HomeMy WebLinkAboutCORRESPONDENCE - PURCHASE ORDER - 9201039Official Purchasing Document
Last updated 3/2018
Page 1 of 16
AMENDMENT #03
AGREEMENT BETWEEN THE CITY OF FORT COLLINS, COLORADO
AND GILLIG, LLC
This Third Amendment (Amendment #03) is entered into by and between The CITY OF FORT
COLLINS, COLORADO (the “City”) and GILLIG, LLC (the “Service Provider”).
WHEREAS, the Service Provider and the City entered into an Agreement effective March 12, 2018
(the “Agreement”); and
WHEREAS, the Agreement included a base contract for six (6) 40ft LF HD CNG buses and spare
power plant package; and
WHEREAS, the Agreement also included options for the City to purchase up to an additional three (3)
buses per year for a period of five (5) years from the effective date of the Agreement, dependent upon
renewal of the Agreement; and
WHEREAS, the Service Provider and the City executed Amendment #01 to incorporate the final bus
configuration and associated pricing for the initial base contract for six (6) buses effective September
18, 2018; and
WHEREAS, the City has taken delivery and accepted the six (6) buses under the base contract; and
WHEREAS, the Service Provider and the City executed a renewal of the Agreement, dated February
22, 2019; and
WHEREAS, the parties executed Amendment #2 on May 1, 2019 to exercise the option to purchase
three (3) additional buses in accordance with the Agreement as amended herein.
WHEREAS, the Service Provider and the City executed a renewal of the Agreement, dated February
10, 2020; and
NOW, THEREFORE, in consideration of the foregoing recitals and the mutual promises herein
contained, the parties agree as follows:
1. The parties agree that the City is executing its option to purchase additional buses under
Section 1 of the Agreement, and therefore:
a. The Service Provider shall manufacture two (2) additional 35ft Low Floor CNG buses.
b. The configuration and options for each bus shall be in accordance with Attachment 1,
consisting of three (3) pages, attached hereto, and in accordance with technical
specifications, provisions, terms and conditions of Exhibit A and Exhibit C to the
Agreement.
c. The Service Provider certifies the buses to be manufactured and delivered hereunder
shall be in full compliance with the FTA’s “Buy America” regulation (Section 49 CFR
Part 66.3) for FY 2020 as stated in Attachment 2, consisting of one (1) page,
attached hereto.
d. The production of the two (2) buses shall be started within 10 months of the effective
date of this Amendment 3.
DocuSign Envelope ID: 719F47C6-6DB3-4F72-929D-DFC0E02315BC
Official Purchasing Document
Last updated 3/2018
Page 2 of 16
e. The delivery point for the buses is the City’s Transfort facility at 6570 Portner Road,
Fort Collins, CO 80525.
2. Pricing. Exhibit B, Pricing, is hereby amended to incorporate the pricing specific to these
two (2) buses as set forth in Attachment 1, consisting of two (2) pages, attached hereto.
Under the option clause in Section 1 of the Agreement, the City shall pay the Service
Provider for the manufacture and delivery of the two (2) buses pursuant to this Third
Amendment, subject to additions and deletions provided herein or pursuant to the
Agreement, Six Hundred One Thousand Eight Hundred Ninety-Three Dollars and Zero
Cents ($601,893.00) for each of the 35ft Low Floor CNG buses. The total sum for the two
(2) buses is One Million Two Hundred Three Thousand Seven Hundred Eighty-Six Dollars
and Seventy-Five Cents ($1,203,786.00), as per Attachment 1.
Except as expressly amended by this Amendment #03, all other terms and conditions of the
Agreement shall remain unchanged and in full force and effect. In the event of a conflict between the
terms of the Agreement and this Amendment #03, this Amendment #03 shall prevail.
IN WITNESS WHEREOF, the parties have executed this Third Amendment the day and year shown.
