Loading...
HomeMy WebLinkAbout435885 NORTH AMERICAN BUS INDUSTRIES INC - PURCHASE ORDER - 9121296PURCHASE ORDER PO Number Page City of 9121296 1 of z `t Collins This number must appear on all invoices, packing slips and labels. Date: 03105/2012 Vendor: 435885 NORTH AMERICAN BUS INDUSTRIES INC 106 NATIONAL DR ANNISTON Alabama 36207 Ship To: TRANSFORT BUS FACILITY CITY OF FORT COLLINS 6570 PORTNER ROAD CITY OF FORT COLLINS Colorado Delivery Date: 03/05/2012 Buyer: JAMES HUME Note: Line Description Quantity UOM Unit Price Extended Ordered Price 7 x 35' NABI CNG buses 1 ILOT LS 2,400,000.00 2 7 x 35NABI CNG buses 1 LOT LS 590,554.00 per NABI Price Re -determination and Pricing Summary dated February 27, 2012 and Amendment #8, P1065. Attn: Rich Himes Total $2,990,554.00 Invoice Address: City of Fort Collins Director of Purchasing and Risk Management This order is not valid over $5000 unless signed by James B. O'Neill II, CPPO City of Fort Collins City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Accounting Department Phone:970-221-6775 Fax: 970-221-6707 Email: purchasing@fcgov.com PO Box 580 Fort Collins, CO 80522-0580 North American Bus Industries, Inc. March 5, 2012 North American Bus Industries, Inc. (NABI) certifies that all buses supplied to City of Fort Collins under contract # P1065 will meet the applicable requirements of CFR Title 49, Part 571 (Federal Motor Vehicle Safety Standards). In addition, NABI certifies that the same buses will meet the requirements of CFR Title 49, Part 38 (Americans with Disabilities Act). Final assembly of these buses will be in Anniston, Alabama. Dan Allen Chief Engineer Product Design 106 National Drive • Anniston, AL 36207 Ph: 888.391.1777 • Fax: 256.832.0932 North American Bus Industries, Inc. March 5, 2012 North American Bus Industries, Inc. (NABI) certifies that all buses supplied to City of Fort Collins under contract # P1065 will meet the applicable requirements of CFR Title 49, Part 571 (Federal Motor Vehicle Safety Standards). In addition, NABI certifies that the same buses will meet the requirements of CFR Title 49, Part 38 (Americans with Disabilities Act). Final assembly of these buses will be in Anniston, Alabama. Dan Allen Chief Engineer Product Design 106 National Drive 0 Anniston, AL 36207 Ph: 888.391.1777 • Fax: 256.832.0932 Purchase Order Terms and Conditions Page 2 of 2 I, COMMERCIAL DETAILS. Tax exemptions_ Be smtute the City effort Collins is exempt from state and local taxes. Our Exemption Number is 11. NON WAI VER. 98-(N502. Federal Excise Tax Exemption Certificate of Registry S4-i'000557 is registered .with the Collector of Failure of the Purchaser in insist upon strict performance of the rams and conditions hereof, fulum or delay to Internal Revenue, Denver. Colorado (Ref. Colorado Revised Statutes 1973, Chapter 39-26. 114 FT. exercise any rights or remedies provided herein or by law. failure to promptly notify the Seller in the went Of a breach, the acceptance of m payment for goods hereunder or approval of the design, shall not release the Seller of Goods Rejected. GOODS REJECTED due to failure to meet specification, either when shipped or due to defects of any Of the warranties or obligations of this purchase order and shall not be deemed a waiver of any right of the damage in transit, may he returned to you for credit and are not to be replaced except upon receipt of written purchaser to insist upon strict performance hereof m any of its rights or remedies as to any such goods, regardless instruction form the City of Fort Collins. of when shipped, received or accepted, as to any prior or subsequent default hereunder, nor shall any purported oral modification or rescission of this purchase order by the Purchaser operate a, a w ter Of any of the amass Inspection. GOODS arc subject to the City of Fart Collins inspection on arrival. herein(. Final Acceptance. Receipt of the merchandise, services Or equipment in response to this order can result in 12. ASSIGNMENT OF ANTITRUST CLAIMS. authorized payment on the pan of the City of Fora Collins. However, it is to be understood that FINAL Seller and the Purchaser recognize that in actual economic practice, overcharges resulting from antitrust ACCEPTANCE is dependent upon completion of all applicable required inspection procedures. violations are in fact brute by the Purchaser. Theretofore, for good cause and as consideration for executing this purchase order. the Seller hereby assigns to the Purchaser any and all claims it may nrnv have or hereafter, Freight Tcm,c. Shipments must be F.O.H., City of Fort Collins. 