Loading...
Agenda 02/11/2014 Item #16D 4 2/11/2014 16.D.4. EXECUTIVE SUMMARY Recommendation to approve the use of the Central Florida Regional Transportation Authority d/b/a LYNX Contract No. 14-C-09,for the purchase of buses for Collier Area Transit system. OBJECTIVE: To procure buses for Collier Area Transit's (CAT) in the most efficient and cost effective manner. CONSIDERATION: Staff requests approval to purchase heavy duty buses through the Florida Transit Consortium Bus Procurement Contract (LYNX Contract 14-009), with Gillig Corporation of Haywood, California. The Florida Transit Consortium Bus Procurement Contract was developed through collaborations with all 24 public transit systems in Florida. The Central Florida Regional Transportation Authority (LYNX)took the lead on preparing this contract. On June 24, 2013, LYNX sent out 19 notices for "Heavy Duty Transit Coaches." A pre-proposal meeting was held on July 9, 2013, at which 16 companies were represented. One proposal was received from Gillig, LLC. The LYNX RFP/contract was prepared in consultation with and guidance from the Federal Transit Administration (FTA). As a member of the Florida Transit Consortium, Collier County desires to use the LYNX contract for the course of its life for the maximum purchase amount of 15 buses and shall pay the Florida Public Transit Association (FPTA) a $500 fee for every bus purchase using this contract. Some of the benefits of using the Consortium Contract are that smaller transit agencies such as CAT can benefit from not having to prepare such a complex Request for Proposal scope and contract. Smaller agencies that do not have large administrative staff greatly benefit from having many transit agencies combine their efforts and knowledge. Another benefit is the economies of scale. By this joint effort, all 24 transit agencies have larger purchasing power (procuring hundreds of buses per year); and are therefore able to negotiate a better price than a small transit agency would receive only purchasing one or two buses per year. Purchasing staff have reviewed the contract terms and conditions and finds this contract to be in the best economic interest of the County per the Board's Purchasing Ordinance (Section Eighteen, The Grants Management Office has also reviewed the procurement solicitation process for grant compliance and finds it compliant with the Federal Transit Administration Circular 4220.1E for "Third Party Contracting Requirements." FISCAL IMPACT: Bus purchases are planned and programmed for purchase typically with Federal Transit Administration Grants that reside within the Collier Are Transit Grant Fund (424). Bus purchases will be included in the Program of Projects taken to the Board for approval with grant applications. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval.—SRT GROWTH MANAGEMENT IMPACT: Consistent with Objectives 10 and 12 of the Transportation Element of the Growth Management Plan. Packet Page-432- 2/11/2014 16.D.4. RECOMMENDATION: That the Board of County Commissioners approves the use of the Florida Transit Consortium Contract (LYNX Contract 14-009) for the purchase of heavy duty buses through Gillig Corporation. Prepared by: Yousi Cardeso, Administrative Assistant, Alternative Transportation Modes Attachments: LYNX Contract# 14-009, due to the size of this document which is 79 pages long is accessible at http://www.col1iergov.net/ftp/AeendaJan2813/PubServices/l 0656LYNXContract 13C09FinalExe cutedContract.pdf. Packet Page -433- 2/11/2014 16.D.4. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.D.16.D.4. Item Summary: Recommendation to approve the use of the Central Florida Regional Transportation Authority d/b/a LYNX Contract No. 14-C-09, for the purchase of buses for Collier Area Transit system. Meeting Date: 2/11/2014 Prepared By Name: CardesoYousi Title: Administrative Assistant,Alternative Transportatio 12/12/2013 4:38:04 PM Submitted by Title: Administrative Assistant,Alternative Transportatio Name: CardesoYousi 12/12/2013 4:38:06 PM Approved By Name: ScottTrinity Date: 12/13/2013 8:02:06 AM Name: SotoCaroline Title: Management/Budget Analyst,Transportation Administr Date: 12/16/2013 3:17:03 PM Name: ArnoldMichelle Title: Director-Alt Transportation Modes,Alternative Tr Date: 12/18/2013 9:52:18 AM Name: KaseeskaMillie Date: 1/6/2014 10:00:40 AM Name: JohnsonScott Title: Purchasing Agent.Purchasing&General Services Packet Page-434- 2/11/2014 16.D.4. Date: 1/14/2014 8:54:42 AM Name: AlonsoHailey Title: Operations Analyst,Public Service Division Date: 1/14/2014 1:39:17 PM Name: WardKelsey Title: Manager-Contracts Administration,Purchasing&Ge Date: 1/14/2014 2:30:38 PM Name: CummingsRhonda Title: Contracts Specialist,Purchasing&General Services Date: 1/15/2014 9:07:09 AM Name: MarkiewiczJoanne Title:Manager-Purchasing Acquisition,Purchasing& Gene Date: 1/17/2014 1:42:44 PM Name: TeachScott Title: Deputy County Attorney,County Attorney Date: 1/24/2014 1:32:23 PM Name: TownsendAmanda Title:Director-Domestic Animal Services,Domestic Anima Date: 1/27/2014 4:04:25 PM Name: CarnellSteve Title: Administrator-Public Services Date: 1/28/2014 10:32:45 AM Name: OberrathKaren Title: Accountant, Senior, Grants Management Office Date: 1/30/2014 5:03:45 PM Name: TeachScott Title: Deputy County Attorney, County Attorney Date: 2/3/2014 12:29:27 PM Name: KlatzkowJeff Title: County Attorney, Date: 2/3/2014 1:12:54 PM Name: StanleyTherese Title:Management/Budget Analyst, Senior,Grants Management Office Packet Page-435- 2/11/2014 16.D.4. Date: 2/4/2014 9:20:00 AM Name: KlatzkowJeff Title: County Attorney, Date: 2/4/2014 11:15:41 AM Name: OchsLeo Title: County Manager, County Managers Office Date: 2/4/2014 11:37:14 AM Packet Page-436- F, 11 LYNX CENTRAL FLORIDA REGIONAL TRANSPORTATION AUTHORITY CONTRACT No: 14 -009 For HEAVY DUTY TRANSIT COACHES THIS AGREEMENT (hereinafter, the "Contract ") is made as of the 12`h day of December, 2413 (the "Effective Date") by and between: THE CENTRAL FLORIDA REGIONAL TRANSPORTATION AUTHORITY d /b /a LYNX (hereinafter referred to as "LYNX "), a body politic and corporate, created by Part 11, Chapter 343, Florida Statutes, whose address is 455 North Garland Avenue, Suite 500, Orlando, Florida 32801; and Gillig LLC a California Limited Liability Company (hereinafter referred to as the "Contractor "), with its principal place of business located at 25800 Clawiter Rd, Hayward CA and a Federal Employer Identification Number of 26- 3085364. WITNESSETH: WHEREAS, LYNX was created by the above- stated charter to perform functions necessary for the achievement of an integrated, efficient and well - balanced public transportation system, and to take all steps and actions necessary or convenient for the conduct of its business; and WHEREAS, LYNX desires to obtain goods and /or services (collectively, the "Services "), according to the requirements in LYNX RFP 13 -R06 Heavy Duty Transit Coaches (hereinafter referred to as the "Solicitation ") and as further described herein; and WHEREAS, the Contractor has submitted a proposal or response in connection with the Solicitation, which has been selected by LYNX (hereinafter referred to as the "Response "); and WHEREAS, the Contractor warrants to LYNX that it is qualified and duly licensed to furnish the Services in Florida and meet the obligations set forth in the Solicitation, the Response, and the documents detailing the scope of services attached hereto as Exhibit "A" and incorporated herein by this reference (the "Scope of Services "), and as hereinafter stated; and Page 1 of 12 LYNX Contract 14 -009 Exhibit A WHEREAS, the Contractor warrants that the representations made by it in its Response to the Solicitation remain valid, accurate and binding upon it; and WHEREAS, the Contractor desires to render the Services and meet the obligations set forth in the Solicitation, the Response, and the Scope of Services and upon the terms and conditions set forth in the Contract Documents, as defined herein. WHEREAS, LYNX is the Executive Agent for certain other agencies detailed in the Scope of Services (each a "Procuring Agency" and collectively, the "Procuring Agencies "), which agencies also desire to obtain Services according to the requirements in the Solicitation and as further described herein; and WHEREAS, LYNX and the Contractor agree that the Procuring Agencies shall be authorized to issue individual purchase orders in accordance with the terms and conditions of the Contract. NOW, THEREFORE, in consideration of the premises herein and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the parties hereto hereby agree as follows: 1. RECITALS. The Recitals set forth above are incorporated herein by this reference. 2. DEFINITIONS. Terms not defined herein shall have the meanings as set forth in the Contract Documents in the order of precedence set forth in Section 3 hereof. Terms not defined in the Contract Documents shall have the meanings ascribed to such terms in applicable state, local or federal regulations, including but not limited to LYNX's Administrative Rules as the same may be amended and restated from time to time and which are available at www.golynx.com (the "Administrative Rules "). If there is a conflict between any defined terms, the reasonable interpretation of said term by LYNX shall govern. 3. CONTRACT DOCUMENTS. For the purposes of this Contract, the following documents are collectively referred to herein as the "Contract Documents ": (a) This Contract together with all Exhibits hereto; (b) The General Provisions of LYNX, Attached as Exhibit C ; (c) The Solicitation, as Amended; and (d) The Response. The terms of the Contract Documents are incorporated herein by this reference. In the event of conflict between the terms of the Contract Documents, the order of precedence is as set forth above (thus, if there is a conflict between the terms of the Solicitation and the terms of the Response, the terms of the Solicitation shall govern). In addition, to the extent any of the terms of the Response conflict or in the reasonable opinion of LYNX are not relevant to the remaining Contract Documents, then, in that event, the provisions contained in the Response will not be applicable nor a part of the Contract Documents. Contract Documents shall further include any later amendments or change orders. 4. FURNISHING OF SERVICES. In regard to the Services to be furnished by the Contractor: (a) Furnishing of Services. The Contractor shall furnish to LYNX the Services in compliance with the Contract Documents. Page 2 of 12 LYNX Contract 14 -009 (b) Minimum and Maximum Quantities. The minimum number of Buses to be purchased collectively by LYNX and the Procuring Agencies is twenty -four (24). The maximum number of Buses to be purchased by LYNX and the Procuring Agencies is one thousand five hundred and eighty -five (1,585). (The term "Buses" shall have the meaning set forth in the Scope of Services.) 5. TERM. (a) Term. Subject to the further provisions set forth in this Section 6, the term of this Contract shall be for a period of five (5) years commencing on December 12, 2013 and ending December 11, 2018. (b) Termination. LYNX shall have the right to terminate this Contract at any time, in accordance with the provisions of Section 11 below. 6. PAYMENT. (a) Payment. LYNX or the Procuring Agency agrees to pay the Contractor for the Services the amount provided in the Price Schedule attached hereto as Exhibit "B" and incorporated herein by this reference. (b) Procedure for Invoicing. Invoicing for Buses and related Services must be rendered in accordance with LYNX policies and procedures on a monthly basis, or as otherwise provided in the Contract Documents. For orders placed by LYNX, the invoice must be sent to Central Florida Regional Transportation Authority, Accounts Payable, 455 North Garland Avenue, Orlando, Florida 32801, or such other address as may be specified by LYNX from time to time. Orders placed other Procuring Agencies will be invoiced in accordance with Agency's Purchase Order. (c) Time of Payment by LYNX. Subject to the terms and conditions provided herein, payment will be made within thirty (30) days after receipt of a proper invoice and acceptance (final or provisional) of the Bus(es). Within fifteen (15) days after arrival at the designated point of delivery, each Bus shall undergo testing by LYNX or the applicable Procuring Agency. If the Bus passes these tests, acceptance of the Bus by LYNX or the applicable Procuring Agency occurs on the fifteenth (15th) day after delivery. Acceptance may occur earlier if LYNX or the applicable Procuring Agency notifies the Contractor of early acceptance or places the Bus in revenue service. If the Bus fails these tests, the Contractor requests a letter of discrepancies for resolution be issued by the fifteenth (15th) day after delivery. LYNX and the Procuring Agencies reserve the right to conditionally or provisionally accept one or more Buses subject to the correction of minor deficiencies. (d) Additional Information. LYNX may request additional documentation from the Contractor prior to payment of any invoice or bill from the Contractor. LYNX may disallow and deduct any cost for which proper documentation is not provided. (e) Receipt of Payment by Contractor as Waiver Against LYNX. The acceptance by the Contractor, its successors, or assigns, of any progress or final payment due pursuant to this Contract, shall constitute a full and complete release of LYNX from any and all claims, demands, or causes of action whatsoever that the Contractor, its successors, or assigns may have against LYNX or in connection with the Services performed hereunder, through the date that the Services are rendered and for which such payment is made. Page 3 of 12 LYNX Contract 14 -009 (f) Subcontractors. In the event the Contractor is utilizing any subcontractors for the furnishing of Services (which would only be as permitted in the Contract Documents), then, upon request by LYNX, the Contractor shall further provide to LYNX copies of billings and other invoices which may be received from any such subcontractors and, in addition, the Contractor will obtain releases from time to time in favor of LYNX from any subcontractor(s) for work so performed by that subcontractor. LYNX shall have the right from time to time to directly contact and discuss with the subcontractor any work performed by that subcontractor under the Contract Documents, but LYNX will not have any liability or obligation to said subcontractor(s). (g) Withholding of 5% of Cost of Buses. The Procuring Agency may withhold up to five percent (5 %) of the total cost of each delivered and accepted Bus to assure correction of minor deficiencies. The withheld funds shall be paid in full to the Contractor within thirty (30) days of Bus acceptance, unless specific defects are found in the vehicle or it is subject to a fleet defect. The defect(s) found shall be described and submitted in writing, including the relevant specification requirement, to the Contractor when identified and within the thirty (30) day withholding period. The withheld funds shall be paid in full to the Contractor upon repairs of the vehicle or receipt of a written commitment from the Contractor reflecting a mutual agreement to resolve the identified deficiency. The withholding option set forth in this subparagraph shall be in addition to any damages and remedies available to LYNX as set forth elsewhere in this Contract or which are otherwise available to LYNX under applicable law. The exercise by LYNX of the withholding option set forth in this Section shall in no way constitute a waiver of LYNX's ability to seek or exercise any other damages or remedies available under this Contract, the other Contract Documents or otherwise available to it at law or in equity. 7. CONTRACTOR'S OBLIGATIONS. (a) Furnishing of Materials and Labor. The Contractor shall, for the consideration set forth herein, and at its sole cost and expense, as an independent contractor, provide all labor, materials, equipment, tools, supplies and incidentals necessary to perform this Contract in the manner and to the full extent as set forth in the Contract Documents. (b) Standard of Care. The Contractor shall furnish, provide or fulfill its obligations under this Contract in a professional manner to the reasonable satisfaction of the duly authorized representatives of LYNX, who shall have, at all times, full opportunity to monitor the services performed under this Contract. The Contractor's performance shall be considered acceptable when: (i) The Contractor's performance has been inspected and approved by LYNX or the applicable Procuring Agency and, if applicable, all punchlist items have been properly corrected to LYNX's or the applicable Procuring Agency's satisfaction; and (ii) The Contractor has delivered to LYNX or the applicable Procuring Agency adequate documentation for securing title to the Bus(es) in the county of the applicable Procuring Agency (including without limitation a notarized MSO document transferring ownership), free and clear of all liens, mortgages and encumbrances, financing statements, claims and demands of any character; and Page 4 of 12 LYNX Contract 14 -009 (iii) all the other duties and obligations to be performed by the Contractor under the Contract Documents have been satisfactorily met or performed, including the delivery to LYNX of any materials or documentation relating to the Services, including any warranty materials. (c) Compliance with Applicable Requirements. The Contractor shall conform to all applicable governmental requirements and regulations, whether or not such requirements and regulations are specifically set forth in the Contract Documents. The Contractor in this regard understands that LYNX is a public agency which receives both federal and state funding and, if applicable, the Contract Documents and the performance by the Contractor shall be subject to any applicable rules and regulations promulgated by the Federal Transit Administration (FTA) and/or the Florida Department of Transportation (FDOT). (d) Payment of Taxes and Fees. The Contractor shall pay any applicable license fees and all sales, consumer, use and other similar taxes relating to the Contract, and the matters to be performed thereunder, if any. LYNX is exempt from payment of Florida sales and use taxes. LYNX will sign an exemption certificate submitted by the Contractor. The Contractor shall not be exempted from paying sales tax to its suppliers for materials used to fulfill contractual obligations with LYNX, nor is the Contractor authorized to use LYNX's tax exemption number in securing such materials. LYNX reserves the right to "direct buy" any materials to be furnished by the Contractor under the Contract Documents and, if LYNX so submits, then the parties will enter into an appropriate agreement reflecting said direct purchase, the effect of which will be for LYNX to directly purchase those materials, for the contract amount to be reduced by the amount of the purchase price paid by LYNX for said materials, for those materials to be physically acquired and /or delivered to the Contractor, who will install them or deliver them as provided in the Contract Documents, with full warranties regarding those materials as if those materials were purchased from the Contractor. Any bonds furnished by the Contractor will apply to those materials. (e) FICA. The Contractor shall be responsible for payment of its employee(s)' Federal Insurance Contributions Act benefits with respect to this Contract. (f) Permits and Approvals. Unless otherwise expressly set forth in the Contract Documents, the Contractor shall be responsible to secure, at the Contractor's expense, all necessary permits and approvals. The Contractor shall promptly furnish copies of all such permits and approvals to LYNX as and when obtained. (g) Tests and Inspections. The Contractor shall be responsible to coordinate all tests and inspections necessary for the proper execution and timely completion of this Contract. (h) The Contractor shall indemnify and hold harmless LYNX and the Procuring Agencies or any of them, from and against all claims of liability to third parties for injury to or death of persons, or loss of or damage to property arising out of or in connection with the performance of the work under this Contract, and the use of the premises incident thereto, except where such liability arises out of the sole negligence of LYNX or the Procuring Agencies, or any of them, and shall defend all suits brought upon such claim and pay all costs and expenses incident thereto. LYNX and the applicable Procuring Agency shall have the right to participate in the defense of any suit, without relieving the Contractor of any obligation hereunder. Page 5 of 12 LYNX Contract 14 -009 (i) Indemnification. The Contractor understands that in performing the Services hereunder it will be responsible for the consequences of its own actions. Therefore, the Contractor agrees that it will indemnify, defend and hold harmless LYNX as well as LYNX's officers, directors, employees, agents and representatives and each of the heirs, executors, successors and assigns of each of the foregoing from, against and in respect of all claims, liabilities, obligations, losses, costs, expenses, penalties, fines and judgments (at equity or at law) and damages whenever arising or accruing (including, without limitation, amounts paid in settlement, costs of investigation and reasonable attorneys' fees and expenses) arising out of or related to the Contractor's performance of the Services hereunder, including, without limitation, any acts or omissions with respect thereto. 