[SIGNATURE PAGE FOLLOWS]
DocuSign Envelope ID: 719F47C6-6DB3-4F72-929D-DFC0E02315BC
Official Purchasing Document
Last updated 3/2018
Page 3 of 16
CITY OF FORT COLLINS
By:
Darin Atteberry, City Manager
By: ________________________________
Gerry Paul, Purchasing Director
DATE:
ATTEST
___________________________________
APPROVED AS TO FORM
___________________________________
GILLIG, LLC
By:
Printed:
Title:
Date:
DocuSign Envelope ID: 719F47C6-6DB3-4F72-929D-DFC0E02315BC
VICE PRESIDENT
6/30/2020
Joseph Policarpio
Assistant City Attorney ll
7/3/2020
City Clerk
Official Purchasing Document
Last updated 3/2018
Page 4 of 16
ATTACHMENT 1
Configuration, Options and Pricing
For
35’ Low Floor CNG Buses
DocuSign Envelope ID: 719F47C6-6DB3-4F72-929D-DFC0E02315BC
Action Section Item Cost
Ft. Collins, CO 35' Low Floor CNG Contract Base Unit Price (9/18/17) $499,550.00
Changes Made to S/N #193087-193092
Add 0 BRT Front and Rear Caps $13,250.00
Add 0 BRT Plus Styling Package $5,700.00
Change 0 48" Rear Door $2,601.00
Upgrade 0 MFD 2 $3,258.00
Add 2 FuelSense 2.0 $490.00
Add 2 Retarder "Off" Light $75.00
Add 5 Auto Traction Control (ATC) $156.00
Change 6 Aluminum Wheels (6) $1,170.00
Add 6 (1) Spare Aluminum Wheel $370.00
Add 6 Michelin Tires (XInCity) $3,225.00
Add 6 Michelin Tires (XInCity) Spare Tire $538.00
Change 13 8D Batteries ($155.00)
Add 13 Jump Start Connector $177.00
Add 17 20% Fresh Air make-up $470.00
Add 20 Front Threshold Heater $323.00
Add 23 Electric Doors $4,621.00
Upgrade 23 Vapor J1939 Door Controller $1,073.00
Add 26 Streetside Ad Frame (30 " x 144") $290.00
Add 26 Curbside Ad Frame (30" x 72") $225.00
Add 26 Rear Ad Frame $125.00
Add 28 Upper Deck Passenger Seat Risers $1,420.00
Change 28.1 Driver's Seat (USSC G2A) $1,058.00
Delete 28.1 Seat Belt Alarm ($104.00)
Change 34 OBIC T 12 1L to 4L-V MC $0.00
Add 35 (8) Nylon Grab Straps $160.00
Add 39 Battery Compartment Light $65.00
Add 43 Rear Destination Sign $980.00
Change 49 Altro Flooring $487.00
Add 65 Pivot Plate and Brakets for Apex 2 Bike Rack $253.00
Add 65 Front Bike Rack Mirror $30.00
Add 69 Kongsberg Adjustable Pedals $1,130.00
Add 69 Big Gulp Cup Holder $60.00
Add 69 Trash Can $75.00
Add 74 Extended Engine Coverage L9N $5,840.00
Add 74 Extended Transmission Coverage $2,828.00
Ft. Collins, CO 35' Low Floor CNG BRT Plus Base Unit Price $551,814.00
Price Summary
2/12/2020
Ft. Collins, CO (Contract #8563)
(2) 35' Low Floor CNG BRT Plus
SN: TBD
Page 1 of 2
DocuSign Envelope ID: 719F47C6-6DB3-4F72-929D-DFC0E02315BC
Action Section Item Cost
Price Summary
2/12/2020
Ft. Collins, CO (Contract #8563)
(2) 35' Low Floor CNG BRT Plus
SN: TBD
New Order (1) 35' Low Floor CNG BRT Plus Buses (3/11/19)
Add 29 Interior Sign (Rear Facing Next Stop Light) $1,719.00
Add 71 Paint Around Windows & Front-End Cap $0.00
Add 71 Bus Number (Interior & Corners) $0.00
Ft. Collins, CO 35' Low Floor CNG BRT Plus Non-Adjusted Unit Price $553,533.00
Add PPI 1413 Adjustment: 254.1 (Jan '19) / 243.1 (Mar '18) = 4.52 $25,019.69
Change 28 AMSECO Insight Prime 30 - Passenger (New Quote) $2,534.00
