DATE: November 29, 2018

TO: Finance Committee

FROM: Gino Rinaldi, Di vision of Senior Services Director ~

VIA: Kyra Ochoa, Community Services Department Director tf::__----

SUI\11\1ARY: Procurement of Senior Services Transit Vans (5) Statewide Price Agreements No. 60-000-15-00015 Vendor: Creative Bus Sales, Inc.

The Division of Senior Services (DSS) is requesting the use of the abovementioned Statewide Price Agreement for the procurement of program vehicles in the total amount of $263,758.45 (details shown below).

UNIT COST VENDOR ITEM QUANTITY (including TOTAL COST additions) Creative Bus Sales, Starcrafl Starlitc Inc. (SPA#60-000-15- 4 S53,665.89 S214,663.56 Wheelchair \Inn 00015) Creative Bus Sales, Starcraft Starlitc Inc. (SP.'\#60-000-15 - I S49,094.89 S49,094.89 Transit Van 00015)

DSS uses the transit \'chicles for transporting seniors (many of whom are frail) to their medical appointments, grocery shopping, meals and activities at five senior centers operated by DSS. These new vehicles will replace the ones that have reached their lifespan. lt is critical for DSS to purchase the replacements as soon as possible to meet the seniors' growing demand for these services, and to comply with their contract fu nding requirements.

Funt.ling for this procurement is available via AL TSD Grant Project A 16-5087 in Business Unit 22639.570950 in the amount ofS459.800.

By City policy, the City c.:an use either State or Federal Price Agreements without having to bid the item on its own. In addition, by City policy, procurement over $60,000.00 requires City Council approval.

REQUESTED ACTION: It is requested that the purchase award to Creative Bus Sales, Inc. (Statewide Price Agreement # 60-000- 15-00015) be reviewed, approved and submitted to City Council for its consideration.

FN1 ATIACHMENTS: 1. ALTSD Grant Agreement Al6-S087 2. Minutes of the Regular Council Meeting of January 10, 2018 3. Creative Bus Sales Quotes (2) 4. Creative Bus Sales Statewide Price Agreement S. Procurement Checklist 6. Summary of Contract

Meeting Schedule:

Finance Committee: 12/172018 City Council: 01/09/2019

FN2 ,... ' ., .. . . ,-.... ~ Grant A::rcc.·nu.•nl .\ H,:\50Si 1 ,1.-,1n .-~·, liEI( CO.\. .FS SE'.\IOl{ ('E\TER-n:IIICI.ES ITEM # l ~, oo 4{e ('it~ of Smlla 1-c

STATE OF NEW MEXICO AGING AND LONG-TERM SERVICES DEPARTMENT FUND 89200 CAPITAL APPROPRIATION PROJECT

THIS AGREEMENT is made and entered into as of this 9111 day of ~•20J.K by and between the Aging and Long-Tenn Services Department, P.O. Box 27118, Santa Fe;87502-7118, hereinafter called the "Deparbnent" or abbreviation such as "ALTSD", and the City of Santa Fe, hereinafter called the "Grantee". This Agreement shall be effective as of the date it is executed by the Department.

RECITALS

WHEREAS, in the Laws of 2016, Chp. 82, Section 10, Subsection A, Paragraph 87, the Legislature made an appropriation to the Department, funds from which the Department is making available to the Grantee pursuant to this Agreement; and

WHEREAS, the Department is granting to Grantee, and the Grantee is accepting the grant of, funds from this appropriation, in accordance with the terms and conditions of this Agreement; and

WHEREAS, State Agency on Aging (28-4-1 to 28-4-9 NMSA 1978: successor agency, Aging and Long-Tenn Services Department (9-23-1 to 9-23-12 NMSA 1978) may enter into grants and contracts as appropriated by law.

AGREEMENT

NOW, THEREFORE, in consideration of the mutual covenants and obligations contained herein, the parties hereby mutually agree as follows:

ARTICLE I. PROJECT DESCRIPTION, AMOUNT OF GRANT AND REVERSION DATE

A. The project that is the subject of this Agreement is described as follows:

A16A5087 $496,800 APPROPRIATION REVERSION DATE: 30-JUN-2021

Laws of 2016, Chp. 82, Section 10, Subsection A, Paragraph 87, four hundred ninety-six thousand eight hundred dollars ($496,800) to purchase and equip vehicles for the Mary Esther Gonzales senior center in Santa Fe in Santa Fe county.

The Grantee's total reimbursements shall not exceed the appropriation amount four hundred ninety six thousand eight hundred dollars, ($496,800), (the "Appropriation Amount") minus the allocation for Art in 1 Public Places ($0) , if applicable, which equals four hundred ninety six thousand eight hundred dollars ($496,800), {the "Adjusted Appropriation Amount").

1 The AIPP amount is "an amount of money equal to one percent or two hundred thousand dollars ($200,000), whichever is less, of the amount of money appropriated for new construction or any major renovation exceeding one hundred thousand dollars ($100,000)." Section 13-4A-4 NMSA 1978. Page 1 of 18

FN3 ~ Grnnl A:.,:n~\'llll'IH :\H,.-\51187 .\1.\R\" FSTIIER CO\ c.FS SE'\IOR CEYlER-n:IIICI.ES Chy uf S:mt:1 Fe

In the event of a conflict among the Appropriation Amount, the Reversion Date, as defined herein and/or the purpose of the Project, as set forth in this Agreement, and the corresponding appropriation language in the laws cited above in this Article I(A), the language of the laws cited herein shall control.

This project is referred to throughout the remainder of this Agreement as the "Project"; the information contained in Article I(A) is referred to collectively throughout the remainder of this Agreement as the "Project Description." Exhibit 4 sets forth additional or more stringent requirements and conditions, which are incorporated by this reference as if set forth fully herein. If Attachment A imposes more stringent requirements than any requirement set forth in this Agreement, the more stringent requirements of Exhibit 4 shall prevail, in the event of irreconcilable conflict. The Grantee shall reference the Project's number in all correspondence with and submissions to the Department concerning the Project, including, but not limited to, Requests for Payment and reports.

ARTICLE II. LIMITATION ON DEPARTMENT'S OBLIGATION TO MAKE GRANT DISBURSEMENT TO GRANTEE

A. Upon the Effective Date of this Agreement, for permissible purposes within the scope of the Project Description, the Grantee shall only be reimbursed monies for which the Department has issued and the Grantee has received a Notice of Department's Obligation to Reimburse2 Grantee (hereinafter referred to as "Notice of Obligation"). This Grant Agreement and the disbursement of any and all amounts of the above referenced Adjusted Appropriation Amount are expressly conditioned upon the following: (i) Irrespective of any Notice ofObligation, the Grantee's expenditures shall be made on or before the Reversion Date and, if applicable, an Early Termination Date (i.e., the goods have been delivered and accepted or the title to the goods has been transferred to the Grantee and/or the services have been rendered for the Grantee); and (ii) The total amount received by the Grantee shall not exceed the lesser of: (a) the Adjusted Appropriation Amount identified in Article l(A) herein or (b) the total of all amounts stated in the Notice(s) of Obligation evidencing that the Department has received and accepted the Grantee's Third Party Obligation(s), as defined in subparagraph iii of this Article II(A); and (iii)The Grantee's expenditures were made pursuant to the Grantee's legal procurement and execution of binding written obligations or purchase orders with third party contractors or vendors for the provision of services, including professional services, or the purchase of tangible personal property and real property for the Project, hereinafter referred to as "Third Party Obligations"; and (iv)The Grantee's submittal of timely Requests for Payment in accordance with the procedures set forth in Article IX of this Agreement; (v) In the event that capital assets acquired with Project funds are to be sold, leased, or licensed to or operated by a private Grantee or Fiscal Agent for Grantee, the sale, lease, license, or operating agreement: a. must be approved by the applicable oversight entity or Fiscal Agent for Grantee (if any) in accordance with law; or b. if no oversight entity or Fiscal Agent for Grantee is required to approve of the transaction, the Deparbnent must approve of the transaction as complying with law.

2 "Reimburse" as used throughout this Agreement includes Department payments to the Grantee for invoices received, but not yet paid, by the Grantee from a third party contractor or vendor, if the invoices comply with the provisions of this Agreement and are a valid liability of the Grantee. Page2of18

FN4 ~ Grn111 •\;!rl'1.·nu.•111 :\l(,.-\='087 \1.-\HY FSTlll:I{ c;o: .l.FS si-:,roH n:~ lfl<-n:mc u:s <"it~ of S:1111.1 h

Prior to the sale, lease, license, or operating agreement being approved pursuant to subparagraph (a) or (b) above, the Department may, in its discretion and unless inconsistent with New Mexico State Board of Finance imposed conditions, reimburse the Grantee for necessary expenditures incurred to develop the Project sufficiently to make the sale, lease, license, or operating agreement commercially feasible, such as plan and design expenditures; and (vi)The Grantee's submittal of documentation of all Third Party Obligations and amendments thereto (including terminations) to the Department and the Department's issuance and the Grantee's receiving of a Notice of Obligation for a particular amount in accordance with the tenns of this Agreement as follows: a. The Grantee shall submit to the Department one copy of all Third Party Obligations and amendments thereto (including tenninations) as soon as possible after execution by the Third Party but prior to execution by the Grantee. b. Grantee acknowledges and agrees that if it chooses to enter into a Third Party Obligation prior to receiving a Notice of Obligation that covers the expenditure, it is solely responsible for such expenditures. c. The Department may, in its absolute discretion, issue to Grantee a Notice of Obligation for the particular amount of that Third Party Obligation that only obligates the Department to reimburse Grantee's expenditures made on or before the Reversion Date or an Early Termination Date. The current Notice of Obligation form is attached to this Agreement as Exhibit 2. d. The date the Department sends, by mail or email, the Notice of Obligation is the date that the Department's Notice of Obligation is effective. After that date, the Grantee is authorized to budget the particular amount set forth in the Notice of Obligation, execute the Third Party Obligation and request the Third Party begin work.

B. The Grantee shall implement, in all respects, the Project. The Grantee shall provide all necessary qualified personnel, material, and facilities to implement the Project. The Grantee shall finance its share (if any) of the costs of the Project, including all Project overruns.

C. Project funds shall not be used for purposes other than those specified in the Project Description.

D. Unless specifically allowed by law, Project funds cannot be used to reimburse Grantee for indirect Project costs.

Page 3 of 18

FN5 -

ARTICLE III. NOTICE PROVISIONS AND GRANTEE AND DEPARTMENT DESIGNATED REPRESENTATIVES

Whenever written notices, including written decisions, are to be given or received, related to this Agreement, the following provisions shall apply.

The Grantee and the Department hereby designate the persons listed below as their official representative concerning all matters related to this Agreement:

Grantee: City of Santa Fe Name: Javier Gonzales Title: Mayor Address: P.O. Box 909, Santa Fe, NM 87504 Email: jmgonzal cs(a santafc nm .gov Telephone: 575-955-6590

Grantee: City of Santa Fe Name: Eugene Rinaldi Title: Division of Senior Services, Director Address: 1121 Alto Street, Santa Fe, NM 87504 Email: [email protected] nta-t'c. nm .us Telephone: 505-955-472 1

Department: Aging and Long-Term Services Department Name: Rebecca Ma1t inez Title: Capital Projects Bureau Chief Address: P.O. Box 27118, Santa Fe, NM 87502-7 11 8 Email: rcbcccas. rnarl inc/.~I stale.nm.us Telephone: 505-476-4678

The Grantee and the Department agree that either party shall send all notices, including written decisions, related to this Agreement to the above named persons by facs imile, email, or regular mail. In the case of mailings, notices shall be deemed to have been given and received upon the date of the receiving party's actual receipt or five calendar days after mai ling, whichever shall first occur. In the case of facsimile transmissions, the notice shall be deemed to have been given and received on the date reflected on the facsimile confinnation indicating a successful transmission of all pages included in the writing. In the case of email transmissions, the notice shall be deemed to have been given and received on the date reflected on the delivery receipt of email.

ARTICLE IV. R EVERSION DATE, TERM. EARLY TERMINATION

A. As referenced in A1ticle l(A), the applicable law establishes a date by which Project funds must be expended by Grantee, which is referred to throughout the remainder of this Agreement as the "Reversion Date." Upon being duly executed by both parties, this Agreement shall be effective as of the date of execution by the Depa11mcnt. It shall tenninate on June 30, 202 1 the Reversion Date unless Tem1inatcd Before Reversion Date ("Early Tennination") pursuant to Article V herein.

Page 4 of 18

FN6 ~ Grnnl .·\~l'<.'l'llll'lll .-\ l(, ..,~1187 :\I.\Jn l·SI 11m (;() ,l.FS SE'\IC"H{ C"Ei\TER-n:111c1.rs n,~ or S:rnt:I h

B. The Project's funds must be "expended" on or before the Reversion Date and, if applicable, Early Termination Date of this Agreement. For purposes of this Agreement, it is not sufficient for the Grantee to "encumber'' the Project funds on its books on or before the Project's Reversion Date or Early Tennination Date. Funds are "expended" and an "expenditure" has occurred as of the date that a particular quantity of goods are delivered to and received by the Grantee or title to the goods is transferred to the Grantee and/or as of the date particular services are rendered for the Grantee. Funds are not "expended" and an "expenditure" has not occurred as of the date they are "encumbered" by the Grantee pursuant to a contract or purchase order with a third party.

ARTICLE V. EARLY TERMINATION

A. Early Termination Before Reversion Date Due to Completion of the Project or Complete Expenditure of the Adjusted Appropriation or Violation of this Agreement Early Termination includes: (i) Termination due to completion of the Project before the Reversion Date; or (ii) Termination due to complete expenditure of the Adjusted Appropriation Amount before the Reversion Date; or (iii) Termination for violation of the terms of this Agreement; or (iv) Termination for suspected mishandling of public funds, including but not limited to, fraud, waste, abuse, conflicts of interest

Either the Deparbnent or the Grantee may early tenninate this Agreement prior to the Reversion Date by providing the other party with a minimum of fifteen (15) days' advance, written notice of early tennination. Grantee hereby waives any rights to assert an impainnent of contract claim against the Department or the State of New Mexico in the event of Early Termination of this Agreement by the Department pursuant to Article V(A).

B. Early Termination Before Reversion Date Due to Non-appropriation The tenns of this Agreement are expressly made contingent upon sufficient appropriations and authorization being made by the Legislature of New Mexico for the performance of this Agreement. Throughout this Agreement the tenn ''non-appropriate" or "non-appropriation" includes the following actions by the New Mexico Legislature: deauthorization, reauthorization or revocation of a prior authorization. The Legislature may choose to non-appropriate the Appropriation referred to Article I and, if that occurs, the Deparbnent shall early tenninate this Agreement for non-appropriation by giving the Grantee written notice of such tennination, as of the effective date of the law making the non­ appropriation. The Department's decision as to whether sufficient appropriations or authorizations are available shall be accepted by the Grantee and shall be final. Grantee hereby waives any rights to assert an impairment of contract claim against the Department or the State of New Mexico in the event of Early Tennination of this Agreement by the Department pursuant to Article V(B).

C. Limitation on Department's Obligation to Make Grant Disbursements to Grantee in the Event of Early Termination In the event of Early Termination of this Agreement by either party, the Deparbnent's sole obligation to reimburse the Grantee is expressly conditioned upon the limitations set forth Article II.

Pages of 18

FN7 ~ Grant A:,!n'l'llH.•111 ;\ IC,.\~ONi \f.\H\' ES rur.n ('j() ,I.ES SE"IOI{ n:Yrrn-n:111cu:s ( 'it~ of Sant:1 1-L-

ARTICLE VI. SUSPENSION OF NEW OR FURTHER OBLIGATIONS

A. The Department may choose, in its absolute discretion, to direct the Grantee to suspend entering into new and further obligations. (i) The Grantee shall immediately suspend entering into new or further written obligations with third parties upon the date the Grantee receives written notice given by the Department; and (ii) The Department is, upon the date the Grantee receives written notice given by the Department, suspending issuance of any new or further Notice of Obligation under this Agreement; and (iii) The Department may direct the Grantee to implement a corrective action plan in accordance with Article VI(D) herein.

B. In the event of Suspension of this Agreement, the Department's sole obligation to reimburse the Grantee is expressly conditioned upon the limitations set forth in Article II herein.

C. A suspension of new or further obligations under this Agreement shall remain in effect unless or until the date the Grantee receives written notice given by the Department infonning the Grantee that the Suspension has been lifted or that the Agreement has been Early Tenninated in accordance with Article V herein. If the Suspension is lifted, the Department will consider further requests for Notice of Obligation.

D. Corrective Action Plan in the Event of Suspension In the event that the Department chooses, in its absolute discretion to direct the Grantee to suspend entering into new or further written obligations with third parties pursuant to Article Vl(A), the Department may, but is not obligated to, require the Grantee to develop and implement a written corrective action plan to remedy the grounds for the Suspension. Such corrective action plan must be approved by the Department and be signed by the Grantee. Failure to sign a corrective action plan or meet the tenns and deadlines set forth in the signed corrective action plan, is hereby deemed a violation of the terms of this Agreement for purposes of Early Tennination, Article V(A)(iii). The corrective action plan is in addition to, and not in lieu of, any other equitable or legal remedy, including but not limited to Early Tennination.

ARTICLE VII. AMENDMENT

This Agreement shall not be altered, changed, or amended except by instrument in writing duly executed by both the parties hereto.

ARTICLE VIII. REPORTS

A. Paper Periodic Reports In order that the Department may adequately monitor Project activity, the Grantee shall submit to the Department Paper Periodic Reports for the Project. Paper Periodic Reports shall be submitted on a fonn prescribed by the Department. The Paper Periodic and Paper Final Report fonn are attached hereto as Exhibit 1. The Department shall provide the Grantee with a minimum of thirty (30) days' advance written notice of any change to the Periodic Report format or content.

The Paper Periodic Report shall be due monthly on the last day of each month, beginning with the first full month following execution of this Agreement by the Department and ending upon the submission of a

Page6of18

FN8 ~ Grant .-\:,:rN·m,·111 :\l(l.\:i087 ,\J..\R\ ESTlll:I{ c;o d.F~ ~E'\IOR OSI ER-H:tllC-1.ES Cit~ uf S:111l:1 l·c

Paper Final Report for the Project. The Deparbnent may, in its discretion, change the reporting period from time to time by giving Grantee a minimum of thirty (30) days' advance, written notice of any change to the reporting period; provided, however, that in no event shall the reporting period be less than one month.

B. Paper Final Report The Grantee shall submit to the Deparbnent and the Deparbnent of Finance and Administration a Final Report for the Project. The Final Report shall be submitted on a fonn provided by the Department and contain such infonnation as the Department may require. The Periodic and Final Report fonn is attached hereto as Exhibit 1. The Department shall provide Grantee with a minimum of thirty (30) days' advance, written notice of any change to the Final Report fonnat or content. The Paper Final Report must be submitted within twenty (20) days after the Project's Reversion Date or within twenty (20) days of the date of Early Tennination, which ever first occurs.

C. Paperless Reporting In addition to the paper reports described in subparagraphs A and B of this Article, the Grantee shall report periodic and final Project activity by entering such Project information as the Department and the Deparbnent of Finance and Administration may require directly into a database maintained by the Department of Finance and Administration. The Department shall give Grantee a minimum of thirty (30) days' advance written notice of any changes to the information the Grantee is required to report on a paperless basis. The Paperless Report shall be due monthly on the last day of each month, beginning with the first full month following execution of this Agreement by the Department and ending upon the submission of a Final Report for the Project. The Paperless Final Report along with a Paper Final Report must be submitted within twenty (20) days after the Project's Reversion Date or within twenty (20) days of the date of Early Termination, which ever first occurs.

D. Requests for Additional Information/Project Inspection During the tenn of this Agreement and during the period of time during which the Grantee must maintain records pursuant to Article VIII, the Department may (i) request such additional information regarding the Project as it deems necessary and (ii) conduct, at reasonable times and upon reasonable notice, onsite inspections of the Project. Grantee shall respond to such requests for additional infonnation within a reasonable period of time, as established by the Department. Requests made pursuant to this subparagraph D are in addition to and not in lieu of the periodic and final reporting described in subparagraphs A through C of this Article VIII.

ARTICLE IX. REQUEST FOR PAYMENT PROCEDURES AND DEADLINES

A. The Grantee shall request payment by submitting a Request for Payment, in the form attached hereto as Exhibit 2. Payment requests are subject to the following procedures: (i) The Grantee must submit one original and one copy of each Request for Payment; and (ii) Each Request for Payment must contain proof of payment by the Grantee or liabilities incurred by the Grantee in the fonn of a notarized certification by Grantee's designated representative in Article III herein, that the expenditures are valid or are liabilities incurred by the Grantee in the form of actual unpaid invoices received by the Grantee of services rendered by a third party or items of tangible personal property received by the Grantee for the implementation of the Project; provided, however, that the Grantee may be reimbursed

Page7 of 18

FN9 ~ Gnull .-\~rN·llll'lll :\lb-\5087 "··\R\ FSTm:n (;(). \LE~ SE'\JOH n:YJ Ef~.n:mcu:s Cir~ of S:rnl:1 Fe

for unpaid liabilities only if the Department, in its discretion, agrees to do so and in accordance with any special conditions, see Exhibit 3, imposed by the Department. (iii) In cases where the Grantee is submitting a Request for Payment to the Deparbnent based upon invoices received, but not yet paid, by the Grantee from a third party contractor or vendor, if the invoices comply with the provisions of this Agreement and are a valid liability of the Grantee, the Grantee shall make payment to those contractors or vendors within five (5) business days from the date of receiving reimbursement from the Department or such shorter period of time as the Deparbnent may prescribe in writing.

B. Deadlines Requests for Payments shall be submitted by Grantee to the Department on the earlier of: (i) Immediately as they are received by the Grantee but at a minimum twenty (20) days from the end of the calendar quarter in which the expenditure was incurred or liability of the Grantee was incurred as evidenced by an unpaid invoice received by the Grantee from a third party contractor or vendor, if total unreimbursed expenditures or liabilities at calendar quarter end exceed $25,000; or (ii) July 15 of each year for all unreimbursed expenditures incurred during the previous fiscal year; or (iii) Twenty (20) days from date of Early Tennination; or (iv) Twenty (20) days from the Reversion Date.

C. The Grantee's failure to abide by the requirements set forth in Article II herein will result in the denial of its Request for Payment or will delay the processing of Requests for Payment. The Department has the right to reject a payment request for the Project unless and until it is satisfied that the expenditures in the Request for Payment are for pennissible purposes within the meaning of the Project Description and that the expenditures and the Grantee are otherwise in compliance with this Agreement, including but not limited to, compliance with the reporting requirements and the requirements set forth in Article II herein to provide Third Party Obligations. The Department's ability to reject any Request for Payment is in addition to, and not in lieu of, any other legal or equitable remedy available to the Department due to Grantee's violation of this Agreement.

