearance and Coordination
p. Preliminary Construction Phasing Plan
q. Anticipated Construction Schedule
r. Preliminary Quantity Estimate
s. Field Inspection Review Opinion of Probable Cost
t. Field Inspection Review
3. Final Engineering
Page 711 of 733
RFP-21-035
DARTMOUTH TRAFFIC CALMING CORRIDOR
CITY OF ENGLEWOOD COLORADO, DEPARTMENT OF PUBLIC WORKS
Page 9
a. Roadway Plan/Profile/Sections/Details
i. Including Pedestrian/Bicycle Facilities
b. Final Mini Roundabout and Splitter Island Plans/ Section/ Details
c. Final Drainage Plans/ Details
d. Utilities Plans
e. Subsurface Utility Engineering (SUE) Plans
f. Signing and Striping Plans
g. Traffic Signal Removal Plans and Coordination
h. Lighting Plans/Details
i. Erosion and Sediment Control Plan
j. Stormwater Management Plan
k. Construction Phasing and Traffic Control Plan
l. Landscaping Plans
m. Right of Way (ROW) Plans
n. Summary of Quantities
o. Final Office Review Opinion of Probable Cost
p. Final Office Review
q. Anticipated Construction Schedule
r. Preparation of all CDOT reporting documents (Reference Attachment B)
s. Utility Coordination
4. Bid Package
a. Submittal of three hard copies and a digital copy of the final Technical
Specifications
i. Shall utilize the latest version of the CDOT Standard
Specifications for Road & Bridge Construction
ii. Shall modify the CDOT standard specifications as appropriate for
this project
b. Submittal of three hard copies (11”x17”) and a digital copy (.pdf) of the
final design plans stamped and signed by a Professional Engineer
registered in Colorado.
5. Meetings and Outreach
a. Initial Project Review
i. Project Design Schedule
b. Progress Meetings (Design)
i. Approximate 1 month intervals
ii. Prepare and distribute meeting minutes
iii. Design Challenges
c. FIR Plan Review
i. Plan Review
ii. Schedule Review
iii. Cost Review
iv. Prepare and distribute meeting minutes
d. FOR Plan Review
i. Plan Review
ii. Schedule Review
iii. Cost Review
iv. Prepare and distribute meeting minutes
Page 712 of 733
RFP-21-035
DARTMOUTH TRAFFIC CALMING CORRIDOR
CITY OF ENGLEWOOD COLORADO, DEPARTMENT OF PUBLIC WORKS
Page 10
e. Public Outreach
i. Develop and implement a strategy and plan for public outreach
and education related to the functionality and benefits of the
proposed traffic calming modifications (mini-roundabout
intersection configuration or other recommended improvements)
for vehicles, bicycles and pedestrians. The strategy should include
a defined process intended to successfully gain public and City
Council endorsement of the modifications. Public outreach shall
inform and educate the public on the benefits and pros & cons of
changing from signalized intersections to another configuration.
ii. Educating and gaining informed consent from the public on the
proposed improvements.
iii. The public outreach may include but not be limited to:
1. Attend one City Council study session to educate, inform and
solicit input regarding the potential mini-roundabout concept or
other recommended traffic calming modifications and
application to the intersections included in this project.
2. Arrange and assist City staff in conducting two public meetings
intended to disseminate project progress information to the
public and representatives of local agencies and to educate,
inform and solicit input.
3. Prepare any necessary documents and exhibits, 3D modeling
of the proposed project.
4. Provide necessary information and exhibits to set up a
dedicated project webpage on the Englewood Engaged
platform.
5. Develop and update contact lists for stakeholders and
interested parties and communication tracking spreadsheets.
6. Arrange and conduct two small group meetings with property
owners, and business owners affected by the project.
7. General public review meetings that may include workshops or
working sessions with affected parties
8. Consultant shall coordinate with the Project Manager on
method of distribution of notices of all public meetings for the
project and shall distribute notices at least 14 days prior to the
meetings. Any necessary mailing costs will be paid for by the
city.