Change 61 Apollo 8-Camera System (New Quote) $5,173.00
Ft. Collins, CO 35' Low Floor CNG BRT Plus Adjusted Unit Price (3/11/19) $586,259.69
Changes made at preproduction meeting (6/6/19)
Add 16 Curbside ramp skid plate $96.00
Add 45 (1) Globe Transfer Cutter $73.00
Ft. Collins, CO 35' Low Floor CNG BRT Plus Adjusted Unit Price $586,428.69
Changes confirmed with Mike Conley 6/25/19
Delete 20 Curbside Rear Floor Heater ($309.00)
Ft. Collins, CO 35' Low Floor CNG BRT Plus Adjusted Unit Price $586,119.69
Changes per email 7/1/19
Delete 61 WC340 Router w/Dock ($655.00)
Ft. Collins, CO 35' Low Floor CNG BRT Plus Adjusted Unit Price $585,464.69
New Order (2) 35' Low Floor CNG Buses (2/12/2020)
Ft. Collins, CO 35' Low Floor CNG BRT Base Unit Price (7/1/19) $585,464.69
Delete PPI 1413 Adjustment: 254.1 (Jan '19) / 243.1 (Mar '18) = 4.52% ($25,019.69)
Add
AMSECO Insight Prime W/Same Seat Layout As Prior Order W/28 Seats & (1) Rear Facing
Padded Barrier ADA Positions (Option Price Not Reflected On Prior Order) $2,335.00
Ft. Collins, CO 35' Low Floor CNG BRT Plus Non-Adjusted Unit Price $562,780.00
Add PPI 1413 Adjustment: 260.0 (Dec '19) / 243.1 (Mar '18) = 6.95% $39,113.00
Ft. Collins, CO 35' Low Floor CNG BRT Plus Adjusted Unit Price (2/12/2020) $601,893.00
Spares & Tooling Budget
Ft. Collins, CO Spares & Tooling Budget (To Deferred Account) $0.00
Page 2 of 2
DocuSign Envelope ID: 719F47C6-6DB3-4F72-929D-DFC0E02315BC
Official Purchasing Document
Last updated 3/2018
Page 7 of 16
ATTACHMENT 2
Pre-Award Certifications, Reports and Forms
1. Preaward Buy America Certification (49 CFR Part 663)
2. Lobbying (49 CFR Part 20)
3. Bus Testing Certification (49 CFR Part 665)
4. Debarment and Suspension Certification (49 CFR Part 29)
5. Preaward Federal Motor Vehicle Safety Standards (49 CFR Part 663)
6. Preaward Purchase’s Requirements (49 CFR Part 663)
7. TVM Certification (49 CFR Part 26) – File On-Line After Order is Placed
DocuSign Envelope ID: 719F47C6-6DB3-4F72-929D-DFC0E02315BC
451 Discovery Drive, Livermore, CA 94551 | www.gillig.com | 510.264.5000
G I L L I G L L C
LIVERMORE, CALIFORNIA
DESCRIPTION AND COST
OF FINAL ASSEMBLY
FOR 35’ & 40’ CNG BUSES
FY 2020
Gillig LLC certifies that final assembly of its buses occurs at its manufacturing plant in Livermore, California. The
final assembly process consists of the assembly of the chassis; the installation and interconnection of the engine,
transmission, axles, including the cooling and braking systems; the installation and interconnection of the
heating and air conditioning equipment; the installation of pneumatic and electrical systems; mounting of the
body structure to the chassis; installation of door systems; painting of the vehicle; installation of destination
signs, windows, passenger seats, passenger grab rails, and wheelchair lifts; wheel alignment, dynamometer and
road testing; final inspection, repairs and preparation of the vehicles for delivery.
The cost of the above mentioned activities for this order has been estimated to be $17,349.48 per bus.