ARTICLE X. PROJECT CONDITIONS AND RESTRICTIONS; REPRESENTATIONS AND WARRANTIES

A. The following general conditions and restrictions are applicable to the Project: (i) The Project's funds must be spent in accordance with all applicable state laws, regulations, policies, and guidelines, including, but not limited to, the Procurement Code (or local procurement ordinance, where applicable). (ii) The Project must be implemented in accordance with the New Mexico Public Works Minimum Works Act, Section 13-4-10 through 13-4-17 NMSA 1978, if applicable. Every contract or project in excess of sixty thousand dollars ($60,000) that the Grantee is a party to for construction, alteration, demolition or repair or any combination of these, including painting and decorating, of public buildings, public works or public roads and that requires or involves the employment of mechanics, laborers or both shall contain a provision stating the minimum wages and fiinge benefits to be paid to various classes of laborers and mechanics, shall be based upon the wages and benefits that will be determined by the New

Pages of 18

FN10 ~ <.;ran& .·\;!n•,·nu.-nt .\ICl.-\5087 ~f.\ln ISi llEH c;o. .I.ES ~E,IOH C'Pd Ef{-\'1-'.HIC"I.ES <·i,~ uf S:1nt:1 1-c

Mexico Department of Workforce Solutions to be prevailing for the corresponding classes of laborers and mechanics employed on contract work of a similar nature in the locality. Further, every contract or project shall contain a stipulation that the contractor, subcontractor, employer or a person acting as a contractor shall pay all mechanics and laborers employed on the site of the project, unconditionally and not less often than once a week and without subsequent unlawful deduction or rebate on any account, the full amounts accrued at time of payment computed at wage rates and fringe benefit rates not less than those detennined pursuant to Section 13-4-11 B. NMSA 1978 to be the prevailing wage rates and prevailing fringe benefit rates issued for the project. (iii) The Project may only benefit private entities in accordance with applicable law, including, but not limited to, Article IX, Section 14 of the Constitution of the State of New Mexico, the so .. called "Anti-Donation Clause." (iv) The Grantee shall not at any time convert any property acquired or developed with the Project's funds to uses other than those specified in the Project Description without the Department's express, advance, written approval. (v) The Grantee shall comply with all federal and state laws, rules and regulations pertaining to equal employment opportunity. In accordance with all such laws, rules and regulations the Grantee agrees to assure that no person shall, on the grounds of race, color, national origin, sex, sexual preference, age or handicap, be excluded from employment with Grantee, be excluded from participation in the Project, be denied benefits or otherwise be subject to discrimination under, any activity performed under this Agreement. If Grantee is found to be not in compliance with these requirements during the life of this Agreement, Grantee agrees to take appropriate steps to correct any deficiencies. The Grantee's failure to implement such appropriate steps within a reasonable time constitutes grounds for terminating this Agreement.

B. The Grantee hereby represents and warrants the following: (i) The Grantee has the legal authority to receive and expend the Project's funds. (ii) This Agreement has been duly authorized by the Grantee, the person executing this Agreement has authority to do so, and, once executed by the Grantee, this Agreement shall constitute a binding obligation of the Grantee, enforceable according to its tenns. (iii) This Agreement and the Grantee's obligations hereunder do not conflict with any law or ordinance or resolution applicable to the Grantee, the Grantee's charter (if applicable), or any judgment or decree to which it is subject. (iv) The Grantee has independently confirmed that the Project Description, including, but not limited to, the amount and Reversion Date, is consistent with the underlying appropriation in law. (v) The Grantee's governing body has duly adopted or passed as an official act a resolution, motion, or similar action authorizing the person identified as the official representative of the Grantee to sign the Agreement and to sign Requests for Payment. (vi) The Grantee shall abide by New Mexico laws regarding Conflict of Interest and Governmental Conduct and whistleblower protection. The Grantee specifically agrees that no officer or employee of the local jurisdiction or its designees or agents, no member of the governing body, and no other public official of the locality who exercises any function or responsibility with respect to this Grant, during his/her tenure or for one year thereafter, shall have any interest, direct or indirect, in any contract or subcontract, or the proceeds

Page9 of 18

FN11 ~ (;rnnl :\~l'~l'llll'lll .\I() \5087 .\l.\ln r~.-i urn GO. \U:~ sr-:,IOI{ (. EYlER-\'ElllCI.ES Cit~ of S,ull:1 l·c

thereof, for work to be performed pursuant to this Grant. Further, Grantee shall require all of its contractors to incorporate in all subcontracts the language set forth in this paragraph prohibiting conflicts of interest. (vii) No funds have been paid or will be paid, by or on behalf of the Grantee, to any person for influencing or attempting to influence an officer or employee of this or any agency or body in connection with the awarding of any Third Party Obligation and that the Grantee shall require certifying language prohibiting lobbying to be included in the award documents for all subawards, including subcontracts, loans and cooperative agreements. All subrecipients shall be required to certify accordingly.

ARTICLE XI. STRICT ACCOUNTABILITY OF RECEIPTS AND DISBURSEMENTS; PROJECT RECORDS

A. The Grantee shall be strictly accountable for receipts and disbursements relating to the Project's funds. The Grantee shall follow generally accepted accounting principles, and, if feasible, maintain a separate bank account or fund with a separate organizational code, for the funds to assure separate budgeting and accounting of the funds.

B. For a period of six (6) years following the Project's completion, the Grantee shall maintain all Project related records, including, but not limited to, all financial records, requests for proposals, invitations to bid, selection and award criteria, contracts and subcontracts, advertisements, minutes of pertinent meetings, as as records sufficient to fully account for the amount and disposition of the total funds from all sources budgeted for the Project, the purpose for which such funds were used, and such other records as the Department shall prescribe.

C. The Grantee shall make all Project records available to the Department and the New Mexico State Auditor upon request. With respect to the funds that are the subject of this Agreement, if the State Auditor finds that any or all of these funds were improperly expended, the Grantee may be required to reimburse to the State of New Mexico, to the originating fund, any and all amounts found to be improperly expended.

ARTICLE XII. IMPROPERLY REIMBURSED FUNDS

If the Department detennines that part or all of the Appropriation Amount was improperly reimbursed to Grantee, including but not limited to, Project funds reimbursed to Grantee based upon fraud, mismanagement, misrepresentation, misuse, violation of law by the Grantee, or violation of this Agreement, the Grantee shall return such funds to the Department for disposition in accordance with law.

ARTICLE XIII. LIABILITY

Neither party shall be responsible for liability incurred as a result of the other party's acts or omissions in connection with this Agreement. Any liability incurred in connection with this Agreement is subject to immunities and limitations of the New Mexico Tort Claims Act.

Page 10 of18

FN12 ~ Giant A;!l'l'l'llll·nl .\ Hi.-\~087 .\t\Jn F~Tllrn (;t, \LFS SJ-:'\)Ol{ CEYI Efl-n:111n.r.s ("it~ of S:ml:1 h

ARTICLE XIV. SCOPE OF AGREEMENT

This Agreement constitutes the entire and exclusive agreement between the Grantee and Department concerning the subject matter hereof. The Agreement supersedes any and all prior or contemporaneous agreements, understandings, discussions, communications, and representations, written or verbal.

ARTICLE XV. REQUIRED NON-APPROPRIATIONS CLAUSE IN CONTRACTS FUNDED IN WHOLE OR PART BY FUNDS MADE AVAILABLE UNDER THIS AGREEMENT

The Grantee acknowledges and agrees that Grantee shall include a "non-appropriations" clause in all contracts between it and other parties that are (i) funded in whole or part by funds made available under this Agreement and (ii) entered into after the effective date of this Agreement that states:

"The tenns of this Agreement are contingent upon sufficient appropriations and authorization being made by the Legislature of New Mexico for the perfonnance of this Agreement. If sufficient appropriations and authorization are not made by the Legislature, the City of Santa Fe may immediately terminate this Agreement by giving Contractor written notice of such termination. The City of Santa Fe's decision as to whether sufficient appropriations are available shall be accepted by the Contractor and shall be final. Contractor hereby waives any rights to assert an impairment of contract claim against the City of Santa Fe or the Aging and Long-Tenn Services Department or the State of New Mexico in the event of immediate or Early Termination of this Agreement by the City of Santa Fe or the Department".

ARTICLE XVI. REQUIRED TERMINATION CLAUSE IN CONTRACTS FUNDED IN WHOLE OR PART BY FUNDS MADE AVAILABLE UNDER THIS AGREEMENT

Grantee acknowledges and agrees that Grantee shall include the following or a tennination clause in all contracts that are (i) funded in whole or part by funds made available under this Agreement and (ii) entered into after the effective date of this Agreement:

"This contract is funded in whole or in part by funds made available under Aging and Long-Tenn Services Department's Grant Agreement. Should the Aging and Long-Tenn Services Deparbnent early tenninate the grant agreement, the City of Santa Fe may early terminate this contract by providing Contractor written notice of such termination. In the event of tennination pursuant to this paragraph, the City of Santa Fe's only liability shall be to pay Contractor for acceptable goods delivered and services rendered before the tennination date."

Grantee hereby waives any rights to assert an impainnent of contract claim against the Deparbnent or the State of New Mexico in the event of Early Termination of this Agreement by the Department.

XVII. COMPLIANCE WITH UNIFORM FUNDING CRITERIA.

A. Throughout the tenn of this Agreement, Grantee shall: 1. submit all reports of annual audits and agreed upon procedures required by Section 12-6-3(A)-(B) NMSA 1978 by the due dates established in 2.2.2 NMAC, reports of which must be a public record pursuant to Section 12-6-S(A) NMSA 1978 within forty-five days of delivery to the State Auditor;

Page 11 of 18

FN13 ~ Grnnr :\:,:rcl'llll'III .\16.\50~7 .\L\R\ ISi urn c;o. \l.FS S['\({)H CEYJTR-n:ttlCl.[S <·if~ of S:111ta I· c

2. have a duly adopted budget for the current fiscal year approved by its budgetary oversight agency (if any); 3. timely submit all required financial reports to its budgetary oversight agency (if any); and 4. have adequate accounting methods and procedures to expend grant funds in accordance with applicable law and account for and safeguard grant funds and assets acquired by grant funds.

B. In the event Grantee fails to comply with the requirements of Paragraph A of this Article XVII, the Department may talce one or more of the following actions: 1. suspend new or further obligations pursuant to Article VI(A) of this Agreement; 2. require the Grantee to develop and implement a written corrective action plan pursuant to Article Vl(D) of this Agreement to remedy the non-compliance; 3. impose special grant conditions to address the non-compliance by giving the Grantee notice of such special conditions in accordance with Article III of this Agreement; the special conditions shall be binding and effective on the date that notice is deemed to have been given pursuant to Article III; or 4. terminate this Agreement pursuant to Article V(A) of this Agreement.

ARTICLE XVIIl. SEVERANCE TAX BOND AND GENERAL OBLIGATION BOND PROJECT CLAUSES

A. Grantee acknowledges and agrees that the underlying appropriation for the Project is a severance tax bond or general obligation bond appropriation, which is administered by the New Mexico State Board of Finance (BOP), an entity separate and distinct from the Department. Grantee acknowledges and agrees that (i) it is Grantee's sole responsibility to detennine through BOF staff what (if any) conditions are currently imposed on the Project; (ii) the Department's failure to infonn Grantee of a BOF imposed condition does not affect the validity or enforceability of the condition; (iii) the BOF may in the future impose further or different conditions upon the Project; (iv) all BOF conditions are effective without amendment of this Agreement; (v) all applicable BOF conditions must be satisfied before the BOF will release to the Department funds subject to the condition(s); and (vi) the Department's obligation to reimburse Grantee from the Project is contingent upon the then current BOF conditions being satisfied.

B. Grantee acknowledges and agrees that this Agreement is subject to the BOF's Bond Project Disbursements rule, 2.61.6 NMAC, as such may be amended or re-codified.

[THIS SPACE LEFT BLANK INTENTIONALLY]

Page 12 of 18

FN14 IN WITNESS WHEREOF, the parties have dul y executed this Agreement as of the date of execution by the Department.

GRANTEE c::£, _,,...,.,.- - rv-~- / 1cs - Signature of Official with Authority to Bind Grantee

By: Ja. v ,·er H. Ci on Vv£'f'5 (Type or Print Name)

1ts: _ M~tl_y,-=.o_,____ _ (Type or Pri nt Title)

AGING ANgNG-TERM SERVICES DEPARTMENT I By: A~ Date: z/4\ <2) ALTS Cabinet Secretary

By: ------'~~---- Date: -z-/ci {lo1Z ALTSD Legal Counsel- Certifying Legal Sufficiency

By: -::::....,t-/--~-'_:_i~~~-- Date: 1/e/_2&!/l

Page 13 of 18

FN15 EXHIBIT 1 AlTSO CAPITAL O UTLAY GRANT MONTHLY/ FINAL REPORT FORM & REQUEST FOR PAYMENT Ar".fNC.IJ& I ONC, 11 lt Jri.. f ,-cnv,u,. MONTHLY REPORT D PROJECT TITLE :, ______PAY REQUEST NO. ______(DJtM C\t ~!!GJf dtt t:rc.,.11)

DATE: ______Grantee.:______Grant Number: ______Reporting Period: _ __G rant Expiration Date: _ ___

Address: ______~ Preparer's Name & Phone Number: ______c,:y 51.:10 lp Please provide a detailed status of project referenced above. Please check the box that I,ould best explain the project phase. 8:nds Sold D P'a:i / Des g, D Sid OocLrren!s D Ccnstructicn,lm~-overrents/Reno·,aion in ?recess D

PJ'C7ate in Process O SJ~s!an!,al Comp'el en D Project Co11:!e!e D

Prol'lce a prc1ect update and tne antc1pa'.ed tinel1ne icr co11mercene,: and complelo, fer ea:h phase (P.ll,;c/le.r:tJ !'/Jc-.: ifl'li.,._.J;,.J)

REQUEST FOR PAYMENT

VENDOR INVOICE DETAIL (A:.ium:..J st.£€!1lnmi:d! Grant Amount: Oa:eof \'endor l.lanl? Amount of funount AIPP Amount (,llp;,~:itJJ Invoice IITYoi::c Appficabk!lo Funds Requested lo Date: lhis Gran t Amount Requested This Payment: Grant Balance:

FINAL REPORT D Fiscal Year Expenditure Period Ending (clleck :.<10) (Jar-.bn) D Fisi:al Year ______Amount Requested This Payment:

D MONTHLY REPORT: I hereby cer:ify that the af01 ementioned C;; pi:al Outlay Prnject fLnds are being e,r,ended in acrorcance with all requirerrents of the Grant Agreement, and in co,r,pliance wi:h all o:her applicable requirerrents. D FINAL REPORT: I hereby certify that the aforememi:>ned Capital Outlay Prnjert funds have been completed and func!s were expended in accordance ,·,ilh all r e:;i uiremenls of the Grant Agreement, 2nd in compliance with all other applicable stale/ reoula:ory requirements. The rP.mainino halancP. is requested to he revP.i led to the appropri:ite funrlinc soutrP.. D PROC UREMENT METHOD: Grantee received approval fr om ALTSD and Notice of Obligati:>n was issued an:i sioned prior to reimbursement re:;uest.

CERTIFICATION: Unde, per;;l:y of lav,, I hereby certify to the best of my knowledge an:J belief, tre above inf01rNtion is correct, experdi:ures are pcoperly docurren:ed, are valid e.penditures or actual receipts; ar.d c:implywith I\M State P,ocurement Code NMSA 13-1•2 l through 13-1-15:l, ar d that tre grant activity is in fdl comp&ar:e ,·,ith Ar:ide IX, Sec. l l of the Ne·:; Mexico Cors:itution known as the "anti-dxa:ion" clause.

Gra ntee Fiscal Officer Sionature & Printed Name Grantee Representative Signature & ~rinled Name (Plepdra)

SWORN TO Ai\D SUBSCRIE!:D DEFORE ME Tl !IS__ DAY OF_ 20 I __ Nola~/ Public ______Mt Commss,on Expires ______STATE AGENCY USE ONLY I certt'y lhal lhP. AL rso Fma-.:,al aid vendor fi ,1 ,rro·mahon agree. •~'In the aJove. subm lied m'ormahon

ALTSD F,s,;al AL fSD Caplal ProJe.:iS Bureau Dale

Page 14 of 18

FN16 '' ' \ .' '. t ' j \ : ·.;: ', ,, \ I

' ; 't ' . J ...... : j ~ ', j •

'. :EXHIBIT·2 ' ' ' STATEQFNE\VMEXICO. ; : ' ,·· .. :, ', .. 9Aiti4;g~tfitpJ~g ·,:::,::-'. .. :•,.:::\ ··NOJ'IGE.. O:F ,OJ3~lG:t\l'1QN.rfO ·M{?,f~tJ,JtS,E .~~1~,ij,,

DATE: ______

TO: Grantee Representative: ______

FROM: Department Representative: ______

SUBJECT: Notice of Obligation to Reimburse Grantee

Project Number: ______

As the designated representati,·e of the Department for Grant Agreement number ____ entered into benveen Grantee and the Department, I certify that the Grantee has submitted to the Department the following third party obligation executed, in writing, by the third party's authorized representative:

Third Party Obligation (includes purchase orders and contract) #: ______

\rendor or Contractor: ______

1bird Party Obligation Amount: ______

Termination Date: ______

I certify that the State is issuing this Notice of Obligation to Reimburse Grantee for permissible purposes ,,ithin the scope of the project description, subject to alJ the terms and conditions of the above referenced Grant Agreement.

Grant Amount adjusted for AIPP if applicable: ______

The Amount of this Notice of Obligation to Reimburse:

The Total Amount of all Pre,;ously Issued Notices of Obligation: ______

111e Total Amount of all Notices of Obligation to Reimburse as of this D:tte: ______

Department Representative:

Title:

Signanue:

Date:

Page 15 of 18

FN17 f • I • • ; : · ' ~ \ '\ ; i ': -: i._ ! \ i I I· \ ; ; ! ':_ t I -... ~ ; r \ , . : ·~ _: : ·. t : ~

'._- 01m11:stt 3 -- ALTSDCAPif.At.-buTLAY - .

SPE.d.iAt·q~:.¢ONPI_TiQ~S .. : .•. .. ' . ' -~ The capital outlay oversight requires grantees' accounting methods and procedures, including their internal control framework, to be scrutinized, so as to safeguard State capital outlay appropriations and assets acquired with such appropriations.

This Capital Outlay Special Grant Condition(s) Exhibit 3 is necessary pursuant to Executive Order 2013- 006 (2.A.2.a-c, if applicable), due to the Grantees' material weaknesses, significant deficiencies, or findings that raised concerns as to the ability to expend grant funds in accordance with applicable law in the organization's FY2016 audit. The Special Conditions identified below apply to the authorized agent, the City of Santa Fe.

Budget - Provide documentation of approval of your current budget from DF A Local Government or other authoritative agency. Provide policies and procedures on who is responsible for and how annual budgets (expenditures and revenue) are established, monitored and adjusted. Provide a corrective action plan on how budget issues identified in your audit will be/have been addressed. Also include documentation on how staff responsible for budgeting is informed on budget policies and procedures.

The City of Santa Fe was required to, and has provided sufficient documentation regarding Budget, as referenced in the City of Santa Fe's 2016 Audit file. Therefore, the criteria to enter into this agreement have been met.

Page 16 of 18

FN18 EXHIBIT 4 ALTSD CAPITAL OUTLAY PROJECT DESCRIPT ION SCOPE OF WORK (SOW)

Laws 0(20161 Cltp. 82, Section 10. S11hsectio11 A, Paragraplt 87, (o11r ltwulred 11i11etr-six tlw11s1111d eh:f1t !tum/red dollars (S496,800) lo r11rc/111se and equip velticles /i1r rite i'vlan• Estlter Gon:ales senior center in Sallfa F e in Santa Fe co1111/)'.

I. Name of Grantee/ fiscal Agent: City of Santa Fe 2. Project Title: MARY ESTI-I ER GONZALES SENIOR CENTER - VEHICL ES 3. Grant Agreement Number: A 16-5087

4. Background Narrative: The Division of Senior Services has 66 vehicles in their fl eet. Eighteen are in use by in-home services (homemaker and respite providers), 15 \'chicles by the nutrition section (congregate and meals-on-wheels), 21 by transportation section, 6 by volunteer section (FGP, SCP and RSVP), and 6 by the administration. The 20 17 Asset Management for the Division's vehicles reveal that out of 66 vehicles, only 18 vehicles (27% of the total) are in good condition, 19 \·chicles (29%) arc in fair condition and 29 vehicles (45%) are in poor condition. This capital outlay project wi ll replace 12 vehicles that are in poor condition: 5 fo r transportation, 4 for in-home, and 3 for nutrition sections' use; bringi ng down the percentage of vehicles in poor condition to 26%. Maintenance and repair of the older fleet vehicles presents a challenge to the program budget because of the high and repetitive costs. The City's Subject Matter Expert (SME) stated that it would be cheaper to purchase new vehicles rather than to repai r them.

5. Work Plan: The project wi ll begin as soon as a fu lly executed Grant Agreement contract is received. The capital outlay funds of S496,800 will be used to purchase, equip and replace twelve program vehicles which includes five wheelchair vans for senior transportation for $273,730; four4-door, front wheel full-sized sedans for in-home services for $89,764; one ¾ ton pick-up and two cargo vans for nutri tion section for $122,843. The remainder of the funding ($10,463) wi ll be used to equip the new vehicles with cameras and two-way radio systems. Upon purchasing these vehicles, the Senior Services will request the Aging and Long Tenn Services Department to auction off the older program vehicles. Funds will be returned to Senior Services Program, and may be used to purchase Global Positioning Satellite System (GPS) license that could assist the Transportation Section to operate more efficiently. The 12 new vehicles wi ll be purchased, and equipped according to the City of Santa Fe's procurement procedures.

6. Budget Detail· Project Cost Acth·ities Other Funds State Funds Vehicle Purchase and Equip 5496,800 Totals $496,800

7. Performance Measures: The success or fai lure of this capital outlay project will be measured usi ng the following pcrforn1ance indicators: • percentage increase or decrease in the number of units provided by transportation, in-home services and home-delivered meals per fi scal year; • percentage of seniors who are able to stay in their homes longer because of availability of door-to-door transportation. in-home services and home-delivered meals; • percentage of vehicles that arc safe & reliable to use; and • percentage increase or decrease in vehicle downtime due to mechanical problems/issues.

8. Results Expected: The purchase of a new fl eet of vehicles will enable the Division of Senior Services (DSS) to assist those elderly who are no longer able to drive, who do not have a reliable vehicle, or who do not have access to other modes of transportation (public or private). According to a 2004 study by Linda Bailey, Executive Director of the National Association of City Transportation Officials (NACTO) and author of "Aging Americans: Stranded Without Options," seniors age 65 and older who no longer drive make 15% fewer trips to the doctor, 59% fewer trips to shop or cat out and 65% fewer trips to visit friends and family, than drivers of the same age. Since the late l 970's, DSS has provided door-to-door transportation service to eligible senior citizens 10 their medical appointments, grocery shopping, Page 17 of 18

FN19 ·•

1 : ; > ; , _ t • ~ j, I-. I ' ', ~ \ • \. ~~:) ' -

j I . ! i ~ I : ) ~ / • ! ; '· ... i \ ~ ( } ~ . ( l \ : ! j ,: • \_ ' : ! i l I ! ....

t ,: I!':•... ; ':: •,

meals, social services and other social activities and functions. For fiscal year 2016-2017, Transportation Section has provided rides to 858 seniors, averaging 167 rides per day at 755 miles per day. Moreover, another important result of this project is the potential decrease in vehicular accidents involving the elderly especially the octogenarians. Several vehicular studies involving these old older adults (term used for older adults age 80 and above) indicate that they cause more accidents than any other age groups and their rate of fatal collisions per mile travelled is also the highest.

9. Time Frame/ Milestones: Upon full execution of the Grant Agreement the following tasks will commt.'llCC to meet the time frame/ milestones RFP/Quotes Secured Month 1 Bid Closing Month 2 Bid Award to ContractorNendor Month3 Vehicles - Purchase and Equip Months 4-11 Project Completion & Review Month 13 Submit Exhibit I - Monthly/ Final Re12ort Form & Reguest for Payment according to contractual requirements as set forth in Articles VIII & IX of the Months 1-14 Grant Agreement

l 0. Responsible Staff (include Project Manager and Fiscal Contact):

Name: Eugene Rinaldi Title: Division of Senior Services Director Address: 1121 Alto Street, Santa Fe, NM 8750 I Email: carinaldi(

Name: Shirley Coca-Barela Title: Financial Analyst Address: 200 Lincoln Street. Santa Fe, NM 87501 Email: [email protected],· Phone: (505) 955-6170

NOTICE: The Gmnt Application, if approved for funding by the Aging and Long Tenn Services Department (ALTSD) and any attachments to the Grant Application are incorporated by reference into the scope of work. In the event of a conflict between any of the documents that arc part of the Agreement, the ALTSD Cabinet Secretary, at the sole discretion of ALTSD, shall resolve that conflict.

Page 18 of 18

FN20 -

IN WITNESS WI IEREOL the parties have executed this Agreement on the date set fo rth below.

