No preview available
HomeMy WebLinkAboutC16-138 Gillig Locally FundedColorado Mountain Purchasing Consortium PURCHASE AGREEMENT Between • Eagle County Regional Transportation Authority 3289 Cooley Mesa Rd Gypsum, CO 81637 AND Gillig LLC For Quantity 1, BRT, Low-floor, diesel bus PROPOSAL# CMPC-15-LTB-RFP Awarded : July 13, 2015 by Eagle County Government P.O. Box 850 Eagle, Colorado 81631 C16-138 PURCHASING AGREEMENT Eagle County Award #C0-2015-353 Issued By: Eagle County P .O . Box 850 Eagle, CO 81631 Administered By: Director of Transportation Contractor: Gillig LLC Address: 25800 Clawiter Road Hayward, CA 94545 WHEREAS, the Colorado Mountain Purchasing Consortium (CMPC) is a group of local agencies providing mass transportation services, who are aligned for the purpose of the coordinated purchase of large transit buses; and WHEREAS, Eagle County led a solicitation on behalf of the CMPC and issued the Colorado Mountain Purchasing Consortium Request for Proposal for Project No . CMPC- 15-LTB-RFP dated January 12, 2015 (the "RFP," a copy of which is incorporated herein by this reference and available for inspection in the offices of the ECO Transit Department), which complied with federal guidelines for the purchase of transit buses using state and/or federal grant dollars (the "Solicitation"); and WHEREAS, Gillig LLC ("Manufacturer") submitted a proposal on March 23, 2015 (the "Proposal," (a copy of which is incorporated herein by this reference and available for inspection at the offices of the ECO Transit Department) included among other documents, an insurance certificate which is attached hereto as Exhibit B and was chosen as the successful respondent to the Solicitation for the bus length(s) identified by the CMPC; and WHEREAS, Eagle County Regional Transportation Authority ("Agency") is a participant in the CMPC and desires to purchase the below described make and model vehicle(s) from the Manufacturer in accordance with said Solicitation; and WHEREAS, Manufacturer is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the vehicles as set forth below in paragraph 1 hereof; and WHEREAS, this Purchase Agreement shall govern the relationship between the Manufacturer and Agency in connection with the procurement of said vehicles . NOW, THEREFORE, in consideration of the foreclosing and following promises, Manufacturer and Agency agree as follows: · l . Equipment: a . Manufacturer agrees to provide the following vehicles and associated components (hereinafter referred to as the "Equipment") as more specifically identified in the Agency Order which is attached hereto as Exhibit A, and incorporated herein by this reference: Bus Size Fuel Type: Quantity: 40 Feet (locally funded) Diesel 1 b. Manufacturer shall comply with all general requirements, conditions and terms as set forth in the RFP, including all approved deviations. c. In the event of any conflict or inconsistency between the terms and conditions set forth in Exhibit A, the RFP, or the Proposal, and the terms and conditions set forth in this Agreement, the terms and conditions set forth in this Agreement shall prevail. d . Agency shall have the right to inspect all Equipment. Inspection and acceptance shall not be unreasonably delayed or refused. Agency may conduct acceptance tests on each delivered vehicle. These tests shall be completed within ten ( 10) business days after vehicle delivery and the Manufacturer will be notified by the 1 o•h day if the vehicle has been accepted or needs additional work. The post-delivery tests shall include visual inspection and vehicle operations . Vehicles that fail to pass the post-delivery tests are subject to non-acceptance. Agency shall record details of all defects and notify the Manufacturer of non-acceptance of each vehicle. The defects detected during these tests shall be repaired according to the procedures defined in Section 4 : Special Provisions, SP. 1 of the RFP . In the event Agency does not accept the Equipment for any reason in its sole discretion, then the Manufacturer shall upon Agency's request and at no charge to Agency: i. take the Equipment back; ii. exchange the Equipment; or iii. repair the Equipment. 