700 Wood St. Fun Collins. CO 90522. unless acquired under federal or state antitrust Imes for such overcharges relating to the particular goods or services Otherwise specified on this order If permission is given to prepay freight and charge separately, the original freight purchased or acquired by the Purchaser pursuant to this purchase order, bill must accompany invoice. Additional charges for packing will not be accepted. Shipment Distance. Where manufacturers have distributing points in various parts of the country, shipment is expected from the nearest distribution point to destination, and excess freight a ill be deducted from Invoice when shipments are made fmm greater distance. Permits. Seller shall porcine at sellers .to cost all necessary permits, certificates and licenses required by all applicable laws. regulations, ordinances and mlcs of the state. municipality, territory or political subdivision where the work is performed, or required by any other duly constituted public authority having jurisdiction over the work of vendor. Seller hmher agrees to hold the City of Fun Collins harmless form and against all liability and Ins, incurred by them by reason ofan asserted or established violation of any such laws, regulations, ordinances, rules and requirements. Authorun Lion. All panics to this contract agree that the representatives are in fact, bona fide and passes full and complete authority to hind said panic,. LIMITATION OF TERMS. This Purchase Order expressly limits acceptance to the toms and conditions stated herein set forth and any supplementary or additional terns and conditions annexed hereto or incorporated herein by reference. Any additional or different toms and conditions proposed by seller are objected to and botchy rejected. 2. DELIVERY. PLEASE ADVISE PURCHASING AGENT immrdiately if you cannot make complete shipment to arrive on your promised delivery date as noted. Time is of the essence. Delivery and performance must be effected within the time stated on the purchase order and the documents allached hereto. No acts of the P1ncltascrs including, without limitetion, acceptance of partial late deliveries, shall operate as a waiver of this provision. In the event of any delay, the Purchaser shall have, in addition to other legal and equitable remedies. the option of placing this order elsewhere and holding the Seller liable for damages. However, the Seller shall not be liable for damages as a result of delays due to causes not reasonably foreseeable which am beyond it, reasonable control and without its fault efncgligenec, such acts of God. acts ofeivil or military authorities. governmental priorities fires, strikes. hood, epidemics, wars or riots provided that notice of the conditions causing such delay is given to the Purchaser within five (5) days of the time when the Seller first received knowledge thereof. In the event of any such delay, the date of delivery shall be extended for the period equal to the time actually lost by reason of the delay. 3, WARRANTY. The Seller wamms that all goods, articles, materials and work covered by this order will confirm with applicable drawings specifications, samples and/or other descriptions given, will be fit for the purposes intended, and performed with the highest degree of care and competence in accordance with accepted standards for work of a similar nature. The Seller agrees to hold the purchaser harmless from any loss, damage or expense which the Purchaser may suffer or incur no account of the Sellers breach of wamnty. The Seller shall replace, repair or make good. svithsnn cost to the purchaser. any defects or faults arising within one (1) year or within such longer period of time as may be prescribed by law or by the terms of any applicable wamnty provided by the Seller after the date of acceptance of the goods furnished hereunder (acceptance not to be unreasonably delayed), resulting from imperfect Or defective work done or material, furnished by the Seller Acceptance or use of goods by the Purchaser shall not constitute a waiver ofany claim under this warranty. Except r, otherwise provided in this purchase order, the Sellers liability hereunder shall extend to all damages proximately caused by the breach of any of the foregoing Learn Ones or "inmates, but such liability shall in no event include loss of profits or loss of use. NO IMPLIED WARRANTY OR MERCHANTABILITY OR OF FITNESS FOR PURPOSE SHALT. APPLY. 4. CHANGES IN LEGAL TERMS. The Purchaser may make changes to legal terms by s, rincn change order. 