CITY OF SANTA FE: ~M~N~

DA TE / L'7--- --z-/ {

ATTEST:

APPROVED AS TO fORM:

.{1/!iftj_ BRENNAN. CITY Ano z!t

APPROVED: £ i-<-k£2 1/~z/;A ADAM K ..J O~NSON. FINANCE / v O DEPARTMENT DIRECTOR I

BUS INESS UN IT/ LI NE ITEM

FN21 ~..

@IE t IE ~ \VJ !Eij ~ ~1 FEB O7 2018 ,~ AGING & LONG TEAM SERVICES DEPARTMENT

FN22 MINUTES OF THE REGULAR MEETING OF THE GOVERNlNG BOOY Santa Fe, New Mexico January 10, 2018

AFTERNOON SESSION

1. CALL TO ORDER ANO ROLL CALL

A regular meeting of the Governing Body of the City of Santa Fe, New Mexico, was called to order 'rt; Mayor Pro-tern Signe l. Undell, on Wednesday, January 10, 2018, at approximately 5:00 p.m., in the City Hall Council Chambers. Following the Pledge of Allegiance, Salute to the New Mexico flag, and the Invocation, roll call indicated the presence of a quorum, as follows:

Members Present Councilor Signe I. Lindell, Mayor Pro-Tern Councilor Carmichael A. Dominguez Councilor Mike Harrfs Councilor Peter N. Ives Councilor Joseph M. Maestas Councilor Christopher M. Rivera Councilor Ronald S. Trujillo Councilor Renee 0. Vmmreal

Members Excused Mayor Javfer M. Gonzales

Others Attending Brian K. Snyder, City Manager Kelley A. Brennan , City Attorney Yolanda Y. Vigil, City Clerk Melessia Helberg, Council Stenographer

FN23 6. APPROVAL OF AGENDA

Brian Snyder, City Manager said Item #10{u) has been withdrawn by the sponsor and needs to be removed from the Afternoon Agenda. He said it will be sponsored through the Water Conservatlon Section of the Water Division.

MOTION; Councilor Rivera moved, seconded by Councilor Ives. to approve the agenda, as amended.

VOTE: The motion was approved on a voice vote with Mayor Pro-Tem Lindell and Councilors Dominguez, Harris, Ives, Maestas, Rivera, Trujillo and Villarreal voting in favor of the motion and none voting against.

7. APPROVAL Of CONSENT CALENDAR

Councilor lv~s asked to be added as a cosponsor of ltem #1 O(s) and rtem #1 0{v).

Councilor Dominguez asked to be added as a cosponsor of Item #1 0(v).

MOTION: Councilor Dominguez moved, seconded by Councilor lvesJ to approve the following Consent Calendar, as amended.

VOTE: The motion was approved on the following RoU Cati vote:

For: Mayor Pro-Tern Lindell. Councilor Dominguez, Councilor Harris, Councilor Ives, Councilor Maestas, Councilor Rivera, Councilor Trujillo and Councilor Villarreal.

Against: None.

10. CONSENT CALENDAR

An Amendment Sheet regarding Item #10(w), regarding the 2018 Federal Fam, Bill Priorities. submitted by Mike liarrisJ is incorporated herewith ta these minutes as Exhibit a1."

A copy of the update of January 10, 2018, to Item #10(y)~ is incorporated herewith to these minutes as Exhib1t "2.''

a) REQUEST FOR APPROVAL OF A PROFESSIONAL SERVICES AGREEMENT IN THE

TOTAL ANNUAL AMOUNT OF $76,159.14, INCLUSIVE OF NMGRT1 FOR THE ANNUAL RENEWAL OF MAINTENANCE AND SUPPORT OF 48 PLUS CANON MFP COPY MACHINES THROUGHOUT THE CITY~ ROCKY MOUNTAIN BUSINESS SYSTEMS. (DAVID A. KULB)

City of Santa Fe Council MeeUng~ January \0, 2018 Page2

FN24 b) REQUEST FOR APPROVAL OF AMENDMENT NO. 3 TO PROFESSIONAL SERVICES AGREEMENT IN THE AMOUNT OF $49,995 FOR RENEWAL OF ANNUAL MAINTENANCE SUPPORT FOR THE CRITICAL NEED SOFTWARE JD EDWARDS PLATFORM (E1); SPINNAKER SUPPORT, LLC. (DAVID KULB)

c} REQUEST FOR APPROVAL TO AWARD RFP #17/47/P AND APPROVAL OF PROFESSIONAL SERVICES AGREEMENT IN THE TOTAL AMOUNT OF $1 ootooo, INCLUSIVE OF NMGRT, FOR DEBT ISSUANCE SERV~CES; FIRST SOUTHWEST, A DIVISION OF HILLTOP SECURITIES, INC. (CHRISTINA KEYES)

d) [Removed for discussion by Councilor Trujillo

e} REQUEST FOR THE APPROVAL OF ACCEPTANCE OF 2018 FTA SECTION 5303 MPO FUNDS IN THE TOTAL AMOUNT OF $79,677, INCLUSIVE OF CITY OF SANTA FE REQUIRED MATCH IN THE AMOUNT OF $15,9365, FOR SANTA FE METROPOLITAN PLANNING ORGANIZATION PROGRAM OPERATIONS; NEW MEXICO DEPARTMENT OF TRANSPORTATION. (MARK TIBBETTS) 1) REQUEST FOR APPROVAL OF BUDGET AMENDMENT IN THE AMOUNT OF $79,677.

f) REQUEST FOR APPROVAL TO USE NATIONAL JOINT POWER ALLIANCE AGREEMENT FOR WEX BANK FUEL CARD TO PROCURE FUEL AND MlSCELLANEOUS ITEMS FOR REPAIR OF UNITS THROUGH JULY 2020 FOR THE POLICE DEPARTMENT; NAT~ONAL JOINT POWER ALLIANCE AGREEMENT - WES BANK. {NANCY JIMENEZ}

g} [Removed for discussion by Councilor Trujillo]

h} REQUEST FOR APPROVAL OF AN EXEMPT PROCUREMENT AGREEMENT lN THE AMOUNT OF $138,286, EXCLUSIVE OF NMGRT FOR THE CRWTP CENTRIFUGE & CONVEYOR CONTROL SYSTEM UPGRADE PROJECT; ANDRITZ SEPARATION, INC. (ALEX GAMBINO AND ALEX PUGLISI)

i) REQVEST FOR APPROVAL OF RA TIFICA TJON OF CONTRACT 2013-027 914•230 IN THE AMOUNT OF $57,026.53, PROCURED THROUGH COOPERATIVE

EDUCATIONAL SERVICES (CES}!TLC COMPANY1 INC., DJB/A TLC PLUMBING AND UTILITY UTILIZING CONTRACT #2013-027 941-230TLC FOR THE EMERGENCY REPAIR OF A NATURAL GAS LEAK AT THE WASTEWATER MANAGEMENT DIVISION; TLC PLUMBING. (LUIS OROZCO} 1) REQUEST FOR APPROVAL OF BUDGET AMENDMENT IN THE AMOUNT OF $57,026.53

Cityof Sar1taFeCountD Meeting: January 10, 2018 Page3

FN25 j) REQUEST FOR APPROVAL OF GRANT AGREEMENT A16A5086 (MARY ESTHER GONZALES SENIOR CENTER- RENOVATION) IN THE TOTAL AMOUNT OF $70,300 FOR EQUIPPING, FURNISHING AND REWIRING OF THE NEW COMPUTER LAB AT MARY ESTHER GONZALES CENTER, A DIVISION OF SENIOR SERVICES; STATE OF NEW MEXICOAGJNGAND LONG-TERM SERVJCES DEPARTMENT. {GINO RINALDI) 1) REQUEST fORAPPROVAl OF BUDGET AMENDMENT IN THE AMOUNT OF $70,300.

k} REQUEST FOR APPROVAL OF GRANT AGREEMENT A1655087 (MARY ESTHER

GONZALES SENIOR C!:NTER • VEHICLES} IN THE TOTAL AMOUNT OF $4961800 FOR PROCURING, REPLACING AND EQUIPPING PROGRAM VEHICLES; STATE OF NEW MEX1CO AGING AND LONG-TERM SERVICES DEPARTMENT. (GINO RINALDI} 1) REQUEST FOR APPROVAL OF BUOGET ADJUSTMENT IN THE AMOUNT OF $496,800.

I} REQUEST FOR THE APPROVAL OF GRANT AGREEMENT A16A5093 (VILLA CONSUELO SENIOR CENTER MEALS - EQUIPMENT), IN THE TOTAL AMOUNT OF $80,900 FOR PROCUREMENT OF A VARIETY OF COMMERCIAL KITCHEN EQUIPMENT AND APPLIANCES FOR THE NEW COMMERCIAL KlTCHEN llTVILLA CONSUELO SENIOR CENTER; DIVISION OF SENIOR SERVlCES; STATE. OF NEW MEXICO AGING AND LONG.TERM SERVICES DEPARTMENT. (GINO RINALDI) 1} REQUEST FOR APPROVAL OF BUOGET AMENDMENT IN THE AMOUNT OF $80,900.

m} REQUEST FOR APPROVAL OF AMENDMEITT NO. 4 TO PROFESSIONAL SERVICES AGREEMENT IN THI: AMOUNT OF $20,000 FOR Aff AMENOfO TOT.Al OF $3,400,000, INCLUSIVE OF NMGRT, FOR ADVERTISING n1E ARTIST IN RESIDENCE PROGRAM FOR FY 2018 (NOVEMBER 2017 THROUGH FEBRUARY 2018); FUSEIDEAS LLC. (RANDY RANDALL)

nJ REQUEST FOR APPROVAL OF GRANT AGREEMENT SAF• 18-02 IN THE TOTAL AMOUNT OF $11,111 FOR ANNUAL AVIATION MAINTENANCE GRANT; NEW MEXICO DEPARTMENT OF TRANSPORTATION. (NICHOLAS SCHIAVO) 1) REQUEST FOR APPROVAL OF BUOGET AMENDMENT.

oJ Rl:QVEST FOR APPROVAL. OF PROFESSIONAt. SERVICES AGREEMENT IN THE AMOUNT OF $696,821 .52, INCLUSIVE OF NMGRT, FOR CIP #5188 HVAC REPLACEMENT CONSTRUCTION SCOPE OF SERVICES AT FOIU MARCY RECREATION COMPLEX; 8 & D INDUSTRIES, INC., ABOC, {JASON KLUCK}

p} REQUEST FOR APPROVAL OF AMENDMENT NO. 5 TO P.ROfESSJONAL S.ERV1CES AGREEMENT IN THE AMOUNT OF $4,000,000 FOR ON-CALL ROADWAY AND TRAILS CONSTRUCTION SERVICES FY 2016/2019 AND TO EXTEND THE TERM BY ONE YEAR TO FEBRUARY 2, 2019; GM EMULSIONS. (DAVID CATANACH}

City of Santa Fe Courici Meeting: January 10, 2018

FN26 q) REQUEST FOR APPROVAL OF AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT IN THE AMOUNT OF $4,000,000 FOR ON•CALL ROADWAY AND TRAILS CONSTRUCTION SERVICES FY 2018/2019 AND TO EXTEND THE TERM BY ONE YEAR TO FEBRUARY 2, 2019; EMCO. (DAVID CATANACHl

r} REQUEST FOR APPROVAL OF AMENDMENT NO. 2 TO PROFESSIONAL SERVICES AGREEMENT IN THE AMOUNT OF $75,000 FOR PRE-EMPLOYMENT SCREENING; JOSHUA BROWN, M.D.; IMS PRACTICE MANAGEMENT GROUP, LLC. (LYNETTE TRUJILLO)

s} REQUEST FOR APPROVAL TO PUBLISH NOTICE OF PUBUC HEARING ON FEBRUARY 14, 2018 {COUNCILOR RIVERA, AN0 COUNCILOR MAESTAS AND COUNCILOR IVES). BILL NO. 2018•1. AN ORD[NANCE RELATING TO THE CITY OF SANTA FE UNIFORM TRAFFIC ORDINANCE; AMENDING SECTION 12-1-5.1 REGARDJNG THE DEFINJTION FOR uAUTOCYCLE;" AMENDING SECTION 12·1•67 REGARDING THE DEFINITION OF A HSCHOOL BUS;" AMENDING SECTION 12·6•7 .4 REGARDING THE OPERATION OF VEHICLES ON APPROACH OF EMERGENCY VEHICLES; AMENDING SECTION 12•7 •9.2 REGARDING OPERATION OF OFF• HIGHWAY VEHICLES ON STREETS OR HIGHWAYS; AMENDING SECTION 12-7-9.9 REGARDING OFF-HIGHWAY VEHICLE SAFETY REQUIREMENTS; AND AMENDING SECTION 12-10-1..44 REGARDING SPECIAL RESTRICTION ON LAMPS. {JESSE GUILLEN)

t) CONSIDERATION OF RESOLUTION NO. 2018-1 (MAYOR GONZALES}. A RESOLUTION REPEALING RESOLUTION NO. 2017•2, RELATING TO THE OPEN MEETINGS ACT; ADOPTING THE STATE OF NEW MEXICO OPEN MEETINGS ACT BY REFERENCE; AND ADOPTING NOTICE REQUIREMENTS. (YOLANDA Y. VIGIL)

u) CONSIDERATION OF RESOLUTION NO. 2018· _ (MAYOR GONZALES, COUNCILOR IVES AND COUNCILOR MAESTAS). A RESOLUTION SPONSORING THE NEXT GENERATJON WATER SUMMIT AND WAIVING ALL SPACE RENTAL FEES FOR USE OF THE SANTA FE COMMUNITY CON.VENTION CENTER FOR 2018, 2019 AND 2020. (CHRISTINE CHAVEZ) This Item was withdrawn b)!the S,ponsor.

v} CONSIDERATION OF RESOLUTION NO. 2018·2 (COUNCILOR VILLARREALi COUNCILOR IVES AND COUNCILOR DOMINGUEZ). A RESOLUTION IN SUPPORT OF THE 'NEW MEXICO GROWN FRESH FRUITS ANO FRESH VEGETABLES FOR SCHOOL MEALS PROGRAM' STATE LEGISLATION. (JESSE GUILLEN)

w) CONSIDERATION OF RESOLUTION NO. 2018·3 {COUNCILOR VILLARREAL, COUNCILOR IVES, COUNCILOR DOMINGUEZ AND COUNCILOR TRUJ\lLO). A RESOLUTION SUPPORTING 2018 FARM BILL PRIORITIES AS A MEANS TO SECURING A REGIONAL FOOD SYSTEM THAT IS JUST AND ACCESSIBLE FOR ALL MEMBERS OF THE CITY OF SANTA FE. (JESSE GUILLEN)

Cityorsante Fe Council Meeting: Janus(}' 10. 2018 Pa.ge5

FN27 x} [Removed for discussion by Councilor Ives, Councilor VIiiarreai and Councilor Maestas]

y} REQUEST FOR APPROVAL Of APPOINTMENT OF PRECINCT OFFICIALS FOR THE MARCH 6, 2018 REGULAR MUNICIPAL ELECTION. {YOLANDA VIGIL) 1) REQUEST FOR APPROVAL TO EXTEND CITY CLERK'S HOURS ON FEBRUA~Y 22J 2018 AND FEBRUARY 261 2018 FROM 5:00 P.M. TO 9:00 P.M,1 TO ALLOW PRECINCT OFFICIALS TO VOTE EARLY FOR THE MARCH , 2018 REGULAR MUNICIPAL ELECTION.

z) REQUEST FOR APPROVAL OF APPOINTMENT OF MUNICIPAL COURT PRO-TEM

JUDGE PURSUANT TO §2•3,4(C)1 ANGELA PACHECO. {JUDGE VIRGINIA VIGIL)

aa) [Removed for discussion by Councilor Villa"88I]

bb} CONSIDERATION OF RESOLUTION NO. 2018· _ (MAYOR GONZALES1 COUNCILOR IVES, COUNCILOR MAESTAS, COUNCILOR TRUJlLLO AND COUNCILOR RIVERA). A RESOLUTION DIRECTING CITY STAFF TO COLLABORATE WITH THE PUBLIC SERVICE COMPANY OF NEW MEXICO (PNM) TO DEVELOP A PHOTOVOLTAIC (PV) PROJECT TO PROVIDE CITY OWNED FACILITIES

WITH SOLAR POWER1 IN ACCORDANCE WITH THE CITY OF SANTA FE'S STATED GOAL OF ACHIEVING CARBON NEUTRALITY BY 2040. (JOHN ALEJANDRO) (Postponed on December 13. 2017). (Postpone to January 31, 2018}

cc) CONSIDERATtON OF RESOLUTION NO. 2018· _. (MAYOR GONZALES), A RESOLUTION AUTHORIZING TOURISM SANTA FE TO ENTER lNTO A FRANCHlSE AGREEMENT WITH GRAN FONDO NcW YORK TO DEVELOP A PRELIMINARY EVENT IN SANTA FE. {RANDY RANDALL). (Postponed on November 81 2017) (Postponed on December 13, 2017) (Postponed to January 31, 2018). Fiscal Impact: Expenditures= 1322,500; Revenue== $262,500.

END OF CONSENT CALENDAR

8. APPROVAL OF MINUTES~

a) SPECIAL CITY COUNCIL MEETING - DECEMBER 4, 2017

MOTION: Councilor Dominguez moved. seconded by Councitor Ives, to approve the minutes of the Special City Council Meeting of December 4, 2017, as presented.

VOTE: The motion was approved on a voice vote with Mayor Pro-Tem Linden. and Councilors Dominguez, Harris, Ives, Maestas, Riverat Trujillo and Villarreal voting in favor of the motion and none voting against.

Ciiy of Santa Fe Council Meeting: January 10, 2018 Page6

FN28 GSD/PD (Rev. 01/11) State of New Mexico General Services Department Purchasing Division

Statewide Price Agreement Amendment

Awarded Vendor Price Agreement Number: 60-000-15-00015 Creative Bus Sales, Inc. 5760 Pino Ave. NE Price Agreement Amendment No.: Three Albuquerque, NM 87109 Term: April 4, 2016-April 3, 2019

Telephone No. 866-973-8369

Procurement Specialist: Susan L. Phillips~ Ship To: .·/ All State of New Mexico agencies, commissions, institutions, political subdivisions and local public Telephone No.: (505) 827-0488 bodies allowed by law.

Invoice: As Requested

Title: Transit Vehicles

This Price Agreement Amendment is to be attached to the respective Price Agreement and become a part ~~ '

In accordance with Price Agreement provisions, and by mutual agreement of all parties, this Price Agreement is extended from April 4, 2018 to April 3, 2019 at the same price, terms and conditions.

Except as modified by tbis amendment, the provisions of the Price Agreement shall remain in full force and effect.

Accepted for the State of New Mexico

Date: 3/14/2018

Purchasing Division, 1100 St. Francis Drive 87505, PO Box 6850, Santa Fe, NM 87502-6850 (505) 827-0472 LM/slp

FN29 10/26/2018

(. ) Creative Bus Sales

NMDOT CONTRACT

State Price Agreement # 60-000-15-00015

Preparer: ------Gary R. Guinn MAKE Unit Price Starcraft Base Body Price: $47,930.89 Base Models : Starlite 8-2 Model Upgrade: $0.00 Additional Options: $5,735.00

Number of Published Options: $0.00 Passenger Base Mode l Info: Vehicle Length lift Position Wheelchair positions Seating Mobility Discount: Applied 20' REAR 2 8 Number of Passenger Adjust ed Model Info: Vehicle Lengt h lift Position Wheelchair positions Seating 20' Rear 2 7 Total per Unit: $53,665.89 Quant ity: 4 Total: $214,663.56 Proposal For: City of Santa Fe Senior Center Contact: Romelia Glorioso-Moss Delivery Address: 200 Lincoln Ave. Santa Fe, NM 87501 I I Office: 505-955-4744 M obile: I Email: rsglorioso-m oss@ci .sant a-f e. nm. us

Floorplan Awaiting updated Floor Plan

t------•&•l!------, •------,~ ------<> - 30--t-- 30- 12

...

,, L:.::"._-- I i i------;---,.. of; ------1' I ------138------>------~~------·

FN30 Standard Features l Creative Bus Soles

STARLITE -TRANSIT350 HD - 8-2 Starttto 20 138" WB Transil350 3. 7L Gas Engine W/230 AMP OEM ALT :/_,,·:·;;:;;:p,:;,;\i.'"\ :•<·.<· ._::;?'::i'''.',:"c}:'SPECIAL·INSTRUCTIONSORNOTES ,,':;',>", ,_· . .. :· :/:::. •.:::1,,:,.-,_ Wattr tost roport with oach bus

Front End Allgnmont • too-In castor cambar • lncludo printout SPECIAL BUILD: DUAL COMPRESSOR AIC SYSTEM 55K FOR TRANSIT CHASSIS • 23038 INDEPENDENT OF OEM DASH WITH LARGER COMP 55K ACC CLIMATE CONTROL R22Cl21G 55K 23023 EVAP • 25065 SKIRT COND TMtCI 10 CID COMP • R22Cl21CI FORD 3.7L V•CI GAS TRANSIT CHASSIS

Sidowall: Grev FRP Rcarwall: Grey Seaspray Fabric Cellina: Grov Scasprav Fabric Driver Area: Grey Paddod Vmyl

Alslo: Gerflor Sirius NT #6801 Graphlto IBlackl Under Scats: Gerflor Sirius NT #6801 Graphlto (Black) ''.;',~ic~•t::".;·:l·,,;:.,.;:;P•!::'S,::•::;: '.:'-i~;/.,:.;c:-t,-:_:,...-;.·\')':.0;-:;:;:~:':,CHASSIS· '"''"''··:::-." '•::::·:,·,\0 · .'c°'' .. ·,:-'.,.'. ;·_ .•.. , .-: ,'. ··,:: Front Mud Flaps, pair Mor-Rydo RL Suspension .··<:Ti'~';-'.':+~·:•·, ::, ,;;?;::,,·,.ft;,-'C:1·::,!(?,':.:J-'.• 0i:•:,L~ENVIRONMENTAL'.CONTROL" ~"'.'-' '!'.:·:,'L-,,'i'/,:': , o, ·. ·.·. ·.. • >· << ·:'" :, .•~ :::;•·--'Y · : :, ... ·\,:c;,:::c,•:::, ,;-,,:,','::f;O::.;i;.~~:;,.'!:,;:,,w..'t:;:1.'.:.ltlEATERS :i.'.'tf':'f :.;:!.·,,,:>~,~~•,:,,~,::.,-' ·-:::.: · · . . . ·:. ,:-·• ' r,i:' :,:: :>-:·, Hot Water Hoater, 65K BTtJ.Mounted to Scat Framo

Defroster Fan - Mourn Location: I

Battery Box and Tray Light in Englno Area

Surface, Mourn LED Entry Door Exterior Light· STD Choo$o Olltlonal Below or Sooclal builds LED Rear Center Mount Brake Light, Roctangular

Do!uxo AMIFWCD With Clock & 4 Speakers PA Ready ;~••,;i,(C,-.r~':'.:'~:'i•o·',::::.,:J,'.'.·'.t~/~:'·::/,:·;7:,,;,;,.;7::~--0p:JpooRSJHATCHIWINDOWS --' _,.,_._ :. - ,s ·•• ? •.-.~ ·.":- ,.:··· :•\i,-:t:,;;fk;'.t-,;:,?_~:cx,:,,;;rcEloctrfc 1:n1JYOOOl'.la~'·'Add Oplfon 12058 If lknual la Ooall'Dd :'.'.: ..'.'.'.,. ·.::·.,, . .; ,, ... -. :..- •· Passongor Door Eloctrlc (stanaan11 Passongor Door 38" ROUGH OPENING (STANDARD)

Driver Storage, In Cllb Ovcmcad with Lock

Ooublo W.C. Doors wl Wind>~•~- lnt<1rio< l.i<1ht Le;,t Sprin:1. I.EO Exhirior l.iqhUnq IS THE LIFT IN THE FRONT OR REAR OF THE UNIT'I I REAR . •. .. .._;::•·· . B