0) Insurance. During the term of this Contract (as well as during all option terms), the Contractor shall procure and maintain, at its sole expense, commercial general liability insurance with a financially responsible insurance carrier in an amount reasonably acceptable to LYNX and, at the request of LYNX, the Contractor shall name LYNX as an additional insured. The requirements set forth in the previous sentence shall be in addition to any other requirement that the Contractor maintain a specified level of insurance as otherwise set forth in the Contract Documents. The Contractor shall provide LYNX with a copy of insurance certificate(s) demonstrating the satisfaction of the requirements set forth herein or as otherwise set forth in the Contract Documents, as and when requested by LYNX. (k) Environmental Principles. To the extent practicable, the Contractor shall assist LYNX in achieving the principles set forth in the LYNX Environmental Policy, a copy of which is available at http : / /golynx/EMSpolicyManual.com. (1) Additional Information. The Contractor, at the request of LYNX, shall further provide to LYNX such other information as LYNX may reasonably request from time to time. Further, the Contractor shall at LYNX's request meet and have its employees and representatives meet with LYNX from time to time, regarding any of the Services to be rendered under the Contract. NO DISCRINIINATION/DBE REQUIREMENTS. (a) No Discrimination. Neither the Contractor nor any of its subcontractors shall 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 LYNX deems appropriate. (b) DBE Requirements. DBE requirements for this contract are set forth in Attachment G to the Solicitation document. 9. PUBLIC RECORDS. LYNX is an agency of the State and is subject to Florida's Public Records Act, Chapter 119, Florida Statutes (the "Public Records Act "). It is possible that the Contractor, as a result of the Contract, may also be subject to the Public Records Act and, if so, the Contractor will promptly respond in accordance with said statute to any and all third party requests for "public records," as that term is defined in the Public Records Act. In regard to any such request, the Contractor will promptly notify LYNX. LYNX's determination as to the necessity of such response shall be presumptively correct. Page 6 of 12 LYNX Contract 14 -009 10. LYNX PROPRIETARY INFORMATION. The Contractor may, by virtue of this Contract, come into possession of certain non - publicly available information relating to LYNX, which information may or may not be proprietary to LYNX (the "Information "). In any event, the Contractor agrees that any such Information is solely for the purpose of enabling the Contractor to fulfill its duties and obligations under this Contract, and the Contractor may not use any such Information for any other purpose whatsoever without the express, written permission of LYNX. By way of illustration and not limitation, any such Information may not be used by the Contractor in submitting a Request for Proposal for any other purpose, whether to LYNX or to any other third party. Upon the expiration or termination of the Contract, the Contractor will return to LYNX any proprietary Information and will not, without LYNX's prior written approval, keep or maintain any copies or transcripts thereof. 11. TERMINATION. (a) Default by Contractor. LYNX may, in it sole and absolute discretion, by written notice of default to the Contractor, terminate all or any part of this Contract if (i) the Contractor fails to perform the Services described herein, within the time specified herein or any extension hereof; or (ii) if the Contractor fails to satisfy any of the other provisions of the Contract, or so fails to make progress as to endanger performance of this Contract in accordance with its terms; and in either of these two circumstances does not cure such failure within a period of ten (10) days (or such longer period as the Contracting Officer may in his/her absolute discretion authorize in writing) after receipt of notice from the Contracting Officer specifying such failure. In the event that LYNX elects to waive its remedies for any breach by the Contractor of any covenant, term or condition of this Contract, such waiver by LYNX shall not limit LYNX's remedies for any succeeding breach of that or of any other term, covenant, or condition of this Contract. (b) Termination by LYNX for Convenience. This Contract may be terminated by LYNX in its absolute discretion, in whole or in part, whenever the LYNX Contracting Officer or LYNX shall determine that such termination is in the best interest of LYNX. Any such termination shall be effected by delivery of a notice of termination by LYNX to the Contractor, specifying the extent to which performance of work under the Contract is terminated, and the date upon which such termination becomes effective. The Contractor shall be paid its costs, including contract closeout costs, and profit on Services performed by the Contractor up to the effective date of Contract termination. The Contractor shall promptly submit its claim for final payment to LYNX. Settlement of claims by the Contractor under this Section 12(b) shall be in accordance with the provisions set forth in Part 49 of Title 48 - Federal Acquisition Regulations (48 C.F.R. 49), except that wherever the word "Government" appears it shall be deleted and the word "LYNX" shall be substituted in lieu thereof. (c) Default by LYNX. In the event LYNX is in default under this Contract, the Contractor shall first provide written notice to LYNX of said condition alleged by the Contractor to be a default, and LYNX shall have a reasonable period of time, not to exceed 60 days, within which to cure said default. During said period, the Contractor shall continue to provide the services to LYNX. In the event LYNX continues to be in default under this Contract upon the expiration of the time period set forth above for curing its default, this Contract may be terminated by the Contractor upon providing a notice of termination to LYNX. (d) Remedies for Default by Contractor. If this Contract is terminated by LYNX for default by the Contractor, LYNX shall, except as otherwise expressly set forth in Page 7 of 12 LYNX Contract 14 -009 the Contract Documents, retain any and all remedies available for it against the Contractor, including the remedy set forth in Section 7(h), all of which remedies shall be exclusive. By way of illustration and not limitation, LYNX may proceed to obtain the remaining Services from another third party and thereby recover from the Contractor any "excess costs" incurred by LYNX in so doing. 12. DISPUTE RESOLUTION. If there is any controversy or claim arising out of or relating to this Contract, or the breach thereof (collectively, a "Legal Dispute "), the parties agree that LYNX shall have the sole and exclusive discretion to elect which of the means set forth below that LYNX and the Contractor shall use to settle the Legal Dispute. At the sole discretion and option of LYNX, the parties shall attempt to resolve any Legal Dispute by one or more of the following means (with the exception that (c) and (d) below are mutually exclusive) and abide by the provisions thereto: (a) Informal Meeting Between the Parties. If LYNX decides that the parties should initially attempt to resolve the Legal Dispute informally, then the parties agree to a meeting between the LYNX CEO and the Contractor's CEO (or other such officer with equivalent binding authority) whereby both parties try in good faith to settle the dispute and reach an agreement. (b) Mediation. If LYNX decides that the parties should attempt to resolve the Legal Dispute by mediation, then the parties agree to try in good faith to settle the dispute by mediation which shall follow the practices and procedures as set forth by the Circuit Court of Orange County Florida, subject to the Florida Rules of Appellate Procedure 9.700 -9.740 and conducted by a Florida Supreme Court Certified Mediator before resorting to arbitration or judicial action. Any such mediation shall be held in Orange County, Florida. (c) Arbitration. If LYNX decides that a Legal Dispute should be resolved by arbitration, then arbitration shall be administered by the American Arbitration Association in accordance with its Commercial Arbitration rules, and judgment on the award rendered by the arbitrator may be entered in any court having jurisdiction thereof. Any such arbitration shall be held in Orange County, Florida. (d) Court of Law. If LYNX decides that a Legal Dispute should be resolved in a court of law, then any action, suit or proceeding arising in conjunction with the Legal Dispute shall be brought exclusively in the Ninth Judicial Circuit of the State of Florida or the United States District Court for the Middle District of Florida, Orlando Division. Nothing in this Section 12 shall in any way limit the right of LYNX to terminate this Contract under Section 11 hereof. 13. NOTICES. All notices shall be made to the addresses listed in the preamble to this Contract, unless otherwise provided below: (a) The Contractor's primary point of contact for daily operations of the Services pursuant to this Contract is: Butch Sibley, Regional Sales Manager; Regional Sales Manager; Telephone: (510) 589 -9430; Email: bsibley @gillig.com. (b) The Contractor's primary point of contact for legal notice and authority to modify or act under this Contract is: Joseph Policarpio, Vice President of Sales and Marketing; Gillig LLC, 25800 Clawiter Road, Hayward, CA 94545; Telephone:(510) 785- 1500; Email: jpolicarpio @gillig.com. Page 8 of 12 LYNX Contract 14 -009 (c) The Contractor may appoint other individuals upon written notice to, and approval by, LYNX. The Contractor shall provide written notice to LYNX promptly with respect to any changes to the aforesaid contact information. (d) As of the date hereof, LYNX designates David Burnett, Deputy Director of Maintenance; 455 N. Garland Avenue, Orlando, FL 32801; Telephone: (407) 254 -6193; Email: dburnett@golynx.com (the "Project Manager ") with respect to the Contractor's performance of this Contract, and who will also serve as the primary point of contact for operational issues. LYNX may change such designation upon written notice to the Contractor. (e) As of the date hereof, LYNX designates Nancy Rodriguez, Senior Contracts Administrator, 455 N. Garland Avenue, Orlando, FL 32801; Telephone: (407) 254 -6033; Email: ganderson @golynx.com (the "Contracting Officer ") as the primary point of contact for issues pertaining to contractual changes, modifications and overall Contractor performance. LYNX may change such designation upon written notice to the Contractor. (f) The Project Manager, Contracting Officer, and all other officers, employees, executives, agents and representatives of LYNX have only such authority to act on behalf of and bind LYNX to the extent granted to such individuals by the LYNX Governing Board, and no apparent authority of any such individuals shall be binding upon LYNX. No individual shall have the authority to act pursuant to this Contract or to modify or amend this Contract except in accordance with the LYNX Administrative Rules and such other policies and procedures that may be adopted by LYNX pursuant thereto. No such action, modification or amendment shall be valid or binding upon LYNX, if the authorizing representative of LYNX has exceeded the authority actually granted to such individual by the LYNX Governing Board. 14. MISCELLANEOUS. (a) Governing Law. The parties mutually acknowledge and agree that this Contract shall be construed in accordance with the laws of the State of Florida, without regard to the internal law of Florida regarding conflicts of law. (b) Attorney Fees. If any legal action or other proceeding is brought for the enforcement of this Contract, or because of an alleged dispute, breach, default, claim, or misrepresentation arising out of or in connection with any of the provisions of this Contract, the prevailing party or parties shall be entitled to recover its or their reasonable attorneys' fees (including paralegals' fees), court costs, expenses, and costs of experts and investigation, whether at trial, upon appeal, or during investigation by such prevailing party or parties in prosecuting or defending such legal action or other proceeding. (c) Waiver Of Jury Trial. EACH PARTY HEREBY AGREES NOT TO ELECT A TRIAL BY JURY OF ANY ISSUE TRIABLE OF RIGHT BY JURY, AND WAIVES ANY RIGHT TO TRIAL BY JURY FULLY TO THE EXTENT THAT ANY SUCH RIGHT SHALL NOW OR HEREAFTER EXIST WITH REGARD TO THE CONTRACT DOCUMENTS, OR ANY CLAIM, COUNTERCLAIM OR OTHER ACTION ARISING IN CONNECTION THEREWITH. THIS WAIVER OF RIGHT TO TRIAL BY JURY IS GIVEN KNOWINGLY AND VOLUNTARILY BY EACH PARTY, AND IS INTENDED TO ENCOMPASS INDIVIDUALLY EACH INSTANCE AND EACH ISSUE AS TO WHICH THE RIGHT TO A TRIAL BY JURY WOULD OTHERWISE ACCRUE. Page 9 of 12 LYNX Contract 14 -009 (d) Assignment by Contractor. LYNX has selected the Contractor to render the Services based in substantial part on the personal qualifications of the Contractor; as such, the Contractor may not assign or transfer any right or obligation of this Contract in whole or in part, without the prior written consent of LYNX, which consent may be granted or withheld in the sole discretion of LYNX. The Contractor may utilize subcontractors as otherwise permitted and provided in the Contract Documents. Any assignment or transfer of any obligation under this Contract without the prior written consent of LYNX shall be void, ab initio, and shall not release the Contractor from any liability or obligation under the Contract, or cause any such liability or obligation to be reduced to a secondary liability or obligation. (e) Assignment by LYNX. LYNX may unilaterally assign the right for purchases under this Contract to other Agencies listed in the Solicitation Document. LYNX will not assign rights without the prior concurrence of the Florida Public Transportation Authority subject to their then existing policies, rules and procedures. Any assignment of the rights and responsibilities of this contract is restricted to those agencies listed in the original procurement, including any added by solicitation amendment prior to award. Additionally, all agencies with quantities originally provided to LYNX as part of the pre - solicitation planning process must document in writing should any excess quantities not be needed, were unintentional, and are not needed to support its transit system. Additional quantities thus released may then be assigned to other Consortium agencies listed in the contract. (f) RESERVED (g) Captions and Headings. The captions and headings provided herein are for convenience of reference only and are not intended to be used in construing the terms and provisions hereof. (h) Number And Gender. Whenever herein the singular or plural is used the same shall include the other where appropriate. Words of any gender shall include other genders when the context so permits. (i) Multiple Counterparts. This Contract may be executed in a number of identical counterparts each of which is an original and all of which constitute collectively one agreement. In making proof of this Contract in any legal action, it shall not be necessary to produce or account for more than one such counterpart. 0) Survival. Should any provision of this Contract be determined to be illegal or in conflict with any law of the State of Florida, the validity of the remaining provisions shall not be impaired. (k) No Third -Party Beneficiary. It is specifically agreed that this Contract is not intended by any of the provisions of any part of this Contract to establish in favor of any other party, the public or any member thereof, the rights of a third -party beneficiary hereunder, or to create or authorize any private right of action by any person or entity not a signatory to this Contract to enforce this Contract or any rights or liabilities arising out of the terms of this Contract. 15. AMENDMENT OF CONTRACT. This Contract may not be modified or amended without the prior written consent of the party to be charged by said amendment or modification. This provision may not itself be changed orally. The Contractor specifically is aware and understands that any material or substantial change to this Contract may require approval of LYNX's Governing Board for any such change to be valid. Page 10 of 12 LYNX Contract 14 -009 16. LYNX APPROVAL. This Contract shall be effective upon its approval by the LYNX Governing Board. 17. ENTIRE CONTRACT. This Contract, including the Contract Documents referenced above, together with any Exhibits or attachments hereto constitutes the entire agreement between the parties. [SIGNATURE PAGE FOLLOWS] Page 11 of 12 LYNX Contract 14 -009 IN WITNESS WHEREOF, the authorized signatories named below have executed this Contract on behalf of the parties as of the Effective Date. "CONTRACTOR" "LYNX" Gillig LLC, a California Limited Liability CENTRAL FLORIDA REGIONAL Company TRANSPORTATION AUTHORITY By:_ Name: Title: Date: Approved as to Form: This Contract is approved as to form only for execution by LYNX, and this approval is not to be relied upon by the Contractor or any other person for any purpose. AKERMAN SENTERFITT, LYNX General Counsel Patrick T. Christiansen, Shareholder Name: John M. Lewis, Jr. Title: Chief Executive Officer Date: December 5. 