5. CHANGES IN COMMERCIAL TERMS. The Purchaser may make any chances to the terms, other than legal terms, including additic s to or deletions from the quantities originally ordered in the specifications or drawings, by verbal or .written change order. If any such change affects the amount due or the time ofper(ormancc hereunder, an equitable adjustment shall be made. 6. TERMINATIONS. The Purchaser may at any time by written change order, tcmtinatc this agreement n to any or all portions of the goods then not shipped subject to any equitable adjustment bctween the parties ns to any work or material, then in pmgrcss provided that the Purchaser shall not be liable for any claims for anticipated pmfins on the uncompleted portion of the goods and/or work, for incidental or consequential damages, and that no such adjustment be made in favor of the Seller with respect to any goods which arc the Sellers standard stock. No such termination shall relieve the purchaser or the Seller of any mf their obligations as to any goods delivered hercnndcr. 7. CLAIMS FOR ADJUSTMENT. Any claim for adjustment most be asserted within thirty (30) days from the date the change Or termination is ordered. S. COMPLIANCE WITH LAW, The Seller amints that all goods sold hereunder shall have been produced sold, delivered and furnished in strict compliance with all applicable laws and regulations to which the goods arc subject. The Seller shall execute and deliver such documents as may be required to effect orevidence compliance. All laws and regulations required to be incorporated in agreements of this character are hereby incorporated herein by this reference. The Seller agrees to indemnify and hold the Purchaser harmlcss fmm all costs and damages suffered he the Purchaser as a result of the Scllcrs fuilum to comply with such law. 9. ASSIGNMENT. Neither parry shall assign, transfer. or convey this order, were monies due or to become due hereunder withem the prior aainen consent Oflhe other parry. 10. TITLE. The Seller wmmits fall, clear and unrestricted title to the Purchaser for all equipment, materials and items furnished in performance of this agreement free and clear of any and all liens, restrictions, reservations, security interest encumbrances and claims of -others, 13. PURCHASERS PERFORMANCE OF SELLERS OBLIGATIONS. If the Purchaser directs the Seller to correct nonconforming or defective goods by a date to be agreed upon by the Purchaser and the Seller, and the Seller thereafter indicates its inability or unwillingness to comply, the Purchaser may cause the work to be performed by the most expeditious means mailable to it, and the Seller shall pay all costs associated with such work. The Seller shall release the Purchaser and its contmetom of any tier front all liability and claims of any nature resulting from the performance ofsuch work. This release shall apply even in the event of fault of negligence of the party released and shall extend to the directors. officers and employecs efsnch parry. The Seller's contractual obligations, including wamnty, shall not be deemed to be reduced, in any way. because such work is performed or caused to be performed by the Parchnser. 14. PATENTS. Whenever the Seller is required to use ram design, device, material or process covered by letter, patent, trademark or copyright, the Seller shall indemnify and save harmless the Purchaser (mat any and all claims for infringement by reason of the use of such patented design, device, material or process in connection with the contract and shall indemnify the Purchaser for any cost, expense or damage which it may be obliged to pay by reason oCcnch infringement w any time during the prosecution or after the completion of the work. In case said equipment or any part thereof or the intended use of the goods, is in such suit held to constitute infringement and the use of said equipment or part is enjoined. the Seller shall, at its own expense and at its option, either procure for the Purchaser the right to continue using said equipment or parts, replace the same with substantially equal but nonjnfringing equipment, or modify it so it becomes noninfring'ng. 15. INSOLVENCY. If the Seller shall become insolvent or bankrupt make an ac ignnrent for the benefit of creditors, appoint a mcciver or trustee for any of the Seller, property or business, this mdgr may forthwith he canceled he the Purchaser without liability. 16. GOVERNING LAW. The definitions of temps used or the interpretation ofthe agreement and the rights ofall panics hereunder shall be avm,trucd under and governed by the Ivws of the State of Colorado. USA. The following Additional Conditions apply only in cases where the Seller is to perform work hereunder. including the services of Sellers Rcprcsentative(s), on the premises ofothers. 