6. Bid Phase
a. Attend Pre-Bid Meeting
b. Address Contractor Questions and prepare any addenda to bid
documents.
c. Review Contractor Bids, prepare tabulation of all bids and recommend
lowest qualified bidder
7. Construction Phase
a. Respond to RFI’s
Page 713 of 733
RFP-21-035
DARTMOUTH TRAFFIC CALMING CORRIDOR
CITY OF ENGLEWOOD COLORADO, DEPARTMENT OF PUBLIC WORKS
Page 11
DBE Goals
CDOT has determined the contract goal for DBE participation in this Contract will be met
with certified DBE’s who have been determined to be underutilized on professional
services contracts (CDOT Form 1331). The DBE goal has been established as follows:
Professional Services Consultants and/or Sub-consultants: 0%
(CDOT Form 1331 will be required to be submitted during the Selection Process)
Selection Process
Proposals received from Consultants will be scored by a review panel consisting of the
Deputy Director – Engineering and Asset Management, Capital Project and Engineering
Manager, Senior Capital Project Engineer and the Project Manager. Scoring criteria is
presented as Attachment A, Selection Criteria and Method
The proposals will be evaluated based on the Short List Criteria. The Consultants with the
top scores may be invited to an interview with the City of Englewood review panel. The
interview will be limited to a 30 minute presentation plus 15 minutes for Q&A. The
Consultant should be prepared to present their experience with this type of project, their
project approach, discuss their design team, current workload and capacity to add this
project, and to answer any questions from the review panel and will be scored based on
the Final Selection Criteria. Scores from the Short List and Final Selection Criteria will be
added together to determine the top rated Consultant. The City will check the Consultants
references, and, if satisfactory, will then recommend the preferred Consultant to CDOT for
confirmation based on the selection process.
A Scoping Meeting will be held with the selected Consultant, the City and CDOT to
establish the final scope of work and design schedule. The cost to attend this meeting
shall be borne by the consultant. A copy of the City’s standard Professional Services
Agreement (PSA) will be provided to the Consultant.
The Consultants Fee Proposal, final scope of work, design schedule and PSA from the
Scoping Meeting shall be submitted to the City for review and approval.
Any suggested changes to the PSA will need to be reviewed and approved by the City
Attorney’s office.
The City will issue a Notice to Proceed once the City Council has approved the PSA, final
scope of services and fee proposal.
The City reserves the right to reject the Consultant’s Fee Proposal and/or revised PSA and
develop a new final scope of work and fee proposal with another Consultant.
Attachments
A. Selection Criteria
B. Local Agency Contract Administration Checklist
C. Aerial Map of Project Site
Page 714 of 733
RFP-21-035
DARTMOUTH TRAFFIC CALMING CORRIDOR
CITY OF ENGLEWOOD COLORADO, DEPARTMENT OF PUBLIC WORKS
Page 12
D. Concept Level Mini Roundabout and Splitter Island Plan
E. Traffic Crash Data Report
Note: Maps are for information only and are not to be considered comprehensive.
Consultant will need to confirm all mapping information as necessary during design.
Page 715 of 733
Attachment A
Selection Criteria
RFP No.-21-035
Dartmouth Traffic Calming Corridor
Page 13
Selection Criteria and Method
The review panel will use three sets of criteria- Short List, Final and Reference- to evaluate the
consultants.
Short List Criteria
The Short List Criteria will be the basis for review of the written proposals. The consultants with
the top three scores will be selected for an interview with the review panel. The rating scale
shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating, and 5 being an
outstanding rating.
WEIGHTING
FACTOR CRITERIA STANDARD
1.0 Qualifications Does the Consultant have experience with this
type of project?
Does the Consultant have the required
specialists and expertise on staff?
3.0 Approach to the work Does the Consultant’s approach provide
sufficient attention to key elements of design
and project management?
Does the proposal address the level of service
that will need to be provided for coordination
with CDOT?
1.0 Ability to furnish
professional services
Does the proposal demonstrate the
Consultant’s commitment to providing the
necessary resources to meet the expectations
of the RFP?
Does the Consultant have the necessary
support personnel and systems?
1.5 Anticipated design
Concepts
Are the Consultant’s anticipated design
concepts compatible with the ROW constraints,
budget constraints, and goals of the project?