2013 Page 12 of 12 LYNX Contract 14 -009 IN WITNESS WHEREOF, the authorized signatories named below have executed this Contract on behalf of the parties as of the Effective Date. "CONTRACTOR" "LYNX" Gillig LLC, a California Limited Liability CENTRAL FLORIDA REGIONAL Company TRANSPORTATION AUTHORITY By: Name: JOSEPH POLICARPIO Title: VICE PRESIDENT C Name: Title: Date: NOVEMBER 7, 2013 Date: Approved as to Form: This Contract is approved as to form only for execution by LYNX, and this approval is not to be relied upon by the Contractor or any other person for any purpose. AKERMAN SENTERFITT, LYNX unsel B . (L Patrick T. Christiansen, Shareholder Page 12 of 12 LYNX Contract 14 -009 Exhibit "A" SCOPE OF SERVICES Contractor shall provide 30 -foot, 35 -foot and 40 -foot low -floor heavy duty transit buses powered by diesel, diesel electric hybrid, or CNG power packages meeting the specifications in Part III of LYNX RFP 13 -R06 as amended and as further described in this Exhibit (herein referred to individually as a 'Bus" and collectively as the "Buses ") on an as needed basis. The successful contractor shall comply with the following required contract provisions and shall insert the substance of these provisions in all subcontracts when applicable issued and pursuant to this contract. Minimum and Maximum Quantities The minimum number to be purchased is 24. This minimum number reflects one unit per consortium member. The maximum number of to be purchased is 1,585 *. There is no minimum or maximum number of each different size of bus. The minimum and maximum are for the total number of buses to be purchased. Each Consortium member has a maximum number of buses they can purchase regardless of the size of the bus and either diesel or hybrid electric drive or CNG. Consortium Members The following named agencies are members of the consortium and are authorized to issue purchase orders in accordance with the terms and conditions set forth in the Contract. The total number of Buses ordered pursuant to all purchase orders for each agency shall not exceed the maximum number of buses (listed beside the agency name below) without obtaining assignability. Miami -Dade Transit, 713 Central Florida Regional Transit Authority d.b.a. LYNX, 200 Jacksonville Transportation Authority, 121 HART, 102 Palm Tran - Palm Beach County, 87 Pinellas Suncoast Transit Authority, 601 Regional Transit System (RTS), 50 Sarasota County, 39 Votran - Volusia County, 35 ECAT, 25 Space Coast Area Transit, 22 Lee County Transit, 22 City of Tallahassee /StarMetro, 18 Manatee County Area Transit d.b.a. MCAT, 16 Collier Area Transit, 15 City of Key West, 14 Council on Aging of St. Lucie, Inc., 10 SunTran, 8 Hernando County- THE Bus, 8 Pasco County Public Transportation (PCPT), 8 Bay County Transportation Planning Organization, 5 GoLine Indian River Transit, 3 Martin County Board of County Commissioners, 3 Lakeland Area Mass Transit District dba Citrus Connection, 1 t The maximum bus order for PSTA is 60; however, this maximum, and the resulting increase to the overall maximum, may be increased by 115 total buses in the event a referendum is approved by voters in a November 2014 Ballot Initiative. Page 1 of 3 LYNX Contract 14 -009 Exhibit A Assignability Any assignment of the rights and responsibilities of this contract is restricted to those agencies listed in the original procurement, including any added by solicitation amendment prior to award. Additionally, all agencies with quantities originally provided to LYNX as part of the pre - solicitation planning process must document in writing should any excess quantities not be needed, were unintentional, and are not needed to support its transit system. Additional quantities thus released may then be assigned to other Consortium agencies listed in the contract. Ordering Instructions Each Procuring Agency will forward to LYNX the executed purchase order for the buses being purchased. Each purchase order will contain the pricing for any and all optional equipment and or accessories listed in the Contractor's proposal. LYNX will promptly assign each order a tracking and control number and forward a copy of the request and purchase order to the FPTA for processing and invoicing of transaction fees ($500 per bus, not to exceed $10,000 per calendar year). FPTA will copy LYNX on the invoice to each Procuring Agency. Upon receipt of the invoice copy, LYNX will forward the purchase order to the Contractor. NOTE: The Contractor will at no time accept a purchase order directly from any Procuring Agency. Transaction Fee will be paid directly from Procuring Agency to FPTA. Delivery Time Delivery of coaches shall be no later than 365 calendar days after the close of the calendar quarter (i.e., March 31, June 30, September 30, December 31) in which the Procuring Agency's purchase order is delivered to the contractor. Delivery shall be made on Monday through Friday; Federal and State holidays excluded, between the hours of 8:00 A.M. and 4:00 P.M. local time. FOB Point The FOB point shall be the delivery address indicated on the individual purchase order. Acceptance The Procuring Agency will provide the contractor written notice of acceptance or rejection of each bus upon completion of acceptance testing and within a reasonable period after delivery to facilitate that testing. If the equipment is rejected, the notice shall state the discrepancy noted. The Procuring Agency reserves the right to conditionally or provisionally accept one or more coaches subject to correction of minor discrepancies. Assumption of Risk of Loss Contractor shall bear the risk of any loss or damage to the buses ordered until they are delivered in conformity with this Contract at the specified F.O.B. point. Upon such delivery, contractor's responsibility for losses or damage shall cease, except for loss or damage occurring prior to or upon delivery, or loss or damage resulting from contractor's negligence or intentional acts. Repairs by Contractor If Procuring agency requires the Contractor to perform repairs after rejection or conditional acceptance of the equipment, the Contractor's representative must begin work within five (5) working days after receiving notification from Procuring agency of failure of acceptance tests. Procuring agency shall make the equipment available to complete repairs timely with the Contractor's repair schedule. License and Taxes LYNX and the various Procuring Agencies are exempt from Federal and State taxation and will Page 2 of 3 LYNX Contract 14 -009 Exhibit "A" provide a tax exempt certificate as required. All applicable Federal taxes, State of Florida sales taxes, and any other taxes are the responsibility of the Contractor. The Contractor shall procure any and all licenses, permits, or certificates required by properly constituted authorities for the performance of the service Title Adequate documents for securing the coach title in the county of the individual Procuring Agency shall be provided to the Procuring Agency at least thirty (30) working days before each coach is released to the common carrier driveway. Following acceptance of each coach, the Contractor warrants that the title shall pass to the Procuring Agency free and clear of all liens, mortgages and encumbrances, financing statements, claims, and demands of any character. The Procuring Agency is responsible to provide the Contractor with the necessary information to title the vehicles and shall provide a point to contact for the delivery of the titles. Approved Equals: See Attachment 1 to this Exhibit A: Approved Equals Request Page 3 of 3 LYNX Contract 14 -009 Exhibit "A" ATTACHMENT I TO EXHIBIT' "A" (Note: "A'I"FACMMENT D" in this Exhibit A is in reference to R.FP 13-R06 and not Contract 14-009) ATTACHMENT D — REQUEST FOR EQUALS RETURN THIS PAGE WITH YOUR PROPOSAL DO NOT ALTER FORMAT — COMPLETE IN FULL Company Name: - GILLIG LLC Specification Section Number: PG, 39 Component Item Listed: NOISE Proposed Item: DRIVERS AREA NOISE LEVEL A separate form must be submitted for each request for an approved equal. Proposers arerequired to submit technical information for each item. Any request received without thenecessary technical information will be returned. RFP PG 39 The bus-generated noise level experienced by a passenger at any seat location in the bus shall not exceed 80 dBA. The driver area shall not experience a noise level of more than 75 dBA. GELLIG PROPOSAL Gitlig will provide a maximum noise level at the driver's area of 75.3 dBA as recorded during the Altoona bus test on the Gillig 40 foot. This noise level is standard on Gillig buses and is consistent with previously provided Florida bus orders. LYNX RFP 13-R06 Heavy Duty Transit Coaches Page 159 of 187 Page 1 of 23 ATTACHMENT D — REQUEST FOR EQUALS RETURN THIS PAGE WITH YOUR PROPOSAL DO NOT ALTER FORMAT — COMPLETE IN FULL R Company Name: GILLIG LLC Specification Section Number: _PG 41 Component Item Listed: —DEPARTURE ANGLE Proposed Item: . DEPARTURE ANGLE (30' LF BUS) A separate form must be submitted for each request for an approved equal. Proposers arerequired to submit technical information for each item. Any request received without tbenecessary technical information will be returned. RFP PC 41 Ramp, Clearances-Table 2 Departure angle for 30'- 45' Bus 8.7 degrees (min.) GILLIG PROPOSAL Gil lig will provide our 30' low floor bus with a maximum departure angle of 8.1 degrees. This departure angle is standard on 30' low floor Gillig buses and is consistent with previously provided Florida bus orders. LYNX RFP 13-R06 Heavy Duty Transit Coaches Page 159 of 187 Page 2 of 23 ATTACHMENT D — REQUEST FOR EQUALS RETURN THIS PAGE WITH YOUR PROPOSAL DO NOT ALTER FORMAT — COMPLETE IN FULL Company Name: Specification Section Number: Component Item Listed: Proposed Item: GILLIG LLC ,APPROVED L� I I'll A PG 49 -ENGINE COOLING (DRAIN COCKS) ENGINE COOLING (DRAIN PLUG) A separate form must be submitted for each request for an approved equal. Proposers arerequired to submit technical information for each item. Any request received without thenecessary technical information. will be returned. RFP PAGE 49 Engine Cooling All low points in the water-based cooling system shall be equipped with drain cocks. GILLIG PROPOSAL Gillig would like to clarify that the electric cooling system comes standard with a 114" MPT brass hex plug at the low point, rather than the drain cock. This is the standard cooling system drain supplied as part of the radiator assembly and is consistent with previously provided Florida bus orders. LYNX RFP 13-RO6 Heavy Duty Transit Coaches Page 159 of 187 Page 3 of 23 ATTACHMENT D — REQUEST FOR EQUALS RETURN THIS PAGE WITH YOUR PROPOSAL DO NOT ALTER FORMAT — COMPLETE IN FULL APPROA L qW Company Name: GILLIG LLC Specification Section Number: PG Component Item Listed: FUEL LINES (CNG) Proposed Item.: 3600 PSI PRESSURE TEST A separate force must be submitted for each request for an approved equal. Proposers arerequired; to submit technical information for each item. Any request received without thenecessary technical information will be returned. RFP PAGE 55 Fuel Lines, CNG High - pressure CNG lines shall be pressure tested to a minimum of 125 percent of system working pressure prior to fueling. GILLIG PROPOSAL Gillig advises that the requirement to pressure test the CNG fuel system to 125 % of system working pressure is not recommended by our tank manufacturer. If the tanks were pressurized to 125 % (4500 psi) they would need to be recertified for use. Gillig proposes the CNG fuel system pressure test be up to 3600 psi. LYNX RFP 13 -R06 Heavy Duty Transit Coaches Page 159 of 187 Page 4 of 23 ATTACHMENT D — REQUEST FOR EQUALS RETURN THIS PAGE WITH YOUR PROPOSAL DO NOT ALTER FORMAT — COMPLETE IN FULL Company Name: - GILL1G LLC Specification Section Number: -PAGE 56 Component Item Listed: FUEL CONTAINERS Proposed Item: DESIGN CLARIFICATION A separate form must be submitted for each request for an approved equal. Proposers arerequired to submit technical information for each item. Any request received without thenecessary technical information will be returned. RFP PAGE 56 The roof and above the engine mounted tanks shall be contained within a skeletal structure resembling a roll cage and contained within an enclosure. GILLIG PROPOSAL Gillig proposal will include our roof mounted tanks are contained in a welded powder coated steel structure with hinged clamshell tank fairings developed with and fabricated from Performance Composites and uses a composite core construction technique. Composite core construction uses a layer of honeycomb core sandwiched between two thicknesses of laminated fiberglass. This sandwich construction can be both lighter and stronger than a conventional construction made with only solid fiberglass laminates. The cored fiberglass also has tremendous impact strength to absorb impact. Testing has proven that honeycomb core materials have better memory enabling them to spring back into shape after a concussion. These sandwiched laminates are structural and create a continuous wall system. LYNX RFP 13-RO6 Heavy Duty Transit Coaches Page 159 of 187 Page 5 of 23 ATTACHMENT D — REQUEST FOR EQUALS RETURN THIS PAGE WITH YOUR PROPOSAL DO NOT ALTER. FORMAT — COMPLETE IN FULL Component Item Listed: ENGINE .BULKHEADS Proposed Item: CLARIFICATION DOCKET 90 A separate form must be submitted for each request for an approved equal. Proposers arerequired to submit technical information for each item. Any request received without thenecessary technical information will be returned. RFP PAGE 60 This bulkhead shall preclude or retard propagation of an engine compartment fire into the passenger compartment and shall be in accordance with the Recommended Fire Safety Practices defined in FTA Docket 90A, dated October 20, 1993. GILLIG PROPOSAL Gillig wishes to advise the Agency that the Gillig Low Floor bus is fully compliant with all the applicable Federal Motor Vehicle Safety Standards (FMVSS), including FMVSS 302, which is the current industry standard. Your specifications mention in several locations the requirement to comply with Docket 904A. Please note that this regulation was issued by the Federal Transit Administration on October 20, 1993, and governs "RECOMMENDED Fire Safety Practices for Transit Bus and Van Materials." We want to clarify that the Docket 90A requirement listed in the specifications is a voluntary recommended regulation and some (but not all components) may comply. LYNX RFP 13 -RO6 Heavy Duty Transit Coaches Page 159 of 187 Page 6 of 23 ATTACHMENT D — REQUEST FOR EQUALS RETURN THIS PAGE WITH YOUR PROPOSAL DO NOT ALTER FORMAT — COMPLETE IN FULL Company Name: Specification Section Number: Component Item Listed: Proposed Item: APPRONEDI GILLIG LLC PAG E 66 - KNEELING LAMP (2.5" DIAMETER) APPROXIMATLEY 2" DIAMETER A separate form must be submitted for each request for an approved equal. Proposers arerequired to submit technical information for each item. Any request received without thenecessary technical information will be returned. RFP PAGE 66 A warning light mounted near the curbside of the front door, a minimum 2.5 in. diameter amber tens, shall be provided that will blink when the kneel feature is activated, GILLIG PROPOSAL Gillig proposal will include a kneeling lamp that is approximately (2") in diameter with a 4-second cycle time to facilitate boarding. Gil lig's flashing amber light is mounted on the exterior of the bus after of the entrance door with audible alarm. The driver will also have an indicator warning light on the dash. This configuration is consistent with previously provided Florida bus orders. LYNX RFP 13-RO6 Heavy Duty Transit Coaches Page 159 of 187 Page 7 of 23 ATTACHMENT D — REQUEST FOR EQUALS RETURN THIS PAGE WITH YOUR PROPOSAL DO NOT ALTER FOR-MAT — COMPLETE IN FULL Company Name: GILLIG LLC Specification Section Number: PAGE 68 Component Item Listed: —STEERING COLUMN Proposed Item: STEERING COLUMN ADJUSTMENT RANGE A separate form must be submitted for each request for an approved equal. Proposers arerequired to submit technical information for each item. Any request received without thenecessary technical information will be returned. RFP PAGE 68 The steering wheel shall have full telescoping capability and have a minimum telescopic range of 2 in. and a minimum low-end adjustment of 29 in., GILLIG PROPOSAL Gillig proposal includes a Douglas steering column with a telescopic adjustment of 1.875". The maximum telescopic range with 0 degree tilt is 30.75"inches and a low-end telescopic adjustment of 28.87". This is standard with the Douglas steering column. This is the standard steering column in the Gillig LF and is consistent with previously provided Florida bus orders. LYNX RFP 13-R06 Heavy Duty Transit Coaches Page 159 of 187 Page 8 of 23 ATTACHMENT D — REQUEST FOR EQUALS RETURN THIS PAGE WITH YOUR PROPOSAL DO NOT ALTER FORMAT — COMPLETE IN FULL Company Name: GILLIG LLC L jyo 0 V 0 P Specification Section Number: -PAGE 69 Component Item Listed: TURNING RADIUS 40' BUS (44') Proposed Item: . TURNING RADIUS 40' BUS (44.7') A separate form must be submitted for each request for an approved equal. Proposers arerequired to submit technical information for each item. Any request received without thenecessary technical information will be returned. RFP PAGE 69 Maximum Turning Radius 40ft low floor bus: 44 feet. GILLIG PROPOSAL Gillig proposal includes our standard 40 foot Low Floor busthat has a maximum turning radius of 44 feet, 7 inches measured over the bumper.This is standard on Gillig low floor buses and is consistent with previously provided Florida bus orders. LYNX RFP 13-R06 Heavy Duty Transit Coaches Page 159 of 187 Page 9 of 23 ATTACHMENT D — REQUEST FOR EQUALS RETURN THIS PAGE WITH. YOUR PROPOSAL DO NOT ALTER FORMAT — COMPLETE IN FULL APP R 0VE D Company Name: GILLIG LLC I Specification Section Number: PAGE 69 Component Item Listed: - TURNING RADIUS 40' BUS (44') Proposed Item: . TURNING RADIUS 40' BRT BUS (45'1.5") A separate form must be submitted for each request for an approved equal. Proposers arerequired to submit technical information for each item. Any request received without then=ssary technical information will be returned. RFP PAGE 69 Maximum Turning Radius on BRT style 40ft low floor bus: 44 feet GILLIG PROPOSAL Gillig proposal includes our standard 40 foot Low Floor BRT bus that has a maximum turning radius of 45 feet, 1.5 inches measured over the bumper. This is standard on Gillig low floor BRT buses and is consistent with previously provided Florida bus orders. LYNX RFP 13-R06 Heavy Duty Transit Coaches Page 159 of 187 Page 10 of 23 ATTACHMENT D — REQUEST FOR EQUALS 'RETURN THIS PAGE WITH YOUR PROPOSAL DO NOT ALTER FORMAT — COMPLETE IN FULL Company Name: Specification Section Number: Component Item Listed: Proposed Item: L t. r . i 0 GILLIG LLC PAGE 74 AIR RESERVOIRS (Drain Valve Location) AIR RESERVOIRS (Drain Valve Location) A separate form must be submitted for each request for an approved equal. Proposers arerequired to submit technical information for each item. Any request received without thenecessary technical information will be returned. RFP PAGE 74 All air reservoirs shall meet the requirements of FMV SS Standard 121 and SAE Standard J10 and shall be equipped with drain plugs and guarded or flush type drain valves. GILLIG PROPOSAL Gillig would like to clarify that the air reservoirs on a Low Floor bus are mounted in the roof structure in an air tank compartment under the roof, making these drain valves impractical': Gillig proposal will include four (4) drain valves on the road side of the bus conveniently located approximately waist high above the battery box. This is standard on Gillig low floor buses and is consistent with previously provided Florida bus orders. LYNX RFP 13 -R46 Heavy Duty Transit Coaches Page 159 of 1.87 Page 11 of 23 ATTACHMENT D — REQUEST FOR EQUALS RETURN THIS PAGE WITH YOUR PROPOSAL DO NOT ALTER FORMAT — COMPLETE IN FULL APPROVED:;, Company Name: GILLIG LLC Specification Section Number: PAGE 77 Component Item Listed: BATTERY COMPARTMENT (HOLD DOWN MATERIAL, PLASTIC OR FIBERGLASS) Proposed Item: BATTERY COMPARTMENT (HOLD DOWN MATERIAL, METAL) A separate form must be submitted for each request for an approved equal. Proposers arerequired to submit technical information for each item. Any request received without thenecessary technical information will be returned. RAP „PAGE 77 The battery hold -down bracket shall be constructed of a non - metallic material (plastic or fiberglass). GILLIG PROPOSAL Gillig proposal will include a battery hold -down bracket constructed of a black powder coated metallic material. Gillig believes a metal hold -down bracket is much stronger and less susceptible to braking then plastic or fiberglass material. This is standard on Gillig low floor buses and is consistent with previously provided Florida bus orders. LYNX RFP 13 -R:O6 Heavy Duty Transit Coaches Page 159 of 187 Page 12 of 23 ATTACHMENT D — REQUEST FOR EQUALS RETURN THIS PAGE WITH YOUR PROPOSAL DO NOT ALTER FORMAT — COMPLETE IN FULL Company Name: Specification Section Number: Component Item Listed: Proposed Item: GILLIG LLC PAGE 104 —VENTILATION SYSTEM VENTILATION SYSTEM A separate form must be submitted for each request for an approved equal. Proposers arerequired to submit technical information for each item. Any request received without thenecessary technical information will be returned. RFP PAGE 104 A ventilation system shall. be provided to ensure driver comfort and shall be capable of providing fresh air in both the foot and head areas. GILLIG PROPOSAL Gillig wishes to advise the Authority that a driver's fresh air vent system is not incorporated in the front driver's heater/defroster system. Gillig proposal will provide a driver's booster fan that provides cooled or heated air from the passenger heater or air conditioner