STARCRAFT Fast Idle with FMVSS 403 Interlock FOid Gas/Osl RCT-01363 ,· (Hl301-l I.bx Rt.trctr Tie C,ow,t o~-s:;2;;.A l C,,mlJ l.11>/Shl

5 Lb F"ira El

__ .:.-._.:,:· .. ·.. ,,.·· Mic! High Double Seat Mic! High Single Seat ;;PASSENGERSEATFABRICS, . :·. ,., , ,, . Seat Cover- Lovol t NIIWl)CIII Vinyl; Oxen Vinyl; Oldin

Anti-Vandal Glab Handlo. Black Ea on: I I Black us Armrest - Each - on: I I

Seat Belt. Freedman USR Retradablo IPer Person) NIA Handl-Fllp

FN31 Additional Options

Key to SPA Qty Part# Description List Price Ext Price (page# & line item) STARLITE & ALLSTAR OPTIONS SIDEWALL/ REARWALL / CEILING 1 SC-AS-41 Grey Padded Vinyl Interior (walls and ceiling) $200.00 $200.0( Page 73; SC-AS-41 CHASSIS OPTIONS 1 SC-AS-70 Heavy Duty Anti-Slip Aluminum Running Board on Driver Side (Large) $250.00 $250.0C Page 73; SC-AS-70 1 SC-AS-77 Exterior Mirror Set, Remote/Heated, Ford $550.00 $550.0C Page 73; SC-AS-77 1 SC-AS-97 Valve Stem Extender Inner Dual Rear Wheel, pair $65.00 $65.0C Page 74; SC-AS-97 TRANS/ AIR AIR CONDITIONING SYSTEMS ELECTRICAL 1 SC-AS-265 Laminated Wiring Schematic ***AS BUILT*** ON ELECTRICAL PANEL DOOR $50.00 $50.0C Page 79; SC-AS-265 EXTERIOR LIGHTS 1 SC-AS-292 Turn Signals Flash With Open Door $75.00 $75.0C Page 79; SC-AS-292 INTERIOR LIGHTS 1 SC-AS-301 Door Activated Interior Lights $30.00 $30.0C Page 79; SC-AS-301 DOORS/ HATCH/ WINDOWS Electric Entry Door is Standard. Add Option #2056 if Manual is Desired 1 SC-AS-319 Pa ssenger Door Electric (standard) $0.00 $0.0( Page 80; SC-AS-319 1 SC-AS-321 Passenger Door 36" ROUGH OPEN ING {STANDARD) $0.00 $0.0( Page 80; SC-AS-321 1 SC-AS-324 Exterior Passenger Entrance Door Key $70.00 $70.0( Page 80; SC-AS-324 2 SC-AS-325 Extra Key for Electric Entry Door (requires opt 2133) $10.00 $20.0( Page 80; SC-AS-325 1 SC-AS-330 Rear Door, (1) Window $350.00 $350.0( Page 80; SC-AS-330 1 SC-AS-331 Additional Window for Rear Door $70.00 $70.0( Page 80; SC-AS-331 1 SC-AS-332 Twin Windows Either Side of Rear Door $120.00 $120.0( Page 80; SC-AS-332

FN32 LUGGAGE RACK/STORAGE 1 SC-AS-349 Driver Storage in Cab Overhead with Lock $100.00 $100.0C Page 81; SC-AS-349 1 SC-AS-350 Overhead Luggage Rack - Both Sides $550.00 $550.0C Page 81; SC-AS-350 20 SC-AS-351 Install Netting on Twin Overhead Luggage Racks-Enter Bus Length in the Qty $10.00 $200.0C Page 81; SC-AS-351 1 SC-AS-355 30" Interior Luggage Rack, 2 Shelves covered in Charcoal fabric $350.00 $350.0C Page 81; SC-AS-355 Miscellaneous Accessories 1 Delivery/Freight Charge from Bus Manufacturer to Albuquerque, NM $1,995.00 $1,995.0C Page71A 80 One-way delivery cost, per mile, from Vendor to Recipient's destination (price $2.00 $160.0C Page 71 B SAFETY OPTIONS 1 SC-AS-417 Body Fluid Kit $40.00 $40.0C Page 83; SC-AS-417 1 SC-AS-426 Rosco "Smart Vision" Backup Camera STSK4530 Includes 4.3" Display in Driver Rear $550.00 $550.0( Page 83; SC-AS-426 GRAB RAIL/ STANCHION / PANELS -1 SC-AS-449 Right Hand Entry Vertical Grab Rail - 11/4" $60.00 -$60.0( Page 83; SC-AS-449 1 SC-AS-452 11/4" Dual Entry Grab Rails Parallel to Entrance Steps (both sides) $90.00 $90.0C Page 83; SC-AS-452 SEATING - PASSENGER -1 SC-AS-486 Mid High Single Seat $160.00 -$160.0C Page 84; SC-AS-486 PASSENGER SEAT FABRICS 7 SC-AS-524 Seat Cover - Level 1 Newport Vinyl; Oxen Vinyl; Olefin $0.00 $0.0C Page 85; SC-AS-524 SEAT OPTIONS 7 SC-AS-549 Moisture Barrier (Per Person) $10.00 $70.0C Page 86; SC-AS-549 $5,735.0C

FN33 11/15/2018

(.)C reative Bus Sales

NMDOT CONTRACT

State Price Agreement # 60-000-15-00015

Preparer: ______G_ar...:y_R_._G_u_i_n_n ______

MAKE Unit Price Starcraft Base Body Price: $47,930.89 Base Models: Starlite Transit 8-2 Model Upgrade: $0.00 Additional Options: $164.00

Number of Published Options: $0.00 Passenger Base Model Info: Vehicle Length Lift Position Wheelchair positions Seating Mobility Discount Not Appiled: $1,000.00 20' REAR 2 8 Number of Passenger Adjusted Model Info: Vehicle Length Lift Position Wheelchair positions Seating 20' None 0 10 Total per Unit: $49,094.89 Quantity: 1 Total: $49,094.89 Proposal For: City of Santa Fe Senior Center Contact: Romella Glorioso-Moss Delivery Address: 200 Lincoln Ave. Santa Fe, NM 87501 I I Office: 505-955-4744 Mobile: I Email:

Floorplan 2018 Fiscal Year

------..'4-· -----~-, ------•"-ti----~--~ I!'

--~------1--

FN34 - r. •1 Standard Features ~• Creative Bus Sales STARLITE • TRANSIT350 HD-8-2 Starlito20138"WB Translt3503.7L Gas Engine W/230AMP OEM ALT ,J;;;;•.,:cµs,,t'fi!:.0!,:,;'?l}i/fiP/\'!);i';//;~/;;'J-tY2,YiSPECIALINSTRUCTIONS .OR•NOTES:~!,'.0.\~')';/f :' ,,.,· :, \,::?),, .. :; ,;.,,,.:,._;:,:,:. /.:?:+:,/: Water tost roport with aach bus 0;;j,/1;',;,r;:1:i:,.Y;;:";JA·.Dk\Jfti\XU?;r,49,>i:.SPECIAL:-BUILD.ORDER.cti2;,i;.'-.fJtl:i'c\l,;ti/'4<:':/:.~s,"-, ·,.:.'!'.:?:,/·Xh-ti!: Front End Allanmont • too-In castor cambar • lncl11do printout SPECIA1. BUILD: DUAL COMPRESSOR AJC SYSTEM 55K FOR TRANSIT CHASSIS• 23036 INDEPENDENT OF OEM DASH WITH LARGER COMP 55K ACC CLIMATE CONTROL R228216 55K 23023 EVAP • 25065 SKIRT COND TM16 10 CID COMP • R228218 FORD 3.7L V-8 GAS TRANSIT CHASSIS :7'._''..·'t:·•:.•::•:N✓:··. Sidewall: Grey FRP Rearwall: Grev Seasprav Fabric Ceili1111: Grev Soasprav Fabric Driver Area: Grey Padded Vinyl 'f'.''"''"YC:;>."':' :'':''."'f..t?":'''j(,?''fS'';i'FLOORING·.'WffrFE NOSING IS STANDARD '"7:-'''·<·vV'"'.'.''Y.''"'>'"'':'''t"> ,;,·''.·.;;;· ''.• · Aisle: Gerflar Sirius NT #6801 Graphite (Black) Under Seats: GClfl« Sirius NT #6801 Graphite (Black)

Front Mud Flaps, pair MOl'-Rydo RL Suspension ?"•tf4~4-..f ·?}0b-'.~•~!:.~{5ff !.:14)Y.:::· ·.. -;·,z.:..< ·, :¾-ii-~-ENVIRONMENTALC:ONTROL<.f\,;,v.:k<~ 1·~=:::,)x./\;:-14\◊~>.

Llgh1 In Engine Area

Surface Mount LED Entrv Door Exterior Liaht • STD Choose Optional Below or SD

Detwco AM/FM/CD With Clock & 4 Speakers PA Ready '/!'.f~(Y.f'l;pfj,"!Jl!;'ir/-;;'ff,A~l?t/jf:#t~iitQ.\!¼ii,¼">,;~~D®RSI.HATCH,I.WINDOWS>:3.;t?-d1i1£!i'i:§;-:i/-J'fi-f*-';X£Wtfi:;!';1f.,;,,.1.1,':iH?.i,~-::.;;:;;: r;~~~:i.{'.Willt~.:-0;gJ,i'i%.%BactrlcJ:ntrytJoor lsS11ltidud41/.idd Optloii 12058 If llsmlill Is DCISfrad.JiH//J.({-¼"t¾f,foi'-\1.ill,Jt

Ooublo W.C. ()oars wi Win

Braun Ct,nlmy NCL 1000 J454HB-2 1000# (:l4'x54') •NJA FRONT LIFT 138/139'WB

STARCRAFT Fast Idle with FMVSS 403 Interlock Ford Gas/Osl RCT-01383 ·::~.:=:;:r~:W't:'.:r_\-:;f+T?.~ :_ ?;::;v;~~Y>c·~;Q St..-lntY' 1:VSecuNmo-nt Kfta;'Ac_caa&Ortoa··'· :t(X_·uc~t

Priority Seating Sign -Roquirod for ADA Compliance-

5 Lb Fire Extinguisher 18 Unit First Aid Kit Emeraoncv Trianalo Kil Back-Up Alarm SAE Typo B 107 db(A) Ecco 575 Interior Convex Mirror 6"x9" Wide Anglo Lens 11'"x14", Fresnel Emecgency Exit Decal RED LOCATION: I ..<-tifP'M o,4 ~ 'Y >,.:<)k. ;;;;.,,;;.½;::;t,t\.:i/4.,.ORAB RMktSTANCt!IQN IPANl:L~ -:ft<➔.::: 4,✓.:< 4i ~; Y•th-P \ ':.P:>< Rklhl Hand Entry Vertical Grab Rall - 1 1/4" Celling Grab Rail (each) If 1 Specify Side: I

GRAY VINYL OEM DRIVERS SEAT ;t~%'tfiiik~f/~f{f.fJ,:fJi{~'iff~?Xl('#.-ikt(S~S:~~J-~-1.~~~8EATlHGiPASSENGER1Ift?i.._~'.~fd.('lli$.¼\,~~rt'fitk~~~;i,~~»lm~Jtr§t,'t;i/fifl'f:%t!}?~f :~n.i~t~~~}¼}:if;fe:1~jl,-~~~tij~t_\iff~1:JfJ~?~1\N~~J:-STDRJGID~SEATS{Y;l~..:t~~~i~;t1WA:'krt~t[fk't;.lt.~rt§;""?.,1ljt~~fF\~' Mid High Dollble Seat Mid High Single Seat

Scat Cover• Level 1 Newport Vinyl; Oxen Vinyl; Olefin

~ll.Vandal Grab Handle, Black Ea an: I Black US Annrest • l:ach • on: I I :_t:=JQi.~h1k4~m~~~,}f.'?'.;?Ui--i:lffih?i5.i:1}:J¥1fNt-)ti~%'~}rJ~f~I~FX~8EAT.iBELTS)Z..tsY.i;~£.W\W~?.f-;tj~~l?,k:it&17ktit..Wfiti~i~E~~~;;&:;{1t11 Seat Belt, Freedman USR Retractable (Per Person} NIA Ha11di-Flip

FN35 _ C,eolive Bus Soles

Additional Options

Key to SPA Qty Part# Description List Price Ext Price (page# & line item) STARLITE & ALLSTAR OPTIONS SIDEWALL/ REARWALL / CEILING 1 SC-AS-41 Grey Padded Vinyl Interior (walls and ceiling) $200.00 $200.00 Page 73; SC-AS-41 FLOORING - WHITE NOSING IS STANDARD 1 SC-AS-58 3/4" Marine Tech Plywood Floor $450.00 $450.0C Page 73; SC-AS-58 CHASSIS OPTIONS 1 SC-AS-70 Heavy Duty Anti-Slip Aluminum Running Board on Driver Side (Large) $250.00 $250.0C Page 73; SC-AS-70 1 SC-AS-77 Exterior Mirror Set, Remote/Heated, Ford $550.00 $550.0C Page 73; SC-AS-77 1 SC-AS-97 Valve Stem Extender Inner Dual Rear Wheel, pair $65.00 $65.0C Page 74; SC-AS-97 TRANS/AIR AIR CONDITIONING SYSTEMS ELECTRICAL 1 SC-AS-265 Laminated Wiring Schematic ***AS BUILT*** ON ELECTRICAL PANEL DOOR $50.00 $50.0C Page 79; SC-AS-265 EXTERIOR LIGHTS 1 SC-AS-292 Turn Signals Flash With Open Door $75.00 $75.0C Page 79; SC-AS-292 INTERIOR LIGHTS 1 SC-AS-301 Door Activated Interior Lights $30.00 $30.0C Page 79; SC-AS-301 DOORS/ HATCH/ WINDOWS Electric Entry Door is Standard. Add Option #2056 if Manual is Desired 1 SC-AS-319 Passenger Door Electric (standard) $0.00 $0.0C Page 80; SC-AS-319 1 SC-AS-321 Passenger Door 36" ROUGH OPENING (STANDARD) $0.00 $0.0C Page 80; SC-AS-321 1 SC-AS-324 Exterior Passenger Entrance Door Key $70.00 $70.0( Page 80; SC-AS-324 2 SC-AS-325 Extra Key for Electric Entry Door (requires opt 2133) $10.00 $20.0C Page 80; SC-AS-325 1 SC-AS-330 Rear Door, (1) Window $350.00 $350.0C Page 80; SC-AS-330 1 SC-AS-331 Additional Window for Rear Door $70.00 $70.0C Page 80; SC-AS-331

FN36 1 SC-AS-332 Twin Windows Either Side of Rear Door $120.00 $120.0( Page 80; SC-AS-332 LUGGAGE RACK/ STORAGE 1 SC-AS-349 Driver Storage in Cab Overhead with Lock $100.00 $100.0C Page 81; SC-AS-349 1 SC-AS-357 48" Interior Luggage Rack, 2 Shelves covered in Charcoal fabric $450.00 $450.0C Page 81; SC-AS-357 PARATRANSIT OPTIONS -1 SC-AS-363 Double W.C. Doors w/ Windows, Interior Light, Leaf , LED Exterior Lighting $925.00 -$925.0C Page 81; SC-AS-363 BRAUN LIFTS -1 SC-AS-384 Braun Century NCL 10003454HB-21000# Lift (34"x54") N/A 138-13911 WB $4,250.00 -$4,250.0C Page 82; SC-AS-384 Q Straint W.C. Securement Kits, Accessories -2 SC-AS-400 Q-8301-L Max RetrctrTie Down,QS-6326-Al Comb Lap/Shldr,L Trk $475.00 -$950.0C Page 82; SC-AS-400 Miscellaneous Accessories 1 Delivery/Freight Charge from Bus Manufacturer to Albuquerque, NM $1,995.00 $1,995.0C Page 71; A SC One-way delivery cost, per mile, from Vendor to Recipient's destination (price $2.00 $160.0( Page 71; B SAFETY OPTIONS 1 SC-AS-417 Body Fluid Kit $40.00 $40.0( Page 83; SC-AS-417 l SC-AS-426 Rosco "Smart Vision" Backup Camera STSK4530 Includes 4.3" Display in Driver Rear $550.0C $550.0C Page 83; SC-AS-426 GRAB RAIL/ STANCHION/ PANELS -1 SC-AS-449 Right Hand Entry Vertical Grab Rail - 11/4" $60.0C -$60.0C Page 83; SC-AS-449 l SC-AS-452 11/4" Dual Entry Grab Rails Parallel to Entrance Steps (both sides) $90.0C $90.0C Page 83; SC-AS-452 SEATING - PASSENGER 1 SC-AS-485 Mid High Double Seat $280.00 $280.0C Page 84; SC-AS-485 1 SC-AS-486 Mid High Single Seat $160.00 $160.0C Page 84; SC-AS-486 PASSENGER SEAT FABRICS 10 SC-AS-524 Seat Cover - Level 1 Newport Vinyl; Oxen Vinyl; Olefin $0.00 $0.0C Page 85; SC-AS-524 SEAT OPTIONS 10 SC-AS-549 Moisture Barrier {Per Person) $10.00 $100.0C Page 86; SC-AS-549 SEATBELTS Seat Belt, Retractable ** NOT AVAILABLE WITH FOLDAWAY SEATS**ORDER USR Page 86; SC-AS-564 2 SC-AS-564 BELTS $40.00 $80.0( 2 SC-AS-568 Seat Belt Extension, 24" FOR USR SEAT BELTS $22.00 $44.0( Page 86; SC-AS-568 $164.00

FN37 OSD/PD (Rev. 01/1 I) State of New Mexico General Services Department Purchasing Division

Statewide Price Agreement Amendment

Awarded Vendor Price Agreement Number: 60-000-15-00015 Creative Bus Sales, Inc. 5760 Pino Ave. NE Price Agreement Amendment No.: Ihm Albuquerque, NM 87109 Term: April 4, 2016-April 3, 2019

Telephone No. 866-973-8369

Ship To: Procurement Specialist: Susan L. Phillips~,., All State of New Mexico agencies, commissions, institutions, political subdivisions and local public Telephone No.: (505) 827-0488 bodies allowed by law.

Invoice: As Requested

Title: Transit Vehicles

This Price Agreement Amendment is to be attached to the respective Price Agreement and become a part thereof.

In accordance with Price Agreement provisions, and by mutual agreement of all parties, this Price Agreement is extended from Ap1·il 4, 2018 to April 3, 2019 at the same price, terms and conditions.

Except as modified by this amendment, the provisions of the Price Agreement shall remain in full force and effect

Accepted for the State ofNew Mexico

Date: 3/14/2018

Purchasing Division, 1100 St. Francis Drive 87505, PO Box 68S0, Santa Fe, NM 87502-68S0 (505) 827-0472 LM/slp

FN38 Transit Vehicle #1 Small & Mid-Sized Body on Chassis Approximately 20' to 25' Manufacture & Floorplan Current Price New Price Arboc Spirit of Freedom 7-2WC $ 89,123.00 $ 90,572.15 Arboc Spirit of Freedom 8-2WC $ 89,330.00 $ 90,782.52 Arboc Spirit of Freedom 10-2WC $ 89,924.00 $ 91,386.18 Arboc Spirit of Freedom 12-2WC $ 90,339.00 $ 91,807.93 Arboc Spirit of Freedom 16-2\NC $ 92,502.00 $ 94,006.10 Arboc Spirit of Freedom 20-2WC $ 95,964.00 $ 97,524.39 Eldorado Aerolite 20 7-2WC $ 56,461.00 $ 57,379.07 Eldorado Aerolite 20 8-2WC $ 56,695.00 $ 57,616.87 Eldorado Advantage 22 10-2WC $ 55,290.00 $ 56,189.02 Eldorado Advantage 22 12-2WC $ 56,699.00 $ 57,620.93 Eldorado Advantage 24 16-2WC $ 61,657.00 $ 62,659.55 Eldorado Advantage 25 20-2WC $ 63,383.00 $ 64,413.62 Starcraft Starlite 20 7-2WC $ 46,981.00 $ 47,744.92 Starcraft Starlite 20 8-2WC $ 47,164.00 $ 47,930.89 Starcraft Allstar 22 10-2WC $ 48,420.00 $ 49,207.32 Starcraft Allstar 22 12-2WC $ 52,010.00 $ 52,855.69 Starcraft Allstar 24 16-2WC $ 53,438.00 $ 54,306.91 Starcraft Allstar 25 20-2WC $ 55,332.00 $ 56,231.71 StarTrans Canidate 20 7-2WC $ 47,825.00 $ 48,602.64 StarTrans Canidate 20 8-2WC $ 48,257.00 $ 49,041.67 StarTrans Senator II 22 10-2WC $ 48,836.00 $ 49,630.08 StarTrans Senator II 22 12-2WC $ 50,062.00 $ 50,876.02 StarTrans Senator II 24 16-2WC $ 53,710.00 $ 54,583.33 StarTrans Senator II 25 20-2WC $ 55,550.00 $ 56,453.25 Glaval Universal 7-2WC $ 51,660.00 $ 52,500.00 Glaval Universal 8-2WC $ 51,819.00 $ 52,661.59 Glaval Universal 10-2WC $ 52,955.00 $ 53,816.06 Glaval Universal 12-2WC $ 53,310.00 $ 54,176.83 Glaval Universal 16-2WC $ 56,442.00 $ 57,359.76 Glaval Universal 20-2WC $ 58,409.00 $ 59,358.74 Hometown Trolley Carriage 16-2WC $ 171,660.00 $ 174,451.22

Creative Bus Sales I 800. .326.2877 I CrealiveBusSales.com 14740 Ramona Ave., Chino, CA 91710

FN39 Transit Vehicle #3 Low Floor Purpose Built Paratransit Mobility Van Manufacture & Floorplan Current Price New Price Braun Entervan 1.1 $ 40,164.00 $40,817.07 Braun Entervan 1.2 $ 41,255.00 $41,926.83 Braun Enterva n 1.3 $ 40,524.00 $ 41,182.93 Braun Entervan 1.4 $ 41,615.00 $ 42,292.58 Eldorado Amerivan 1.1 $ 40,925.00 $ 41,591.46 Eldorado Amerivan 1.2 $ 42,018.00 $ 42,701.22 Eldorado Amcrivan 1.3 $ 41,285.00 $ 41,957.32 Eldorado Amerivan 1.4 $ 42,378.00 $ 43,057.07 MV-1 SE 1.1 $ 41,601.00 $ 42,277.44 MV-1 SE 1.2 $ 41,950.00 $ 42,632.11 MV-1 SE 1.3 $ 42,164.00 $ 42,849.59 MV-1 SE 1.4 $ 42,513.00 $ 43,204.27 lonestar Handicap Vans 1.1 $ 37,464.00 $38,073.17 lonestar Handicap Vans 1.2 $ 38,459.00 $ 39,084.35 lonestar Handicap Vans 1.3 $ 37,988.00 $38,605.69 l onestar Handicap Vans 1.4 $ 38,983.00 $ 39,616.87

Transit Vehicle #4 130" Wheelbase Transit with Side Door Wheelchair Lift Manufacture & Floorplan Current Price New Price Transit Works 1.1 $ 41,285.24 $ 41,957.56 Glaval Commute 1.1 $ 50,707.00 $ 51,531.50 l onestar Handicap Va ns Promaster LF 1.1 $ 79,316.00 $ 80,505.69 Lonestar Handicap Vans Transit 1.1 $ 44,216.00 $44,934.96 Norcal Vans Transit 1.1 $ 44,850.00 $45,579.27

Thank you again for the opportunity to continue doing business with the State of New Mexico.

Please contact me if any further informati on is needed.