Does the design approach align with the
stakeholders’ interests?
Page 716 of 733
Attachment A
Selection Criteria
RFP No.-21-035
Dartmouth Traffic Calming Corridor
Page 14
2.0 Alternative methods of
approach for furnishing
the professional services
Does the proposal include an approach to the
project that is different from the scope of work
listed in the RFP?
Does the alternative approach have the
potential to reduce construction cost and/or
construction schedule while meeting all State
and Federal requirements?
Has the Consultant successfully used the
alternative approach previously?
(Alternate methods of approach are
encouraged but not required)
2.0 Public outreach and
education plan
Are the consultant team’s experience and
methodologies with public outreach on past
similar projects completed by the proposed
project team?
Interview Criteria
The final selection criteria will be the basis for the review of the interview session. Scores from
the short list and final selection criteria will be added together to determine the top rated
Consultant. The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average
rating, and 5 being an outstanding rating.
WEIGHTING
FACTOR
CRITERIA STANDARD
1.5 Abilities of personnel Do the staff members who will be working on the
project have the necessary skills and experience?
Has the Consultant committed sufficient people with
the requisite skills to the project?
1.5 Past performance Has the firm completed successful similar projects in
the past?
3.0 Willingness to meet
the time and budget
requirement
Has the Consultant demonstrated that adequate
personnel and resources will be provided to meet the
project schedule?
Are additional resources available to assist in
meeting the project schedule if required?
1.0 Current and projected
work load
Has the Consultant demonstrated that their current
and projected workload will allow for the commitment
of personnel and resources required for the
completion of this project within the stated schedule?
Page 717 of 733
Attachment A
Selection Criteria
RFP No.-21-035
Dartmouth Traffic Calming Corridor
Page 15
2.0 Public outreach and
education plan
Has the Consultant demonstrated on their past
experience in the public outreach and education on
similar projects and demonstrated an understanding
of the public outreach and involvement necessary to
gain informed consent from the public on this project.
2.0 Project Handling and
Methodology
Does the consultant demonstrate a well-rounded
approach to manage the project to meet all aspects
of the scope of the work
Reference Evaluation
The Project Manager will check references of the top ranked Consultant using the following
criteria. The evaluation rankings will be labeled Satisfactory/Unsatisfactory.
QUALIFICATION STANDARD
Overall Performance Would you hire this Consultant again?
Did the Consultant engage in regular communication?
Did they demonstrate the skills required by this project?
Timetable Was the original Scope of Work completed within the specified
time?
Were interim deadlines met in a timely manner?
Completeness Was the Consultant responsive to client needs?
Did the Consultant anticipate problems?
Were problems resolved quickly and effectively?
Budget Was the original Scope of Work completed within the project
budget?
Job Knowledge Did the consultant have the expertise to complete the Scope of
Work?
Page 718 of 733
Attachment B
Local Agency Contract Administration Checklist
RFP No.-21-035
Dartmouth Traffic Calming Corridor
Page 16
COLORADO DEPARTMENT OF TRANSPORTATION
LOCAL AGENCY CONTRACT ADMINISTRATION CHECKLIST
Project No.
M395-022
STIP No. Project Code
24186
Region
Project Location
Englewood, CO
Date
10/19/2020
Project Description
Dartmouth Traffic Calming Corridor
Local Agency
City of Englewood
Local Agency Project Manager
Sara Siggue
CDOT Resident Engineer
Nick Cheng, P.E.
CDOT Project Manager
Madison Burdt
INSTRUCTIONS:
This checklist shall be utilized to establish the contract administration responsibilities of the individual
parties to this agreement. The checklist becomes an attachment to the Local Agency agreement. Section
numbers correspond to the applicable chapters of the CDOT Local Agency Manual.
The checklist shall be prepared by placing an "X" under the responsible party, opposite each of the tasks. The “X” denotes the
party responsible for initiating and executing the task. Only one responsible party should be selected. When neither CDOT nor
the Local Agency is responsible for a task, not applicable (NA) shall be noted. In addition, a “#” will denote that CDOT must
concur or approve.