to the driver's compartment. There are two fan speeds. "HIGH" and "LOW".This is standard on Gillig low floor buses and is consistent with previously provided Florida bus orders. LYNX RFP 13-RO6 Heavy Duty Transit Coaches Page 159 of 1.87 Page 13 of 23 ATTACHMENT D — REQUEST FOR EQUALS RETURN THIS PAGE WITH YOUR PROPOSAL DO NOT ALTER FORMAT — CO'MP'LETE IN 'FULL Company Name: GILLIG LLC Specification Section Number: PAGE 106 Component Item Listed: SIDE BODY PANELS (Impact Resistant Material) Proposed Item: ALUMINUM (Quick Change) SIDE BODY PANELS A separate form must be submitted for each request for an approved equal. Proposers arerequired to submit technical information for each item. Any .request received without thenecessary technical information will be returned. RFP PAGE 106 The lower section (approximately 17.5 in.) of the side body panels (low -floor buses)) shall be made of impact - resistant material and shall be easily and quickly replaceable. GILLIG PROPOSAL Gillig wishes to advise the Agency that all of the exterior side panels on Gillig Low Floor bus are aluminum. Aluminum is used for the exterior skins, due to the fact it is durable and does not rust. The top of the aluminum side panel is fitted into a slot on the full- length extrusion at the window line, while the bottom of the panel is bolted to the frame. This allows a damaged body panel to be changed very quickly and reduces the amount of bus downtime. Gillig' Proposal includes our standard (Quick Change) aluminum side panels. These panels are standard on Gillig low floor buses and are consistent with previously provided Florida bus orders. LYNX RFP 13 -R06 Heavy Duty Transit Coaches Page 159 of 187 Page 14 of 23 ATTACHMENT D — REQUEST FOR EQUALS RETURN THIS PAGE WITH YOUR PROPOSAL DO NOT ALTER FORMAT — COMPLETE IN FULL Company Name: Specification Section Number: Component Item Listed: Proposed Item: GILLIG LLC AGE 109 FINISH AND COLOR (Process) FINISH AND COLOR (Process) a A separate form must be submitted for each request for an approved equal. Proposers arerequired to submit technical information for each item. Any request received without thenecessary technical information will be returned. RFP PAGE 109 The bus shall be completely painted prior to installation of exterior lights, windows, mirrors and other items that are applied to the exterior of the bus. GILLIG PROPOSAL Gillig production process installs the front and rear exterior marker lamps prior to the front and rear cap being installed and painted. Gillig proposal includes final paint with the front and rear marker lights installed. This process is standard on Gillig low floor buses and consistent with previously provided Florida bus orders. LYNX RFP 13 -RO6 Heavy Duty Transit Coaches Page 159 of 187 Page 15 of 23 ATTACHMENT D — REQUEST FOR EQUALS RETURN THIS PAGE WITH YOUR PROPOSAL DO NOT ALTER FORMAT — COMPLETE IN FULL Company Name: Specification Section Number: Component Item Listed: Proposed Item: GILLIG LLC APPROVED PAGE 112 - SERVICE AREA LIGHTING (Locations) SERVICE AREA LIGHTING (Locations) A separate form must be submitted for each request for an approved equal. Proposers arerequired to submit technical information for each item. Any request received without thenecessary technical information will be returned. RFP PAGE 112 These service areas shall include, but not be limited to, the engine compartment, the communication box, junction/apparatus panels and passenger door operator compartments, GILLIG PROPOSAL Gillig would like to clarify for the Agency that our service area lighting is limited to the engine compartment and the front 110 control panel. Gillig believes the passenger compartment lights provide sufficient light for the other areas outlined in the RFP. This is the standard service area lighting on Gillig low floor buses and consistent with previously provided Florida bus orders. LYNX RFP 13-RO6 Heavy Duty Transit Coaches Page 159 of 187 Page 16 of 23 ATTACHMENT D — REQUEST FOR EQUALS RETURN THIS PAGE WITH YOUR PROPOSAL DO NOT ALTER FORMAT — COMPLETE IN FULL Company Name: GILLIG LLC Specification Section Number: Component Item Listed: Proposed Item: PAGE 11 ENGINE COMPARTMENT LAMPS ENGINE COMPARTMENT LAMPS L • s A separate form must be submitted for each request for an approved equal. Proposers arerequired to submit technical information for each item. Any request received without thenecessary technical information will be returned. RFP PAGE 112 A minimum of 5 Engine compartment lamps shall be controlled by a switch mounted near the rear start controls. GILLIG PROPOSAL Gillig would like to clarify for the Agency that our engine compartment lighting system includes three (3) LED strip lights. The LED lights are strategically located to provide ample lighting throughout the engine compartment to provide excellent illumination. This is the standard engine compartment lighting on Gillig low floor buses and consistent with previously provided Florida bus orders. LYNX RFP 13 -R06 Heavy Duty Transit Coaches Page 159 of 187 Page 17 of 23 UNA1919190 WIN im LTUMAN101 ' ► f Company Name: GILLIG LLC Specification Section Number: Page 116 Component Item Listed: INTERIOR LIGHTS Proposed item.: INTERIOR LIGHTS A separate form must be submitted for each request for an approved equal. Proposers arerequired to submit technical information for each item. Any request received without thenecessary technical information will be returned. RFP PAGE 116 Failure of any light fixture or driver module shall be broadcasted via telltale light panel or dashboard display. GILLIG PROPOSAL Gillig is unable to provide light fixtures and modules to communicate such requests as they not integrated with the telltale light panel. This is the standard on Gillig low floor buses and consistent with previously provided Florida bus orders. LYNX REP 13 -RO6 Heavy Duty Transit Coaches Page 159 of 187 Page 1$ of 23 ATTACHMENT D - REQUEST FOR EQUALS RETURN THIS PAGE WITH YOUR PROPOSAL DO NOT ALTER FORMAT - COMPLETE IN FULL I Tow"Al Company Name: GILLIG LLC Specification Section Number: -PAGE 123 Component Item Listed: -REAR DOOR (Dimensions) Proposed Item: . REAR DOOR (Dimensions) A separate form must be submitted for each request for an approved equal. Proposers arerequired to submit technical information for each item. Any request received without thenecessary technical information will be returned. REP PAGE 123 The rear or exit door shall be a two panel swing out type designed to provide a minimum clear opening of 30" inches and a minimum height of 78 inches. GILLIG PROPOSAL Gillig proposal will include a two panel swing out rear door with the following dimensions: Door frame width 34" Opening width to door panel 30" Opening width to handle 261# Rear door clear height is 7711 This is the standard on Gillig low floor buses and consistent with previously provided Florida bus orders. LYNX RFP 13-R06 Heavy Duty Transit Coaches Page 159 of 187 Page 29 of 23 ATTACHMENT D — REQUEST FOR EQUALS RETURN THIS PACE WITH YOUR PROPOSAL DO NOT ALTER FORMAT — COMPLETE IN FULL APPROV Company Name: GILLIG LLC Specification Section Number: -PAGE 137 Component Item Listed: ANTENNA CABLES (CONDUIT) Proposed Item-, ANTENNA CABLES (W/ 0 CONDUIT) A separate form must be submitted for each request for an approved equal. Proposers arerequired to submit technical information for each item. Any request received without thenecessary technical information will be returned. RFP PAGE 137 All antenna cables shall be run in I inch diameter conduit to the radio box. GILLIG PROPOSAL Gillig proposal will include installation of the antenna as required but is unable to provide provisions for a conduit. This is the standard on Gillig low floor buses and consistent with previously provided Florida bus orders. LYNX RFP 13-RO6 Heavy Duty Transit Coaches Page 159 of 187 Page 20 of 23 ATTACHMENT D — REQUEST FOR EQUALS RETURN THIS PAGE WITH YOUR PROPOSAL DO NOT ALTER FORMAT — COMPLETE IN FULL SEE REVISED LANGUAGE IN CONTRACT EXHIBIT"A" p 14. Company Name: GILLIG LLC Specification Section Number: 2.9 Component Item Listed: ASSUMPTION RISK OF LOSS Proposed Item: ASSUMPTION RISK OF LOSS (Proposed Language) A separate form must be submitted for each request for an approved equal. Proposers arerequired to submit technical information for each item. Any request received without thenecessary technical information will be returned, RFP SECTION 2. The Procuring Agency shall assume risk of loss of the vehicle(s) only upon final acceptance. GIUIG PROPOSAL Gillig proposal includes that the assumption of risk of loss of the bus transfers to the Agency upon delivery of each bus to the Agency's receiving facility. This wording complies with the wording in the APIA Standard Bus Procurement Guidelines, is standard in the transit bus industry and is for insurance purposes. The assumption of risk of loss transferring to the procuring agency upon delivery is also consistent with previously provided Florida bus orders. LYNX RFP 13-RO6 Heavy Duty Transit Coaches Page 159 of 187 Page 21 of 23 ATTACHMENT D — REQUEST FOR EQUALS RETURN THIS .PACE WITH YOUR PROPOSAL DO NOT ALTER FORMAT — COMPLETE IN FULL Company Name: GILLIG LLC Specification Section Number: Page 16-17 of 18 Sample Contract Form Component Item Listed: INSURANCE The Contractor shall, at all times during the term of the Contract and extended terms thereof, provide andmaintain the following types of insurance protecting the interests of LYNX and the Contractor with limits of liability not lessthan those specified below. Proposed Item: INSURANCE — COVERAGE If Gillig is the successful bidder for this procurement, we propose to provide our "standard" Certificate of Liability Insurance as "reasonably acceptable" to Lynx and other members of the Consortium. (copy attached for reference). Insurance Cent 2013.pdf A separate form must be submitted for each request for an approved equal Proposers arerequired to submit technical information for each item. Any request received without thenecessary technical information will be returned. LYNX RFP 13 -R06 Heavy Duty Transit Coaches Page 159 of 187 Page 22 of 23 OP ID. MG .a►' %- R ° CERTIFICATE OF LIABILITY( INSURANCE DA 091291 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTENT) OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: if the certificate holder Is an ADDITIONAL .INSURED, the paitcy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorse ngt(s ). PRODUCER 847-267 -0415 Tave Risk Management 450 Skokie Blvd. - Bldq. #800 847- 267-047 Northbrook, IL 60062 CCOONT,• T PHA Not; —` ESS: X COMMERCIAL GENERAL LIABILITY CLAIMS-MADE 1K I OCCUR _.. PRODUCER I . GILLI -1 INSURER AFFORDING COVERAGE NAIL* _...... INSURED GILLIG LLC. ._.._ INSURER A.Lexington Insurance Company s 300,00 25800 Clawiter Road Hayward, GA 94545 -3213 oisumves:Zurich American Insurance Co. msMW c: CharUs Specialty Insurance Co I INSURER n;American Zurich insurance Co...M_. wsumaACE American Insurance Company POMNAL.4ADV INJURY 5 4,500,0a INSURER F ; GENERAL AGGREGATE COVERAUES CERTIFICATE NUMBER: RFVISTCUr MI IURFR• THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I .. TYPE OF INSURANCE LCY N y LIMITS GENERAL UASILITY EACH OCCURRENCE 5 4,500,00 A X COMMERCIAL GENERAL LIABILITY CLAIMS-MADE 1K I OCCUR 037205383 10101112 10101113 PREAAISESjEs,••:_ocwrrnua_) s 300,00 MEb EXP (An one Person S SIR S50011I4CC I POMNAL.4ADV INJURY 5 4,500,0a GENERAL AGGREGATE $ 4.500,0(} GENT AGGREGATE LIMIT APPLIES PER X POLICY PR LOC PRODUCTS - COMPIOP AGO S 4,500,00 B AUTOMOBNLE X X LABILITY ANY AUTO ALL OWNED AUTOS scHEDUI €DauTas HIRED AUTOS iBAP 5223578.04 10101112 10101113 COINED SINGLE LIMIT 8 °" °'l' S 2,000,00 SODILY INJURY (Par persmt) 3 BODILY INJURY (Peraccidsm) �--•— -' 3 PROPERTY DAMAGE (P*rA=dsm) ..�. $ X NON -OWNED ALTOS S )( GKLL LMT ;1M ....... ...... - _ ...... _..�____. UVARELLAWa OCCUR EACH OCCURRENCE S EXCESSUAa C(AIM&MADE AGGREGATE �___ OEDUCTSLE .. •. S I RETENTION. D E WORI4ERS CQIItPENSATN3N AND EMPLOYERS' LIABILITY. ANY PROPRIETORIPARTNERIEXECUTIVE TQ ��da- InNH)REXCLUDEDT It s, tlesaes <tlMer DESCRIPTION OF OPERATIONS bs3ovt NIA 0 5223575 -04 (LIED) CUC47124931 10101/12 10101/12 10/01/13 10/01113 ii we STATU- TH- E,L, EACH ACCIDENT _ S 1,000,00 y E.L. DISEASE $ 1,a0a,QO E.L. DISEASE - POLICY LIMIT S 1,000.00 Excess GIL 44070 10111112 10/01113 OcCJAg9. 410MM 10M DESCRIPTION OF OPERATIONS 1 LOCATIONS t VEHICLES (Attach ACORD 101, AdditimW Remarks Schvdub, N mom space Is requiredl his Certificate Is for Informational Purposes Only, (See Page 2) GILU431 Gillig LLC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE PO Box 3008 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Hayward, CA 94640 1 ACCORDANCE WITH THE POLICY PROVISIONS. 0 1986 -2008 ACORD CORPORATION. All r)nhts rnsarvAd ACORD 25 (2009/09) The ACORD name and logo are registered marks of ACORD ATTACHMENT D — REQUEST FOR EQUALS RETURN THIS PAGE WITH YOUR PROPOSAL DO NOT ALTER FORMAT — COMPLETE IN FULL Company Name: Specification Section Number: Component Item Listed: Proposed Item: GILLIG LLC EXHIBIT "A" PRICE PROPOSAL PAGE — a & 0 3 BASE ENGINE AND RELATED BASE EQUIPMENT CURRENT YEAR ENGINE AND EQUIPMENT A separate form must be submitted for each request for an approved equal. Proposers are required to submit technical information for each item. Any request received without the necessary technical information will be returned. RFP PAGE EXHIBIT "A" PRICE PROPOSAL FORM • Page 141 Line 4 requires 18.7 CFM Air Compressor as the BASE • Page 141 Line 7 requires the Bendix AD9 Air Drier as the BASE • Page 146 Line 194 requires the Cummins ISL 280 HP (Pre 2010) w/ EGR and Diesel Particulate filter as the BASE • Page 143 Line 100 requires L&M Radiator as the BASE GILLIG PROPOSAL Gillig wishes to advise the 18.7 CFM Air Compressor, the Bendix AD9 Air Drier, and the Cummins ISL 280 HP (Pre 20 10) are not available in new production buses. Gillig will provide the Cummins 37.4 Air Compressor, the SKF HCT`2000 Duraguard Air Drier, and the 2013 Cummins ISL 280 HP engine. These are all approved components with current model year production buses, the standard components on the Gillig Low Floor bus and consistent with previously provided Florida buses. Gillig wishes to advise we will provide an EMP electric fan system and radiator in place of the L &M radiator stated as the BASE in Exhibit "A ". The EMP system meets the criteria of the specification document. LYNX RFP 13 -R06 Heavy Duty Transit Coaches Page 159 of 187 Page 23 of 23 Exhibit "B" PRICE SCHEDULE LYNX and the Procuring Agencies reserve the right to order Buses and equipment over the five (5) year period beginning upon the date of contract award. The prices of such buses and equipment shall be the prices quoted below. These prices shall remain fixed for any orders issued by the Procuring Agency within a period of ninety (90) days of contract award. The price(s) of any buses or equipment ordered by the Procuring Agency after the initial ninety (90) day firm /fixed price period shall be that quoted (Base Order Prices) plus any escalation which will be calculated based on the following formula which utilizes the U.S. Department of Labor/Bureau of Labor Statistics Producer Price Index ( "PPI ") Category 1413, "Trucks and Bus Bodies ". The escalation in this index will be used to adjust the Base Order Prices. However, in no event will the prices for any purchase order release exceed, by more than 5 %, the price(s) that would have been in effect twelve (12) months prior to the date of the release if the base price of the date of the purchase order release is less than twelve (12) months after the initial contract award. FORMULA: Index Point Change EXAMPLE PPI Index: Future Award Month 141.1 Less PPI Index: Base Award Month 137.6 Equals Index Point Change 3.5 Index Percent Change Index Point Change 3.5 Divided by PPI Index: Base Award Month 137.6 Equals .0254 Results Multiplied by 100 .0254 x 100 Equals Percent Change 2.54% Base Order Price $1,000.00 Plus Percent Change (2.54% x $1,000) 25.40 Revised Price for Future Order $1,025.40 EXAMPLE: CONSORTIUM agency awarded its contract in July 2003, and has received its initial order of buses. In August 2004, CONSORTIUM agency elects to purchase more buses for delivery in 2005. The published data for PPI - Category 1413 shows an index value of 141.1 in August 2004 (Future Award Month). The index for July 2003 (Base Award Month) was 137.6. The percentage change in the index values from July 2003 to August 2004 would be 2.54 %. The buses ordered in August 2004 would be priced 2.54% higher than the base award price. This example assumes that the August 2004 order contained no significant equipment modification when compared with the original order. Significant Equipment Modifications. If any significant equipment modifications are made, in compliance with Section 2.14 (entitled "Contract Modifications "), under the Terms and Conditions of this contract, Page 1 of 3 LYNX Contract 14 -009 Exhibit "B" LYNX and Contractor will enter into negotiations to determine the price of the equipment modification(s) and the impact of the modification(s) on the Base Order Price(s). The following calculations will be used to convert the then current price of the modification(s) to the value of the modification(s) on the date of the Base Order Price: FORMULA Index Point Change EXAMPLE PPI Index: Future Equipment Modification Month 141.1 Less PPI Index: Base Award Month 137.6 Equals Index Point Change 3.5 Index Percent Change Index Point Change 3.5 Divided by PPI Index: Base Award Month 137.6 Equals .0254 Results Multiplied by 100 .0254 x 100 Equals Percent Change 2.54% Future Equipment Modification Price $200.00 Less Percentage Change (2.54% x 200.00) $ 5.08 Value of Equipment Modification During Base Award Month $194.92 Base Award Price $1,000.00 Plus Equipment Modification Cost $ 194.92 Equals Revised Base Order Price $1,194.92 All future releases, including the equipment modification(s) will be priced based upon the new revised Base Order Price. The Base Pricing of the Buses is as follows: First 500 Buses Ordered' Base Price 30 ft. HD Transit Bus (Base Package) $377,849.00 35 ft. HD Transit Bus (Base Package) $384,463.00 40 ft. HD Transit Bus (Base Package) $388,963.00 Weighted Delivery Charge for FL Agencies $7,447.00 ' This Base Price includes a quantity discount of $750 per bus offered in Gillig Letter dated October 1, 2013. Additional Discounts to the base price are included in the letter (501 -1,000 discounted by $1,500 per bus; 1,001 -1,585 discounted by $3,000 per bus) and are included in the Base Prices shown in this section. Page 2 of 3 LYNX Contract 14 -009 Exhibit "B" Buses 501 -1,000 Base Price 30 ft. HD Transit Bus (Base Package) $377,099.00 35 ft. HD Transit Bus (Base Package) $383,713.00 40 ft. HD Transit Bus (Base Package) $388,213.00 Weighted Delivery Charge for FL Agencies $7,447.00 Buses 1,001 -1,585 Base Price 30 ft. HD Transit Bus (Base Package) $375,599.00 35 ft. HD Transit Bus (Base Package) $382,213.00 40 ft. HD Transit Bus (Base Package) $386,713.00 Weighted Delivery Charge for FL Agencies $7,447.00 Detailed Option Pricine is provided in the followine attachments to this Exhibit: Attachment 1 to Exhibit B: Price Proposal Form (LYNX Form) Attachment 2 to Exhibit B: Base Equipment and Alternatives Price Sheet (Proprietary) Attachment 3 to Exhibit B: Gillig Letter dated October 1, 2013 — Clarifications and Quantity Pricing Attachment 4 to Exhibit B: Gillig Confirmation of Training Cost Page 3 of 3 LYNX Contract 14 -009 Exhibit "B" ATTACHMENT I TO EXHIBIT "B" GILLIG LLC AUGUST 15, 2013 PART IV — REQUIRED PRICE PROPOSAL FORM RETURN THIS PAGE WITH YOUR PROPOSAL DO NOT ALTER FORMAT— C OMPLFTF. IN FFIJ OLIN Description Cost 0001 Bus, Diesel, 30 Foot Low Floor, 102" Wide $ 378,599.00 0002 Bus, Diesel, 35 Foot Low Floor, 102" Wide $385,213.00 0003 Bus, Diesel, 40 Foot Low Floor, 102" Wide $389,713.00 0004 Weighted Delivery Charge for Florida Agencies $ 7,447.00 0005 Train the Trainer $1,500.00 0006 Operator Orientation $1,500.00 PER CLASS 0007 Technical Training $57,100.00 0008 OEM Trainin —'Engine $2,100.00 0009 OEM Training — Transmission $ 2,100.00 0010 OEM Training — Data Communications System $ 5,000.00 0011 OEM Training — Hybrid $ 5,300.00 0012 OEM Training — CNG $ 5,000.00 0013 OEM Trainin — Fare Box Collections $ 2,000.00 Company Name Payment Terms GILLIG LLC NET CASH 30 DAYS COMPLY WITH 2.13 PAYMENT SCHEDULE Print or Typed Name of Authorized Official Title of Authorized Official JOSEPH POLICARPIO VICE PRESIDENT Signature Date AUGUST 15, 2013 Major Component Equipment Items Each Proposer shall furnish a detailed pricing sheet for each major CLIN. Please indicate the manufacturer and model number of the major components included in your base price (reflected in the CLINs above) and the available options on a per bus add/delete cost. Optional Equipment Each Proposer shall include with the proposal response pricing on a per bus add/delete cost for the optional equipment available. Exhibit A to this Required Price Proposal Form is Attached and required for Proposers to submit Optional Equipment Pricing. Optional Payment Schedule The Contractor will I I will not fxl (Contractor must indicate) offer terms and unit pricing based upon progress payments. It is the option of the Procuring Agency to allow for the use of progress payments. The.. Contractor shall state in their proposal the percentage of work for each major phase and shall total 100 %. In all cases title to material included in any progress payment request shall pass to the Agency upon payment by the Agency. Said title shall be free of all encumbrances. However, such transfer of title shall not relieve the Contractor of its responsibility for the furnishing, installation, fabrication or inclusion of said materials as a deliverable element of buses procured in accordance with the requirements of the Contract. LYNX RF"P 13 -R06 Heavy Duty Transit Coaches Page 140 of 187 �11..L.1G LYNX — REQUEST FOR PROPOSAL 13 -R06 HEAVY DUTY TRANSIT COACHES GILLIG provides the following additional information in response to Section 1.19 Evaluation Criteria, Page 7 of the specifications: III PRICE 1. Bus - pricing provided as requested 2. Option — pricing provided as requested 3. Delivery GILLIG confirms we will comply with the specification requirements for delivery as outlined in your specifications. "Delivery of coaches shall be no later than 365 calendar days after the close of the calendar quarter (i.e. March 31, June 30, September 30, December 31) in which the Procuring Agency's purchase order is delivered to the contractor." 