T~

Marcus Hoffman Transit Bid Manager

Creative Bus Soles I 800.326.2877 I CreativeBusSoles.com 14740 Ramona Ave .. Chino, CA 91710

FN40 Page63 State of New Mexico General Services Department Purchasing Division Statewide Price Agreement#: 60-000-15-00015

Transit Vehicle # 1 Vendor: Creative Bus Sales Manufacturer: Starcraft Bus Model: Starlite / Allstar

FN41 (-. - f..._. - ...... Page64 PRICING POR VEHICLE INCLUDING OPTIONS· TRANSIT VEHICLE #1 CURRENT MODEL YEAR· ACCBSSmLB SMALL AND MID•SIZED BODY ON CHASSIS-APPROXIMATELY 20' TO 25'

Base price wUI Include all rebates & concessions and Include price for ADA compliant

Vendor: Creative Bus Sales

Bus Manufacturer: Starcralt

Bus Model: Starllte / ADslar

TraDsllVehlclo ll•Basolfcdd l'JcmpJans Manutactm'er/Desaipdon

PASSBNGBRSIATIHGTO SIVBN mwrrH2WlfRBLClfAlltSBATS Stadlto20 BASB s 46.981.IID PASSSNGHRSP.ATINCTO BIGHT fBl WITH 2 WRat.CHAIRSiATS l~ta20 BASE s 47.15'.00 PASSHNGKllSfATING TO 'IBM f101 WITH Z WHl!l!l.CHAlR SIIATS Allstarll BASK s '8.4ZOAIO PASmHGBRS!AflNGTO ,wm.wn2,wmt 2 WHBBI.CIWRS2ATS .Allstar22 BASB s S2Jlt0.00 P.ttGNCBR S11ATINGTO SIXTEEN rL61Wffli 2 - :rs Allsm-24 BASB s S1438.00 PASSBNG!R S&lftKCTO TWBNTY no1 Wffll 2 WHBBLCHAIRSRATS Albtat25 BASB s S5.332.00 TransltVebtcle 11•.Addl&Dolctes Optional PlfdDg (1) Cbautt Optfont • Olasol- Man\lFacturor 1 ADD IIS.SD0.00 ('1) Chauls Options• Diesel• Man11filctmar 2 ADD s' . (1) Chanls Options• Dlasel • Manuracturer 3 ADD s ..

121 auuslsODtlODS • Gas Chevrolet G-smtos I ADD s 1.MD.llO

Bl Chaals Ontlons- CNG SDGGB ADD s 31MftJIO A. Pel1td'astldlo ADD s B7rutm B. BledrtcCcotrngrorDfcsclE11g1ne ADD NIA C. Add/Delete Fuel Tanb for CHG Oplfon SDGGB ADD/DBIEl'B s 2UM.00 f41 HVllrld Prontt1sSonsvmmi Hvbrfd ProDulston S\!Sbml Al>D NIA f51 Puel SVStem OpUons A. In-Jina Fuel Hnter . I ADD NIA B. Fuel TankAccea Plata ADD IS !illllll

1&1 Aatlnnatlcm Transmission I In llcu ofmnnand tnmsmlsslcm) A. Mamd'actunr/Madel I ADD I NIA B. Maalfacturer/ Medel I I ADD NIA C. Transmlsslon can-1:uro IP.lllamt I I ADD IS SGOJJO m ODUonalSumm:aslon A.Frollt ADD NJ/& Withhvdraullc brakes ADD NIA Wtthafr hr.lbs ADD NIA B. Afr Ride Smnans!on ADD t B.2!iMO C. Other(e.R.M0Nl9de.eb:.} ADD s 900.00 D. AlrDrvor ADD NIA

IBl Brakes On Uca ofstandard\ A. Hvarawfe I I &nn I INI! B. All' I I ADD NIA C. Air Dl'WI' I ADD I NIA

(9) 'DrcsandWbcels A. Tlre pressuromanltDtlngsysmm (mcn!tors tSre premue far rear ADD duals and has a Slnglo alrfngpoblttbatfllls bath dra attbeaame dme). s 350.0G B. extended valve stems onrearwheels ADD s 150.00 C. Saa:ni tb,i end dm to mab:h Olhcrwhccb Drovldccl ADD s 38QDO D. Mudanctmowtfre ADD $ 41$.CIJ Delebt If Standard DBLRTH s . 1. Rim valnted white ADD s - a.Outside ADD t 40.00

FN42 Page65

b. Both Sides I ADD s SO.OD B. Onttonal Wheel Inserts ADD I$ 500.00

(10) CooJ1111tBeatcrs• must exhaust In compliance wftb FMCSR 393.83 A. Coolant Heaters ADD t . Timer- M11muact1.trer1 Ra.:.,r ADD s 3Z0.OO Timer• Mamdac:turer z WebastD ADD s 4$00.00 a. CooJantAtm11:1wctculat1n2Pumo ADD s sc~co

f111 BratdnaRelnOntlons A. Drlvetlncn:larderr11u,_ Telffll'l.etr.l ADD .s 9.MlO.CO B. Brake ie.11. Brakerfffht eb:.l I ADD It .

r.1.21 mectr1ca1nntions A. Batmrboxw/staln!ousUdl11iltmvcambhtorsuDDort1iwrz1 ADD ~ QSQ.CD D. 8attaymo stop mw with access through mp (In U1111 al externalbatbmr boxl ADD l 42G.CD C. Otherbattl!ltaslnlleuofstandard 8D~Je ADD t 685.00

tt3l Alteraatm-rsl rlnJieu ofstandard\ A. Multlnhm1t• ADD I NIA B. 24 VoltBJedJfcal Svsmm I -ADD NIA C. RemotoStut~ I ADD I NIA

f141 Bodv DDtlons Statnless Steel cbass!lw Butlv,.wetdad stalutoss-steel strw:twu ADD NIA

(UI Camnlcalty marfdnp with l'lrflectlve tape 2• w1c10-locatlon determined my tnuasltayltem A. Oaestrf-unto10feetlonir ADD s 4DJIO a. Onoffll--•terlhan 10 m:tUD ta 25 reotrm11, ADD t tCO.OO C. Roar Porfmolm' ADD t 40.oll D. Othar nnHnns ADD $ S.00

1(161 StandardManuractllrerStrlnln1rPadm1ta ldDl!S nottndude an 1blc:s or letterlnEl A. Stnnfe eotaJ, ADD It sco.oo B. Twomtorcombtnatlcn ADD s 650.cJO C. MutHn!e color combination I ADD & 7SOJIO

117\ Paint Rntlre Bus Palntllatlrc Bos I ADD IS --~ 1181 AnnJv 1-,0 •Installed• nmantdlscoantfrom vador"s cmrcnt vear cateloR A. 1..t.Kmsunnlled bYDUl'dlasu I I ADD s 100.00 B. Dealers sunnlfcd accon:Unsr b> Durchasars SDec:lftcatfons ADD I I 350.00

1'191 Lclterfnsr rner character)• Installed A. '"'-hu:hhc~ I ADD i A.M B. Pour- Inchltira1Tf ADD I 5.00 C. Pfw.hidilill!~ I ADD s 6JIO fZOl FlaarOnllons A. FJatllaorubmdlng lD passenger boarding area ersloped wlth adclltloaalmpln exlstfngsteD wen ADD I 4SOJ)D B. Jllatltcorcxtendfngtn pammgerboardhlgarea with dlagonalstep beblnd driver (must have recessed Ughted strfp mumlnatfng thostep f'or ADD nre11> I 450.00 C. Abmatlve Ooorcoverfngthatmeets PMYSS 302 and ADA requtrements ror slip resistance. Arwtde hand of contrasting color on ADD lstat edgesandalste threshold dlrecdy behind drfver~red s eso.oo D. Non-standanlOoormvmnacoven ADD s 7SOJIO B. Cow:red.JlllltlfnttrextendsunwatllDbattamobeatlrackl ADD .t 325.00 P. Gattanlzcd steel,alundnum, crappnwed equal D.20"mfn!mum ADD undorl=Uybotwocm tho plywoodudmhftooratrUcturo .t 250.00 G.Altz:mate thatmaets or exceeds tbostandarcl delalled ADD s .

1211 Dntlona! Bcdv Skin Matana'I Bodv~Mablrfal I I ADD It J-HOJIO

:1221 OfttfMml Bxterlarstv1la11 ft2•VC!U''bassas nnlv'I Bmrfor~ns I l ADD I NIA

1lll'I RamcoRJm -fsftln• Bum- A. Rarueo Rim "hem ~.,u,~ I ADD IS . Pnmt I I ADD $ 'lftftnM Rear I I ADD u 110.oa

FN43 ( (· Page66 ~·"' B. RearSteo Bumuer - ADD s 175.m) C. Antl-rlde Plate on rear humDor I ADD IS 1a60 D. Other Bumacr SM1Rear I ADD I$ tiOS.CO 1241 Tow Hcoks rrearl Tow Hcoks rrearl I ADD s US.00

(25) Antenna ground plane,mlnlmum 1B-square or 1e• dJameterforUBP,40"rorVHPx 1/16• thick steel plate. attachod to rocf otbody. CaatomertuauppJr mlblrma 18" ADD s 150.00 40• ADD s 250.00 A. Condult faraddltlonal. w1rtna. lanrl'I eno!Mth ta bo!d coaxial eab!o ADD $ 7S.OO B. Metal mo (orZ•wav radio lcatfan to be mmfted ADD $ lSO.OO

f2li1 R.ocfVastllatlou/Hsmnc Hatch Make/model Tra-1970 I ADD IS 250.CG Malm/r=del Traft-107Oor117O ADD s 35G.GD

rz71 Passanl!m"EDb'ance A. fUDW passenger doorwltblockor1mn tn pn,vcmtaccldental ·m,enh11r and to bl'llftntentraa.ce fnnn the 1t'lrh!rfnr ADD t . DBDUCI' t . B. 11.R-a-door above ft!L-nnr door Car malntenance of-d ADD s 75.00 C. Pash butlnnswltcb lbrdoor llmt. mounted nhale --,.-r door ADJ> s 100.00 D. lilteriorlmvlmft9 ADD I 70JJO B. SmnM!ll Material Ontlan ADD s . Stah!less Steel ADD s 650,00 - AnD NIA

l>oorWJtba Mlalmum ofa36•wtde0nenlna: PA-dcarwltbamlnlmumofa36•wfdeolllfflfna IStd. 36• u-ded tD 4Z- I ADD s 4SOJIO

129]_ Dowwltb 30"ortess ODealag ~rdoorwltb SD" or fessfflM!ftfnlr DBDUCT NIA

'301 BmenN!l!CrPoor A. SlattertnfMnmtfarrearemcm:c:nevdcorto disable fanltlon I ADD IS 61D.GO

rn1 UJtEucnmce Door A. VerlfcallJ h!nged, bmtmntal swls•out door, with widow, fn Heu cf DEDUCT daubte doon. s . B. Delete on low Boer veh!des where ramp Is Incorporated In passenger DBDUCT door opening s . C. Otmrl.lfk&trance Dams AnD s . fnl DrhersSeat A. A!rlfdca=t Ann NIA - B. Mcchanfral seat Rec:aroLX ADD s 1.9$.00 C.l'owerSmt Adn!k&-Wav ADD s 6SO.CO D. f.umhar.Atftn_cti1bJeSQn~ ADD s . B. Other USSCG2B ADD $ 1.595.CD f3S1Flool'Maun1--- • fadumnseat/uon•retradln.aacatbc1t A stnore BID seat • $ 31)5,00 a. Notdlback~nUtbadcl Stvfo ADD s 430.00 h. 3•11o!ntrastrabltsaat ADD s S3o.aO B. Dmm1eftfnseat s 405.00 a. Nab:bhadcRnHtbadcl Stvle ADD s 615.CO b. s-nomtrestndntseat ADD s 765.CIO 1341Porwardradnafaldawavseatw/non-retracdnl!satbelt A. SlnlllefoM__.seat a. NotcbbadclSnllt" ADD IS 575.00 b. 3• nnhtlrescralntscat ADD u 920.00 B. IJollb1a fbldawav seat a. Mob:hlladc.m,m•backl ~ ADD s 81SJIO h. Wfthalslo.smmartm ADD s . e. s. ~,estramt.scmt ADD s 950.00 C. WbcelweD.adanta ADD s SS.00 D.J."oldawmrseatcover-staiedmdtkm ADD s 75.00 1351AddldcmaJ Seats lndudfnRSDedftedSeat Bells A. - Seat-Md m Deduct ADD/DBOCUcr s 222.CO a. 3-notntrestralntseat ADD s 4CG.CO B. Dauhle~Seat-Addorbeduc:t ADD mRlr.llCT s MClllO a. 3-POhltrestrulntsat ADD s SOB.CO C. l""-hNIC21ddR~Seat-w/ao~ffllffldfrKJseatbc:Its ADD s .

FN44 Page67

a. Slmrllt PassenerChnit resbalntSeat ADD s seo.co b. Dcubte PassenRerChl!d RestrafntSeatw/ono chltdsmt ADD s 770.00 c. Doubte h-Cht!d RestralntSeatw1twochlldseats ADD f 115S.OO D. OtherPassenerSeats ADD i . B. Pillawtan Cushion Seat (net avadable on ilia or to!dfnsr sa13l l11er ADD $ SO.DO P. Ontlonal Pasmnam-SeatAnchoraire DBOUCT s . (36lPusen11erSeatMatelial A. VlnvUnlteuofc!oth ADD I$ . B. VertlealStltch ADD s 17.00 C. Level ofscatmatctlal above starufard ADD $ . Level2 Driver ADD IS 30.00 PassenlR!r ADD s 17.CO Leve13 . Driver ADD $ ss.co Passena11r ADD s zuo Lovcl4 Driver ADD IS 15.00 Panenimr ADD s 50.00 Levels Driver ADD s 100.CO Paaenirar ADD IS 66.00 Level6 Driver ADD s IDS.CO PaueMll!P ADD s 72.00 Levo17 Driver ADD s . PUSOl'KMI' ADD s . D, SeatM&tarfa!smeetlnsrDadcet90A ADD s so.co B. MclstureBanfer r-seatl ADD s 10.CO P. Seatann rest ADD s 25,0D G. Alslesfdeseatslfdcr ADD s 65.GO

ra7l Adcllllonal WheekhalrMauuts lacladlnRSccuremants A OtherW?leelchalrSecurementAonUc:atlons IO'StralntSC ADD IS 675.CO

r3B1 Seat Beltlxtellden fDer aach1 ADD s 25JKI

rag} SeatBelrs In (Ueu olstandatdJ DIIQ'saatJ A. Nan-ltetrarthtcr ADD s . B. Retraclfrtl! ADD s 95JID C. Delete hssengm-SeatBehs DEDUCT s .

(4D) SeatDeltRetalnlnal>evlce ADD s 6.00

(41] Ufts fothertban.standard) A. ManufadUrer ADD $ Z75.00 Mamdaeturer ADD s 275.00 Mamdadmff ADD t as.oo Manufacturer ADD s 175.GO B. UitCGVers ADD $ 250.GO C. SafelYBeltan Lift ADD s 75.CO D. Ramn fn Heu ofUfton tow ftaorwbtdcs ADD N/A

(421 RetraClabla WhualchalrSocurcmcuts fin UCIU ofstandard) ~~Iv ADD/DBDUCT s 415.CO Snmftr ADD/DBDUCT s MO.GD A. Retradab!eOccunmtt-ahoulclerhelt wltb whee!dlafr secmements ADD s 125.00 B. Shoulder HerJ!btAdlasterwlthWheelchalrsecurements ADD s . Vertical L• Trade on WaU ADD 25.GD Horlloadal L• Tnckon Wall ADD *s 40.00 C. Sb,rsOltnmtdlu rcrwhee!cbafrsecuremants ADD s 35.GO D. Othcnccurcmentslm'llczc ADD t IH..00 B. Adclltfcmal Track ADD s la.DO P.Wellb!nlcom ADD s 15.00

{431 Non-RetractableSecuroment'Da• Down.Device (In Ila ofsttmdardl A. -· ADD/DBDUcr s t.nnM B. Manufiu:bnr/Madel I ADD/DBDUCI' $ r.ca.aai C. Additional 'l'radc I ADD IS 10.CD {44\Fullv AutomatlcUftlntedocksv.amn ADD $ BG0.00 1"451 Drlvar Slancbtcm A. Delete tower - I DBDUCT IS -

FN45 (- .. - Page68 e. Drfvrs nartllfon I ADD $ 90.00

r461 Grab RaU A. Addtlfonalcelflnoanbran extendlnR the lcnmh ofthe bus ADD s 115.00 B. Other than standard ehtrance and ceOtna amb raUs ADD s . C. Standee'-attached to eeDlturarab ral'ls ADD s 35.00 D, HnrtzonlaJ wall mab raft atwhce!chalr nOlftlon ADD $ 3SJIO B. Grab Handles on wall seats ADD s SS.00

(41)Vertlcalstanchlonandcrossndl,modestypanel,betweanUftdOOl'andl'rcmtrowofsaats.\vhenvehldelmirafrontllft' A. and between wheel poslUon and first row St:anddoa crossra1I chair ADD ofseals to meetmme sac:urement 11 assmdfted behind s 125.00

r48\ Air Conl!illonbm A. AfrCondftfonfno fn Uett ofsmc TC.6Sor70 ADD s 4.SCIJ.GO B. Rcofnunmted condenser In neu orskfrtmounmd ADD $ 1.21lQ.00 C. Deleb: atundard afrmndftfanlmr I DEDUCT $ ,.uoo.am

Ul Defi'nster Fan I ADDIDBDUCT $ 75.00

SOl Rem-Heater A. Addftfonal Hea!l!rf'sl 3SKBTU .ADD s 225JlO 8. Addfdonal Hmll'Pl'f"ID 4SKB11J ADD $ 275.00 C. Addltfonal H!ffltlt"~ &SKBTU ADD s 325.00 D. HeatColltn AC ADD $ 7COJJO B. Dcfelestuutard heatur DBDUCT $ 1225.C101 F, huuJatecao!untllnostoroarhcaten ADD s 12S.GO

n:1\ Delete n.v.TJme Runnln!!Uehts DEDUCT I$ .

rsz1 Outfoual Rlrhmor Raad LamDS flZ•Ycar busesonlYl A. Xenan ADD NIA B.LED ADD NIA

l!i!ll DeJate UD Llidatlnsr Padnma I ADD I NIA

fl.41 Additional LBD RearExterlcr Uahts I ADD s ISO.CD

r!i5J DPllonal luterlar Lhmtln1: A. LBDUoMit I ADD s 200.CD e. Plaorcsmnttv!M!! Uimdnsr I ADD I NIA

rs&1 All Cornnartments Lodes Keved The Same I ADD $ 25.00

,~ Lodes ForStorasra Comnmtntenls as S'llaclfted rner ADD s 15.00

r~ AddltlanalStaran !h>i!dl\r IDrfverOvarhead ADD s 100.00 hel!lfv OverhoadLu- I ADD IS 580.QO SDedfv llntm:orlltoar i.u-- ADD I$ 605.00 n.91 A&'JlllMIPA/CD Dleltal RactJo fin lieu ofstandardl I ADD I$ 1,A.S0.00 r,01 AlfmM/PA Dlaftnt Radio Rn Ueu ofstaadaNlll I ADD It - 61\PA~m ADDIDBDUCT I $ 225.CD A. BxtmnalSbcaker~ I ADD IS 25.60

621 Delete bee. 6.27 AMJPMIOlnette Dll!ltal Radio and Sneakers I DRDUcr IS 127S.001

631AMlllM Dlnlbll radio• No CD I DBOUC? I NIA

641 Addltlanal JntarforSnealmrs I ADD IS 15.0D

6Sl Bodv Flald acan-uo ldt I I ADD 1$ 40.00 rAA'I .Addlttonlllffl l!aulDment I I ADD $ 150.00

671 Ad1111table nvuaen Tank Holder ADD s 300.00

681 ShcmSmtce Maaaals mut Dlaamms A. Chass!a a. Book ADD ff/A b. CD ADD $ 270.00 B. Bodv ADD IS 75.clO

FN46 I r -- (-- - Page69

C. Rnvlnoonli, ADD s Z40.00 D. Individual custamfzcd wfrlnsr dlmmims. lncludlnl! codlrur Chassis ADD s 110.00 Bcdv ADD s 75.GO B. Other ADD s .

r&9\ Ofl\1/Aflcnnarket Bxtcuclal Wmnutv A. A/CSVttMn-Un.Umlted Miles• 3-rs ADD s . a. A/C~. n~nao Milas- 4 vears ADD s 2.II00.00 c. amsm- Rmnnerto bumoer ADD s 3.JIM.GO D. Chassis· Powertraln ADD s 2-100.GO & Bmu.n IJft:-UnJlmftal. S Vl!m'!I AftD s SOD.GO rnnMln'ors A. Bxtetformfrror:i. rcmctccontroRml-whh rea?licementmotor ADD s S25.IIO B. Heat&d external mtnars ADD s 27SJIO C. Combined. hated and remote controlled mtnors ADD s 550.00 D. Turns!imal lndlcatunr In mfmr ADD $ 675.GO IL Prontaassuvermlnors ADD s 1GOJIO F. Delete lntab-mfrrcr DBDUCT s B!i.t?IJ'I G. Other s . a. Jnb:rlar ,. x t6• Plat Mirror ADD s 35.GD b. lhterfG1' AnD s . 1711 Windows A. Thmmanlaaa Windows PerWfndow ADD s 250.00 B. Wlndowsnotdf!!:hmcd tobacmened ADD s so.co c. Bxtra ~windows (Dar vehtdel ADD s . 0. A1ann~... onemercmnevwlndows ADD s 175.00 B. Flushed Widows rt.2-veartraMftbuses onM BondBcl Wlndows- Perwtndow ADD s 210.00

172\ Delete Prunal (ff.s~l tens on Rear Window I I DBDUCl' IS 130.001

1731 Windshield WJners A. Wfnb:r blades ADD IS 100.00 B. Heamd winer blades I ADI> IS .

174-l CID'b Peetan I ADD IS ISG.GO

f'7Sl JlCll1' r.olllslonAvoldanco~tem s~ftt &hovf.sfon ADD s C505.00 ~ R03CDBSSK•1GCO ADD IS 4CJO.OO

r16l Heaw-Dutv Sten-Well Heater A. EtmmtCaotant I ADD Is - B. Bledrfc ADD IS BO.CO C. Other I ADD IS .