Tasks that will be performed by Headquarters staff will be indicated. The Regions, in accordance with established policies and
procedures, will determine who will perform all other tasks that are the responsibility of CDOT.
The checklist shall be prepared by the CDOT Resident Engineer or the CDOT Project Manager, in cooperation with the Local
Agency Project Manager, and submitted to the Region Program Engineer. If contract administration responsibilities change, the
CDOT Resident Engineer, in cooperation with the Local Agency Project Manager, will prepare and distribute a revised checklist.
Note:
Failure to comply with applicable Federal and State requirements may result in the loss of Federal or State participation in
funding.
NO. DESCRIPTION OF TASK
RESPONSIBLE
PARTY
LA CDOT
TIP / STIP AND LONG-RANGE PLANS
2.1 Review Project to ensure it is consistent with STIP and amendments thereto X
FEDERAL FUNDING OBLIGATION AND AUTHORIZATION
4.1 Authorize funding by phases (CDOT Form 418 - Federal-aid Program Data. Requires FHWA
concurrence/involvement)
X
Page 719 of 733
Attachment B
Local Agency Contract Administration Checklist
RFP No.-21-035
Dartmouth Traffic Calming Corridor
Page 17
NO. DESCRIPTION OF TASK
RESPONSIBLE
PARTY
LA CDOT
PROJECT DEVELOPMENT
5.1 Prepare Design Data - CDOT Form 463 X
5.2 Prepare Local Agency/CDOT Inter-Governmental Agreement (see also Chapter 3) X
5.3 Conduct Consultant Selection/Execute Consultant Agreement
·Project Development
·Construction Contract Administration (including Fabrication Inspection Services)
X
5.4 Conduct Design Scoping Review Meeting X
5.5 Conduct Public Involvement X
5.6 Conduct Field Inspection Review (FIR) X
5.7 Conduct Environmental Processes (may require FHWA concurrence/involvement) X X
5.8 Acquire Right-of-Way (may require FHWA concurrence/involvement) X
5.9 Obtain Utility and Railroad Agreements X
5.10 Conduct Final Office Review (FOR) X
5.11 Justify Force Account Work by the Local Agency X
5.12 Justify Proprietary, Sole Source, or Local Agency Furnished Items X
5.13 Document Design Exceptions - CDOT Form 464 X
5.14 Prepare Plans, Specifications, Construction Cost Estimates and Submittals X
5.15 Ensure Authorization of Funds for Construction X
PROJECT DEVELOPMENT CIVIL RIGHTS AND LABOR COMPLIANCE
6.1 Set Disadvantaged Business Enterprise (DBE) Goals for Consultant and Construction
Contracts (CDOT Region EEO/Civil Rights Specialist).
X
6.2 Determine Applicability of Davis-Bacon Act
This project is is not exempt from Davis-Bacon requirements as determined by the
functional classification of the project location (Projects located on local roads and rural
minor collectors may be exempt.)
CDOT Resident Engineer (Signature on File) Date
X
6.3 Set On-the-Job Training Goals (CDOT Region EEO/Civil Rights Specialist) X
6.4 Title VI Assurances X
Ensure the correct Federal Wage Decision, all required Disadvantaged Business
Enterprise/On-the-Job Training special provisions and FHWA Form 1273 are included in the
Contract (CDOT Resident Engineer)
X
ADVERTISE, BID AND AWARD of CONSTRUCTION PROJECTS
7.1 Obtain Approval for Advertisement Period of Less Than Three Weeks N/A
7.2 Advertise for Bids X
7.3 Distribute “Advertisement Set” of Plans and Specifications X
7.4 Review Worksite and Plan Details with Prospective Bidders While Project Is Under
Advertisement
X
7.5 Open Bids X
7.6 Process Bids for Compliance
Check CDOT Form 1415 – Commitment Confirmation when the low bidder meets DBE goals X
Evaluate CDOT Form 1416 - Good Faith Effort Report and determine if the Contractor has
made a good faith effort when the low bidder does not meet DBE goals X
Submit required documentation for CDOT award concurrence X
7.7 Concurrence from CDOT to Award X
7.8 Approve Rejection of Low Bidder X
7.9 Award Contract X
7.10 Provide “Award” and “Record” Sets of Plans and Specifications X
Page 720 of 733
Attachment B
Local Agency Contract Administration Checklist
RFP No.-21-035
Dartmouth Traffic Calming Corridor
Page 18
NO. DESCRIPTION OF TASK
RESPONSIBLE
PARTY
LA CDOT
CONSTRUCTION MANAGEMENT
8.1 Issue Notice to Proceed to the Contractor X
8.2 Project Safety X
8.3 Conduct Conferences:
Pre-Construction Conference (Appendix B)
·Fabrication Inspection Notifications X
Pre-survey
·Construction staking
·Monumentation
X
Partnering (Optional) X
Structural Concrete Pre-Pour (Agenda is in CDOT Construction Manual) X X
Concrete Pavement Pre-Paving (Agenda is in CDOT Construction Manual) X X
HMA Pre-Paving (Agenda is in CDOT Construction Manual) X
8.4 Develop and distribute Public Notice of Planned Construction to media and local residents X
8.5 Supervise Construction
A Professional Engineer (PE) registered in Colorado, who will be “in
responsible charge of construction supervision.”