2. Compensation: a. Agency shall compensate Manufacturer for the Equipment in accordance with the rates shown in Exhibit A, and calculated as follows: Unit Cost Total Cost Quantity 1, BRT, Low-floor, diesel bus $449,054 $449,054 b . Payment will be made for Equipment satisfactorily delivered and accepted within thirty (30) days of receipt of a proper and accurate invoice from Manufacturer and when CMPC members receive required FT A/COOT post-delivery paperwork. All invoices shall include detail regarding the Equipment and such other detail as Agency may request. c. If, at any time during the term or after termination or expiration of this Agreement, Agency reasonably determines that any payment made by Agency to Manufacturer was improper because the Equipment for which payment was made were not provided as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from Agency, Manufacturer shall forthwith return such payment(s) to Agency. Upon termination or expiration of this Agreement, unexpended funds advanced by Agency, if any, shall forthwith be returned to Agency. d. Agency will not withhold any taxes from monies paid to the Manufacturer hereunder and Manufacturer agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. e. Notwithstanding anything to the contrary contained in this Agreement, Agency shall have no obligations under this Agreement after, nor shall any payments be made to Manufacturer in respect of any period after December 31 of any year, without an appropriation therefor by Agency in accordance with a budget adopted by its governing body in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S . 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 3. Schedule: a. The Equipment shall be delivered at a rate not to exceed five (5) vehicles per week Monday through Friday. No deliveries shall be made on weekends or holidays. Delivery of the Equipment shall be completed on or before 365 days from date of firm order provided written notification from the agency is received by the Manufacturer 480 days prior to delivery, with the exception of 2015 and 2016 vehicles as defined in the Best and Final Offer. b . Manufacturer and Agency agree that if delivery is not made within a maximum of 480 days, as liquidated damages (but not as a penalty) Manufacturer shall pay Agency one hundred dollars ($100.00) per calendar day, per vehicle. c. The Manufacturer is required to work with the CMPC Program Administrator on all contract delay related issues, per Section 3: General Conditions of the RFP, G .C . 9.3. Finalized order dates are to be communicated to the CMPC Program Administrator to track adherence to delivery timeframe requirements. Notifications of any production delays that would result in late delivery or liquidated damages must be communicated by the Manufacturer to the Agency and CMPC Program Administrator per Section 4: Special Provisions of the RFP, SP 6. 4. Federal Grant Contract: The Parties acknowledge that Agency is a sub- recipient of a grant awarded by either/or the Federal Transit Administration (FT A) or the Colorado Department of Transportation (COOT), which will be used to fund, in part, the procurement of this equipment. The CMPC estimates that approximately 60% of all CMPC contract amounts will be funded by the FT A and/or COOT. 5. Documents: Manufacturer shall execute all documents required by Agency to transfer title of the Equipment to Agency as identified in Section 4: Special Provisions Table I: Contract Deliverable of the RFP . Manufacturer shall provide copies of any instruction or operations manuals and shall further provide copies of any manufacturers' warranties associated with the Equipment as specified in the RFP, Section 4, SP 2.3 . 6. Other Contract Requirements and Manufacturer Representations: a. Manufacturer has familiarized itself with the intended purpose and use of the Equipment to be provided hereunder, the intended use of such Equipment by Agency, and with all local conditions, federal, state and local laws, ordinances, rules and regulations that in any maMer affect cost, progress, or Equipment. b. Manufacturer will make, or cause to be made, examinations, investigations, and tests as he deems necessary for the performance of this Agreement. c . The fact that the Agency has accepted or approved the Equipment shall not relieve Manufacturer of any of its responsibilities. Manufacturer represents and warrants that it has the expertise and persoMel necessary to properly perform the terms of this Agreement. Manufacturer shall provide appropriate supervision to its employees to ensure the performance in accordance with this Agreement. Manufacturer will provide the Equipment and any associated services in a skillful, professional and competent manner and in accordance with the standard of care applicable to Manufacturers supplying similar equipment and services. d . Manufacturer warrants merchantability and fitness of the Equipment for its intended use and purpose. e. Manufacturer agrees to provide the standard manufacturer and component warranties as stated in Section 7: Warranty Provisions, of the RFP unless any accepted deviations to Section 7 were accepted by the CMPC as part of the initial proposal or