(77) Master Power .switch •CD Camp!etelyshutoftall powarto body ADD aa:essarfs s 100.00

178\ FlreSUnnresslonSVsmrn Amens ADD s ~

17¥1 Seasonal Oudans In Addition Ta Faataru SIU!dned A. Cold weattierfnmtmver ADD IS 30Q.OO B. Buirscreen I I ADD IS ao.oo

80l lnterlorstdawall/CellhmC01arln11• Cil'Dlltlaoth ~ FnmlOoartofoweJ'wlndoweda ADD NIA B. From lloortD mtilmr ADD s tao.co C. Bnthe cellfno ADD I . D. Center1/3rdafrl'IJfftO ADD s tSOJIO

ratl Un.derbodv lnsuJatlon I I ADD IS 350.GO

I (82\ lhmnl'lloflnll ADD s 95G.OO 83lAD4- - A. Pull 0ml Chimes~ I ADD IS 580.00 8. Touch Pad m PerADA Lamtton I ADD IS 45.00

IJM.1 Dutlnadon SJ1111 A.Manual Fn,nt'l'numan ADD s 950.CO a. mectrcmtc Haaaverhmt&Slde I ADD IS ~ c.mec1rtc l'l'wm Vkfoll MobtUta ADD IS ~

FN47 (-. {- - ..._. Page70

ras1 Bus Camera~ Anm!ITrax4Camera ADD s 5.SGD.00 RS14Camera ADD s 2na.GD Saon 7 Camera ADD s SMS.00 Other (MtUsted) TSO Mobl!e4 CamemSV!di!m ADD s 4.4DO.CO

tK6l AVL rAutmnallc Veblde Locadonl s-tem ~l!dfv TSO Mcbllesvstmn ADD IS 3.4CO.GO S11edl\r ITSO McbflcAutomated AnnoucementSvstem ADD s 2.BCO.OO ~Iv TSO MoblteAutomated PassensrerCoitnterSnb!m ADD s 6,MO.OO

rm Pare Boxes A. MalnM4&1vaultwho1e ADD N:I\ B. Additional vauJts for Main M4 ADD Ni~ C. MalnTreasurv & 1 vaultwlllW!u ADD N 1l D, Addl11onal vault for Main 'frl!a!IUl'V ADD Ni:I\ B. Mata metal donatfcn box ADD N'.A P, Mal11metaldonatlon box w/i:mle ADD NA G. Diamond D & 1 vaultwtnnle ADD s 1,7IIO.CD ff. Add1t!ana1 Vaults lbr Dlltmond D ADD s 600.CG L DlamondXY & 1 vaultw/mle ADD s uon.co I, Addftfonal vaults for DlamcmclXV ADD s 600.00 IC. Abovo &re box coded tD nurc:hnscr's c:sfatlnirkcvs ADD $ 100.00 I. Pre-wire tor Eleetronfc Pare box ADD $ 250.CD M. 'Pofecnlv' ror Fare box . ADD s 75.00 N. Pre-wfre for Smart Card Reader- Purcbaserwlll sunnlvnec.-essarv ADD .t 150.00 O.Other ADD $ 200.00

(88) Wonrsqop/seJDln&1'on operation of9ehldefeatares and lnreventatlvemalutenanm ADD s cnnno

1891 Hour Meter ADD Ii tCO.CIO

(901 Bike Raclcs ~ecllv Snortworks Dl.2 Black ADD s 1900.00 Snedi\r ~artworks D1.2 Staln!ess ADD s 2300.00 S1M!!il!fftt Snortworks Ann 3 ADD $ il.RMJIO

(91lAnd•SbravSkfrthur•llearofVehlde ADD s 2SOJIO Tll!!escmJJn11stcerfmrcolu1D11 ADD s . - I oDllon forsntamsnot nauiated bvFTA or DOT A. Delete Wheelchair llft:and llftenrrance I DRDUCI' s ,.. ~ 8. Delete Wbeelchatrsecurements I DEDUCT IS 1435.0Dl

1931 Mfscellaneous A. CUrb-slde BllndSnatCamera Mounted on Minor Head w/Monltor ADD s sco.co B. Ul!htcd Diamond P-dra ~ ADD $ 1.70CLCIO c. RearBac1am View camera/Monitor ADD s Cf/5.00 O. U11oerT Slfder PassaiumrWlndowslDLleu orCoachstvte Windows ADD .c . E. Powfr\Ylndowsmaor Lodes ADD s 800.00 P. 'llltSIHrinl? Whael/Crulse r.ontrol ADD t . G.Amn:?Itrax 4 Camera SVsmm ADD s 5.SCO.OO fL GPI Eleclnintc Pare eox ADD t. 17.nm.no L Btectranlcs cabinet ADD s 4S0.00 f. Dual Thermo Kln1tSLR RoofToi,A/C ADD $ S.775.00 It RBI 4 CameraSv.RtBm ADD s Z.900.00 L.Seon7camera svsmm ADD $ 5.«5.00 M. BIISCle BackoDdoll ADD NI\ rcM.I M!scellan11ous Warranties A. BraunLut-SymrsJUnUmllBd miles ADD s 500.CO B. 'l'nm!cm DeslfnatfonS!m1: 7 Years/250.000 mDes ADD s . C. Bus e!edrfcal ~mtl1Mt!!t 8a Jahm-\ hnnA KmDes ADD D. McH•fAvde · : Svears/175.000 ma. ADD s . B. Cllamnm Ba4vwarrantv to Include Iba toftowhlr. ADD s . a. ¥ Sbucture: S 1M&ttnfnlfmlted Niles ADD $ - b. Co-'an: 7 -.rsmnllmlted Mttes ADD $ . c. Paint: 2 l!aJ'9/Unllm1ted Mlfes ADD 5 - . - P.ACCTC70: atnfllero - ADD s - a.3--21'1 11tllmtb?d Miles ADD INC b.4-, ZS.lHNlMf!es ADD t 2.000.00 G. Standard A. Cwanantv:2-ninttndtlld or3vrsnsk Miles ADD INC H.A&M Jlool-AssemblY: 3 wars-~•,.~- ... Miles ADD i -

IRSl Mlscellamous Natlnd11ded In OnHons- to be comn1eted bvVendar A. GAS40 GGBCNGswtam I ADD IS 2'UOO.CO

FN48 Page 71

31,080,00 A. GAS SO GG6 CHG S.,...... , ADD $ C. CASOl!llneWorkorRe-Work Price Per Lahar Hour ADD $ l'ZS.00 D. See Attacbod Published Ont!ons for Jlllt1bcr C<>ntont ADD $ . E. ADD $ - $ F. ADD -. G. ADD s H. ADD s I. ADD s ,. ADD $ - Delivery/freight charge from Bus Manufacturer ID ~ ADD A. - 1 Albuau.....,ue. NM. ---x $ 99S.OO ✓ One-way dell very cost; per mllo, l'rom Vendor ta Recipient's 'n~ B. des!lnallon(prtce should lnclude cost rar one hnurofrcdplent ADD 2.00 orientation.) ~ $ J C. ADD Dellverv Time Frame afterrccelnt of Purchase Order fdaosl $ uo.co •Floorn/ans must bs submitted for each ,.,.,_on,bid. •C,,rtJfltd nre-bulld wslnhc-w1w,:,ara mastbs submitted far each cal""""' bid. "Tech Info CaNl &Standard Warrantv card are R,.,,ulrrd r,er Cat,rmon1 Bid

FN49 / _ - \ Page 72

starcra ft p ublish e d OIpt1ons . ALLSTAR - CHEVROLET 12,300 GVW SC-AS-1 Allstar 20' 13911 WB 6.0L V-8 Gas Engine $ no· SC-AS-2 Allstar 20' 139"WB 6.6L Diesel W/OEM DUAL ALT $ 935 SC-AS-3 Allstar 22' 159" WB 6.0L Gas Engine $ 1,155 SC-AS-4 Allstar 22' 159"WB 6.6L Diesel W /OEM DUAL ALT $ 1,265 SC-AS-5 Allstar 24' 159" WB 6.0L Gas Engine $ 1,705 ALLSTAR - CHEVROLET 14,200 GVW SC-AS-6 Allstar 22 159"WB 6.0L Gas Engine $ 935 SC-AS-7 Allstar 22 159"WB 6.6L Diesel W/OEM DUAL ALT $ 1,155 SC-AS-8 Allstar 24 159"WB 6.0L Gas Engine $ 1,485 SC-AS-9 Allstar 24159"WB 6.6L Diesel W/OEM DUAL ALT $ 1,705 SC-AS-10 Allstar 25177"WB 6.0L Gas Engine $ 2,585 SC-AS-11 Allstar 25 177"WB 6.6L Diesel W/OEM DUAL ALT $ 2,805 SC-AS-12 Allstar 26 190"WB 6.0L Gas Engine $ 2,915 SC-AS-13 Allstar 26 190"WB 6.6L Diesel W/OEM DUAL ALT $ 3,135 STARLITE - FORD E350 SC-AS-14 Starlite 20 13811 WB E-350 5.4L V-8 Gas Engine W/225 AMP OEM ALT $ - SC-AS- 15 Starlite 20 138"WB E-350 6.8L Gas W/225 Amp Ford Alt SPECIAL ORDER $ - SC-AS-16 Starlite 22158" WB E-350 5.4L V-8 Gas Engine W/225 AMP OEM ALT $ 385 SC-AS-17 Starllte 22158"WB E-350 6.8L Gas W/225 Amp Ford Alt SPECIAL ORDER $ 385 ALLSTAR - FORD E350 SC-AS-18 Allstar 20' 138" WB E-350 5.4L Gas W/225 AMP OEM ALT $ 770 SC-AS-19 Allstar 20' 158" WB E-350 5.4L Gas W/225 AMP OEM ALT $ 770 SC-AS-20 Allstar 20' 138" WB E-350 6.8L Gas W/225 AMP OEM ALT SPECIAL ORDER $ 770 SC-AS- 21 Allstar 20' 158" WB E-350 6.8L Gas W/225 AMP OEM ALT $ 770 SC-AS-22 Allstar 22' 158" WB E-350 5.4L Gas W/225 AMP OEM ALT $ 1,155 SC-AS-23 Allstar 22' 158" WB E-350 6.8L Gas W/225 AMP OEM ALT $ 1,155 ALLSTAR - FORD E450 SC-AS-24 Allstar 20' 15811 WB E-450 6.8L Gas W/225 AMP OEM ALT $ 770 SC-AS-25 Allstar 22' 158" WB E-450 6.8L Gas W/225 AMP OEM ALT $ 1,155 SC-AS-26 Allstar 24' 158" WB E-450 6.8L Gas W/225 AMP OEM ALT $ 1,705 SC-AS-27 Allstar 25' 176" WB E-450 6.8L Gas W/225 AMP OEM ALT** $ 2,805 SC-AS-28 Allstar 26' 190" WB E-450 6.8L Gas W/225 AMP OEM ALT* $ 3,135 SC-AS-29 Allstar 27' 208" WB E-450 6.81 Gas W/225 AMP OEM ALT* $ 4,235 I STARLITE/ ALLSTAR CHASSIS I SC-AS-30 E350-138"WB-5.4L-11,500 GVWR $ - I SC-AS-31 E350-138"WB-6.8L-11,500 GVWR $ 704 SC-AS-32 E350-158"WB-5.4L-12,500 GVWR $ 548 f SC-AS-33 E350-158"WB-6.8L-12,500 GVWR $ 1,251 SC-AS-34 E450-158"WB-6.8L-14,SOO GVWR $ 2,803 I SC-AS-00 G3500-4500 159"WB-6.0L-12,300-14,200 GVWR $ 1,650 SC-AS-000 G3500-4500 159"WB-6.6L-12,300-14,200 GVWR $16,500 STARLITE & ALLSTAR OPTIONS SIDEWALL/ REARWALL/ CEILING SC-AS-35 FRP on Ceiling, Grey $ 300 SC-AS-36 FRP on Rearwall, Grey $ 150 SC-AS-37 FRP on Sidewall Under Seat Track, Grey $ 95 SC-AS-38 Cove Black Flooring on Sidewall to Seat Track $ 200

FN50 f -- - Page 73 I, '-.-.:_.:....•

SC-AS-39 Cove Colored Flooring on Sidewall to Seat Track $ 275 SC-AS-40 Grey Padded Cloth Interior (walls and ceiling) $ 150 SC-AS-41 Grey Padded Vinyl Interior (walls and ceiling) -:-~~ $ 200 SC-AS-42 Black Padded Vinyl Interior (walls and ceiling} $ 400 SC-AS-43 Stripe on Ceiling to Match Seats Up to Level 5 Fabric $ 300 FLOORING· WHITE NOSING IS STANDARD SC-AS-44 Gerflor Sirius NT #6727 Anthracite (Grey) I.LO. Graphite $ 100 SC-AS-45 Other Color Gerflor Sirius NT CO LOR: $ 200 SC-AS-46 Gerflor Helios NT $ 350 SC-AS-47 Gerflor GAYA Wood $ 1,300 SC-AS-48 Altro Meta Storm $ 250 SC-AS-49 Altro Meta Other Than Storm $ 400 SC-AS-50 Altro CHROMA $ 450 SC-AS-51 Altro Wood Safety $ 1,300 SC-AS-52 Black RCA Rubber Floor w/Ribbed Alsle $ 200 SC-AS-53 Colored RCA Rubber Floor w/ Ribbed Aisle $ 400 SC-AS-S4 Black All Ribbed RCA Rubber Floor $ 500 SC-AS-55 Colored All Ribbed RCA Rubber Floor $ 700 SC-AS-56 Yellow Step Nosing - Per Step $ 10 SC-AS-57 3/4" Plywood Floor $ 150 SC-AS-58 3/4" Marine Tech Plywood Floor - __ e-_ $ 450 SC-AS-59 5/8" MarineTech Plywood Floor $ 400 SC-AS-60 Raised Floor 3 Step Flat to Front $ 450 SC-AS-61 Raised Floor 2 Step Entry W/Extra Step Up Behind Driver $ 450 SC-AS-62 Fuel Tank Access Plate In Floor $ 50 EXTERIOR SC-AS-63 Custom Paint - Requires Artwork and color Codes Quote SC-AS-64 Paint Skirt ** COLOR CODE: $ 400 SC-AS-6S Gloss Black Out Window Paint $ 475 SC-AS-66 ALL FIBERGLASS/COMPOSITE EXTERIOR $ 1,000 CHASSIS OPTIONS SC-AS-67 Front Mud Flaps, pair $ 25 SC-AS-68 Front Mud Flap (1), Passenger Side Only (to be used w ith Running Board) $ 15 SC-AS-69 Extruded Aluminum Running Board on Driver Side $ 80

~ SC-AS-70 Heavy Duty Anti-Slip Aluminum Running Board on Driver Side (Large) ~ $ 250 SC-AS-71 Rear Tow Hooks $ 75 SC-AS-72 Exhaust Pipe Downturn $ 60 SC-AS-73 Mor-Ryde RL Suspension $ 900 SC-AS-74 Telma Brake Retarder $ 8,000 SC-AS-75 Galvanized Belly Metal $ 175 SC-AS-76 Exterior Mirror Set, Heat ed Ford $ 275

SC-AS-77 Exterior M irror Set, Remote/Heated, Ford ~"to.-.',_ - \ A. ',._!-,r-.! $ 550 ·-- - SC-AS-78 Exterior M irror Set, Remote/Heated, Chevy $ 750 SC-AS-79 Exterior M irror Set Remote/ Heat ed w/Ext ernal LED Strip Turn Signal Ford $ 625 SC-AS-80 Ext erior M irror Set, Remote/Heated w/LED Turn Signal in Head Ford $ 675 SC-AS-81 ADD STAINLESS STEEL ARMS TO ROSCO MIRRORS $ 75 SC-AS-82 DL-2 Powder Coated Bike Rack W/Deployment Kit COLOR: $ 1,900 SC-AS-83 DL-2 STAINLESS ANTI-GLARE FINISH BIKE RACK W/DEPLOYMENT KIT $ 2,300 SC-AS-84 DL-2 Stainless Powder Coated Bike Rack W/Deployment Kit COLOR: $ 2,400

FN51 Page 74

SC-AS-85 Add Anti-Ride to Rear Bumper (Old Style Body Rea r Only) $ 150 SC-AS-86 SMI Energy Abosrbing Rear Bumper $ 575 SC-AS-87 SMI Energy Abosrbing Rear Bumper w/Hawkeye RAS Installed $ 1,075 SC-AS-88 Romeo Rim Rear Bumper $ 675 SC-AS-89 Romeo Rim Front Bumper - Ford Only $ 950 SC-AS-90 Romeo Rim Rear Bumper w/HawkEye RAS Installed $ 1,225 SC-AS-91 Rea r Step Bumper $ 150 SC-AS-92 Stainless Steel Rear Bumper $ 450 SC-AS-93 Spare Tire and Wheel $ 360 SC-AS-94 Spare Tire Carrier NOT AVAILABE ON E-350 CHASSIS $ 75 SC-AS-95 Spare Tire Carrier Lock $ 35 SC-AS-96 Stainless Steel Wheel Insert, set of 4 ( 2 front & 2 rear) $ 200 SC-AS-97 Valve Stem Extender Inner Dual Rear Wheel, pair ~ ~..: $ 65 SC-AS-98 Stainless Steel Entry Step Assembly- Includes Sides & Header $ 650 Stainless Steel Entry Step & Lower Sides Only- Does NOT Include Upper Sides & SC-AS-99 Header $ 450 SC-AS-100 Galvanized Entry Step Assembly - Includes Sides & Header $ 300 Galvanized Steel Entry Step Lower Sides On ly - Does NOT Include Upper Sides & SC-AS-101 Header $ 200 SC-AS-102 Ford Fast Idle Only RCT-01363 Requires Park Brake to be Set $ 360 SC-AS-103 GM GAS Fast Idle (DOES NOT INCLUDE INTERLOCK) $ 360 SC-AS-104 Penntex Charging System Monitor (Pl-1001) $ 125 SC-AS-105 INTERMOTIVE GATEWAY Fast Idle Does Not Require Park Brake to be Set $ 450 SC-AS-106 lntermotive "Brake Max" Controller (BMC 501-A) FORD ONLY $ 375 SC-AS-107 lntermotive "Park Crank Module" (PCOM 501-B) FORD $ 125 SC-AS-108 lntermotlve "Park Crank Module" (PCOM 601) GM GAS $ 125 SC-AS-109 Metal Locking Door for Fuel Fill $ 130 ENVIRONMENTAL CONTROL SC-AS-110 Penntex 200 Amp Alternator (Chevy-Gas) $ 1,150 ACC CLIMATE CONTROL A/C SYSTEMS R2263T TIE-IN 45K 23022 EVAP - 25063 1 FAN SKIRT CONO SC-AS-111 R2263T FORD $ 3,000 SC-AS-112 R2263T GM $ 3,000 R 2255T TIE-IN 45K 23022 EVAP - 25055 ROOF TOP COND SC-AS-113 R2255T FORD $ 3,900 SC-AS-114 R2255T GM $ 3,900 R2365T TIE-IN 55K 23023 EVAP - 25065 2 FANSKIRTCOND SC-AS-115 R2365T FORD $ 3,400 SC-AS-116 R2365T GM $ 3,400 R2355 TIE-IN 55K 23023 EVAP - 25055 ROOF MOUNT COND SC-AS-117 R2355T FORD $ 4,100 SC-AS-118 R2355T GM $ 4,100 FW4463TTIE-IN 45K 23044 EVAP - 25063 SKIRT COND FRONT MOUNT EVAP JS STD. SELECT REAR MOUNT OPTION BELOW SC-AS-119 FW4463T FORD $ 3,100 SC-AS-120 FW4463T GM $ 3,100 SC-AS-121 RW4463T MOUNT IN REAR BULKEAD $ 100 IW4455T TIE-IN 45K 23044 EVAP - 25055 ROOF MOUNT COND REAR MOUNT EVAP ONLY

FN52 (-- - (~ .... Page 75 ...... ,

SC-AS-122 IW4455T FORD $ 3,950 SC-AS-123 IW4455T GM $ 3,950 RW4562T TIE-IN 55K 23045 REAR EVAP - 25062 2 FAN SKIRT COND REAR MOUNTEVAP SC-AS-124 RW4562T FORD $ 3,525 SC-AS-125 RW4562T GM $ 3,525 RW4555T TIE-IN SSK 23045 REAR EVAP- 25055 ROOF MOUNT COND REAR MOUNTEVAP SC-AS-126 RW4555T FORD $ 4,050 SC-AS-127 RW455ST GM $ 4,050 R226216 55K 23022 EVAP- 25062 SKIRT COND TM1610C.I.D. COMP SC-AS-128 R226216 FORD 5.4 LITRE GAS $ 4,050 SC-AS-129 R226216 FORD 6.8 LITRE GAS $ 4,000 SC-AS-130 R226216 GM 6.0 LITRE GAS $ 3,950 SC-AS-131 R226216 GM 6.6 LITRE DIESEL W/DUALOEM ALT $ 4,850 R225516 55K 23022 EVAP - 25055 ROOF TOP COND 10 C.I.D. COMP SC-AS-132 R225516 FORD 5.4 LITRE GAS $ 5,275 SC-AS-133 R225516 FORD 6.8 LITRE GAS $ 5,100 SC-AS-134 R225516 GM 6.0 LITRE GAS $ 5,100 SC-AS-135 R225516 GM 6.6 LITRE DIESEL W/DUAL OEM ALT $ 6,250 R236516 68K 23023 EVAP - 25065 2FAN SKIRT COND 10 C.I.D. COMP SC-AS-136 R236516 FORD 5.4 LITRE GAS $ 4,500 SC-AS-137 R236516 FORD 6.8 LITRE GAS $ 4,400 SC-AS-138 R236516 GM 6,0 LITRE GAS $ 4,150 SC-AS-139 R236516 GM 6.6 LITRE DIESELW/DUAL OEM ALT $ 5,350 R235516 68K 23023 EVAP - 25055 ROOF MOUNT COND 10C.I.D. COMP SC-AS-140 R235516 FORD 6.8 LITRE GAS $ 5,375 SC-AS-141 R235516 GM 6.0 LITRE GAS $ 5,450 SC-AS-142 R235516 GM 6.6 LITRE DIESEL W/DUAL OEM ALT $ 6,175 R3665T16 BOK - 23036 EVAP- 25065 2 FAN COND 10 C.I.D. COMP R366021 BOK 23036 - 25060 2 FAN COND 13.4 C.l.D. COMP NOTE FOR HOT CLIMATES: UPGRADE TO R366563T16 OR R3660T21 SC-AS-143 R3665T16 80K 10 C.I.D. FORD 6.8 LITRE GAS $ 5,650 SC-AS-144 R3665T16 SOK 10 C.I.D. GM 6.0 LITRE GAS $ 5,650 SC-AS-145 R3665T16 SOK 10 C.I.D .. GM 6.6 LITRE DIESEL W/DUAL OEM ALT $ 6,600 SC-AS-146 R366021 SOK 13.4 C.I.D FORD 6.8 LITRE GAS $ 5,800 SC-AS-147 R366021 BOK 13.4 C.I.D. GM 6.6 LITRE DIESEL W/DUAL OEM ALT $ 6,700 R476021 85K - 23047 EVAP- 25060 2 FAN COND 13.4 C.I.D COMP SC-AS-148 R476021 13.4 C.I.D FORD 6.8 LITRE GAS $ 5,400 SC-AS-149 R476021 13.4 C.1.0 GM 6.0 LITRE GAS $ 5,400 SC-AS-150 R47602'.J; 13.4 C.I.D GM 6.6 LITRE DIESELW/DUAL OEM ALT $ 6,125 R365521 BOK - 23036 EVAP- 25055 ROOF TOP COND- 13.4 C.I.D. COMP SC-AS-151 1 R365521 13.4C.I.D FORD 6.8 LITRE GAS $ 7,800 SC-AS-152 0 R365521 13.4 C.I.D GM 6.0 LITRE GAS $ 7,800 SC-AS-153 1 R365521 13.4 C.J.D GM 6.6 LITRE DIESEL W/DUALOEM ALT $ 8,900 R366563T16 95K 23036 EVAP - 25065 & 25063 SKIRT COND -10 C./.D. COMP SC-AS-154 R366563T16 FORD 6.8 LITRE GAS $ 6A75 SC-AS-155 R366563T16 GM 6.0 LITRE GAS $ 6,275

FN53 Page 76

SC-AS-156 R366563T16 GM 6.6 LITRE DIESEL W/DUALOEM ALT $ 7,400 ACC TC70 90K Roof Mount System -13.4 C./.D. Comp SC-AS-157 ACCTC70 Roof Mount System with 13.4 C.I.D. (Ford 6.SL Gas) $ 8,100 SC-AS-158 ACCTC70 Roof Mount System with 13.4 C.1.0. (GM Gas) $ 8,100 SC-AS-159 ACCTC70 Roof Mount System with 13.4 C.J.D. (GM Diesel) $ 9,750 FW446216 55K 23044 EVAP - 25062 SKIRT COND 10 C.J.D. COMP .... FRONT MOUNT EVAP IS STD. SELECT REAR MOUNT OPTION BELOW SC-AS-160 FW446216 FORD 5.4 LITRE GAS $ 4,350 SC-AS-161 FW446216 FORD 6.8 LITRE GAS $ 4,050 SC-AS-162 FW446216 GM 6.0 LITRE GAS $ 4,100 SC-AS-163 FW446216 GM 6.6 LITRE DIESEL W/DUAL OEM ALT $ 5,150 SC-AS-164 MOUNT 23044 EVAP IN REAR BULKEAD "RW446216 $ 100 RW445516 55K 23044 EVAP-25055 ROOFTOPCOND 10 C.I.D. COMP REAR MOUNT EVAP ONLY WITH ROOF COND SC-AS-165 RW445516 FORD 5.4 LITRE GAS $ 5,525 SC-AS-166 RW445516 FORD 6.8 LITRE GAS $ 5,400 SC-AS-167 RW445516 GM 6.0 LITRE GAS $ 5,400 SC-AS-168 RW445516 GM 6.6 LITRE DIESEL W/DUAL OEM ALT $ 6,550 RW456516 68K 23045 REAR MOUNT EVAP- 25065 SKIRT COND -10 C.I.D. COMP {SELECT CHASSIS/ENGINE BELOW) SC-AS-169 RW456516 FORD 5.4 LITRE GAS $ 4,700 SC-AS-170 RW456516 FORD 6.8 LITRE GAS $ 4,600 SC-AS-171 RW456516 GM 6.0 LITRE GAS $ 4,350 SC-AS-172 RW456516 GM 6.6 LITRE DIESELW/DUAL OEM ALT $ 5,575 RW455516 68K -23045 REAR EVAP-25D55 ROOF COND 10 C.I.D. COMP (SELECT CHASSIS/ENG/NE BELOW} SC-AS-173 RW455516 FORD 6.8 LITRE GAS $ 5,650 SC-AS-174 RW455516 GM 6.0 LITRE GAS $ 5,475 SC-AS-175 RW455516 GM 6.6 LITRE DIESEL W/DUAL OEM ALT $ 6,475 SC-AS-176 AC Winter Cover Kit 25065 OR 25060 COND 27058913A $ 175 SC-AS-177 AC Winter Cover Kit 25062 COND 27059076A $ 200 AMERICAN COOLING TECHNOLOGIES A/C SYSTEMS TIE IN SYSTEMS SC-AS-178 ACT AC 532T EZ-5 EVAP, CS-32 CONDENSER $ 2,835 DUAL COMPRESSOR HD SYSTEMS SC-AS-179 ACT 58K AC 40-HD EZ-4 EVAP CS-2 COND 10 C.I.D. COMP FORD $ 3,950 SC-AS-180 ACT 65K AC 45-HD EZ-5 EVAP CS-2 COND 10 C.I.D. COMP FORD $ 4,150 SC-AS-181 ACT 70K AC SO-HD EZ-5 EVAP CS-3 COND 10 C.I.D. COMP FORD $ 4,400 SC-AS-182 ACT 58K AC 40-HD EZ-4 EVAP CS-2 COND 10 C.I.D. COMP GM GAS $ 3,950 SC-AS-183 ACT 651{ AC45-HD EZ-5 EVAP CS-2 COND 10 C.I.D. COMP GM GAS $ 4,150 SC-AS-184 ACT 70K AC 50-HD EZ-5 EVAP CS-3 COND 10 C.I.D. COMP GM GAS $ 4,400 SC~AS-185 ACT 58K AC 40-HD EZ-4 EVAP CS-2 COND 10 C.I.D. COMP GM DSL $ 4,850 SC-AS-186 ACT 65K AC45-HD EZ-5 EVAP CS-2 COND 10 C.I.D. COMP GM DSL $ 5,050 SC-AS-187 ACT 70K AC 50-HD EZ-5 EVAP CS-3 COND 10 C.I.D. COMP GM DSL $ 5,250 SC-AS-188 ACT 2 FAN CONDENSER WINTER COVER - N.A. TIE-IN $ 200 SC-AS-189 ACT 3 FAN CONDENSER WINTER COVER $ 200 TRANS/AIR AIR CONDITIONING SYSTEMS TA712 SUPER 55K - TA71 EVAP - SMC2S COND - 10 C.I.D. COMP SC-AS-190 TA712 SUPER 10 FORD 6.8 LITRE GAS ENGINE $ 3,950

FN54 {- - Page 77 (- \.