4. Training GILLIG has quoted Training on the Pricing pages as required. Additional information on the Quality of Training Program is provided in a separate section I. PRODUCT, item 7, as required 5. Progress Payments The proposal excludes progress payment terms. 6. Prompt Payment Terms GILLIG proposes to comply with the Procuring Agency section 2.13 Payment Schedule (excluding progress payments as noted above) where payment will be made within 30 days of receipt of a proper invoice and acceptance (final or provisional) of the coach(es). -S PRICING CLARIFICATION All the following general comments and clarifications may not apply to your specific procurement, but they are included so as to avoid misunderstandings, so they should not be construed as making this a conditional bid. These comments do not change _the quoted pricing for the initial order and build. TAX/FEE STATEMENT The prices quoted for this procurement are for the specified deliverables only and exclude (unless specifically noted by buyer or seller) any Local, City, County, State, Franchise or Income or Value Added(VAT) taxes, tariffs, fees, business licenses, or other licenses, that may need to be paid as part of the performance of this contract, or any option of it. If any additional fees are required, they will be noted and added. to the appropriate invoice. PAYMENT All Prices are in U.S. Dollars and payments are only accepted on U.S. bank checks or via electronic funds transfers, (no credit, debit or bank cards) and any applicable transaction fees would be the responsibility of the buyer. EMISSIONS AND OTHER REGULATED OR MANDATED CHANGES The prices quoted for the initial build quantity are for vehicles meeting all applicable Federal and State regulations (including EPA, CARB, or NHTSA requirements) currently known to be in effect at the time of delivery of those vehicles. Changes caused by or related to future regulations, any subsequently enacted regulations, or technologies necessitating revisions from the currently proposed vehicle configuration (e.g. component change /availability due to emission or other regulations, requirements or mandates), may require a price adjustment, which would be subject to negotiation and agreement by both Giliig and the buyer. This latter statement applies to future builds only that may need to use different components or currently unknown or unavailable technology, to meet regulations or requirements in effect at the time(s) of those optional deliveries(e.g. costs or technologies to meet 2017 emission requirements are currently unknown). OPTIONAL BUILD PRICING Most bids include a PPI adjuster to determine pricing for future builds, and this is to clarify that bus pricing for such future build quantities may be different from the PPI adjusted price because of the above regulated/mandated changes and /or due to customer initiated change notices. GILLIG LLC By 11 Z// JOSEPH POLICARPIO TITLE VICE PRESIDENT DATE JULY 25, 2013 1118/2007(2 -13) GILLIG LLC LOW FLOOR TRANSIT COACH STANDARD LIMITED WARRANTY & EXTENDED COVERAGE FOR LYNX RFP- 13 -R06 AUGUST 19, 2013 GILLIG LLC warrants to the original purchaser, that its transit coaches, save and except for those major component assemblies and other parts described below which are separately warranted by their respective manufacturer's (OEM's), will be FREE FROM DEFECTS IN MATERIAL AND WORKMANSHIP UNDER NORMAL USE AND SERVICE, for the distance or time periods specified in the attached, and agrees to REPAIR or REPLACE the defective parts AT NO COST TO THE PURCHASER. This is a limited warranty subject to the provisions stated below and is referred to as GIILLIG's Standard Limited Warranty. This warranty DOES NOT COVER malfunction or failure resulting from the purchaser's or its agents or employees alteration, misuse, abuse, accident, neglect or failure to perform normal preventive maintenance as outlined in GILLIG's Service Manual, nor does it cover components or assemblies not originally provided by GILLIG. Further, this warranty DOES NOT APPLY to normal replacement items such as light bulbs, seals, filters or bushings, nor to consumable items such as belts, tires, brake linings or drums. PURCHASER'S SOLE REMEDIES FOR LIABILITY OF ANY HIND WITH RESPECT TO THE PRODUCTS FURNISHED UNDER THIS WARRANTY AND ANY OTHER PERFORMANCE BY GILLIG UNDER OR PURSUANT TO THIS WARRANTY, OR WITH RESPECT TO PURCHASER'S USE THEREOF, INCLUDING NEGLIGENCE, SHALL BE LIMITED TO THE REMEDIES PROVIDED IN THIS WARRANTY AND SHALL IN NO EVENT INCLUDE ANY INCIDENTAL, INDIRECT, SPECIAL OR CONSEQUENTIAL DAMAGES OR LOSS OF USE, REVENUE OR PROFIT. IN NO EVENT SHALL GILLIG'S LIABILITY FOR DAMAGES WITH RESPECT TO ANY OF THE PRODUCTS COVERED UNDER THIS WARRANTY EXCEED THE AMOUNT PAID BY THE PURCHASER TO GILLIG FOR SUCH PRODUCTS. GILLIG DOES NOT WARRANT some major component assemblies (such as the engines, transmissions and air conditioning systems) which are warranted by their respective manufacturers (OEM's) and identified as Category 3 items on page three (3) of this Warranty. Warranty coverage for these items is as defined in those manufacturer's own warranty documents and per their terms and conditions, and as administered by their own support networks. GILLIG makes NO OTHER WARRANTIES, except as stated herein, and GILLIG's obligation under this warranty is LIMITED AND FULLY DESCRIBED HEREIN. Determination of warrantable defects is at GILLIG's (or the OEM's) discretion and will require inspection of failed components. Correction or compensation under this warranty for Category 1 and Category 2 items cannot be made unless requested on a GILLIG Application for Warranty Claim form and in accordance with the claim procedure established by GILLIG. THIS WARRANTY IS EXPRESSLY IN LIEU OF ANY OTHER WARRANTY EXPRESSED OR IMPLIED, but if such has legal status, it CANNOT EXCEED THE DURATIONS STATED HEREIN. This warranty gives the purchaser specific legal rights and some state statutes may include other rights. This is GILLIG's sole warranty with respect to its transit coaches. GILLIG MAKES NO OTHER WARRANTY OF ANY KIND WHATEVER, EXPRESS OR IMPLIED; AND ALL IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE WHICH EXCEED THE AFORESAID OBLIGATION ARE HEREBY DISCLAIMED BY GILLIG AND EXCLUDED FROM THIS AGREEMENT. Standard & Extended Revised. 9/25/12 Pagel of 4 GILLIG LLC LOW FLOOR TRANSIT COACH STANDARD LIMITED WARRANTY & EXTENDED COVERAGE FOR LYNX RFP- 013 -R06' AUGUST 19, 2013 GILLIG's Standard Limited Warranty which covers Category 1 and Category 2 parts, components and assemblies, covers the following systems, components or assemblies for the period specified, and includes 100% PARTS AND LABOR to repair or replace the defective components as determined by GILLIG. (See Page 3 for explanation of notes (1) -(7).) CATEGORY 1 Includes GILLIG manufactured or assembled components and systems as well as some purchased assemblies. Warranty and warranty claims administration provided by GILLIG. Coverage Period tt) Months Miles FULL COACH WARRANTY (2) (3) (7) 12 Unlimited BODY STRUCTURE WARRANTY (4) 36 Unlimited CORROSION & STRUCTURAL, INTEGRITY WARRANTY (5) 84 Unlimited CATEGORY 2 Includes major components purchased and installed by GILLIG. Warranty provided by component OEM's. Warranty claims administration provided by GILLIG. AXLE Meritor Front Steering 24 100,000 Meritor Rear Driving 24 100,000 BRAKE SYSTEM (Excludes Friction Material) Bendix Valves 24 50,000 Meritor Brakes 24 50,000 RADIATOR & CHARGE AIR COOLER EMP 24 100,000 Standard & Extended Revised 9/25/12 Page 2 of 4 GILLIG LLC LOW FLOOR TRANSIT COACH STANDARD LIMITED WARRANTY & EXTENDED COVERAGE FOR LYNX RFP- 13 -R06 AUGUST 19, 2013 Major components listed below under "Category 3" are covered by warranties or extended coverages (6) , for the miles and/or months indicated, provided by the manufacturer (OEM's) of those components. Purchasers should' refer to specific OEM warranty documents for details. Warranty claims are and will be administered by the respective manufacturers (OEM's) and all warranty claims must be made directly to said manufacturers. GILLIG will assist purchasers in dealing with these OEM's and warranty issues that may arise from time to time. CATEGORY 3 ENGINE (7) Cummins ISB/ISL/ISL -G Coverage Period (') Months Miles 60 300,000 ENGINE ACCESSORIES (Alternator, etc.) 24 100,000 TRANSMISSION Allison B400R, Voith, ZF 60 300,000 Allison EV40 Hybrid 24 100,000 BAE Hybrid 24 100,000 AIR CONDITIONING SYSTEM Thermo King, MCC WHEELCHAIR RAMP Lift -U, Ricon 36 Not applicable 36 Unlimited A/C COMPRESSOR S616 36 Unlimited STARTER Delco Remy 12 Unlimited EXTERIOR PAINT Dupont SUB -FLOOR Transit Deck 36 Unlimited 144 Unlimited RUBBER FLOOR MATERIAL RCA 144 Unlimited BODY/WINDOW LEAKAGE Ricon 84 Unlimited Standard & Extended Revised; 9/25/12 Page 3 of 4 GILLIG LLC LOW FLOOR TRANSIT COACH STANDARD LIMITED WARRANTY & EXTENDED COVERAGE FOR LYNX RFP- 13 -R06 AUGUST 19, 2013 NOTES (1) Coverage ceases at the first expiration of the time or distance noted. (2) Full coach warranty includes and applies to electrical, doors, seats, flooring, roof hatches, destination signs, wheelchair ramp, handrails, radio, P.A., etc., but not to IVS systems or special options. (3) Fleet defect coverage is for a maximum of 12 months or 50,000 miles and includes all components and assemblies on the vehicle. (4) Basic body structure warranty includes and applies to structural members in the body and undercarriage including the structural members in the suspensions. (5) The corrosion and structural integrity guarantee covers against a significant loss of structural integrity of the assembly or its functional performance, resulting from a pertinent loss of cross- section due to corrosion caused bynornial environmental elements but excludes corrosion caused by aggressive road de -icers such as Magnesium Chloride or equivalents, unless Gillig approved preventative measures are taken (see Service Manual). (6) Extended coverage may not duplicate Standard Limited warranty coverage. Note: Please refer to OEM warranty documents for details. (7) Use of non -ASTM biodiesel blends from non- BQ9000 suppliers in excess of B20 may void the engine manufacturer's warranty on fuel related components, and also may void warranties of hoses, seals and fittings in contact with the fuel. Standard & Extended Revised: 9/25/12 Page 4 of 4 GILLIG LLC AUGUST 15, 2013 PART IV — REQUIRED PRICE PROPOSAL FORM RETURN THIS PAGE WITH YOUR PROPOSAL O NOT ALTER FORMAT — COMPLETE IN FULL EXHIBIT A to RFP PART IV - REQUIRED PRICE PROPOSAL FORMAT OPTIONS FOR ALL BUS SIZES 1 POWER PACKAGE Allison EP40 Electric Drive System $197,823.00 2 POWER PACKAGE BAE Hybrid System $179,032.00 3 POWER PACKAGE CNG System $48,996.00 4 AIR Cummins 18.7CFM Base Not Available 5 AIR Shop Air Connection ( Milton 770) 0.00 6 AIR Shop Air Connection ( Milton S790) Base 0.00 7 AIR Bendix AD9, (300 ci purge) Base Not Available 8 AIR Bendix ADIP , Heated Not Available 9 AIR Bendix Puraguard Air / Oil Separator Not Available 10 AIR Haldex consep Moisture Ejector, Heated, at Air Dryer $150.00 11 AIR Wabco SS 1800 Air Dryer, Heated Not Available 12 AIR Chicago Rawhide Dual Turbo 2000 Not Available 13 AIR Kingston Auto Drain Valve at Ping Tank 0.00 14 ELECT - ALTERNATOR VANNER 300 AMP DC /DC CONVERTER Incl. w /Hybrid 15 ELECT - ALTERNATOR Neihoff C -803D (500 AMP) w/ remote regulator <$100.00> 16 ELECT - ALTERNATOR Neihoff C -703 (330 AMP) $768.00 17 ELECT - ALTERNATOR Air cooled 450 Amp brushless alternator Base 0.00 18 BODY Standard Styling Package Base 0.00 19 BODY Curbside A post skid plate $67.00 20 ELECT - ALTERNATOR Marine Cabling for Charging System $893.00 21 BODY Stainless Steel Molding for raised floor step & wheelwells $387.00 22 BODY Drivers Cup holder - big gulp $35.00 23 BODY Registration card holder $25.00 24 BODY 2 - Piece BRT Windshield w/ Destination Sign Glazing with Standard LF Rear Cap $9,790.00 25 BODY - OPERATOR SEAT Recaro Ergo Metro w / Fabric Seat and Back w/ Gray Fabric Boxing Base 0.00 26 BODY - OPERATOR SEAT USSC 9100 ALX w/ Fabric Seat and Back w / Gray Fahrin. Rnvina <$155.00> 27 BODY - OPERATOR SEAT USSC 9100 ALX - 3 w/ Fabric Seat and Back w / Gray Fabric Boxing <$50.00> 28 BODY - OPERATOR SEAT Add Shoulder Belt (Recaro) $335.00 29 BODY - OPERATOR SEAT USSC G2 -2PT DRIVERS SEAT 0.00 30 BODY - OPERATOR SEAT Drivers Seat Vacancy Alarm $159.00 31 BODY - OPERATOR SEAT USSC Q91 ALX3 $201.00 32 BODY - PAINT & DECAL One Color w / Roof Numbers Base 0.00 33 BODY - PAINT & DECAL (2) Colors, With or Without Black Mask at Windows $941.00 34 BODY - PAINT & DECAL (3) Colors, With or Without Black Mask at Windows $1,882.00 35 BODY - PAINT & DECAL Basic Decal Package (Up to Three Strips or Equivalent Design) $1,575.00 36 BODY - PAINT & DECAL Custom Paint / Decal Design (Per Spec) Quote 37 BODY - PAINT & DECAL Clear Coat Complete Bus $850.00 LYNX RFP 13 -R06 Heavy Duty Transit Coaches Page 141 of 187 GILLIG LLC AUGUST 15, 2013 PART IV - REQUIRED PRICE PROPOSAL FORM RETURN THIS PAGE WITH YOUR PROPOSAL DO NOT ALTER FORMAT - COMPLETE IN FULL 38 1 BODY - PAINT & DECAL Delete Roof Numbers <$65.00> 39 BODY - SCHEDULE RACK None Base 0.00 40 BODY - SCHEDULE RACK Innocom Schedule Racks 3.75" x 7" x 1.5" $14.00 41 BODY - SCHEDULE RACK Innocom Schedule Racks 8.62" x 1 V x 1" Base $25.00 42 BODY - SCHEDULE RACK 22" x 21" Black, RH Load Open Back Base $165.00 43 BODY - SCHEDULE RACK Transit Information Products -19 "x 21" OBIC 19/214P 1 LTRMC $309.00 44 BODY - SCHEDULE RACK Transit Information Products -19 "x 21" OBICT l OP2LTRMC Base $421.00 45 BODY - Stanchions/Grab Rails Stainless Steel Stanchions and Grab Rails and Modesty Panel Tubes Base 0.00 46 1 BODY - Stanchions /Grab Rails Modes Panel Tubes y� v V NV $642.00 47 BODY - Stanchions /Grab Rails Powder Coated Vertical Stanchions only $225.00 48 BODY - Stanchions /Grab Rails Farebox Guard Rail 0.00 49 BODY - Stanchions /Grab Rails Grab Rail Forward Wheel Housing Base 0.00 50 BODY - Stanchions /Grab Rails (14) Vinyl Coated Nylon Grab Straps 40' (10) straps on 30' Base 0.00 51 BODY - Stanchions/Grab Rails Delete Vinyl Coated Nylon Grab Straps - each <$20.00> 52 BODY - Stanchions/Grab Rails SSTL Spring Loaded Grab Handle (Cost per Handle) Base $123.00 53 BODY BIKE RACK None Base 0.00 54 BODY BIKE RACK Mounting Brackets Only $114.00 55 BODY BIKE RACK Sportworks - 2 position Bike, Black Powder Coated $1,114.00 56 BODY BIKE RACK Sportworks - 2 position Bike, Stainless Steel $1,471.00 57 BODY BIKE RACK Sportworks - 3 position Bike, Black Powder Coated Not Available 58 BODY BIKE RACK Sportworks - 3 position Bike, Stainless Steel Not Available 59 BODY BIKE RACK Midwest Bus - ? position BYK RYK Bisck Powder Coated $893.00 60 BODY BIKE RACK Midwest Bus - 2. position BYK RYK, Stainless Steel $950.00 61 BODY BIKE RACK Midwest Bus BYK RYK 3- positions Stainless Steel Not Available 62 BODY BIKE RACK Midwest Bus BYK RYK 3- positions mild steeil3iack_Pow ler Coated ................ Not Available 63 BODY BIKE RACK Bike Rack Deployed Lamp on Dash $30.00 64 BODY BIKE RACK Bike Rack 5" Spot Mirror $20.00 65 BODY- DRIVER'S BARRIER Wrap Around Fiberglass (35'/ 40' L/F) Base 0.00 66 BODY- DRIVER'S BARRIER Plexiglass Drivers Security Enclosure door ( 35'/ 40') $1,317.00 67 BODY- DRIVER'S BARRIER Flat Melamine, Two Piece ( 30' L/F ) Base 0.00 68 BODY- Exit Door Standard Melamine Panels on Lower Section Base 0.00 69 BODY- Exit Door Upper Clear Plexiglas Modesty Panels Both Sides of Rear Exit Door $250.00 70 BODY- Exit Door Upper Clear Plexiglas Modesty Panels Forward of Rear -.:. n _ $125.00 71 BODY EXTERIOR MIRROR B &R One Piece 8" x 8" Flat Glazing w / Stainless Steel Arms, Remote Both Sides Base 0.00 72 BODY EXTERIOR MIRROR B &R 8" x 15" 2 Piece, Heated, Remote Both Sides $475.00 73 BODY EXTERIOR MIRROR B &R 10 x 13" 1 Piece, Heated, Remote Both Sides $197.00 74 BODY FLOOR COVERING Greenwood ACQ Plywood w/ RCA Rubber Base 0.00 75 BODY FLOOR COVERING Altro Transfloor $400.00 76 BODY FLOOR COVERING Composite Sub Floor $2,500.00 77 BODY INTERIOR MIRROR Mirror - 8 1/2 " x 16" Base 0.00 78 BODY INTERIOR MIRROR Mirror - 4.75" x 15" 0.00 LYNX RFP 13 -R06 Heavy Duty Transit Coaches - Solicitation Ainentltnent #4 Page 142 of 187 GILLIG LLC AUGUST 15, 2013 PART IV — REQUIRED PRICE PROPOSAL FORM RETURN THIS PAGE WITH YOUR PROPOSAL DO NOT ALTER FORMAT — COMPLETE IN FULL LINE.(, 79 ........ .... ......... . . . In BODY-PASSENGER SIGNAL P.Ilcords - Above Windows (Neutral or Yellow) w Touch Pad at W/C positions Base 0.00 80 BODY-PASSENGER SIGNAL Touch Tape (At Window Mullions) (35'/ 40') $1,116.00 81 BODY-PASSENGER SIGNAL Touch Tape (At Window Mullions) (30') $866.00 82 BODY-PASSENGER SIGNAL Button at Exit Door Vertical Stanchion $63.00 83 BODY-PASSENGER SIGNAL Additional Amber Stop Request Lamp Mounted on Driver's Dash $35.00 84 BODY-R/DOOR 34" Wide Rear Door w/ Full Driver Control ( Air Open / Spring Close) Base 0.00 85 BODY-R/DOOR 48" Wide Rear Door w/ Full Driver Control (Air Open / Spring Close) $2,081.00 86 BODY-R/DOOR Passenger Open (Push Open / Spring Close) <$96.00> 87 BODY-R/DOOR Touch Bars (Air Open / Spring Close) $1,387.00 88 BODY-R/DOOR Touch Bars w / Driver Override $1,387.00 89 BODY-R/DOOR Touch Tape in place of Touch Bars $962.00 90 BODY-R/DOOR Exterior Air Release (Front Door Control Valve) $202.00 91 BODY-R/DOOR Driver Push Button Door Controls $757.00 92 BODY-R/DOOR Vapor CLASS Acoustic (Photo Sensor) $4,409.00 93 BODY-R/DOOR Delete Rear Door, add two seats <$860.00> 94 BODY-ROOF HATCH Manual Hatch at Front and Rear Positions Base 0.00 95 BODY-ROOF HATCH Delete one (1) Roof Hatch Position <$230.00> 96 COOLING SYSTEM Modine side by side by side plate fin radiator <$2,450.00> 97 COOLING SYSTEM EMP type Electric Cooling Fan System Base 0.00 98 COOLING SYSTEM Electric Fan Cooling System (Non ENV type -SPECIFY OEM) Modine - E Fan <$2,100.00> 99 COOLING SYSTEM Hydraulic Cooling Fan (Deduct) <$2,450.00> 100 COOLING SYSTEM L&M Radiator Base Not Available 101 COOLING SYSTEM Masabi Radiator Not Available 102 COOLING SYSTEM E - Coat Radiator, CAC & Hydraulic Cooler $750.00 103 COOLING SYSTEM Radiator Tank Guard $256.00 104 COOLING SYSTEM Double Breeze Constant Tension Clamps $125.00 105 COOLING SYSTEM Oetiker Constant Torque Clamps Base 0.00 106 COOLING SYSTEM Gates - Greenstripe Hose $198.00 107 ELECTRICAL Voltage spike arrestor, S.K.I. Products SK1241-101445, or approved equal Not Available 108 ELECTRICAL 24 volt to 13.6 volt DC-DC converter, 30 ampere output Model 1645-24-12-30, manufactured by Wilmore Electronics Co., Inc. ore uivalent Not Available 109 ELECT - APC None Base 0.00 110 ELECT - APC UTA Automatic Passenger Counter System with GPS, WLAN Capabilities $6,190 ELECT - ACC 12 V Cigarette Light Adaptor for PC auxilary power- Drivers area $110.00 112 ELECT - ACC 12 V Cigarette Light Adaptor for PC auxilary power- Rear air return grille area $110.00 113 ELECT - EQUIP STORAGE BOX UTA APC Sensors, Cabling, CPU Only $3,871.00 114 ELECT - EQUIP STORAGE BOX 33"H x 20"D x 22.5"W, 134292017006 Base 0.00 115 ELECT - EQUIP STORAGE BOX 33"H x 20"D x 22.5"W, 13-4292017014, w / Louvered Back Panel 0.00 116 ELECT -EXTERIOR LIGHTS 33"H x 20"D x 22.5"W, 1342920F, w / 2 - Doors $120.00 LYNX RFP 13-R06 Heavy Duty Transit Coaches Page 143 of 187 GILLIG LLC AUGUST 15. 