17, SELLERS RESPONSIBILITY. The Seller shall cam on said work at Seller's own risk until the same is fully completed and accepted, and shall, in case of any accident. dc,tntetien or injury to the work and/or materials before ScHices final completion and acceptance, complete the work at Sellers own expense and to the satisfaction of the Purchaser. When materials ,and equipment arc famished by others for installation or erection by the SCUM the Seller shall receive, unland, store and handle saute at the site and become responsible therefor as though such materials and/or equipment were being furnished by the Seller under the order. IS. INSURANCE. The Seller shall, at his mom expense, provide for the payment of workers compensation, including occupational disease bcncfis, to its employees employed on or in connection with the work covered by this purchase order. and/or to their dependents in accordance with the laws of the state in which the work is to be done The Seller shall also carry comprehensive geneml liability including, but not limited to, contractual and mnomobilc public liability insurance with bodily injury and death limit of at (cast 5300.000 for any one person. S500,000 for any one accident and property damage limit per accident of S400,00R The Scllcr shall likewise require his contractors. if any, to provide for such compensation and insurance Before any of ilm Sellers or his contractors employecs shall do any work upon the prcruses trotters, the Seller shall furnish the Purchaser with a certificate that such compensation and insurance have bccn provided. Such certificates shall specify the date when .such compensation and insurance have heen provided. Such cumficae, shall specify the dale when such compensation and insurance expires The Seller agrees that such compensation and insurance shall be maintained until after the entire work is completed and accepted. 19. PROTECTION AGAINST ACCIDENTS AND DAMAGES. The Seller hereby assumes the entire responsibility and liability for any and all damage, loss or injury of any kind or nature whmsecvcr to persons or property, caused by or rcsudting from the c,c ution ofthc work provided for in this purchase order or in connection herewith. The Seller will indemnify and hold harmless the Purchaser and any or all of the Pandusers offices, agents and employees front and against any and all claims losses, damages. charges or expenses whether direct or indirect, and whether to persons or property to which the Purchaser env be put or subject by reason of any act, action, neglect, omission or default on the pan of the Seller. any of ]its contractors, or any of the Sellers or contractors officers, agents or employecs. In case any suit or other proceedings shall be brought against the Purchaser, or its oRecrs, agents or employecs at any time out account or by reason of any act, action, neglect, omission or default of the Seller of any of his contractors or any of its or their officers. agents or employees as aforesaid. the Sol let hcmby agrees to assume the defense thereof and to defend the same at the Seller, own expense. to pay any and all costs, charges, attomcys fees and other espouses, any and all judgments that may be incurred by or obtained against the Purchaser or ram of its or their officers. ,agents or employees in such suits or other proceedings, and in case judgment or other lien be placed upon or obtained against the property of the Purchaser. or said panics in or as a result ofsuch suits or other prrccedings. the Seller will at once cause the Same to he dissolved and discharged by giving bond or otherwise. The Seller and his contractors shall take all safety precautions, furnish and install all guards necessary for the prevention of accidents, comply with all Imvs and regulations with regard to suEue including. but without limitation, the Occupational Safety and Health Act of 1970 and all relics and regulations i... Led pursuant thereto. Revised 03/2010 PRE -AWARD BUY AMERICA COMPLIANCE CERTIFICATION As required by Title 49 of the CFR, Part 663 — Subpart B, the City of Fort Collins is satisfied that the buses to be purchased, seven (7), 35-foot. HD LWF .CNG-fueled transit buses from North American Bus Industries, meets the requirements of Section 165(b)(3) of the Surface Transportation Assistance Act of 1982, as amended. The recipient has reviewed documentation provided by the manufacturer, which lists (1) the proposed component