SC-AS-191 TA712 SUPER 10 FORD 5.4 LITRE GAS ENGINE $ 3,950 SC-AS-192 TA712 SUPER 10 CHEVY 6.0 LITRE GAS ENGINE $ 3,725 SC-AS-193 TA712 SUPER 10 CHEVY 6.6 LITRE DIESEL W/DUALOEM ALT $ 4,750 TA71R60 SUPER 55K - TA71 EVAP - R60ROOFMOUNTCOND - 10 C./.D, COMP SC-AS-194 TA71R60 SUPER 10 FORD 6.8 LITRE GAS ENGINE $ 5,050 SC-AS-195 TA71R60 SUPER 10 FORD 5.4 LITRE GAS ENGINE $ 5,225 SC-AS-196 TA71R60 SUPER 10 CHEVY 6.0 LITRE GAS ENGINE $ 5,050 SC-AS-197 TA71R60 SUPER 10 CHEVY 6.6 LITRE DIESEL W/DUAL OEM ALT $ 6,200 TA 733 SUPER 68K - TA73 EVAP - SMC3L COND - 10 C.I.D. COMP SC-AS-198 TA733 S.UPER 10 FORD 6.8 LITRE GAS ENGINE $ 4,300 SC-AS-199 TA733 SUPER 10 FORD 5.4 LITRE GAS ENGINE $ 4,400 SC-AS-200 TA733 SUPER 10 GM 6.0 LITRE GAS ENGINE $ 4,075 SC-AS-201 TA733 SUPER 10 GM 6.6 LITRE DIESEL W/DUAL OEM ALT $ 5,275 TA73R60 SUPER 70K - TA73 EVAP - R60 RM COND -10 C.I.D. COMP SC-AS-202 TA73R60 SUPER 10 FORD 5.4 LITRE GAS ENGINE $ 5,475 SC-AS-203 TA73R60 SUPER 10 FORD 6.8 LITRE GAS ENGINE $ 5,325 SC-AS-204 TA73R60 SUPER 10 GM 6.0 LITRE GAS ENGINE $ 5,125 SC-AS-205 TA 73R60 SUPER 10 GM 6.6 LITRE DIESEL ENGINE W/DUAL OEM ALT $ 6,125 TA773 SUPER BOK - TA77 EVAP- SMC3L COND - 13.4 C.I.D. COMP NOTE: UPGRADE TO TA774C OR TA77R90 FOR HOT CLIMATES SC-AS-206 1 TA773 SUPER 13 FORD 6.8 LITRE GAS $ 5,600 SC-AS-207 1 TA773 SUPER 13 GM 6.0 LITRE GAS $ 5,600 SC-AS-208 1 TA773 SUPER 13 GM 6.6 LITRE DIESEL W/DUALOEM ALT $ 6,525 TA774C SUPER 13 90K-TA77 EVAP-SC4 TALL COND-13.4 C.I.D. COMP FOR HOT CLIMATES NOTE: THIS CONDENSER HANGS BELOW SKIRT SC-AS-209 1 TA774C Super 13 FORD 6.8 LITRE GAS ENGINE $ 6,850 SC-AS-210 1 TA774CSuper 13 GM 6.0 LITRE GAS ENGINE $ 6,850 SC-AS-211 1 TA774CSuper13 GM 6.6 LITRE DIESEL W/DUAL OEM ALT $ 8,175 TA77R90 SUPER 13 90K -TA77 EVAP- R90 RM COND -13.4 C.I.D. COMP ROOF MOUNT CONDENSER FOR HOT CLIMATES SC-AS-212 1 TA77R90 SUPER 13 FORD 6.8 LITRE GAS ENGINE $ 7,775 SC-AS-213 1 TA77R90 SUPER 13 GM 6.0 LITRE GAS ENGINE $ 7,775 SC-AS-214 1 TA77R90 SUPER 13 GM 6.6 LITRE DIESEL ENGINE W/DUAL OEM ALT $ 8,850

TA7723 SUPER 10100K - TA77 EVAP - SMC3L & SMC2S COND -10 C.I.D. COMP SC-AS-215 TA7723 Super 100K TA77 (1)SMC2l (1)SMC3L 10 C.I.D. {Ford 6.8L Gas) $ 6,425 SC-AS-216 TA7723 Super lOOK TA77 (1)SMC2l (1)SMC3L 10 C.I.D. (GM610 6.0L Gas) $ 6,225 SC-AS-217 TA7723 Super 100K TA77 (1)SMC2L (1)SMC3L 10 C.I.D. (GM610 6.6L Dsl) $ 7,350 TA RT65 Super 13 Roof Mount System -13.4 C.I.D. Comp SC-AS-218 TA RT65 Super 13 85K Roof Mount with 13.4 C.1.D. (Ford 6.8L Gas) $ 9,600 SC-AS-219 TA RT65 Super 13 85K Roof Mount with 13.4 C.I.D. (GM Gas) $ 9,600 SC-AS-220 TA RT65 Super 13 85K Roof Mount with 13.4 C.I.D. (GM Diesel) $10,750 HEATERS

SC-AS-221 Add Heat to ACC Evaporator Includes Booster Pump & Electric Water Valves $ 750 SC-AS-222 Hot Water Heater, 35K BTU 3 Speed Low Profile $ 250 SC-AS-223 Rear Hot Water Heater, 45K BTU 3 Speed Low Profile $ 300

FN55 / (_- - Page 78

SC-AS-224 Hot Water Heater, 65K BTU Floor Mounted 3 Speed Low Profile OK Side Sliders $ 325 SC-AS-225 Hot Water Heater, 65K BTU-Mounted to Seat Frame $ 350 SC-AS-226 11Tower11 Hot Water Heater, 60K BTU $ 350 SC-AS-227 Wall Mount Hot Water Heater, 32K BTU $ 300 SC-AS-228 Webasto TSL 17 (17K BTU Heater) $ 900 MISCELLANEOUS SC-AS-229 Heater Booster Pump - does not include electric valves $ 250 SC-AS-230 Electric Water Shut Off Valves For Rear Floor Heater $ 115 SC-AS-231 Perimeter Seating Heater Kit: Adapts Heater for Kick Panel Applications $ 115 SC-AS-232 Silicone Heater Hose (for rear unit) w/full ring clamps $ 115 SC-AS-233 Insulate Heater Hoses $ 115 SC-AS-234 Defroster Fan - Mount Location: $ 90 ELECTRICAL SC-AS-235 LOCATE SWITCH PANEL ON ENGINE COVER-NOT OVERHEAD $ - SC-AS-236 Door Ajar Buzzer on Rear Door $ 65 SC-AS-237 Door Ajar Buzzer on Wheelchair Door $ 65 SC-AS-238 Door Ajar Warning on Entry Door - Buzzer and Light In Driver Area $ 85 SC-AS-239 Door A]ar Warning on Wheelchair Door- Buzzer and Light in Driver Area $ 100 SC-AS-240 Door Ajar Warning on Rear Door - Buzzer and Light In Driver Area $ 100 SC-AS-241 Window Ajar Alarm Buzzer on Egress Window, each $ 25 SC-AS-242 Window Ajar Alarm Buzzer on all Egress Windows & Light Jn Driver Area $ 175 SC-AS-243 Rear Door Starter Interrupt $ 75 SC-AS-244 Battery Box and Tray $ 275 SC-AS-245 Galvanized In Step Battery Box w/lnterior Paint & Hold Downs (Allstar) $ 400 SC-AS-246 Auxiliary Battery & Compartment with Tray (Chevy) $ 400 SC-AS-247 Fiberglass Battery Box & Stainless Steel Tray (Allstar Only) $ 900 SC-AS-248 8D Battery and Battery Box with Slide-out Tray $ 650 SC-AS-249 Stainless Steel Battery Box & Tray $ 625 SC-AS-250 Stainless Batt.Tray w/Std Batt.Box $ 450 SC-AS-251 Stainless Steel Battery Tray Slldes ILO Zinc Plated Slides - Extra Charge $ 150

SC-AS-252 Locate (2) Batteries to Tray or In Step Box FORD - Requires Tray or In Step Option $ 100

SC-AS-253 Locate (2) Batteries to Tray or In Step Box CHEVY- Requires Tray or In Step Option $ 550 SC-AS-254 Voltmeter installed in Overhead $ 50 SC-AS-255 Rotary Disconnect Switch $ 100 SC-AS-256 Circuit Breakers in lieu of Fuses $ 250 SC-AS-257 Light in Engine Area $ 75 SC-AS-258 Stop Request, Pull Cord, Chime, Sign $ 495 ~DA Stop Request, Pull Cord, Dual Auditory Tones, Dual Face Sign w/LED for ADA SC-AS-259 Request $ 550

SC-AS-260 Touch Tape at WC area for ADA Stop Request - Activates 2nd Auditory Tone (Ea.) $ 60 SC-AS-261 Hourmeter $ 100 SC-AS-262 Heated Entry Step, Electric $ 80 SC-AS-263 Digital Clock, 12 volt, in driver overhead $ 65 SC-AS-264 Additional 12V Power Outlet (Mounted In Driver Side B PIiiar) $ 25

FN56 ( ( - - Page 79

SC-AS-265 l aminated Wiring Schematic ***AS BUILT*** ON ELECTRICAL PANEL DOOR $ so DESTINATION SIGNS/1.D. SIGN/FRONT VIEW WINDOW SC-AS-266 Front Illuminated ID Sign (no lettering) $ 250 SC-AS-267 Front Multiple Destination Sign (Transign) Up to 15 positions $ 900 SC-AS-268 Side M ultiple Destination Sign (Tra nsign) Up to 15 positions $ 875 SC-AS-269 DO THE TRANS IGN SCRO LLS HAVE PRINTED DESTINATIONS? $ - SC-AS-270 Mult Dest Sign Switch In Dash-Peep Hole in Dest Sign Door $ 25 SC-AS-27 1 Front View Window in Cab Overhead $ 275 Install Front Destination Sign Window and Overhead Access Door for Customer SC-AS-272 Installed Sign $ 450

SC-AS-273 Install Side Destination Sign Window w/Structure for Customer Installed Sign $ 250 SC-AS-274 Luminator Horizon SMT Front Sign16x120(6"x45") With ODK 4 Controller $ 6,000

SC-AS-275 Luminator Horizon SMT Side Sign 8x80 (2.8"x30") Requires front sign t/2787 $ 2,075

SC-AS-276 Transign VS12112 Front LED Sign 4.79"x44.18" Display w/VSSOO USB Controller $ 2,500 SC-AS-277 Transign VS1280 Side LED Sign 4.79"x31.59" Display-Requires Front Sign $ 1,250 SC-AS-278 Twin Vision Mobilite Front & Side Sign w/Controller 12VOLT SIGN $ 3,900 SC-AS-279 LU MINATOR PROGRAMMING SOFTWARE (I PS) $ 650 FAREBOXES SC-AS-280 Diamond NV Rectangular Farebox w/2 Vaults $ 1,400 SC-AS-281 Diamond SV Rectangular Farebox w/2 Vaults $ 1,700 SC-AS-282 Diamond D Round Farebox w/1 Vault $ 1,400 SC-AS-283 Addit ional Vault for Diamond D Round Farebox $ 600 EXTERIOR LIGHTS SC-AS-284 4" Round LED Entry Door Exterior Light $ 35 SC-AS-285 Surface M ounted LED Entry Door Exterior light $ 35 SC-AS-286 light at Driver $ 25 SC-AS-287 Armoured Marker Lights $ 60 SC-AS-288 2 LED 7" Lts-Rear Flash $ 170 SC-AS-289 2 LED 4" l ts-Rear Flas h $ 170 SC-AS-290 (2) LED 7" Round Red lights on Rear, work w ith brake lights $ 170 SC-AS-291 2 LED Amber 7" Lights on Front Flash When $ 170 SC-AS-292 Turn Signals Flash Wit h Open Door ~;_;,.:.: -',__.~~ $ 75 SC-AS-293 LED Rear Cent er Mount Brake Light, Rectangular $ 60 SC-AS-294 LED Rear Center Mount Brake Light Long & Narrow $ 80 SC-AS-295 LED Mid-Ship Turn/ Marker lights $ 130 SC-AS-296 Independent RED Brake & AMBER Turn Signal Lights $ 95 SC-AS-297 Strobe Llght,Roof Mounted COLOR: $ 120 INTERIOR LIGHTS

SC-AS-298 LED Dual Reading Lights (Each) In Overhead Luggage Requires 2020 or 2284 $ 30

SC-AS-299 LED Dual Reading Lights (Each) In Radius Transition Panel N/A Overhead Luggage $ 30 SC-AS-300 Additional Interior LED Dome Lamp - Each $ 25 SC-AS-301 Door Activated Interior Lights $ 30 SC-AS-302 LED Overhead Interior 16" Strip light s-Each Optronics ILL-71-CB $ 60

FN57 ( Page 80 ~-· AUDIO/ VISUAL SC-AS-303 Deluxe AM/FM/CD With Clock & 4 Speakers PA Ready $ 275 SC-AS-304 Jensen JHD3630BT AM/FM/CD/Clock Blue Tooth & USB Enabled PA Ready $ 425

SC-AS-305 Bluetooth M icrophone for JHD3630BT Radio (phone calls, etc.} W/Visor Clip $ 25 AM/FM/DVD Touch Screen 4 Speakers W/Nav, Front USB & SD Card, Backup SC-AS-306 Camera $ 1,295 SC-AS-307 PA Module to be Added to Stereo System *Requires Option t/2158 $ 145 SC-AS-308 PA System with 2 Speakers (Independent of Radio) $ 225

SC-AS-309 A/V Option #115" Center Mount FLI PDOWN LCD MONITOR W/DVD PLAYER $ 1,700 SC-AS-310 Add 2nd 15" Flipdown MONITOR to Option #1 **Requires #2528 $ 1,800 SC-AS-311 Add (2) 10.2" LCD Monitors to Option t/1 **Requires #2528 $ 1,800 SC-AS-312 10.2" Monitor (additional, each) $ 750 SC-AS-313 Addit ional Speaker{s}, Each $ 15 SC-AS-314 NOTE: Mount Two of the Speakers In Front Bulkhead #VALUE ! SC-AS-3 15 4 Speakers w ith Wire t o Chassis OEM Radio (if supplied) $ 100

SC-AS-316 Ground Plane for 2~way Rad io, Pull Cord, Conduit Terminates B Pillar Floor $ 75 SC-AS-317 On/Off Switch for Passenger Area Speakers $ so SC-AS-318 External Spea ker with ON/OFF Switch (each} $ 75 DOORS/ HATCH/ WINDOWS Electric Entry Door is Standard. Add Option #2056 if Manual is Desired ~- SC-AS-319 Passenger Door Electric (standard) $ - SC-AS-320 Passenger Door - Manual $ - SC-AS-321 Passenger Door 36" ROUGH OPEN ING (STANDARD) ~4..J. $ - SC-AS-322 Passenger Door 42" ROUGH OPEN ING (OPTIONAL) $ 450 SC-AS-323 Passenger Door - 31.S" REQU IRED on Front Lift 138" &139" WB Models $ 150 SC-AS-324 Exterior Passenger Entrance Door Key $ 70 SC-AS-325 Extra Key for Electric Entry Door (requires opt 2133} ; ~~ $ 10 SC-AS-326 A&M KEYPAD ENTRY DOOR EXTERIOR ACCESS $ 100 SC-AS-327 A&M WIRELESS REMOTE KEY FOB ENTRY DOOR CONTROL (1 FOB} $ 225 SC-AS-328 ADDITIONAL A&M WIRELESS REMOTE KEY FOB $ 75 SC-AS-329 Rear Door, No Window $ 280 . --- ~_,, &..!...-....~ - $ 120 SC-AS-333 Rear Door Slide Lock $ 10 SC-AS-334 Extra Key for Rear Door or Wheelchair Door $ 10 SC-AS-335 Roof Hatch Transpec 1970 Series Standard Safety Vent II $ 250 SC-AS-336 Roof Hatch - Transpec 1070 Series Dual Purpose Safety Vent II $ 350

SC-AS-337 Roof Hatch - Transpec 1170 Series Triple Value Safety Vent II w/Static Vent $ 350 Roof Hat ch - Transpec 1670 Series Power Safety Vent II w/Static Vent & Power SC-AS-338 Exhaust Fan $ 500 SC-AS-339 Roof Hatch - Transpec 9245-0200 White Pro Lo Hatch W/Outslde Handle $ 300

SC-AS-340 Roof Hat ch - Transpec 9245-0203 White Pro Lo W/Outside Handle & Vandal Lock $ 450 SC-AS-341 ADD BUZZER TO ROOF HATCH ORDERED $ 25

FN58 ( - (--- Page 81

SC-AS-342 ADD OUTSIDE RELEASE TO 10, 11, 16 AND 19 SERIES HATCHES ABOVE $ 30

SC-AS-343 Upgrade to Bonded Window (each}* Requires Black Out Paint- N/A Side Sign $ 200

SC-AS-344 Solid Window(s} EACH Replace T-Sllde(s} Enter Specific Instructions in Row Below $ so SC-AS-345 Extra Egress Wlndow(s) $ 45 INTERIOR SC-AS-346 Driver Coat Hook $ 10 sc-AS-347 Interior Handles on Wheelchair Door & Rear Door-Red $ 5 LUGGAGE RACK/ STORAGE SC-AS-348 Driver Storage In Cab Overhead $ 95 ("Lr--- SC-AS-349 Driver Storage in Cab Overhead with lock $ 100 SC-AS-350 overhead Luggage Rack - Both Sides $ 550 Install Netting on Twin Overhead Luggage Racks-Enter Bus length in the Qty SC-AS-351 Column $ 10 SC-AS-352 Overhead Luggage Rack - One side $ 2-75 Install Netting on Slngle Overhead Luggage Racks-Enter Bus Length In the Qty SC-AS-353 Column $ 5 SC-AS-354 Cover Overhead Racks w/matchlng Seat Fabric (up to Level 5) PER SIDE $ 300 SC-AS-355 3011 Interior Luggage Rack, 2 Shelves covered In Charcoal fabric $ 350 SC-AS-356 3611 Interior Luggage Rack, 2 Shelves covered in Charcoal fabric $ 400 SC-AS-357 4811 Interior Luggage Rack, 2 Shelves covered In Charcoal fabric $ 450 SC-AS-358 60" Interior Luggage Rack, 2 Shelves covered in Charcoal fabric $ 500 SC-AS-359 72" Interior Luggage Rack, 2 Shelves covered in Charcoal fabric $ 575

SC-AS-360 Rear Luggage Area w/Rear Door,Felt Llner,Escape Hatch,Llght,Rubber Floor $ 750 SC-AS-361 Shelf In Rear Luggage (each) $ 40 SC-AS-362 Rear Cargo Net, Includes Roof Hatch $ 525 PARATRANSIT OPTIONS

SC-AS-363 Double W.C. Doors w/ Windows, Interior Light, Leaf Spring, LEO Exterior Lighting $ 925

211 Wider Double WC Doors Required for Lifts Wider than 3411 N/A 138-13911 WB SC-AS-364 Front Lifts, Starllte 15811WB 22'. Requires Raised Floor on Allstar 158"WB 22' $ 1,175

SC-AS-365 Single W.C. Door w/Window,lnterior Light, leaf Spring, LED Exterior lighting $ 875 4" Grommet Mount LED Is STD. Use Special Builds for Optional Choices IS THE LIFT IN THE FRONT OR REAR OF THE UNITI (REAR OR FRONTI SC-AS-366 INSTALL T-latch W.C. Door Hold Open Each- Note: Deletes Gas Shocks $ 25 RICON LIFTS 11 SC-AS-367 Rlcon S-2005 800# ADA Wheelchalr Lift (32"x51 ) $ 3,900 SC-AS-368 Rlcon K2005 800/t Wheelchair Lift (Klear Vlew)(31"x51") $ 4,100 SC-AS-369 Rican S-2010 800# Wheelchair Lift (34"x54") $ 3,900 SC-AS-370 Rlcon K-2010 800# Wheelchair lift (Klear View) (33"x54") $ 4,100 SC-AS-371 Rican S-2005 Titanium 1,000# Lift (32" x 51") $ 4,450 11 SC-AS-372 Rlcon S-2010 Titanium 1,000# Lift (34" x 54 ) $ 4,450 SC-AS-373 Rican K-2005 Titanium 1,000# Lift (31" x s1n) $ 4,600 SC-AS-374 Rican K-2010 Titanlum 1,000# Lift (33" x 54") $ 4,600 sc-AS-375 Vinyl Cover for Wheelchair Lift - Ricon 11S" Serles $ 375