2013 PART IV — REQUIRED PRICE PROPOSAL FORM RETURN THIS PAGE WITH YOUR PROPOSAL DO NOT ALTER FORMAT — COMPLETE IN FULL .. ......... W 0: Q j INN r 6'5� N 117 ELECT -EXTERIOR LIGHTS HEADLIGHT LED DIALIGHT - LOW BEAM 0.00 118 ELECT -EXTERIOR LIGHTS HEADLIGHT LED DIALIGHT - HIGH BEAM 0.00 119 ELECT -EXTERIOR LIGHTS Tail Lights - Manufacturer Dialite LED, Fixture Size - Base 0.00 4" diameter 120 ELECT- MULTIPLEXING Tail Lights - Manufacturer Dialite LED, Fixture Size - 0.00 7" diameter 121 ELECT- MULTIPLEXING Dinex, I/O Controls G3 System Base 0.00 122 ELECT- MULTIPLEXING I/O Controls, Gateway Module (Included in the ITS $547.00 Prewire Option) 123 ELECT -VIDEO APOLLO 7 CAMERA SYSTEM w/ ITB HD & WLAN $9,230.00 SURVEILLANCE 124 ELECT -VIDEO APOLLO ROAD RUNNER DVR w/I TB DH $9,230.00 SURVEILLANCE 125 ELECT -VIDEO APOLLO MRH SERIES DOCKING STATION $1,312.00 SURVEILLANCE 126 ELECT -VIDEO APOLLO BACK UP CAMERA w/LCD SCREEN Not Available SURVEILLANCE 127 ELECT-VIDEO Cole Hersee 12063 Electrical Tow Connector 0.00 SURVEILLANCE 128 ELECT -VIDEO None Base 0.00 SURVEILLANCE 129 ELECT -VIDEO (4) Camera Pre Wire Package $1,936.00 SURVEILLANCE 130 ELECT-VIDEO SEON EXPLORER DX12 with 2 500gb hard drives. 6 $8,726.00 SURVEILLANCE Camera System with wireless bridge 131 ELECT-VIDEO AngelTrax Upgrade to I Tb - Double stacked 500 G HD $7,830.00 SURVEILLANCE 132 ELECT -VIDEO March Network 5412 DVR (10 Kalatel Mobileview $15,829.00 SURVEILLANCE cameras) 133 ELECT -VIDEO REI Bus Watch Digital $5,873.00 SURVEILLANCE 134 ELECT -VIDEO Rear View Camera System $1,102.00 SURVEILLANCE 135 ELECT -VIDEO Add Additional Color Camera $485.00 SURVEILLANCE 136 ELECT -VIDEO Central Station Mobileview (Kalatel) $1,370.00 SURVEILLANCE 137 ELECT -VIDEO Desk Top Viewing Station (REI) $3,630.00 SURVEILLANCE 138 ELECT-AUXILARY LIGHTS Four (4) 4" Diameter LED Auxiliary Brake Lights Base 0.00 139 ELECT-AUXILARY LIGHTS Two (2) 4" Diameter LED Auxiliary Brake Lights $100.00 140 ELECT-AUXILARY LIGHTS Exterior Curb lamps, front & rear - J.W. Speaker White Not Available Housing LED's 141 ELECT-AUXILARY LIGHTS Two (2) Red LED Brake Strip Lamps $100.00 142 ELECT-AUXILARY LIGHTS Delete LED Auxiliary Brake Lights <$200.00> Overhead Farebox light wNight-Day switch (on drivers 143 ELECT-AUXILARY LIGHTS side panel)- Light illuminates w/frt. door open and $84.00 switch in the night position 144 ELECT-AUXILARY LIGHTS Engine Compartment Lights 0.00 145 ELECT-AUXILARY LIGHTS Decel Lights (2) - non-flashing only (Per NHTSA) $120.00 146 ELECT-BATTERY (2) DEKA 8D Side or Top Post Connections Base 0.00 147 ELECT-BATTERY (4) DEKA Group 31 Top Post $237.00 148 ELECT-BATTERY Vanner 80-series Smart Battery Equalizer w/CAN $157.00 149 ELECT-BATTERY Ultra Capacitors —Vanner Start Sentry $5,664.00 150 ELECT-BATTERY Ultra Capacitors —HBI KAPower $4,134.00 151 ELECT-BATTERY Anderson 350 Jump Start Connector (Each) Base 0.00 LYNX RFP 13-R06 Heavy Duty Transit Coaches Page 144 of 187 GILLIG LLC AUGUST 15, 2013 PART IV — REQUIRED PRICE PROPOSAL FORM RETURN THIS PAGE WITH YOUR PROPOSAL DO NOT ALTER FORMAT — COMPLETE IN FULL LYNX RFP 13-R06 Heavy Duty Transit Coaches Page 145 of 187 ... ...... . .............. .. ........... R 152 ELECT- COMMUNICATION/RADIO Delete Anderson 350 Jump Start <$85.00> ELECT- Pre-Wire: 12V/40A Direct Battery & 12V/1 OA Ignition 153 COMMUNICATION/RADIO Route to RH Dash & Ele. Equip. Box) and Install Roof Base 0.00 Mount RF/GPS/Cellular Antenna 154 ELECT- COMMUNICATION/RADIO DC Power Filter for Radio Wiring $160.00 155 ELECT- COMMUNICATION/RADIO Hand Microphone $65.00 156 ELECT- ASP930T Radio Antenna with RG58 coax cable and $125.00 COMMUNICATION/RADIO TNC connector 157 ELECT- COMMUNICATION/RADIO Antenna Specialist ASP-572 $125.00 GPS antenna w/gasket (Trimble 502 Model 18334 or 158 ELECT- COMMUNICATION/RADIO approved equal) with RG58 coax cable and F Type male $171.00 connector to the VLU 159 ELECT-DESTINATION SIGNS TWIN VISION SILVER SERIES SIGN (16 X 160) $2,241.00 FRONT & SIDE 160 ELECT-DESTINATION SIGNS TWIN VISION SILVER SERIES SIGN (24 X 200) $3,174.00 FRONT & SIDE 161 ELECT-DESTINATION SIGNS Customer Specified Two Way Radio and Installation Quote 162 ELECT-DESTINATION SIGNS Twin Vision 100% AMBER LED, Front Curb Side, Base 0.00 Rear 163 ELECT-DESTINATION SIGNS Twin Vision Chroma I Color LED Front Not Available 164 ELECT-DESTINATION SIGNS Twin Vision Chroma IV 100% Color LED $6,890.00 165 ELECT-DESTINATION SIGNS Twin Vision 24 x 200 Front Amber LED Sign $439.00 166 ELECT-DESTINATION SIGNS Luminator GEN 4 Horizon 100% Amber LED Front, 0.00 Curbside, Rear 167 ELECT-DESTINATION SIGNS Luminator Spectrum 100% Amber LED Front, $8,412.00 Curbside, Rear 168 ELECT-DESTINATION SIGNS Delete Rear Sign <$700.00> 169 ELECT-DESTINATION SIGNS Program Software (Twin Vision) $1,143.00 170 ELECT-DESTINATION SIGNS Luminator Programming Software and Flash Cards $620.00 171 ELECT-DESTINATION SIGNS Transign, (4) Character, Metal Housing Base 0.00 172 ELECT-DESTINATION SIGNS Transign, (3) Character, Metal Housing Not Available 173 ELECT-DESTINATION SIGNS Transign, (2) Character, D-1 853, Metal Housing Not Available 174 ELECT-DESTINATION SIGNS Hanover Display Destination Signs <$450.00> 175 ELECT-ITS (INTELLIGENT Delete Front Run Sign <$258.00> VEHICLE) 176 ELECT-ITS (INTELLIGENT one Base 0.00 VEHICLE) 177 ELECT-ITS (INTELLIGENT Clever Devices IVN III w / Voice Annunciation, APC, Budgetary $30,000.00 VEHICLE) Wireless LAN 178 ELECT-ITS (INTELLIGENT AVAIL IVN w / MDC, GPS, APC, WLAN Budgetary $30,000.00 VEHICLE) 179 ELECT-ITS (INTELLIGENT Siemens Transit Master (Pending System Specification) Budgetary $30,000.00 VEHICLE) 180 ELECT-ITS (INTELLIGENT Transloc Transit Visualization System AVL Quote VEHICLE) 181 ELECT-ITS (INTELLIGENT Orbital TMS CAD/AVL System w/ Voice Budgetary $30,000.00 VEHICLE) Annunciation, APC (Pending System Specification ) 182 ELECT-ITS (INTELLIGENT Intelligent Vehicle System Prewire Only (Pending Quote VEHICLE) System Specification) 183 ELECT-ITS (INTELLIGENT Trimble "Button" Antenna $171.00 VEHICLE) 184 ELECT-ITS (INTELLIGENT Low Profile Blade Antenna T $125.00 I VEHICLE) LYNX RFP 13-R06 Heavy Duty Transit Coaches Page 145 of 187 GILLIG LLC AUGUST 15, 2013 PART IV — REQUIRED PRICE PROPOSAL FORM RETURN THIS PAGE WITH YOUR PROPOSAL DO NOT ALTER FORMAT — COMPLETE IN FULL LYNX RFP 13-R06 Heavy Duty Transit Coaches Page 146 of 187 185 ELECT-PLEASURE RADIO None Base 0.00 186 ELECT-PUBLIC ANNOUNCEMENT Drivers Speaker w/ Separate Volume Control $60.00 187 ELECT-PUBLIC REI Model 750040 PA w / handheld Mic w / (8) Flush ANNOUNCEMENT Mount Speakers 40'(6) w / 30' Base 0.00 188 ELECT-PUBLIC Luminator IVS w / GPS capability, w / LED Sign, w/o ANNOUNCEMENT Mapping Not Available 189 ELECT-PUBLIC DR 700 Vehicle Logic Unit w / GPS capability, w ANNOUNCEMENT LED Sign, w/stealth MIC, w/o Mapping $14,907.00 190 ELECT-PUBLIC ANNOUNCEMENT Clever Devises - Speakeasy 11 $1,140.00 191 ELECT-PUBLIC ANNOUNCEMENT REI Echo PA System 0.00 192 ELECT-PUBLIC ANNOUNCEMENT Interior LED Sign Ind. w/DR 700 193 ENGINE Mapping and Database Setup for GPS per Customer Requirement Quote 194 ENGINE Cummins ISL 280 HP w / EGR and Diesel Particulate Filter Pre 2010) ( Base 2013 MY Only 195 ENGINE Williams Controls 41 Degree Throttle Pedal Base 0.00 196 ENGINE Teleflex Adjustable Throttle and Brake Pedal $1,291.00 197 ENGINE Std Donaldson (RBX00-2277)-AIR INTAKE RESTRICTION Base 0.00 198 ENGINE Donaldson Informer-AIR INTAKE RESTRICTION $25.00 199 ENGINE Spin On Filters Supplied by Engine Manufacturer Base 0.00 200 ENGINE BY PASS FILTER -Spinner 11 Bypass Model 976 $931.00 201 ENGINE SAMPLE TEST PORT - TITAN PROBALIZER OD- 1014 Base 0.00 202 KP Series Pushbutton Sampling Valve - engine oil $59.00 203 ENGINE FEMCO Oil Drain Plug Base 0.00 204 ENGINE Magnetic Drain Plug 0.00 205 ENGINE Test ports shall be provided for commonly checked functions on the bus $145.00 206 ENGINE Delete FEMCO Oil Drain Plug <$35.00> 207 ENGINE REAT RUN BOX STARTER - Delco NIT 42 - 24V Electric Base 0.00 208 ENGINE REAT RUN BOX Rear Run Box Base 0.00 209 ENGINE REAT RUN BOX Rear Hand Throttle $189.00 210 ENGINE REAT RUN BOX Engine Hour Meter $50.00 211 ENGINE REAT RUN BOX A/C Hour Meter $50.00 212 EXHAUST Mechanical Gauges - Murphy Oil Pressure and Coolant Temperature $120.00 213 EXHAUST Diesel Particulate Filter (Active) Base Ind. w/Engine 214 FARE BOX Cummins Computest Fitting Base 0.00 215 FARE BOX No Farebox, Power Circuit and Groundstrap Only Base 0.00 216 FARE BOX GFI 41" Odyssey $15,881.00 217 FARE BOX Incandescent Farebox Lamp, Ceiling mounted $84.00 218 FUEL EMCO-WHEATON Posi Lock 105 (Flip Cap or Twist Cap) Base 0.00 219 FUEL Standard Gravity Fill <$263.00> 220 FUEL Fuel Gauge on dash $171.00 221 FUEL FILTER Low Fuel Alarm $108.00 222 FUEL FILTER Spin On Primary and Secondary Fuel Filters Base 0.00 LYNX RFP 13-R06 Heavy Duty Transit Coaches Page 146 of 187 GILLIG LLC AUGUST 15, 2013 PART IV — REQUIRED PRICE PROPOSAL FORM RETURN THIS PAGE WITH YOUR PROPOSAL DO NOT ALTER FORMAT — COMPLETE IN FULL 223 �TEM FUEL FILTER DAVCO Fuel Pro 384, Heated $641.00 224 HVAC TK Intelligaire 3 w/ X 616 Compressor, R134A or R407c, Reliance Brushless Cond. & Eva p. Motors Base 0.00 225 HVAC TK System w / General Electric Field Wound Motors ( Cond & Eva <$1,300.00> 226 HVAC TK System w / General Electric P.M. Motors <$2,000.00> 227 HVAC TK System w / X430Compressor <$2,100.00> 228 HVAC TK System w / S391 Screw Compressor <$700.00> 229 HVAC TK ELECTRIC HVAC SYSTEM w/ HVDM $22,125.00 230 HVAC TK Pressure and Return Gauges Mounted to Unit $407.00 231 HVAC Modified Houston Pull Down Requirements Base 0.00 232 HVAC Delete Modified Houston Pull Down, add Enhanced Insulation Package <$900.00> 233 HVAC MCC Drivers Heater w / Brushless Motors Base 0.00 234 HVAC MCC Drivers Heater w / Brush Motors <$387.00> 235 HYBRID AUXILIARY COOLANT HEATER Not Required 236 HYDRAULIC KP Series Pushbutton Sampling Valve - hydraulic fluid $145.00 237 MANUALS Drivers Handbook ( 1 Manual / 1 CD Per 3 bus order) Base 0.00 238 MANUALS Service Manual ( 1 Manual / 1 CD Per 3 bus order) Base 0.00 239 MANUALS Parts Manual ( 1 Manual / ICD Per 3 bus order) Base 0.00 240 MANUALS Electrical Schematics ( 1 Manual / 1CD Per 3 bus order Base 0.00 241 MANUALS Vender manuals ( 1 Manual / 1 CD Per 3 bus order) Base 0.00 242 MANUALS Additional Driver's Handbook $30.00 243 MANUALS Additional Service Manuals $130.00 244 MANUALS Additional Parts Manuals $130.00 245 MANUALS Additional Electrical Schmatics $130.00 246 MANUALS Additional Electrical Multiplex $130.00 247 MANUALS Additional Cummins ISL Manuals (4 Books) $478.00 248 MANUALS Additional Allison B400 Manuals (6 Books) $367.00 249 MANUALS Additional ZF 6HP594 Manuals (5 Books) $367.00 250 MANUALS Additional Voith Manuals (7 Books) $367.00 251 MANUALS Additional Amerex Manuals $50.00 252 MANUALS Additional TRW Steering Gear Manuals $50.00 253 MANUALS Additional Thermo King Manual $50.00 254 MANUALS Additional Carrier HVAC Manuals (2 books) $50.00 255 SAFETY Additional CD's Quote 256 SAFETY Amerex V -25 System Base 0.00 257 SAFETY Kidde - Dual Spectrum <$276.00> 258 SAFETY Kidde- LTD Spectrum Quote 259 SAFETY Kidde TLSE Spectrum Quote 260 SAFETY Fogmaker Fire Suppression System $529.00 261 SAFETY Delete Amerex <$1,800.00> 262 SAFETY Fire Extinguisher and Safety Triangle Kit Base 0.00 263 SAFETY Twenty-Four Unit First Aid Kit $69.00 264 SAFETY Ten Unit First Aid Kit $69.00 265 SAFETY Blood Born Pathogens Kit $35.00 LYNX RFP 13 -R06 Heavy Duty Transit Coaches Page 147 of 187 GILLIG LLC AUGUST 15, 2013 PART IV — REQUIRED PRICE PROPOSAL FORM RETURN THIS PAGE WITH YOUR PROPOSAL DO NOT ALTER FORMAT — COMPLETE IN FULL L SYST 266 SAFETY Bio- Hazard Disposal Kit $37.00 267 SAFETY High Temperature protective sleeves for component Base lines 268 SAFETY (3) 20 - Minute Road Flares $56.00 269 SAFETY Wheel Chocks ( Per Set) $35.00 270 STEERING Ross Model TS 65 Base 0.00 271 STEERING TRW Electric Assisted Steering $2,494.00 272 TRAINING None Base 0.00 273 TRAINING Operator Orientation - 8 hours, (Customer Property) $1,250.00 Price Proposal Form 274 TRAINING Maintenance Orientation - 4 hours, (Customer Property) $625.00 Price Proposal Form 275 TRAINING Technical Training - 96 hours, (Customer Property) $57,100.00 152 Price Proposal Form 276 TRAINING Body, Chassis, Suspension and Steering - (24 hour $5,000.00 class), Procuring Agency Property 277 TRAINING Electrical and Electronics - (24 hour class) , Procuring $5,000.00 Agency Property 278 TRAINING Air and Brake Systems - (24 hour class) , Procuring $5,000.00 Agency Property 279 TRAINING HVAC And Climate controls - ( 8 hour class) , 0.00 Procuring Agency Property 280 TRAINING Engine - (24 hour class), Per Student $1,050.00 281 TRAINING Transmission - (24 hour class) , Per Student $1,050.00 282 TRAINING Wheelchair Ramp - (4 hour class), Procuring Agency 0.00 Property 283 TRAINING Destination Sign - (8 hour class), Procuring Agency Property 0.00 284 TRAINING Doors - Procuring Agency Property, Included in 0.00 Body/Chassis 285 TRAINING Axles and Tires - Procuring Agency Property, Included 0.00 in Body/Chassis 286 TRAINING Fire Suppression - (8 hour class), Procuring Agency 0.00 Property 287 TRAINING Hybrid Drive - (16 hour class), Procuring Agency $5,300.00 Property 288 TRAINING Engine OEM Training (24 Hour Class, 2 persons), At $2,100.00 Local Dealer 289 TRAINING Transmission Training (24 Hour Class, 2 persons ), At $2,100.00 Local Dealer 290 TRAINING Hybrid Transmission Training - (24 Hour Class, 2 $5, 300.00 persons), At Local Dealer 291 TRAINING Data Communications System OEM Training ( 2 Quote persons , At Local Dealer, Pending System Spec 292 TRAINING Hybrid Drive OEM Training (2 persons ), At Local $5, 300.00 Dealer 293 TRAINING EQUIP/MODULES Fare Collection OEM Training ( 2 persons ), At Local $2,000.00 Dealer 294 TRAINING EQUIP/MODULES ISL/B400R Power Plant $159,100.00 295 TRAINING EQUIP /MODULES ISL/Voith D864.5 $159,100.00 296 TRAINING EQUIP/MODULES ISL /ZF6AP1400B $159,100.00 297 TRAINING EQUIP/MODULES Vapor door training module $43,000.00 298 TRAINING EQUIP/MODULES HVAC Training Module $34,725.00 299 TRAINING EQUIP /MODULES 1/0 Controls Multiplex Board $24,888.00 300 TRANSMISSION Air Brake Training Board $31,500.00 LYNX RFP 13 -R06 Heavy Duty Transit Coaches Page 148 of 187 lours GILLIG LLC AUGUST 15, 2013 PART IV — REQUIRED PRICE PROPOSAL FORM RETURN THIS PAGE WITH YOUR PROPOSAL DO NOT ALTER FORMAT — COMPLETE IN FULL 301 TRANSMISSION ALLISON B-400R, GEN IV or Latest GEN IN Base 0.00 302 TRANSMISSION VOITH D864.5 <$1,220.00> 303 TRANSMISSION ZF 6AP1400B $1,552.00 304 TRANSMISSION "Transynd" Synthetic Base 0.00 305 TRANSMISSION TITAN PROBALIZER OD-1014 Base 0.00 306 TRANSMISSION KP Series Pushbutton Sampling Valve - transmission fluid $59.00 307 TRANSMISSION DAVCO Electronic Fluid Level Gauge Not Available 308 TRANSMISSION Transmission Oil Temperature Gauge (Dash or Rear Run Box) $50.00 309 W/C RESTRAINTS AMSECO - A.R.M. Base 0.00 310 W/C RESTRAINTS AMSECO Reliant mobility aid securement system $2,210.00 311 W/C RESTRAINTS Q'Straint - QRT $380.00 312 W/C RESTRAINTS Q-POD W/C RESTRAINT SYSTEM Per Location $4,736.00 313 W/C RESTRAINTS AMESCO DUAL AUTO LOCK W/C RESTRAINT SYSTEM $1,494.00 314 W/C RESTRAINTS USSC - V-PRO-Reliant 0.00 315 WARRANTY Complete Bus - I year / Unlimited Miles Base 0.00 316 WARRANTY Engine - 5 Year /300,000 Miles Base 0.00 317 WARRANTY Transmission - 5 Year / Unlimited Miles (Voith/ZF limit 300,000 Miles) Base 0.00 318 WARRANTY Transmission - 2 Year / 100,000 Miles - (Allison) Deduct <$2,250.00> 319 WARRANTY Hybrid Drive System 2- Year / 100,000 Miles Base 0.00 320 WARRANTY Differential - 2 Year / Unlimited Miles Base 0.00 321 WARRANTY Differential - 2 Year / 100,000 Miles - Deduct <$375.00> 322 WARRANTY HVAC - 3 Year Unlimited Miles Base 0.00 323 WARRANTY Starter Motor - IYear / Unlimited Miles Base 0.00 324 WARRANTY Basic Body Structure - 3 Years / Unlimited Miles Base 0.00 325 WARRANTY Wheelchair Ramp - ( Lift-U ) 3 Year / Unlimited Parts Only) Base 0.00 326 WARRANTY Wheelchair Ramp - ( Ricon) 2 Year / Unlimited Base <$300.00> 327 WARRANTY Exterior Paint - 3 Year / Unlimited Miles Base 0.00 328 WARRANTY Structure/ Body Integrity Against Corrosion - 7 Year Unlimited Miles Base 0.00 329 WARRANTY Sub Floor - 12 Years / Unlimited Miles Base 0.00 330 WARRANTY Rubber Floor Material - 12 Year / Unlimited Miles Base 0.00 331 WARRANTY Body and Window Frames Against Leakage - 7 Year Unlimited Miles Base 0.00 332 WC RAMP LIFT-U , 6:1 Ratio, Front Door Only Base 0.00 333 WC RAMP Ricon , 6:1 Ratio, Front Door Only (Upon production availability) 0.00 334 WC RAMP LIFT-U COMBINATION 4:1 & 6:1 Ratio, Front Door Only LU 18 0.00 335 WHEEL BRAKES S - Cain Drum w/ Wabsco ABS System-Deduct <$3,650.00> 336 WHEEL BRAKES Brake Wear Monitoring System $3,329.00 337 WHEEL BRAKES Four Wheel Disc Brakes Base 0.00 338 WHEEL HUBOMETER None Base 0.00 339 WHEEL HUBOMETER Stemco electronic $54.00 340 WHEEL HUBOMETER Veeder Root w/o Tenths w/o Guard $72.00 LYNX RFP 13-R06 Heavy Duty Transit Coaches Page 149 of 187 GILLIG LLC AUGUST 15, 2013 PART IV - REQUIRED PRICE PROPOSAL FORM RETURN THIS PAGE WITH YOUR PROPOSAL DO NOT ALTER FORMAT - COMPLETE IN FULL 341 WHEEL HUBOMETER S &A Fleetwatch 392 Electronic 35' $436.00 342 WHEEL HUBOMETER E J Ward Data System (Includes CANceiver, display unit and Antenna) Base $1,028.00 343 WHEEL HUBOMETER Engler (Stemco) Mechanical w/o Tenths w/o Guard Open Bottom Racks $79.00 344 WHEEL HUBS Engler Hubometer w/ Powder Coat Guard N/A $147.00 345 WHEEL HUBS Hub Piloted Wheels and Axles w/ Grease Seals Base Base 346 WHEEL HUBS Hub Piloted w /Oil Seals (Per Axle) 35' $60.00 347 WHEEL HUBS Stud Piloted Wheels and Axles w/ Grease Seals Base $295.00 348 WHEELS Stud Piloted Wheels and Axles w/ Oil Seals Laminated Safety Glass (1/4 ") - Framed Transom $415.00 349 WHEELS (7) Powder Coated Steel Wheels (White or Black) Base Base 350 WHEELS (7) Aluminum Alcoa - Full Polish $1,955.00 351 WHEELS (7) Aluminum Alcoa - Full Polish w / Dura Bright finish $2,487.00 352 WHEELS (7) Aluminum Alcoa - Machine Finish w / Dura Bright Finish $2,245.00 353 WHEELS Delete Spare Wheel Alum. or Steel <$110.00> 354 WHEEL -TIRES ADD Dura Flange to Alcoa $197.00 per 355 WHEEL -TIRES Customer Supplied Base Base 356 WHEEL -TIRES Michelin XZU2 (305 / 85R / 22.5) Not Available 357 WHEEL -TIRES Michelin XZU2 (305 / 70R / 22.5) Not Available 358 WHEEL -TIRES Michelin XZU3 (305/85/22.5) $727.00 ea 359 WHEEL -TIRES Michelin XZU2 (275 / 70R /22.5) $534.00 ea 360 WHEEL -TIRES Michelin XZE2 +(H) (295/80/R22.5) Not Available 361 WHEEL -TIRES G152 (305 / 85R /22.5) $762.00 ea 362 WHEEL -TIRES Goodyear G152 (305 / 70R/22.5) $622.00 ea 363 WHEEL -TIRES Goodyear G152 (275 / 70R /22.5) $524.00 ea 364 WHEEL -TIRES Firestone 18J (315 / 80R / 22.5) $755.00 ea 365 WHEEL -TIRES Firestone 16H (305 / 70R / 22.5) $695.00 ea 366 WHEEL -TIRES Bridgestone 16H (275 / 70R / 22.5) $595.00 ea 367 WHEEL -TIRES Tire Pressure Monitoring System $983.00 368 — 1 {VAC MCC System w /05G Compressor, cvcling clutch & Micro Max Controls T,F,NCi'TH SPFC..TFTC OPTIONS INTERIOR LIGHT OPTIONS OPTIONS Description 30' 35' 40' I/O