and subcomponent parts of the bus identified by manufacturer, country of origin, and cost; and (2) the proposed location of the final assembly point for the bus, including a description of the activities that will take place at the final assembly point and the cost of final assembly. Date: 2-15- 012 Signature: itle:17_C7 �lX/ PRE -AWARD PURCHASER'S REQUIREMENTS CERTIFICATION As required by Title 49 of the CFR, Part 663 — Subpart B, the City of Fort Collins certifies that the buses to be purchased, seven (7), 35-foot. HD LWF CNG-fueled transit buses from North American Bus Industries, are the same product described in the recipient's solicitation specification and that the proposed manufacturer is a responsible manufacturer with the capability to produce a bus that meets the specifications. Date: 2-15- 012 Signature: PtiG�t Title: c�T��rtiyyi„Jrh� PRE -AWARD FMVSS COMPLIANCE CERTIFICATION As required by Title 49 of the CFR, Part 663 — Subpart D,, the City of Fort Collins certifies that it received, at the pre -award stage, a copy of North American Bus Industries' self -certification information stating that the buses, seven (7) 35-foot HD LWF CNG-fueled transit buses from North American Bus Industries, will comply with the relevant Federal Motor Vehicle Safety Standards issued by the National Highway Traffic Safety Administration in Title 49 of the Code of Federal Regulations, Part 571. Date: 2-15- 012 Signature: Zib,Clf CONTRACT CHECKLIST FOR COMPETITIVE PROPOSALS RFP No./Title: P1065 Transfort Buses 2007 File location: RFP\2007 RFPS 1051\P1065 Exercise of an Option? X Yes No Checklist Item Comments 7) Independent Cost Estimate Yes, both for the RFP and this The City made and documented an independent cost estimate before option. receipt of proposals. 9) Unreasonable Qualification n/a Requirements This solicitation did not contain unreasonable requirements placed on firms in order for them to qualify to do business. 10) Unnecessary Experience and Excessive Bonding n/a Unnecessary experience and excessive bonding requirements were not included in this solicitation or contract documents. 11) Organizational Conflict of Interest (OCI) No If there is an apparent or potential OCI the solicitation contains provisions to eliminate or mitigate the conflict (e.g. by inserting a clause that prohibits the contractor from competing for the follow-on contract to the current design or research contact) and OCI Certification is submitted by the contractor. 12) Arbitrary Action No There was no arbitrary action in the procurement process. (An example of arbitrary action is when award is made to other than the contractor who most satisfied all the City requirements as specified in the solicitation and as evaluated by staff.) 13) Brand Name Restrictions n/a Brand Name or Equal. When it is impractical or uneconomical to provide a clear and accurate description of the technical requirements of the property to be acquired, a "brand name or equal" description may be used to define the performance or other salient characteristics of a specific type of property. The City must identify the salient characteristics of the named brand that offerors must provide. When using a "brand name' specification, the City does not need to reverse -engineer a complicated part to identify precise measurements or specifications in order to describe its salient characteristics. FT A's "Best Practices Procurement Manual," (BPPM) contains additional information on preparation of specifications including examples with specific language. 14) Geographic Preferences n/a The solicitation contains no in -State or local geographic preference except where Federal statutes mandate or encourage them. 15) Contract Term Limitation Yes - five years The contract period of performance for rolling stock and replacement This is the final order. parts does not exceed five (5) years inclusive of options without prior written FTA approval. For all other types of contracts, the procurement file contains evidence that the contract term is based on sound business judgment. 16) Written Procurement Selection Procedures n/a The City has written selection procedures and the solicitation also identifies all requirements that offerors must fulfill and all other factors to be used in evaluating bids or proposals. 