Tim Hoos, PE (303) 762-2503
Local Agency Professional Engineer or Phone number
CDOT Resident Engineer
X
Provide competent, experienced staff who will ensure the Contract work is constructed in
accordance with the plans and specifications X
Construction inspection and documentation X
Fabrication Inspection and documentation X
8.6 Approve Shop Drawings X
8.7 Perform Traffic Control Inspections X
8.8 Perform Construction Surveying X
8.9 Monument Right-of-Way X
8.10 Prepare and Approve Interim and Final Contractor Pay Estimates. Collect and review CDOT
Form 1418 (or equivalent)
Provide the name and phone number of the person authorized for this task.
Sara Siggue (303) 762-2525
Local Agency Representative Phone number
X
8.11 Prepare and Approve Interim and Final Utility and Railroad Billings X
8.12 Prepare and Authorize Change Orders X
8.13 Submit Change Order Package to CDOT X
8.14 Prepare Local Agency Reimbursement Requests X
8.15 Monitor Project Financial Status X
8.16 Prepare and Submit Monthly Progress Reports X
8.17 Resolve Contractor Claims and Disputes X
8.18 Conduct Routine and Random Project Reviews
Provide the name and phone number of the person responsible for this task.
Madison Burdt (303) 757-9672
CDOT Resident Engineer Phone number
X
8.19 Ongoing Oversight of DBE Participation X
Page 721 of 733
Attachment B
Local Agency Contract Administration Checklist
RFP No.-21-035
Dartmouth Traffic Calming Corridor
Page 19
NO. DESCRIPTION OF TASK
RESPONSIBLE
PARTY
LA CDOT
MATERIALS
9.1 Discuss Materials at Pre-Construction Meeting
·Buy America documentation required prior to installation of steel
X
9.2 Complete CDOT Form 250 - Materials Documentation Record
·Generate form, which includes determining the minimum number of required tests and
applicable material submittals for all materials placed on the project
·Update the form as work progresses
·Complete and distribute form after work is completed
X
9.3 Perform Project Acceptance Samples and Tests X
9.4 Perform Laboratory Verification Tests X
9.5 Accept Manufactured Products
Inspection of structural components:
·Fabrication of structural steel and pre-stressed concrete structural components
·Bridge modular expansion devices (0” to 6” or greater)
·Fabrication of bearing devices
X X
9.6 Approve Sources of Materials X
9.7 Independent Assurance Testing (IAT), Local Agency Procedures CDOT Procedures
·Generate IAT schedule
·Schedule and provide notification
·Conduct IAT
X
9.8 Approve mix designs
·Concrete
·Hot mix asphalt
X
9.9 Check Final Materials Documentation X X
9.10 Complete and Distribute Final Materials Documentation X
CONSTRUCTION CIVIL RIGHTS AND LABOR COMPLIANCE
10.1 Fulfill Project Bulletin Board and Pre-Construction Packet Requirements X
10.2 Process CDOT Form 205 - Sublet Permit Application
Review and sign completed CDOT Form 205 for each subcontractor, and submit to
EEO/Civil Rights Specialist
X
10.3 Conduct Equal Employment Opportunity and Labor Compliance Verification Employee
Interviews. Complete CDOT Form 280
X
10.4 Monitor Disadvantaged Business Enterprise Participation to Ensure Compliance with the
“Commercially Useful Function” Requirements
X
10.5 Conduct Interviews When Project Utilizes On-the-Job Trainees.
·Complete CDOT Form 1337 – Contractor Commitment to Meet OJT Requirements.