Controls LED Interior Lights Base Base Base Pretoria LED Interior Lights 0 0 0 Open Bottom Racks N/A $9,267.00 $9,267.00 Suburban Package Racks / Open Bottom N/A $11,160.00 $11,160.00 WINDOWS OPTIONS Description 30' 35' 40' Laminated Safety Glass (1 /4 ") - Framed Sliders Base Base Base Laminated Safety Glass (1/4 ") - Framed Fixed <$691.00> <$515.00> <$1,179.00> Laminated Safety Glass (1/4 ") - Framed Transom <$341.00> <$205.00> <$622.00> LYNX RFP 13 -R06 Heavy Duty Transit Coaches — Solicitation Atnendinent #2 Page 150 of 187 eel GILLIG LLC AUGUST 15, 2013 PART IV — REQUIRED PRICE PROPOSAL FORM RETURN THIS PAGE WITH YOUR PROPOSAL DO NOT ALTER FORMAT — COMPLETE IN FULL Hidden Framed Bonded - Fixed $557.00 $887.00 $844.00 Hidden Framed Bonded - Transom $1,905.00 $2,421.00 $2,694.00 Add Window Guards (Acrylic Liner or Film) $1,067.00 $1,486.00 $1,720.00 PASSENGER SEAT OPTIONS Description 30' 35' 40' AMSECO - 6468 Base Base Base AMSECO - Insight $3,311.00 $3,738.00 $4,676.00 AMSECO - Metropolitan <$482.00> <$237.00> <$305.00> AMSECO - 6466 $2,873.00 $3,484.00 $3,859.00 AMSECO - 6566 N/A N/A N/A AMSECO - 2005 / 6466 Suburbans N/A N/A $6,750.00 AMSECO VISION $4,273.00 $5,551.00 $6,711.00 AMSECO - Innovator 850 $9,338.00 $12,394.00 $15,827.00 Freedman - Angel $2,763.00 $3,313.00 $4,104.00 Freedman - Citiseat $4,135.00 $1,599.00 $2,146.00 Freedman - Citipro $3,190.00 $3,505.00 $4,399.00 Freedman - Diablo N/A N/A N/A Freedman - Patriot N/A N/A $6,422.00 4 ONE GEMINI SEATING $2,120.00 $2,190.00 $3,005.00 USSC Aires - 4MA $6,732.00 $6,987.00 $8,329.00 USSC Mariella 6MZ $3,817.00 $5,083.00 $6,234.00 Add (3) Passenger Seats to Curbside Wheelwell ( 30' L/F Only) $997.00 N/A N/A Add (2) Passenger Seats to Curbside Wheelwell ( 30' L/F Only) $665.00 N/A N/A Hinged Rear Settee Base Base Base Trolley Styling Package (if available) TROLLEY STYLING PACKAGE Description 30 ft 35 ft 40 ft Classic San Francisco $61,494.00 $69,106.00 $77,061.00 Options: Wood Seats $13,437.00 $13,553.00 $16,337.00 Wood Trimed Drivers Barrier 0 0 0 Wood Trimed Electrical Box 0 0 0 Brass Powdercoated Stanchions & Grab Rails 0 0 0 Add Vinyl Seat Cushions $3,374.00 $3,881.00 $4,363.00 Add Cow Catcher $3,036.00 $3,036.00 $3,036.00 Add Ropelights $3,036.00 $3,149.00 $3,261.00 Add Vintage Style Graphics Package 0 0 0 Add for Hybrid Roof Compatibility $7,987.00 $7,987.00 $7,987.00 2 Color Custom Paint for Trolley 0 0 0 Brown Leather Overhead Grab Straps - Each $30.00 $30.00 $30.00 LYNX RFP 13 -R06 Heavy Duty Transit Coaches Page 151 of 187 GILLIG LLC AUGUST 15, 2013 PART IV — REQUIRED PRICE PROPOSAL FORM RETURN THIS PAGE WITH YOUR PROPOSAL DO NOT ALTER FORMAT — COMPLETE IN FULL SPARE PARTS QTY DESCRIPTION PRICE 1 X 426 / 430 A/C compressor w / Clutch assembly $5,375.00 1 A/C Compressor - S 391 $5,975.00 1 Reliance Brushless Condenser Motor $1,942.00 1 Reliance Brushless Evaporator Motor $4,676.00 1 Heater Core $756.00 1 Set Wiper Motors $1,572.00 1 Set Windshields ( Standard Transit) $825.00 1 Set of (3) One Piece BRT Windshields $3,865.00 1 2 Piece BRT Windshield $950.00 1 Set of Window Glazing ( 30') - Hidden Frame Fixed $12,127.00 1 Set of Window Glazing (35') - Hidden Frame Fixed $14,672.00 1 Set of Window Glazing (40') - Hidden Frame Fixed $16,138.00 1 Set of Skirt Panels ( 30') $2,171.00 1 Set of Skirt Panels ( 35') $2,287.00 1 Set of Skirt Panels ( 40') $2,345.00 1 Engine Power Pack ( ISL / Allison) $99,753.00 1 Engine Power Pack ( ISL / Voith) $98,382.00 1 Engine Power Pack ( ISL /ZF ) $98,845.00 1 Engine ISL 280 HP (w /o DPF) N/A 1 Allison Transmission ( B40OR) $20,652.00 1 Voith Transmission ( 864.5 ) $21,839.00 1 ZF Transmission ( 6HP 592/4) $21,910.00 1 Set of Twin Vision Destination Signs, 100% Amber LED, ( Front, Side , Rear ) $8,900.00 1 Set of Luminator Destination Signs, 100% Amber LED, ( Front, Side , Rear ) $8,900.00 1 Twin Vision Front Electronic Dash Sign $1,120.00 1 Luminator Front Electronic Dash Sign $1,120.00 1 Set Entrance Doors $2,950.00 1 Set of Exit Doors 34" $2,669.00 1 Set of Exit Doors 48" $3,955.00 1 Door Motor $2,482.00 1 Left Rear Corner Panel $310.00 1 Right Rear Comer Panel $310.00 1 Rear Bumper $1,260.00 1 Front Bumper $1,483.00 1 Right Front Bumper Comer $256.00 1 Left Front Bumper Comer $256.00 1 Right Rear Bumper Comer $175.00 1 Left Rear Bumper Comer $175.00 1 Front Cap ( Standard Transit) $5,912.00 1 Front Cap ( BRT ) $6,237.00 1 Set of Access Doors 30' L/F ( Radiator, Trans, RR Fender, LR Fender, Battery, Front) $4,273.00 1 Set of Access Doors 35' L/F ( Radiator, Trans, RR Fender, LR Fender, Battery, Front) $4,372.00 LYNX RFP 13 -R06 Heavy Duty Transit Coaches Page 152 of 187 GILLIG LLC AUGUST 15, 2013 PART IV — REQUIRED PRICE PROPOSAL FORM RETURN THIS PAGE WITH YOUR PROPOSAL DO NOT ALTER FORMAT — COMPLETE IN FULL 1 Set of Access Doors 40' L/F( Radiator, Trans, RR Fender, LR Fender, Battery, Front) $4,450.00 1 LIFT -U Wheel Chair Ramp 6:1 Ratio, $8,357.00 1 Sportworks - 2 Bike, Black Powder Coated $744.00 1 Sportworks - 2 Bike, Stainless Steel $942.00 1 Midwest Bus -- 2 position BYK RYK, Black Powder Coated 1 Midwest Bus -- 2 position BYK RYK.. Stainless Steel 1 GFI 41" Odyssey $18,784.00 1 NeihoffC -701 $2,518.00 1 Neihoff C -703 $3,237.00 1 Set of Drums and Linings 35'& 40' L/F (Front) $1,288.00 1 Set of Drums and Linings 35'& 40' L/F (Rear) $1,749.00 1 Set of Drums and Linings 30' L/F ( Front) $821.00 1 Set of Drums and Linings 30' L/F (Rear) $938.00 1 Pressure relief valve $295.00 1 Solenoid valve- normally closed - electrically opened for fuel delivery $176.00 1 Pressure Regulator $812.00 1 Low pressure switch $77.00 1 Low pressure filter ass y. $55.00 1 Low pressure filter - normally sin on $220.00 I Coalescing filter ass y. $220.00 1 Coalescing filter elements $22.00 1 Pressure Transducer $150.00 1 Fuel Manifold / fill panel complete ass y. $6,477.00 I Manifold, lines and fittings for tank ass y. $293.00 1 Muffler / catalyst ass y. $5,084.00 1 Methane Gas sensor $228.00 DIAGNOSTIC HARDWARE 1 Laptop PC - Dell Pentium M $4,685.00 1 Printer(J- 38480 -A) $1,022.00 ELECTRICAL DIAGNOSTICS 1 Set of Multiplexing Diagnostics (includes the 7 following items) $8,860.00 1 Inel w/ set - Circuit Tester (single item pricing request for this item and following items) Included w /set 1 Incl w/ set - Program Loader Included w /set 1 Incl w/ set - Program Included w /set 1 Incl w/ set -ID Writer /verification Included w /set 1 Incl w/ set- RS232/RS485 Converter Included w /set 1 Incl w/ set - Software, Real Time Ladder Logic Included w /set 1 Incl w/ set -Hand -Held Computer Included w /set ENGINE DIAGNOSTICS 1 Cummins Inline 5 Adapter Kit, Insite Basic $1,219.00 ENGINE TUNE -UP HIT 1 Cummins Tune -Up Kit (includes the following) $7,089.00 1 includes - Pressure Gauge Included w /set 1 includes - Torque Wrench Included w /set 1 includes -Oil Filter Wrench Included w /Set I includes - Engine Coolant & Fuel Wrench Included w /set 1 includes -Belt Tension Gauge Included w /set 1 includes -Belt Tension Gauge Included w /set 1 includes - Charge -A/C CAC Pressure Kit Included w /set LYNX RFP 13 -R06 Heavy Duty Transit Coaches — Solicitation Aanentttnent #4 Page 153 of 187 GILLIG LLC AUGUST 15, 2013 PART IV - REQUIRED PRICE PROPOSAL FORM RETURN THIS PAGE WITH YOUR PROPOSAL DO NOT ALTER FORMAT - COMPLETE IN FULL 1 includes - Engine Barring Gear Included w /set 1 includes - Torque Wrench Included w /set 1 includes - Roller Follower Rem. & Installation Tool Included w /Set 1 includes - Compucheck Fitting Included w /Set TRANSMISSION DIAGNOSTICS 1 Allison Cable & Software $1,893.00 1 Voith Cable & Software $1,021.00 1 Voith Service Tool Kit $6,000.00 1 Set of ZF Diagnostics ( Includes the 3 following items) $4,795.00 1 includes - Testman Diagnostic System Included w /set 1 includes -SAE Cable Included w /Set 1 includes - Ecomat Testman Software Included w /Set DESTINATION SIGN PROGRAMMING 1 Luminator Flash Card & Software $620.00 1 Twin Vision Flash Card $80.00 1 Twin Vision Software Package $1,205.00 HVAC SPECIAL PURPOSE 1 TK Intelligaire II Diagnostics $1,514.00 1 Webasto Diagnostic Tool $520.00 TOWING & HOISTING 1 Set of Hoist Adapters (Includes the 4 following items) $863.00 1 Incl w / set -Front Saddle Included w /set 1 Incl w / set -Front Adapters Included w /Set 1 Incl w / set -Rear Saddle Included w /set 1 Incl w / set -Rear Adapters Included w /set BRAKE SYSTEM DIAGNOSTICS 1 Mentor Software (Tool Box), Serial Link / Interface Kit $441.00 HYBRID DRIVE TOOLS 1 Special Purpose Hybrid Drive Tool Kit $15,435.00 MISCELLANEOUS ALTERNATIVES 1 Engine Dolly $5,628.00 1 EMCO - Wheaton Posi -Lock Nozzle $1,968.00 1 Mobile Receiver for S &A 392 Hubodometer $1,279.00 1 Cup Holder $34.00 1 Auxiliary Drivers Fan $76.00 1 Fiber Optic Backlighting on Drivers Dash $1,143.00 1 12V Power Port on Driver Dash $110.00 CNG TOOLS 1 Methane Gas Detector- hand held electronic $526.00 LYNX RFP 13 -R06 Heavy Duty Transit Coaches Page 154 of 187 A'I "I'ACHMENT 2 TO EXHIBIT "B" CONFIDEN GILLIG'S BASE EQUIPMENT AND ALTERNATIVES PRICE SHEET As you have just reviewed, Gillig has submitted Exhibit A to RFP PART IV Price Proposal Options in accordance to the RFP. You specifically request that document should not be altered. However, Gillig has recognized there are a number of line items in those Price Sheets that: • list components as the BASE which are in conflict with the Technical Specifications (the RFP states elsewhere that in the event of any discrepancies or conflicts, the Technical specifications shall govern) • are obsolete due to technology changes • have item descriptions that do not match the specific application • are not identified in current Florida bus order configurations commonly used by LYNX and the other Florida agencies Therefore, in addition to the required LYNX Exhibit A to RFP Part IV Price Proposal Options Form, Gillig is pleased to offer and supply as part of our proposal a separate and more complete updated listing of the Base Equipment and Alternatives Price Sheet that will be more beneficial to LYNX and the Procuring Agencies for this new contract. Much of the pricing will correlate between the two lists, however the Gillig supplied Base Equipment and Alternatives Price Sheet is more pertinent and inclusive with current nomenclature. We trust this will be very useful. FOR TI 1[:*" ELECTRONIC COPY 01: TIIIS CONTRACT CON I IDI NTIAI_, 13RICING IIAS BEEN INCLUDED UINDE.R SEPARATE COVER, ATTACHMENT 3 TO EXHIBIT "B" October 1, 2013 Mr. Greg Anderson Purchasing Manager LYNX 455 N. Garland Avenue Orlando, FL 32801 -1518 Post office Box 3008 Hayward, CA 94540 -3008 (510) 785 -1500 FAX: (510) 785-5819 RE: PROPOSAL FOR HEAVY DUTY TRANSIT COACHES RFP NO. 13 -R06 Mr. Anderson: Thank you for the opportunity to provide additional information to help you understand and complete your evaluation of Gillig's proposal for Heavy Duty Transit Coaches in response to RFP No. 13 -R06. On September 12, 2013 LYNX hosted a meeting at your facility to discuss our proposal. Mr. Ben Grunat (Gillig National Sales Director) and Mr. Butch Sibley (Regional Sales Manager) attended on behalf of Gillig. Mr. Steven Neal (G.M. Ocala, FL) representing the Florida Public Transit Association (FPTA) attended as well as Mr. Ben Guida (LYNX Director of Procurement) and you representing LYNX. In response to your request for additional information, we have provided documentation of what we believe were the key concerns expressed at the meeting. They are as follows: • Comparative Price Analysis between our current proposal for Heavy Duty Bus RFP 13 -R06 and the existing 2008 Heavy Duty Bus Gillig contract 09 -005. • Comparative Price Analysis between our current proposal for Heavy Duty Bus RFP 13 -R06 and the price of the same equipment purchased off other large State contracts (MN and PA). • An Evaluation of our current Price Structure and Power plants as proposed. t,FVl''2'P i3 -RU!i Comparison of Proposed RFP Prices to Existine Gillis Florida Contract Prices Gillig prepared the following analysis to compare our proposed RFP prices with the current Gillig contract awarded in 2008 to fully understand the cost drivers associated with our proposed prices. A. Emissions Related Changes Contract modifications 4, 7 and 8 included various price increases as a result of EPA mandated emissions changes. The proposed bus prices include 2010 and 2013 EPA emissions regulations and all current requirements. These are itemized in Section A of the following Comparative Price Analysis. B. Cost Escalation Increases Over the Contract Term The existing contract included provisions for price adjustments based on the Producer Price Index #1413 Truck and Bus Bodies. Over the nearly five years of Gillig's existing 2008 contract, the index has increased only 3.99 %, which equates to 0.8% per year. During that same period, Gillig experienced increased costs above the allowable PPI in raw material, major and minor components, contractual labor, health care costs, in -bound freight, delivery, etc. Our total increased costs averaged 1.5% per year, or $5,281 /yr/bus. These escalation increases are itemized in Section B of the following Comparative Price Analysis. C. Base Bus Specification Changes The technical requirements of the base bus as proposed have changed since the last contract. The new RFP includes Disc Brakes, EMP Electric Cooling, LED headlights and other additional technical requirements over and above Gillig's existing 2008 contract. These additional requirements add increased costs to the proposed Base bus prices. These are itemized in Section C of the following Comparative Price Analysis. D. Warran ty Costs While the coverage levels have remained consistent between the two contracts, the addition of on -board diagnostics required by the new EPA emissions standards and the resultant increased subcomponent cost have each contributed greater vendor exposure which resulted in higher extended coverage costs. This is itemized in Section D of the following Comparative Price Analysis. Addmonal Ii: VxnvI� ,m I,; VX R P i'; -RO:i . S P '1 E. Valued Customer Discount Gillig has established a strong partnership with transit properties throughout the State of Florida over the prior contracts and based on these valued relationships, we are pleased to have offered a $5,000 customer discount to the base bus prices already. This discount demonstrates our continued commitment to support and provide LYNX and the FPTA consortium members with the best value, as well as the most reliable, safe and cost effective bus to maintain and operate in the industry. This is itemized in Section E of the following Comparative Price Analysis. Summary Based on the itemized Comparative Price Analysis below, you can see that the proposed bus prices are extremely fair and reasonable and provide LYNX and the FPTA consortium members with a new five year contract comparable to the existing Gillig contract that has already provided the Consortium members with great value. �:3;Aficnailntarm o_z 1, , x R-11 FZ -xa s COMPARATIVE PRICE ANALYSIS CURRENT PROPOSED RFP PRICES TO EXISTING 2008 GILLIG CONTRACT 2008 Exisiting Gillig Contract 40' Low Floor Base Bus Price A. EPA Required Emission Changes 2010 Engine and Equipment (Contract Mod # 4) 27,179.00 2010 Cummins Extended Warranty (Contract Mod # 7) 1,250.00 2013 Engine and Equipment (Contract Mod # 8) 1,570.00 Total Emissions Related Changes B. Cost escalation increases over contract term PPI Adjustment Base Bus 226.5 (Aug '13) / 217.8 (Dec'08) = 3.99% 12,807.00 PPI Adjustment Mod 4 - 226.5 (Aug'13) / 216.3 (Jul'09) = 4.71% 1,280.00 PPI Adjustment Mod 7 - 226.5 (Aug ' 13) / 222.1 (Nov ' 11) = 1.98% 25.00 PPI Adjustment Mod 8 - 226.5 (Aug ' 13) / 225.1 (Oct ' 12) = 0.62% 9.00 Gillig cost increases in excess of PPI (0.7% per year) Actual cost escalation increases over the five year term ($5281/yr) C. Specification Changes EMI' Cooling Fan in place of Hydraulic Cooling EMP Alternator Disc Brakes in place of Drum Brakes Dual LED Headlights in place of Halogen Headlights Protective Sleeves on High Pressure Lines Hinged Rear Settee ADA Remote Belt Release Farebox Guard Horizontal Guardrails on Wheelhousings Changes in base bus specification D. Increased Warranty Costs on Major Components Initial Adjusted Base Unit Price E. LYNX (Florida Consortium) Valued Customer Discount Proposed 40' Low Floor Base Unit Price 12,284.00 8,993.00 346.00 5,206.00 878.00 325.00 269.00 350.00 112.00 1 ,36 on $ 320,983.00 29,999.00 26,405.00 16,615.00 711.00 $ 394,713.00 (5,000.00) 389,713.00 Comparison to Other Existing State Gilli2 Contracts To further demonstrate that the proposed prices provided to LYNX and the FPTA members were not only fair and reasonable, but also the best state -wide pricing provided by Gillig, we compared the proposed price of the Florida Base Bus to the price of that bus if purchased off two different state contracts. For purposes of this analysis, we compared the State of Minnesota FY2013 Heavy Duty Transit Bus contract and the Pennsylvania consortium Heavy Duty Transit Coach contract. As the technical requirements of these two contracts are not the same, we prepared a technical comparison below to calculate the price difference. The following table summarizes the price of the Florida Base Bus on each of the three contracts: 1Eddltaa3ci We also provide for your review the pricing for the various additional propulsion systems proposed in other State contracts compared to the LYNX proposal. Further Ouantity Discount After detailed review of your request in the meeting on September 12, 2013, Gillig is pleased to offer LYNX and the FPTA consortium members a further quantity -based incentive program which decreases your bus prices for vehicles purchased off of this procurement. The following per bus discount would be applied to the price summary at the time of Gillig's order acknowledgement. The potential savings from this incentive is over $2,800,000 over this contract! This additional quantity based discount demonstrates our absolute commitment to the partnerships we have developed with LYNX and the FPTA consortium members over the past 15 years. We would also like to bring to your attention the other huge inherent cost savings with an award to Gillig. There are significant part standardization aspects that will decrease your operating and maintenance costs. Operator and maintenance training is significantly minimized based on your current fleet of Gillig buses, as well as specialized tooling and diagnostics already owned by the transit agencies. We trust that the information provided above shows that our initial proposed prices are fair and reasonable. And, in the spirit of true partnership, Gillig has provided further pricing discounts as stated herein to further verify Gillig's commitment to LYNX and the FPTA I'Jd3i h ob!md *w.n l.Y�NS 1UP 13-R!16 a consortium members. The comparisons given with other state contracts should also support our valued relationship with LYNX and the FPTA consortium members - - and we hope you would agree! We thank you for this opportunity and would be honored to be selected for this award and to continue the successful partnerships that we have established over the years. Sincerely 111�117-e" Joseph Policarpio Vice President Sales and Marketing CC: Ben Guida, Director of Procurement (LYNX) Steven Neal, General Manager (FPTA) Benjamin M. Grunat, Director National Sales (Gillig) Javier Hernandez, Jr., Director Project Sales Management (Gillig) Butch Sibley, Regional Sales Manager (Gillig) Page 1 of 1 ATTACHMENT 4 TO EXHIBIT "B" Gregory Anderson - Clarification of Gillig Proposal to LYNX RFP 13 -1106 (Operator Orientation Training) From: <Butch.Sibley @gillig.com> To: "Gregory Anderson" <GAnderson @golynx.com> Date: 10/21/2013 3:28 PM Subject: Clarification of Gillig Proposal to LYNX RFP 13 -R06 (Operator Orientation Training) CC: <Joseph.Policarpio @gillig.com >, <Ben.Grunat @gillig.com >, <Javier.Hernand... Greg, The price for the Operator Orientation Training, 8 hours, (Customer Property) on the Price Proposal form Page 140 of 187, CLIN 0006 was incorrectly listed as $1,500. per class. This e -mail confirms the price of $1,250 per class as listed on the Base Equipment and Alternatives Price Sheet. I apologies for any inconvenience. Butch Sibley Regional Sales Manager Gillig LLC (510) 589 -9430 bsibley @gillig.com file: / / /C:/ Users/ ganderson/ AppData/ LocallTemp/ XPgrpwise /52654815GoLynxDomLynx... 