17) Solicitation Prequalification Criteria n/a The solicitation required prequalification of persons, firms, or products. The list is current includes enough qualified sources to ensure maximum full and open competition, and potential bidders are not precluded from qualifying during solicitation period from issuance of the solicitation to its closing date. If the solicitation does not contain a prequalification requirement, check NA. 18) Award to Responsible Contractor Yes The City made a determination that it was awarding to a responsible contractor considering such matters as contractor integrity, compliance with public policy, record of past performance, and financial and technical resources. 1. Appropriate Financial, equipment, facility and personnel. (Y/N) 2. Ability to meet delivery schedule. (Y/N) 3. Satisfactory period of performance. (Y/N) 4. Satisfactory record of integrity, not on declined or suspended listings. (Y/N) 5. Receipt of all necessary data from vendor. (Y/N) 19) Sound and Complete Agreement Yes This contract is a sound and complete agreement. In addition, it includes remedies for breach of contract and provisions covering termination for cause and convenience. 24) Clear, Accurate, and Complete Specification Yes A complete, adequate, and realistic specification or purchased description was available and included any specifications and pertinent attachments which define the items or services sought in order for the bidder to properly respond. 25) Two Bidders n/a Two or more responsible bidders were willing and able to compete effectively for the business. 26) Firm Fixed Price n/a A firm fixed price contract was appropriate for this procurement. 29) Advertising n/a The Invitation for Bids was publically advertised. 30) Adequate Number of Sources Solicited n/a Bids were solicited from an adequate number of known suppliers. 36) Evaluation n/a A method is in place for conducting technical evaluations of the proposals received and the solicitation has evaluation factors identified along with their relative importance. 37) Price and Other Factors n/a For this procurement, award was made to the responsible firm whose proposal is most advantageous to the grantee's Program with price and other factors considered. 40) Evaluation of Options Yes The option quantities or periods contained in the contractors bid or offer were evaluated in order to determine contract award. (To be eligible for Federal funding, options must be evaluated as part of the price evaluation of offers, or must be treated as sole source awards.) 41) Cost or Price Analysis Price analysis Either a cost analysis or a price analysis was performed and documented. The price was determined to be fair and reasonable. 42) Written Record of Procurement History Yes The file contains records detailing the history of this procurement. At a minimum, these records include: (1) the rationale for the method of procurement, (2) Selection of contract type, (3) reasons for contractor selection or rejection, and 4 the basis for the contract price. 43) Exercise of Options Yes The grantee exercised an option on this contract adhering to the terms Options for seven 35' buses and conditions of the option stated in the contract and determined that These are the last options. the option price was better than prices available in the market or that the option was a more advantageous offer at the time the option was exercised. If an option was not exercised under this contract, check NA. 44) Out of Scope Changes No The grantee amended this contract outside the scope of the original contract. The amendment was treated as a sole source procurement (complying with the FTA requirements for a justification, cost analysis and profit negotiation). 45) Advance Payment Provisions No The contractor did not receive an advance payment utilizing FTA funds and the contract does not contain advance payment provisions or, if it did, prior written concurrence was obtained from FTA. 46) Progress Payment Provisions Yes The contract contains progress payments based on costs incurred (as opposed to percent of completion) and the contract contains a provision giving the grantee title to property (materials, work in progress, and finished goods) for which progress payments are made. The contract may contain other security in lieu of obtaining title. 47) Time and Materials Contracts No This is a time and materials contract; the grantee determined that no other type of contract is suitable; and the contract specifies a ceiling rice. 48) Cost Plus Percentage of Cost No This is not a cost plus a percentage of cost type contract. 49) Liquidated Damages Provisions No This contract contains liquidated damages provisions and the assessment for damages is specified in the contract at a specific rate per day for each day of overrun in contract time. 50) Piggybacking No 1) The file contains: Assignability provisions. 