DocuSign Envelope ID: 719F47C6-6DB3-4F72-929D-DFC0E02315BC
PERCENT
COUNTRY OF TOTAL
COMPONENT MANUFACTURER OF ORIGIN COST
A/C TRANSITION DUCTS THERMAL STRUCTURES U.S.A. 0.08%
AIR CONDITIONING SYSTEM THERMO-KING CORPORATION U.S.A. 4.98%
AIR DRYER SKF U.S.A. 0.12%
BULKHEAD ASSEMBLY ALVA GWYN U.S.A. 0.13%
CNG FUEL TANK ASSEMBLY AGILITY FUEL SYSTEMS U.S.A. 8.56%
COMPOSITE FLOORING MILWAUKEE COMPOSITES U.S.A. 0.28%
DASH ASSEMBLY PERFORMANCE COMPOSITES, INC U.S.A. 0.19%
DESTINATION SIGNS LUMINATOR MASS TRANSIT U.S.A. 1.23%
DOOR BASEPLATE - FRONT VAPOR BUS INTERNATIONAL U.S.A. 0.42%
DOOR BASEPLATE - REAR VAPOR BUS INTERNATIONAL U.S.A. 0.46%
DOOR ASSEMBLIES - FRONT VAPOR BUS INTERNATIONAL U.S.A. 0.38%
DOOR ASSEMBLIES - REAR VAPOR BUS INTERNATIONAL U.S.A. 0.39%
DRIVER SEAT UNITED STATES SEATING - DRIVER SEATS U.S.A. 0.95%
ELECTRICAL HARNESSES & CABLES LACO INCORPORATED U.S.A. 0.91%
ELECTRICAL HARNESSES, CABLES & PANELS COMPASS COMPONENTS U.S.A. 2.59%
ENGINE & AFTERTREATMENT CUMMINS ENGINE U.S.A. 11.16%
EXTRUSIONS HYDRO EXTRUDER U.S.A. 0.14%
FABRICATIONS-DETENTION DEVICES DETENTION DEVICES U.S.A. 0.18%
FABRICATIONS-DIE & TOOL PRODUCTS DIE & TOOL PRODUCTS U.S.A. 0.10%
FABRICATIONS-EAST BAY MACHINE EAST BAY MACHINE U.S.A. 0.28%
FABRICATIONS-GCM GCM U.S.A. 0.23%
FABRICATIONS-HOGAN MANUFACTURING HOGAN MANUFACTURING U.S.A. 3.18%
FABRICATIONS-IMPERIAL FABRICATING IMPERIAL FABRICATING U.S.A. 0.23%
FABRICATIONS-RON NUNES RON NUNES ENTERPRISES U.S.A. 0.14%
FAIRING KIT- McCLARIN MC CLARIN PLASTICS LLC U.S.A. 0.44%
FAIRING KIT- PERFORMANCE COMPOSITES PERFORMANCE COMPOSITES, INC U.S.A. 1.79%
FIRE SUPPRESSION SYSTEM AMEREX CORPORATION U.S.A. 0.39%
FRONT AND REAR AXLE ASSEMBLIES MERITOR AUTOMOTIVE U.S.A. 3.44%
FRONT AND REAR BUMPER ASSEMBLIES RO-LAB AMERICAN RUBBER CO. U.S.A. 0.52%
FRONT CAP McCLARIN PLASTICS U.S.A. 0.74%
GRAPHICS NAT'L. CORPORATE IDENTITY U.S.A. 0.18%
INTERIOR LIGHTING KIT I/O CONTROLS - LIGHTS U.S.A. 0.89%
ITS SYSTEM CLEVER DEVICES LTD. U.S.A. 6.13%
MISCELLANEOUS - McCLARIN MC CLARIN PLASTICS LLC U.S.A. 0.12%
MISCELLANEOUS - I/O CONTROLS I/O CONTROLS U.S.A. 0.72%
PASSENGER SEAT ASSEMBLIES AMERICAN SEATING U.S.A. 4.12%
PEDAL ASSEMBLY KONGSBERG U.S.A. 0.22%
PIPING & TUBING SF TUBE U.S.A. 0.57%
RADIATOR AND CHARGE AIR COOLER MODINE MFG CO U.S.A. 1.04%
REAR CAP MC CLARIN PLASTICS LLC U.S.A. 0.19%