10/22/2013 Exhibit "C" LYNX GENERAL TERMS AND CONDITIONS PROVISIONS APPLICABLE TO ALL CONTRACTS Accident Prevention. The Contractor shall provide and maintain Work environments and procedures, which will safeguard the public and LYNX personnel, property, materials, supplies, and equipment exposed to Contractor operations and activities; avoid interruptions of LYNX operations and delays in project completion dates; and control costs in the performance of the Contract. Whenever the Contracting Officer becomes aware of any noncompliance with these requirements or any condition which poses a serious or imminent danger to the health or safety of the public or LYNX personnel, the Contracting Officer shall notify the Contractor orally, with written confirmation, and request immediate initiation of corrective action. This notice, when delivered to the Contractor or the Contractor's representative at the work site, shall be deemed sufficient notice of the noncompliance and that corrective action is required. After receiving the notice, the Contractor shall immediately take corrective action. If the Contractor fails or refuses to promptly take corrective action, the Contracting Officer may issue an order stopping all or part of the Work until satisfactory corrective action has been taken. The Contractor shall not be entitled to any equitable adjustment of the Contract price or extension of the performance schedule on any stop work order issued under this clause. The Contractor shall insert this clause with appropriate changes in the designation of the parties, in subcontracts. Americans with Disabilities Act. All design and construction must be accessible to individuals with disabilities pursuant to Titles II and III of the Americans with Disabilities Act. Application Of Federal Laws Clause. Contractor understands that Federal, state and local laws, regulations, policies, and related administrative practices ( "Laws ") applicable to the Contract on the date the Contract was executed (the "Execution Date ") may be modified from time to time, or new Laws may be established after the Execution Date. Contractor agrees that the most recent of such Laws will govern the administration of the Contract at any particular time, unless there is sufficient evidence in the Contract of a contrary intent. Such contrary intent might be evidenced by express language in the Contract, or a letter signed by the Federal Transit Administrator, the language of which modifies or otherwise conditions the text of a particular provision of the Contract. Civil Rights. The Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age or disability, in accordance with the following Federal statutes and regulations, and any other implementing regulations issued pursuant to the: Civil Rights Act as amended, Titles VI (42 U.S.C. Sec. 2000d) and VII (42 U.S.C. Sec. 2000e); Age Discrimination Act of 1975, as amended, Sec. 303 (42 U.S.C. 6102); Age Discrimination Action of 1967 as amended, Sec. 4 (29 U.S.C. Sec 623); Americans with Disabilities Act of 1990, as amended, Sec. 202 (42 U.S.C. 12132), and Sec. 102 (42 U.S.C. Sec. 12112) and implementing regulations (29 C.F.R. Part 1630), Federal transit law (49 U.S.C. Sec. 5332); Executive Order 11246, as amended by Executive Order 11375 42 U.S.C. Sec. 2000e note) and implementing regulations (41 C.F.R. Parts 60 et seq.). The Contractor also agrees to include these requirements in each subcontract financed in whole or in part with Federal assistance provided by the Federal Transit Administration. Compliance With Law. Contractor shall perform all Work hereunder in compliance with all applicable federal, state and local laws and regulations, including, but not limited to, any applicable licensing or permitting laws. The Contractor shall use only licensed personnel to perform Work required by law to be performed by such personnel and shall bear the costs of obtaining all necessary licenses and permits. Composition Of Contractor. If the Contractor hereunder is comprised of more than one legal entity, each such entity shall be jointly and several hereunder. Federal, State And Local Taxes. The Contract price includes all applicable federal, state, and local taxes and duties. LYNX is exempt from state and local sales and use taxes. In addition, any such taxes included on any invoice or voucher received by LYNX shall be deducted from the amount of the invoice or voucher for purposes of payment. Indemnification. Contractor shall fully indemnify and hold harmless LYNX and all of its directors, officers, employees, and agents from all claims demands, causes of action, damages, losses, and expenses (including attorney's fees), of whatsoever nature, character, or description that any person or entity has or may have arising out of or related to the breach of or failure to perform the Contract or any subcontracts hereunder or resulting from any negligent act, omission, misconduct, or fault of the Contractor or subcontractors and their employees and agents. Page 1 of 5 LYNX Contract 14 -009 Exhibit "C" Independent Contractor. The Contractor at all times shall be an independent contractor. The Contractor shall be fully responsible for all acts and omissions of its employees, subcontractors, and their suppliers, and shall be specifically responsible for sufficient supervision and inspection to ensure compliance in every respect with the Contract requirements. There shall be no contractual relationship between any subcontractor and supplier of the Contractor and LYNX by virtue of the Contract. No provision of the Contract shall be for the benefit of any party other than LYNX and the Contractor. Interest Of Public Officials. Contractor represents and warrants that no employee, official, or member of the board of LYNX, during his or her tenure or two years thereafter, is or will have a pecuniary interest or benefit directly or indirectly from the Contract or the proceeds thereof. Contractor further represents and warrants that it has not offered or given gratuities (in the form of entertainment, gifts, or otherwise) to any employee, official, or member of the Board of LYNX. For breach of any representation or warranty in this clause, LYNX shall have the right to annul the Contract without liability and /or have recourse to any other remedy it may have at law. Material and Workmanship. All equipment, material, and articles incorporated into the Work covered by the Contract shall be new and of the most suitable grade for the purpose intended, unless otherwise specifically provided in the Contract. References in the specifications to equipment, material, articles, or patented processes by trade name, make, or catalog number, shall be regarded as establishing a standard of quality and shall not be construed as limiting competition. The Contractor at its option, may use any equipment, material, article, or process that, in the judgment of the Contracting Officer, is equal to that named in the specifications, unless otherwise specifically provided in the Contract. Organization And Direction Of The Work. When the Contract is executed, the Contractor shall, at the request of the Project Manager, submit to the Project Manager a chart showing the general executive and administrative organization, the personnel to be employed concerning the Work under the Contract, and their respective duties. The Contractor shall keep the data furnished current by supplementing it, as additional information becomes available. Work performance under the Contract shall be under the full -time resident direction of: (1) The Contractor, if the Contractor is an individual; (2) One or more principal partners, if the Contractor is a partnership; or (3) One or more senior officers, if Contractor is a corporation, association, or similar legal entity. However, if the Contracting Officer approves, a specific person may represent the Contractor in the direction of the Work or persons holding positions other than those identified in this paragraph. Publicity Releases. All publicity releases or releases of reports, papers, article, maps or other documents in any way concerning the Contract or the Work hereunder which the Contractor or any of its subcontractor desires to make for purposes of publication in whole or in part, shall be subject to approval by the Contracting Officer prior to release. Prohibition Against Contingent Fees. Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working solely for Contractor to solicit or secure the Contract and that Contractor has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for Contractor any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of the Contract. For the breach or violation of this provision, the Executive Director shall have the right to terminate the Contract without liability and, at its discretion, to deduct from the Contract price, or otherwise recover the full amount of such fee, commission, percentage, gift or consideration. Program Funding. LYNX's performance and obligations to pay under the Contract are contingent upon the availability of various Federal, State and local funding. Subcontractors and Outside Consultants. Any subcontractors and outside associates or consultants required by the Contractor concerning the services covered by the Contract will be limited to such individuals or firms as were specifically identified and agreed to by LYNX concerning the award of the Contract. Any substitution in such subcontracts, associates, or consultants will be subject to the prior approval of the Contracting Officer. Truth in Negotiation. Contractor agrees to execute a Truth -in- Negotiation Certificate in accordance with Florida Statutes §287.055 stating that the wage rates and other factual unit costs supporting the compensation are accurate, complete, and current at the time of contracting. Page 2 of 5 LYNX Contract 14 -009 Exhibit "C" PROVISIONS APPLICABLE ONLY TO CONTRACTS EXCEEDING TEN THOUSAND DOLLARS ($10.000 Approval of Materials. When required by the Contract or by the Contracting Officer, the Contractor shall obtain the Contracting Officer's approval of the material or articles, which the Contractor contemplates incorporating into the work. When requesting approval, the Contractor shall furnish to the Contracting Officer full information concerning the material or articles, including, but not limited to the name of the manufacturer, the model number, and other information concerning the performance, capacity, nature, and rating of the machinery and mechanical and other equipment. When directed to do so by the Contracting Officer, the Contractor shall submit samples for approval at the Contractor's expense, with all shipping charges prepaid. Machinery, equipment, material, and articles that do not have the required approval shall be installed or used at the risk of subsequent rejection. All Work under the Contract shall be performed in a skillful and workmanlike manner, unless a higher standard of care is specified. The Contracting Officer may require, in writing, that the Contractor removes from the Work any employee the Contracting Officer deems incompetent, careless, or otherwise objectionable. Errors And Omissions. Notwithstanding the provision of data supplied by LYNX, the Contractor shall have the responsibility of supplying all details required to make the product or service complete and ready for use although such details may not be specifically mentioned in the specifications. The Contractor shall take no advantage of any apparent error or omission, which he might discover in the plans or specifications, but shall forthwith notify the Contracting Officer of such discovery, who will then make such corrections and interpretations as he deems necessary for reflecting the actual spirit and intent of the plans and specifications. Insurance. The Contractor shall, at all times during the term of the Contract and extended terms thereof, provide and maintain the following types of insurance protecting the interests of LYNX and the Contractor with limits of liability not less than those specified below. (1) Worker's Compensation Insurance: Providing statutory benefits as provided under the Workers' Compensation Act of the State of Florida and /or any other state or Federal law or laws applicable to the Contractor's employees performing Work under the Contract. (2) Employers' Liability Insurance: With limits of liability of not less than $100,000 each accident, $100,000 each employee for disease, and $500,000 policy limit for disease. This insurance must be endorsed with a Waiver of Subrogation Endorsement, waiving the carrier's right of recovery under subrogation or otherwise from LYNX. (3) Commercial General Liability. In the following amounts: Bodily Injury and Property Damage $100,000 each occurrence /$300,000 general aggregate; $100,000 products /completed operations aggregate. There shall not be any policy exclusions or limitations for the following coverages: Contractual Liability covering the Contractor's obligations herein; Personal Injury - Medical Payments; Broad Form - Property Damage; Fire Damage; Legal Liability; Liability for Independent Contractors. (4) Comprehensive Automobile Liability: Insurance covering all owned or hired and non -owned vehicles used concerning the Work performed under the Contract with limits of liability not less than $100,000 each person and $300,000 each accident for bodily injury and $100,000 each occurrence for property damage or a combined single limit for bodily injury and property damage liability of not less than $500,000. (5) Certificates of Insurance: Before commencing prosecution of the Contract, Contractor shall mail to LYNX Certificates of Insurance satisfactory to LYNX from each insurance company evidencing the insurance as required above is in force, stating policy number(s), dates of expiration and limits of liability thereunder. All copies of policies and Certificates of Insurance submitted to LYNX shall be in form and content acceptable to LYNX. (6) Approval of Forms and Companies: An insurance company or companies satisfactory to the Contracting Officer and licensed to do business in Florida shall write all insurance described in the Contract. Insurance shall be in form and content satisfactory to the Contracting Officer. No party subject to the provisions of the Contract shall violate or knowingly permit to be violated any of the provisions of the policies of insurance described herein. Except as may otherwise specifically be provided herein to the contrary, all policies of insurance which are in any way related to the Work required by the Contract shall be endorsed to LYNX waiving the issuing insurance company's rights of recovery against LYNX whether by way of subrogation or otherwise. All insurance should be provided by insurance companies with a Best's Rating of B+ or better. (7) Additional Insured Endorsement: The policy or policies providing Commercial General Liability, Automobile Liability and as required above shall be endorsed to name LYNX, its officers, directors, employees and assigns as Page 3 of 5 LYNX Contract 14 -009 Exhibit "C" Additional Named Insured as respects operations performed by or on behalf of the Contractor in performance of the Contract. (8) Notice of Cancellation or Material Change: Policies and /or certificates shall specifically provide a thirty- (30) day notice of cancellation, non - renewal, or material change to be sent to LYNX. (9) Subcontractors: If any part of the Work is sublet, the Contractor shall require any and all subcontractors performing Work under the Contract to carry insurance of the type and limits of liability as the Contractor shall deem appropriate and adequate. In the event, a subcontractor is unable to furnish adequate insurance as provided above, the Contractor shall endorse the subcontractor as an Additional Insured. The Contractor shall obtain and furnish to LYNX certificates of insurance evidencing subcontractors' insurance coverage. (10) Multiple Policies: A single policy of insurance or a combination of primary, excess or umbrella liability policies as required above may provide the limits of liability. Nevertheless, in no event shall the total limit of liability for any one occurrence or accident be less than the amount shown above. (11) Deductibles: Companies issuing the insurance policies and the Contractor shall have no recourse against LYNX for payment of any premiums or assessments for any deductibles, as all such premiums and deductibles are the sole responsibility and risk of the Contractor. Notice Of Labor Disputes. (1) If the Contractor has knowledge that any actual or potential labor dispute is delaying or threatens to delay the timely performance of the Contract, the Contractor immediately shall give notice, including all relevant information, to the Contracting Officer. (2) The Contractor agrees to insert the substance of this clause, including this paragraph (b), in any subcontract under which a labor dispute may delay the timely performance of the Contract, except that each subcontract shall provide that in the event its timely performance is delayed or threatened by delay by any actual or potential labor dispute the subcontractor shall immediately notify the next higher tier subcontractor or the Contractor, as the case may be, of all relevant information concerning the dispute. PROVISIONS APPLICABLE ONLY TO CONTRACTS EXCEEDING TWENTY FIVE THOUSAND DOLLARS (RESERVED) PROVISIONS APPLICABLE ONLY TO CONTRACTS EXCEEDING ONE HUNDRED THOUSAND DOLLARS Claims for Damages. Should either party to the Contract suffer injury or damage to person or property because of any act or omission of the party or of any of his employees, agents or others for whose acts he is legally liable, a claim for damages therefor shall be made in writing to such other party within a reasonable time after the first observance of such injury or damage. Performance During Dispute. Unless otherwise directed by LYNX, Contractor shall continue performance under the Contract while matters in dispute are being resolved. PROVISIONS APPLICABLE ONLY TO CONTRACTS EXCEEDING FIVE HUNDRED THOUSAND DOLLARS (RESERVED) PROVISIONS RELATING TO ARCHITECTURAL AND ENGINEERING SERVICES CONTRACTS (RESERVED) PROVISIONS RELATING TO CONSTRUCTION CONTRACTS (RESERVED) PROVISIONS RELATING TO INTELLIGENT TRANSPORTATION SYSTEMS PROJECTS Conformance with ITS National Architecture. With respect to all Contracts involving the provision of Intelligent Transportation Systems ( "ITS "), Contractor agrees to conform to the ITS National Architecture, as promulgated by the United States Department of Transportation, Intelligent Transportation Systems, Joint Program Office. Page 4 of 5 LYNX Contract 14 -009 Exhibit "C" PROVISIONS RELATING TO MATERIALS AND SUPPLIES CONTRACTS (RESERVED) PROVISIONS RELATING TO OPERATIONS/ MANAGEMENT CONTRACTS (RESERVED) PROVISIONS RELATING TO RESEARCH AND DEVELOPMENT CONTRACTS (RESERVED) PROVISIONS RELATING TO ROLLING STOCK PURCHASE CONTRACTS (SEE RFP 13 -R06 SECTION 2) DEFINITIONS. Except as otherwise expressly provided, the terms defined in this section have the meanings assigned to them in this section and the words "herein," "hereof," and "hereunder," and similar words refer to the Contract Documents as a whole and not to any particular document. (1) "Contract" means the Contract for goods and services between LYNX and the Contractor, of which these General Provisions are incorporated. (2) "Contractor" means such party as designated in the Contract. (3) "Contract Documents" means, collectively, the Contract for goods and services between LYNX and the Contractor, these General Provisions, the solicitation by LYNX, the response by the Contractor, and all other documents, instruments and agreements ancillary to and contemplated by these documents. (4) "Contracting Officer" means such party as designated by LYNX in the Contract. (5) "FTA" means the Federal Transit Administration. (6) "LYNX" means the Central Florida Regional Transportation Authority d /b /a LYNX, a body politic and corporate, created by Part II, Chapter 343, Florida Statutes. (7) "Project Manager" means such party as designated by LYNX in the Contract. (8) "Work" means the goods and /or services to be provided pursuant to the Contract. Page 5 of 5 LYNX Contract 14 -009 Exhibit "C"