·Complete CDOT Form 838 – OJT Trainee / Apprentice Record.
·Complete CDOT Form 200 - OJT Training Questionnaire
X
10.6 Check Certified Payrolls (Contact the Region EEO/Civil Rights Specialists for training requirements.) X
10.7 Submit FHWA Form 1391 - Highway Construction Contractor’s Annual EEO Report X
FINALS
11.1 Conduct Final Project Inspection. Complete and submit CDOT Form 1212 - Final
Acceptance Report (Resident Engineer with mandatory Local Agency participation.)
X
11.2 Write Final Project Acceptance Letter X
11.3 Advertise for Final Settlement X
11.4 Prepare and Distribute Final As-Constructed Plans X
11.5 Prepare EEO Certification and Collect EEO Forms X X
Page 722 of 733
Attachment B
Local Agency Contract Administration Checklist
RFP No.-21-035
Dartmouth Traffic Calming Corridor
Page 20
NO. DESCRIPTION OF TASK
RESPONSIBLE
PARTY
LA CDOT
11.6 Check Final Quantities, Plans, and Pay Estimate; Check Project Documentation; and submit
Final Certifications
X
11.7 Check Material Documentation and Accept Final Material Certification (See Chapter 9) X
11.8 Obtain CDOT Form 1419 from the Contractor and Submit to the CDOT Project Manager X
11.9 (FHWA Form 47 discontinued)
11.10 Complete and Submit CDOT Form 1212 – Final Acceptance Report (by CDOT) X
11.11 Process Final Payment X
11.12 Complete and Submit CDOT Form 950 - Project Closure X
11.13 Retain Project Records for Six Years from Date of Project Closure X
11.14 Retain Final Version of Local Agency Contract Administration Checklist X
cc: CDOT Resident Engineer/Project Manager
CDOT Region Program Engineer
CDOT Region EEO/Civil Rights Specialist
CDOT Region Materials Engineer
CDOT Contracts and Market Analysis Branch
Local Agency Project Manager
Page 723 of 733
Attachment C Aerial Map of Project Site RFP No.-21-035 Dartmouth Traffic Calming Corridor Page 21 Page 724 of 733
Attachment D Concept Level Mini Roundabout and Splitter Island Plan RFP No.-21-035 Dartmouth Traffic Calming Corridor Page 22 Page 725 of 733
Attachment E
Traffic Crash Data Report
RFP No.-21-035
Dartmouth Traffic Calming Corridor
Page 23
Page 726 of 733
Attachment E
Traffic Crash Data Report
RFP No.-21-035
Dartmouth Traffic Calming Corridor
Page 24
Page 727 of 733
Attachment E
Traffic Crash Data Report
RFP No.-21-035
Dartmouth Traffic Calming Corridor
Page 25
Dartmouth and Downing Distribution of Crashes by Type
Page 728 of 733
Attachment E
Traffic Crash Data Report
RFP No.-21-035
Dartmouth Traffic Calming Corridor
Page 26
Page 729 of 733
Attachment E
Traffic Crash Data Report
RFP No.-21-035
Dartmouth Traffic Calming Corridor
Page 27
Page 730 of 733
Attachment E
Traffic Crash Data Report
RFP No.-21-035
Dartmouth Traffic Calming Corridor
Page 28
Page 731 of 733
Attachment E
Traffic Crash Data Report
RFP No.-21-035
Dartmouth Traffic Calming Corridor
Page 29
Dartmouth and Logan Distribution of Crashes by Type
Page 732 of 733
Attachment E
Traffic Crash Data Report
RFP No.-21-035
Dartmouth Traffic Calming Corridor
Page 30
Page 733 of 733