REAR SUSPENSION SAF HOLLAND USA U.S.A. 0.77%
ROOF SKIN CRANE COMPOSITES, INC. U.S.A. 0.15%
TIRES ADVANCE WHEEL SALES U.S.A. 0.79%
TRAFFIC PREEMPTION SYSTEM GLOBAL TRAFFIC TECHNOLOGIES U.S.A. 0.26%
TRANSMISSION ALLISON TRANSMISSION U.S.A. 3.66%
VIDEO SURVEILLANCE SYSTEM APOLLO VIDEO TECHNOLOGY U.S.A. 1.17%
WHEELS ADVANCE WHEEL SALES U.S.A. 0.47%
WHEELCHAIR RAMP LIFT-U DIVISION OF HOGAN MFG.,INC U.S.A. 1.56%
WHEELWELL COVERS McCLARIN PLASTICS U.S.A. 0.28%
WINDOW ASSEMBLIES RICON - WINDOWS U.S.A. 2.83%
SPECIFICALLY IDENTIFIED U.S. COMPONENTS AS A % OF TOTAL MATERIALS 70.77%
FINAL ASSEMBLY - ALL VEHICLE ASSEMBLY OPERATIONS,
STARTING WITH THE UNDERSTRUCTURE THROUGH TO FINAL
ROAD TEST ARE DONE IN LIVERMORE, CA GILLIG U.S.A. 100.00%
TRANSFORT
FT. COLLINS, CO
PRE-AWARD BUY AMERICA CERTIFICATE
DocuSign Envelope ID: 719F47C6-6DB3-4F72-929D-DFC0E02315BC
DocuSign Envelope ID: 719F47C6-6DB3-4F72-929D-DFC0E02315BC
DocuSign Envelope ID: 719F47C6-6DB3-4F72-929D-DFC0E02315BC
DocuSign Envelope ID: 719F47C6-6DB3-4F72-929D-DFC0E02315BC
DocuSign Envelope ID: 719F47C6-6DB3-4F72-929D-DFC0E02315BC
FMVSS CERTIFICATION
FEDERAL MOTOR VEHICLE SAFETY STANDARDS CERTIFICATION
This is to certify that the GILLIG transit bus model(s) proposed, complies (comply) with all
applicable Federal Motor Vehicle Safety Standard as required by the F.T.A. and the D.O.T., and
described in Title 49 CFR Chapter V, part 571-FMVSS, last revised on October 1, 1998.
GILLIG LLC
By:
JOSEPH POLICARPIO
Title: VICE PRESIDENT
DocuSign Envelope ID: 719F47C6-6DB3-4F72-929D-DFC0E02315BC
DocuSign Envelope ID: 719F47C6-6DB3-4F72-929D-DFC0E02315BC
DocuSign Envelope ID: 719F47C6-6DB3-4F72-929D-DFC0E02315BC
THIRITY FIVE FOOT (CNG-BRT) LOW FLOOR TRANSIT BUSES (QTY: 2, SN: TBD, BID/CONTRACT# Fort Collins, CO -
RFP #8563) 6-Feb-20
We certify full compliance with the FTA's "Buy America" regulations (Section 49 CFR Part 663) and submit the following abbreviated listing as evidence of this compliance.
GILLIG IS ONE OF THE MOST "AMERICAN" BUS MANUFACTURERS IN THE WORLD. Gillig is 100% U.S. owned and operated. ALL OUR FACILITIES are
located in the U.S.A. ALL OUR MANUFACTURING is done in the U.S.A. and we have a policy that stresses the use of products produced in the U.S.A.
DocuSign Envelope ID: 719F47C6-6DB3-4F72-929D-DFC0E02315BC