2 The procurement file contains: Price reasonableness determination. 56) Clauses Yes, in the Contract This contract contains the appropriate FTA required clauses. Exclude Parties Search See RFP Does in folder EPS run and include in the file AMENDMENT AUTHORIZATION - P1066 Amendment Number: 8 Date: February 23, 2012 X Exercise of an Option XPrice Re -determination XEquipment change Contractor: North American Bus Industries (NABI) 106 National Drive Anniston, AL 36207 Project: Exercise of an option for seven (7) 35ft HD LWF, CNG powered, transit buses Current Cost (including amendments issued to date): $ 410,810 per 35-foot, $416,149 per 40-foot bus Running Total: Five 35-foot buses and eleven 40-foot buses, $6,448,574 Item # Description Qty Unit price Ext. cost + or - 1 Add Modine electric cooling 1 5,286 $ 5,286 1 Add USSC Evolution seat 1 1,999 $ 1-,999 1 Electric cooling discount 1 (1,097) $(1,097) 1 PPI adjustment 1 10,224 $10.,224 Total $16,412 per bus New price, per 35 foot bus: $427,222 For seven (7) buses: $2,990,654 Current Contract Cost: $ 6,443,574 Total, this Amendment: $ 2,990,554 Revised Contract Amount: $ 49, 34,128 Amendment ApProued $yi Ca of -Fort :Co.iM. s North American Bus Industries, Inc. Gam. Project.Manager .�r�^'i% (Title) por of Purchasing, & Risk Management Date: ✓ S /,Zoe2 Do* January, 2012 RE: Exercise of options for seven 35-foot buses from under P-1065, North American Bus Industries (NABI) Initial Cost Estimate Estimated cost, per bus: $421,086 Cost estimate derived from bus prices in the previous order for two 35-foot buses, PPI data, a comparison of other awards, and an estimate of equipment changes related to the purchase of 35-foot buses. The estimate took into account that the initial selection of NABI was based on more than price Our RFP evaluation included a rating of each firm's intent to supply buses in compliance with the general specification and having the capabilities Transfort needed. Other evaluation criteria included: bus and equipment suitability for Transfort use, delivery time frames, comparison of costs between firms, and an overall evaluation of firm capabilities and financial strength. The purchase options were evaluated at the time of award. NABI won the original competition handily and our experience with them has shown us that they are willing and able to produce buses meeting all of Transfort's needs. Data from the APTA Fact Book for 2010 and 2011 provides the average price for transit buses over 27' 6" in length as $479,585. The APTA Public Transportation Vehicle Database lists a total of 23 35' low -floor CNG powered buses acquired at an average price of $411,220. The City purchased two 35' low -floor CNG powered buses in early 2011 for $411,217 each. Adding an estimated 2.4% PPI increase to that price equals: $421,086. Based on the information developed, we feel it is in our best interest to re -order from NABI and, further, we believe that the estimated cost is fair and reasonable. EPLS, NABI, January, 2012 Price Analysis March 2, 2012 Purchase Price: $427,222 Eight different awards were made in 2011 for 35-foot and 40-foot low floor CNG powered buses. Only eight of those were 35-footers. The average price for both lengths was $449,858. Our price under P-1065 for 35-foot buses has been about 2% less than an equivalent 40-foot. A fair price for a 35-foot bus, given the 2011 bid awards, would be $440,860. The price offered by NABI includes $6,188 of equipment changes requested by Transfort. The driver's seat has been changed and the hydraulic engine cooling system was changed to a Modine electric system. Other transit systems using electric engine cooling have reported improvements in fuel mileage substantial enough to justify the change. NABI provided a Price Re -determination calculation per contract terms, resulting in a $10,224 increase in base price per bus since Transfort last ordered 35-foot buses. This calculation uses the Bureau of Labor Statistics PPI for Truck and Bus bodies, WPU 1413 and the —2.5% increase is a fair amount considering that about 1.5 years have elapsed since that order. Our independent cost estimate was: $421,086 per bus. Adding the equipment changes to that figure equals: $427,274. This is very close to the actual price offered by NABI. Based on existing awards for similar buses and taking the PPI adjustment and equipment changes into account, we feel it is in our best interest to re -order from NABI and, further, we believe that the purchase cost is fair and reasonable. Source of pricing: APTA Public Transportation Vehicle database