FN59 f-,. Page82 I

SC-AS-376 Vinyl Cover for Wheelchair Lift - Rlcon "K" Serles $ 600 BRAUN LIFTS SC-AS-377 Braun Century NCL917-2 800# Lift {33"x51") $ 3,725 SC-AS-378 Braun Vista NVL917 800# Lift (31.511 x 50") $ 4,000 SC-AS-379 Braun Millenlum NL917-2 80011 (33"x51") $ 4,000 SC-AS-380 Braun Century NCL919-2 8001# Lift (34"x51") N/A 138-139" WB $ 3,725 SC-AS-381 Braun Mlllenlum NL919-2 80011 Lift {34"x51") N/A 138-139"WB $ 4,000 Braun Mlllenlum NL91737518001# (37"X51") N/A 138"WB- Requires 211 Wider SC-AS-382 Doors $ 4,875 SC-AS-383 Braun Century NCL1000 3451HB-2 10001# Lift (34"x51") N/A 138-139" WB $ 4,250 SC-AS-384 Braun Century NCL 1000 3454HB·2 1000# Lift (34"x54") N/A 138-139" WB $ 4,250 SC-AS-385 Vinyl Cover for Wheelchair lift- Braun $ 300 SC-As-386 Seat Belt on Braun Lift - Installed $ 75 LIFT FAST IDLE WITH 403 INTERLOCK SC-AS-387 STARCRAFT Fast Idle with FMVSS 403 Interlock Ford Gas/Dsl RCT-01363 $ 350 SC-AS-388 INTERMOTIVE Gateway 505-F Fast Idle with Lift Interlock Ford Chassis $ 450 SC-As-389 INTERMOTIVE Gateway 605-F Fast Idle with Lift Interlock GM 6.6L Diesel $ 450 SC-AS-390 INTERMOTIVE Gateway 605-F Fast Idle with Lift Interlock GM Gas $ 600 Surelok W .C. Securement Kits, Accessories SC-AS-391 FF627S-4C Retract,S Hook ,FE2000727HA Combo Lap/Shldr, L Track $ 475 SC-AS-392 FF661S-4C Retract SlldeNCllck,S Hook, FE200727HA Combo Lap/Shldr $ 640 SC-AS-393 AL712S-4C Titan Auto Tension S Hook, HA Shldr Belt $ 490 SC-AS-394 FE200750-16 16" Quick Strap $ 12 SC-AS-395 Sure-Lok Belt Cutter (ship loose) $ 10 SC-AS-396 Sure-Lok Belt Storage Pouch $ 35 Q Stralnt W.C. Securement Kits, Accessories SC-AS-397 QB-6500-L Upper Shoulder Harness Mount Fixed Point to L Track Adaptor $ 30 SC-AS-398 Q-8201-L Std Retrctr Tie Down,QS-6326-Al Combo Lap/Shldr,L Trk $ 395 SC-AS-399 Q-8101-L Deluxe Retrctr lle Down,Q8-6326·A1 Combo Lap/Shldr,L Trk $ 435 SC-AS-400 Q-8301-L Max Retrctr Tie Down,QS-6326-Al Comb Lap/Shldr,L Trk j $ 475 SC-AS-401 Q-8301-SC Max Retrctr tie down,QS-6326-Al Comb lap/Shldr,SldNClk $ 640 Q8100-A1T-L Deluxe Retrctr lle Down L Track Upper- Seat Track Lower Shldr Belt SC-AS-402 Mnt $ 525 SC-AS-403 Q5-7580-4 18" Blue Webbing Loops $ 5 SC-AS-404 QS-6327 84" Postural Belt with Padding - Black Webbing $ 40 SC-AS-405 QStralnt Belt Storage Pouch $ 35 SC-AS-406 Q-Stralnt Belt Cutter (ship loose) $ 10 Miscellaneous Accessories SC-AS-407 L Track for Wheelchair Tledown (per foot) $ 10 SC-AS-408 Priority Seating Sign **Required for ADA Compliance** $ 5 SC-AS-409 Wheelchair Decal (lnternatlonal Symbol of Accessibility) Each $ 5 SC-AS-410 Tool Box Wheelchair Belt Storage $ 30 SAFETY OPTIONS SC-AS-411 5 Lb Fire Extinguisher $ 55 SC-AS-412 10 Lb Fire Extingulsherw/Bracket $ 115

SC-AS-413 Dual Spectrum Fire Suppression 25#, Thermal Spot Detectors, No fuel tank area $ 3,400 SC-AS-414 Amerex Fire Suppreslon #17325 -13#1 2 Nozzle System $ 2,650 SC-AS-415 16 Unit First Aid Kit $ 45

FN60 (· Page 83

SC-AS-416 25 Unit First Aid Kit $ 55 SC-AS-417 Body Fluid Kit $ 40 SC-AS-418 Emergency Triangle Kit $ 25 SC-AS-419 Fire Blanket $ 80 SC-AS-420 Back-Up Alarm SAE Type C 97 db(A) Ecco 510 $ 50 SC-AS-421 Back-Up Alarm SAE Type B 107 db(A} Ecco 575 $ 75 SC-AS-422 Echovlslon Ultrasonic Backup System $ 575 SC-AS-423 Rosco Backup Warning System BSSK-1000 Surface Mount $ 375 SC-AS-424 Back-Up Camera & Monitor $ 875 SC-AS-425 Rosco STSK7465 Backup Camera, Microphone, 7" LCD Monitor w/speakers $ 395 Rosco "Smart Vision" Backup Camera STSK4530 Includes 4.3" Display In Driver SC-AS-426 Rear View Mirror (Replaces OEM Mirror). Can accept 2 Inputs $ 550 SC-AS-427 Hindsight 20/20 Rear Sonar Backup System $ 750 SC-AS-428 Rosco Backup Warning System BSSK-1001 Flush Mount In Steel Bumper $ 400 SC-AS-429 HawkEye Reverse Assist System (RAS) Installed In Steel Bumper $ 550 SC-AS-430 Interior Conv.ex Mirror 611x9" $ 35 SC-AS-431 Interior Flat Mirror, 611 x 16" $ 35 SC-AS-432 Wide Angle Lens 11"x14", Fresnel $ 30 SC-AS-433 Crossover Mirror, Front, Curbside $ 100 SC-AS-434 Crossover Mirror, Front, Roadside $ 100 SC-AS-435 Red Light Over Emergency Exit Ea: ON: $ 50 SC-AS-436 "NO SMOKING" Sign $ 10 SC-AS-437 "NO EATING" Sign $ 10 SC-AS-438 White "Standee" Line $ 10 SC-AS-439 Yellow "Standee" Line $ 15 SC-AS-440 Decal "Please Fasten your Seat Belt" $ 10

SC-AS-441 Decal - Please Stand Behind White/Yellow Line When Vehlcle Is In Motion $ 10 SC-AS-442 Decal "Please Watch Your Step" $ 10 SC-AS-443 Decal Vehicle Height Sticker $ 10 SC-AS-444 Fire Extinguisher Decal $ 10 SC-AS-445 Emergency Exit Decal BLACK LOCATION: $ 10 SC-AS-446 Emergency Exit Decal RED LOCATION: $ 10 SC-AS-447 Door Handle Operation Arrow Decal - Black, Exterior $ 5 SC-AS-448 Door Handle Operation Arrow Decal - Red, Interior $ 5 GRAB RAIL/ STANCHION/ PANELS SC·AS-449 Right Hand Entry Vertical Grab Rail - 11/4" "''W'~h."' c:ill. $ 60 SC-AS-450 Celling Grab Rall (each} If 1 Specify Side: $ 90 SC-AS-451 Yellow Powder Coat Celling Grab Rail ( each) $ 90 SC-AS-452 11/4" Dual Entry Grab Ralls Parallel to Entrance Steps (both sides) $ 90 SC·AS-453 Yellow Powder Coat Entry Grab Rails Each - Enter Total Quantity Needed $ 60 SC-AS-454 Grab Rall, Horlzontal, under window next to wheelchair $ 35 SC-AS-455 Stanchion and Modesty Panel Behind Driver $ 125

SC·AS-456 Yellow Powder Coat Stanchion/Panel Assemblies Each Enter Total Quantity $ 80 SC-AS-457 Addi Stanchion and Modesty Panel $ 125 SC-AS-458 Padding on Stanchion •Gray- Per 40" Max Length Each $ 40 SC-AS-459 Padding on Stanchion - Yellow- Per 40" Max Length Each $ 40 SC-AS-460 Modesty Panel at Wheelchair Lift (extend from floor to ceiling) $ 125

FN61 t (-·- Page84 SC-AS-461 Add Tinted Plexiglass Upper Panel $ 90 SEATING· DRIVER SC-AS-462 SHIELD FC Recllner(GM&Ford), RH Arm, 4 Position Lumbar, Mesh Pocket $ 415 SHIELD Sport Recliner RH Adjustable LeMans Arm, 4 Way Adjustable Lumbar, SC-AS-463 Mesh Pocket $ 625 SC-AS-464 Recaro LXS Driver Seat $ 1,595

SC-AS-465 USSC G2 ELP Adjustable Head Rest,Lumbar,Armrest, Black Cloth Insert, Vinyl Sides $ 1,59S USSC Self Contained Air Seat Suspension: Includes 34622 Ford Riser 34624 PIA SC SC-AS-466 Compressor $ 975 NOTE: USSC Self Contained Air Seat Suspension Available Shield, Shield Sport & SC-AS-467 USSC G2ELP $ - SC-AS-468 Adnlk 6 Way Driver Seat Power Base $ 400 SC-AS-469 INSTALL VINYL SKIRT ON POWER SEAT BASE -ADNIK OR OEM $ 40 FREEDMAN SHIELD & LO CAM DRIVER SEAT FABRICS SC-AS-470 Driver Seat Cover - Level 1 Newport Vinyl; Oxen Vinyl; Olefln $ -

SC-AS-471 Re-Upholster OEM Driver or Co-Pilot (Each)* Fabric Level Is Additional To This $ 110 SC-AS-472 Driver Seat Cover - Level 2 Vinyl w/Reglons Inserts $ 30 SC-AS-473 Driver Seat Cover - Level 3 Regions or any Level 3 Combo $ 55 SC-AS-474 Driver Seat Cover - Level 4 Ice Pinstripe; Mor-Care; Leathermate $ 75 SC-AS-475 Driver Seat Cover - Level 5 Tower; Streamer; Carnival; Avant! $ 100 SC-AS-476 Driver Seat Cover - Level 6 Autumn Leaves; Mosaic; Web Pastel; 7 Sisters $ 105 G2E AND RECARO DRIVER SEAT FABRICS SC-AS-477 Driver Seat Cover - Level 1 Newport Vinyl; Oxen Vinyl; Olefin $ 40 SC-AS-478 Driver Seat Cover - Level 2 Vinyl w/Reglons Inserts $ 50 SC-AS-479 Driver Seat Cover- Level 3 Regions or any Level 3 Combo $ 55 SC-AS-480 Driver Seat Cover - Level 4 lc;e Pinstripe; Mor-Care; Leathermate $ 135 SC-AS-481 Driver Seat Cover- Level 5 Tower; Streamer; Carnival; Avantl $ 155 SC-AS-482 Driver Seat Cover- Level 6 Autumn Leaves; Mosaic; Web Pastel; 7 Sisters $ 175 SEATING· PASSENGER SC-AS-483 High Back Double Seat $ 300 $ 170 SC-AS-484 High Back Single Seat - ·- -·)ll SC-AS-485 Mid High Double Seat $ 280 SC-AS-486 Mid High Single Seat ~~~ $ 160 SC-AS-487 Mid High Freedman Seats, (5) 1S" Rear Row (Starllte only) $ 900 SC-AS-488 GlllZ Seat Option for Rigid FW Mid High or Hlghback Seats (per person) $ 60

SC-AS-489 BERKSHIRE Hlghback Rigid Seat Option Per Person 1" Reduced Knee Room $ 25 SC-AS-490 Low Back Double Seat $ 250 SC-AS-491 Low Back Single Seat $ 145 SC-AS-492 RllZ High Back Slngle Rigid $ 260 SC-AS-493 RITZ High Back Double Rigid $ 450 FLIP SEATS SC-AS-494 Handi Flip- Single - N/A Freedman USR or Retractble Belts $ 260 SC-AS-495 Hand! Flip- Double N/A Freedman USR or Retractble Belts $ 365 SC-AS-496 Handi Flip- Three Person N/A Freedman USR or Retractble Belts $ 455 SC-AS-497 Flip Seat, Single Freedman Featherweight Mid High $ 400 SC-AS-498 Flip Seat, Double Freedman Featherweight Mid High $ 540

FN62 Page85

SC-AS-499 Flip Seat, Triple Freedman Featherweight Mid High $ 850 FOLDAWAY SEATS SC-AS-500 Foldaway Seat, Single AM $ 445 SC-AS-501 Foldaway Seat, Double AM Benchback $ 610 SC-AS-502 Foldaway Seat, Single AM Wheelwell with riser $ 500 SC-AS-503 Foldaway Seat -Double AM Benchback Wheelwell with riser $ 675 SC-AS-504 Foldaway Seat, Single BV Benchback to Fit In Fuel FIii Area $ 470 SC-AS-SOS Foldaway Seat-Double BV Benchback Street side (to fit In gas fill area) $ 645 SC-AS-506 Foldaway Seat, High Back, Single •N/A BERKSHIRE $ 525 SC-AS-507 Foldaway Seat - High Back Double •N/A BERKSHIRE $ 750 SC-AS-508 Foldaway Seat - Mid-High Notch Back Double AM (non-wheelwell) $ 750

SC-AS-509 Foldaway Seat- Mid-High Notch Back Double AM for Wheel Well with riser $ 815 sc-AS-510 Foldaway Seat - Notch Back Double BV For Fuel FIii Area $ 815 SC-AS-511 !CS & 3POINT SEATS **REQUIRES WEIGHT ANALYSIS FOR APPROVAL u $ - SC-AS-512 Single Seat, Integrated Child Seat (for 20-51 pounds) $ 600 SC-AS-513 Double Seat with (1) Integrated Chlld Seat and (1) Mid High Back 2nd Seat $ 800 SC-AS-514 Double Seat with (2) Integrated Child Seats $ 1,200 SC-AS-515 Upgrade ICS Seat to ICS-10 (Children 22-78 pounds) Per ICS Position $ 100 SC-AS-516 Freedman 3 PT Double - Specify Mid or High Back $ 625 SC-AS-517 Freedman 3 PT Slngle - Specify Mid or High Back $ 425 SC-AS-518 Freedman 3 PT Double Recliner-Mid or High Back $ 815 SC-AS-519 Freedman 3 PT Slngle Recliner- Mid or High Back $ 525 SC-AS-520 Freedman 3 PT Double Flip -Specify Mid or High Back $ 810 SC-AS-521 Freedman 3 PT Single Flip - Specify Mid or High Back $ 525 SC-AS-522 Freedman 3 PT Double Foldaway - Mid or High Back $ 1,025 SC-AS-523 Freedman 3 PT Single Foldawav - Mid or High Back $ 875 PASSENGER SEAT FABRICS SC-AS-524 Seat Cover - Level 1 Newport Vinyl;. Oxen Vinyl; Olefin ~ $ - SC-AS-525 Seat Cover - Level 2 Vinyl w/Reglons Inserts $ 17 5C-AS-526 Seat Cover - Level 3 Regions or any Level 3 Combination $ 22 SC-AS-527 Seat Cover - Level 3.5 $ 48 SC-AS-528 Seat Cover - Level 4 Ice Pinstripe; Mor-Care; Leathermate $ 55 SC-AS-529 Seat Cover- Level 5 Tower; Streamer; Carnival; Avanti $ 66 SC-AS-530 Seat Cover - Level 6 Autumn Leaves; Mosaic; Web Pastel; 7 Sisters $ 75 SC-AS-531 RITZ Seats Only- Leather/Vinyl Upgrade Per Person $ 175 SC-AS-532 RITZ Seats Only-All Leather Upgrade Per Person $ 515 SEAT OPTIONS SC-AS-533 ABS Seat Backs Per Person (Mid-High Rigid and Notchback Folds Only) $ 65 SC-AS-534 Anti-Vandal Grab Handle, Black Ea on: $ 35 SC-AS-535 Anti-Vandal Grab Handle,Yellow Ea on: $ 40 SC-AS-536 Black US Armrest - Each - on: $ 25 SC-AS-537 Flip-Up Upholstered Armrest - on: $ 35 SC-AS-538 Child Restraint System CRS225 Clips - Per Person $ 80 SC-AS-539 HI Back Corner Grab-Black-Each on $ 70 SC-AS-540 Mid-High Corner Grab Black-Each on: $ 45 SC-AS-541 Berkshire Grab-Black-Each on $ 70 SC-AS-542 Docket 90 Fabric Wrapped Around Seat cushion, Including Bottom (each) $ 30 SC-AS-543 Flame Block Material on Underside of Seat (each) $ 20

FN63 (· ·. .. f--.. Page 86

SC-AS-544 Footrests $ 35 SC-AS-545 FTA-XL Foam (per person-does not Include driver) $ 75 SC-AS-546 Kick Panel Light (see floorplan for placement) $ 20 SC-AS-547 Kick Panel, Under Seat - Each (Perimeter Seating) $ 20 SC-AS-548 Mesh Map Pocket, Each on: .. $ 15 SC-AS-549 Moisture Barrier (Per Person) ?• $ 10 SC-AS-550 Pillow Headrest - Each (High Back seats only) $ 40 SC-AS-551 Pillow Seat - Each $ so sc-AS-ss2 Quick Release for Center Rear Seat•• N/A with Seat Belts $ 70 SC-AS-553 Recliner - Per Person $ 70 SC-AS-554 RITZ Upholstered Armrest - Each on: $ 35 SC-AS-555 RITZ Arm In Leather - Each on: $ 50 SC-AS-556 RITZ MP3-1Pod Holder (Sewn In Armrest) each on: $ 20 SC-AS-557 Seat Belt Loop - Each *** Not Available on Foldaway Seats $ 6 SC-AS-558 Side Slider per Double $ 65 sc-AS-ss9 Snack Tray - Each $ 65

SC-AS-560 TDSS-L Track on Foldaways Ea. Note Location In Special Instructions & Floor Plan $. 75 TOSS-SC (SlldeNClick) on Foldaways Ea. Note Location in Special Instructions & SC-AS-561 Floor Plan $ 90 sc-AS-562 Vertical Stitching - Each $ 20 SEATBELTS SC-AS-563 Seat Belt, Non-~etractable ****STANDARD ITEM - ENTER QUANTITY $ - Seat Belt, Retractable•• NOT AVAILABLE WITH FOLDAWAY SEATS**ORDER USR SC-AS-564 BELTS $ 40 SC-AS-565 Seat Belt, Freedman USR Retractable (Per Person) N/A Handl-Fllp $ 60 sc-AS-S66 Seat Belt, Lap/Shoulder, Retractable $ 66 SC-AS-567 Seat Belt Extension, 24" FOR STANDARD SEAT BELTS $ 17 SC-AS-568 Seat Belt Extension, 24" FOR USR SEAT BELTS $ 22

FN64 CITY OF SANTA FE OTHER METHOD PROCUREMENT CHECKLIST

Contractor Name: ___C..._RE_._A....,T .....IV .... E __ B __U ___S.._.SA.._L=E_.S ...... IN.._C __ • ______

Procurement Title: __T.._R __ A __N __SI __T ___V=EH:..:.:l~CL=E=S"'-. S~T;.;..A~R=CR __ A __FT~S __PA~#~6=0;...;-0=0;.;0--=1:;:,5--=0;,;00.:.:1=5:,______

Other Methods: State Price Agreement l)lCooperative D Sole Source D Exempt D Other 1...0--.. ______

Department Requesting/Staff Member SENIOR SERVICES/ ROMELLA GLORIOSO-MOSS

Procurement Requirements: A procurement file shall be maintained for all contracts, regardless of the method of procurement. The procurement file shall contain the basis on which the award Is made, all submitted bids, all evaluation materials, score sheets, quotations and all other documentation related to or prepared In conjunction with evaluation, negotiation, and the award process. The procurement shall contain a written determination from the Requesting Department, signed by the purchasing officer, setting forth the reasoning for the contract award decision before submitting to the Committees . .

REQUIRED DOCUMENTS FOR APPROVAL BY PURCHASING* YES N/A / O Approved Procurement Checklist (by Purchasing) Departments Recommendation of Award Memo addressed to Finance B State Price Agreement ~ Cooperative Agreement D Sole Source Request and Determination Form D Contractors Exempt Letter ~D I :~;haslng Officers approval for exempt procurement

Contract, Agreement or Amendment D Current Business Registration and CRS numbers on contract or agreement f&I O Summary of Contracts and Agreements form D ~ Certificate of Insurance D ~ Other: ______

ROM ELLA GLORIOSO-MOSS. SPECIAL PROJECTS ADMINISTRATOR Department Rep Printed Name and Title

11-30-18 at all information is reviewed

REQUIRED DOCUMENTS FOR OTHER METHOD FILE* YES N/A State Price Agreement El □ Cooperative Agreement Sole source Request and Determination Form B I Contractors Exempt Letter Purchasing Officers approval of exempt procurement B ~ Copies of all Sole Source submittals • 1 FN65 □ Other: AWARD* YES N/A

□ Fully executed Memo to Committees from the Department with recommendation of award □ Other: CONTRACT* YES N/A ~ D Copy of Executed Contract Copy of all documentation presented to the Committees ~ □ Finalized Council Committee Minutes □ ~ Other:

Include all other substantive documents and records of communication that pertain to the procurement and any resulting contract.

Create a separate file folder which may contain any documents with trade secrets or other competitively sensitive, confidential or proprietary information.

ROM ELLA GLORIOSO-MOSS. SPECIAL PROJECTS ADMINISTRATOR

* 2 FN66 City of Santa Fe •I- I I : Summary of Contracts, Agreements, & Amendments PS00 12 '-f1

Section to be completed by department for each contract or contract amendment

1 FOR: ORIGINAL CONTRACT ~ or CONTRACT AMENDMENT r

2 Name of Contractor CREATIVE BUS SALES, INC.

3 Complete information requested r Plus GRT

P Inclusive of GRT Original Contract Amount: $263,758.45

Termination Date: ______...:J...: u...:n..;;.e...:3...:0..:...,::..20 .:..:2::.....:1

Approved by Council Date: January 10, 2018

r or by City Manager Date:

Contract is for: procuring 4 wheelchair vans in the amount of $214,663.56 & 1 regular transit van in the ------amount------of $49,094.89 from Creative Bus Sales-SPA#60-000-15-00015. Amendment# ------to the Original Contract# lncrease/(Decrease) Amount$ ______

Extend Termination Date to:

r Approved by Council

r or by City Manager Date:

Amendment is for:

4 History of Contract & Amendments: (option: attach spreadsheet if multiple amendments) r Plus GRT

r Inclusive of GRT Amount$ of original Contract# ______Termination Date: ______Reason: Amount$ amendment# ______Termination Date: ______Reason: Amount$ amendment# ______Termination Date: ______Reason: Amount$ amendment# ______Termination Date: ______Reason:

Total of Original Contract plus all amendments: $ ______

1 of 2 FN67 City of Santa Fe Summary of Contracts, Agreements, & Amendments

5 Procurement Method of Original Contract: (complete one of the lines) RFP#------Date: ______RFQ r ______Date: ______

Sole Source r Date: ______

Other Statewide Price Agreement #60-000-15-00015

6 Procurement History: example: (First year of 4 year contract)

11-30-18

Comments or Exceptions:______

7 Funding Source: NM Aging and Long Term Services Depl. BU/Line Item: 22639.570950

Budget Officer Approval

Comments or Exceptions: ______

8 Any out-of-the ordinary or unusual issues or concerns:

(Memo may be attached to explain detail.)

9 Staff Contact who completed this form: Romelia Glorioso-Moss, Special Projects Administrator Phone# -----955-4744 ------10 Certificate of Insurance attached. (if original Contract) r

Submit to City Attorney for review/signature Forward to Finance Director for review/signature Return to originating Department for Committee(s) review or forward to City Manager for review and approval (depending on dollar level).

To be recorded by City Clerk:

Contract#

Date of contract Executed (i.e., signed by all parties):

Nole: If further information needs lo be included, attach a separate memo.

Comments:

2 of 2

FN68