Best and Final Offer proposal for each vehicle purchased under this Purchase Agreement. All accepted deviations are included in the Eagle County Contract Exhibit B. All extended warranties as provided in CER. 8 Price Proposal Form accepted by the CMPC for each bus length awarded are referenced in the Eagle County Contract Exhibit B. f. Manufacturer warrants that title to all Equipment shall pass to Agency either by incorporation into the Agency facility or upon receipt by Manufacturer of payment from Agency (whichever occurs first) free and clear of all liens, claims, security interests or encumbrances. Manufacturer further warrants that Manufacturer (or any other person performing Work) purchased all Equipment free and clear of all liens, claims, security interests or encumbrances. Notwithstanding the foregoing, Manufacturer assumes all risk of loss with respect to the Equipment until the equipment has been delivered. The Agency shall assume risk of loss of the bus on delivery after satisfactory initial delivery inspection. Prior to this delivery, the Manufacturer shall have risk of loss of the bus, including any damages sustained during the delivery regardless of the status of title or any payments related to the bus. Drivers shall keep a maintenance log en route, and it shall be delivered to the Agency with the bus. If the bus is released back to the Manufacturer for any reason, then the Manufacturer has the risk of loss upon such release. g. Within a reasonable time after receipt of written notice, Manufacturer shall correct at its own expense, without cost to Agency, and without interruption to Agency as defined in Section 7: i. Any defects in Equipment which existed prior to or during the period of any guarantee or warranty provided in this Agreement; and ii. Any damage to any property caused by such defects or the repairing of such defects. h. Guarantees and warranties shall not be construed to modify or limit any rights or actions Agency may otherwise have against Manufacturer in law or in equity. i. Manufacturer agrees to work in an expeditious manner, within the sound exercise of its judgment and professional standards, in the perfonnance of this Agreement as outlined in the RFP, Section 7, WR 2.2. Time is of the essence with respect to this Agreement. j. This Agreement constitutes an agreement for perfonnance by Contractor as an independent Contractor and not as an employee of Agency. Nothing contained in this Agreement shall be deemed to create a relationship of employer-employee, master- servant, partnership, joint venture or any other relationship between Agency and Manufacturer except that of independent Manufacturer . Manufacturer shall have no authority to bind Agency. k. Manufacturer represents and warrants that at all times in the perfonnance of the Agreement, Manufacturer shall comply with any and all applicable laws, codes, rules and regulations. l. This Agreement contains the entire agreement between the parties with respect to the subject matter hereof and supersedes all other agreements or understanding between the parties with respect thereto. m. Manufacturer shall not assign any portion of this Agreement without the prior written consent of the Agency. Any attempt to assign this Agreement without such consent shall be void. n. This Agreement shall be binding upon and shall inure to the benefit of the parties hereto and their respective pennitted assigns and successors in interest. Enforcement of this Agreement and all rights and obligations hereunder are reserved solely for the parties, and not to any third party. o. No failure or delay by either party in the exercise of any right hereunder shall constitute a waiver thereof. No waiver of any breach shall be deemed a waiver of any preceding or succeeding breach. p. The invalidity, illegality or unenforceability of any provision of this Agreement shall not affect the validity or enforceability of any other provision hereof. q. The signatories to this Agreement aver to their knowledge no employee of the Agency has any personal or beneficial interest whatsoever in the Equipment described in this Agreement. The Manufacturer has no beneficial interest, direct or indirect, that would conflict in any manner or degree with the perfonnance of the Agreement and Manufacturer shall not employ any person having such known interests. r. The Manufacturer, if a natural person eighteen (18) years of age or older, hereby swears and affirms under penalty of perjury that he or she (i) is a citizen or otherwise lawfully present in the United States pursuant to federal Jaw, (ii) to the extent applicable shall comply with C.R.S. 24-76.5-103 prior to the effective date of this Agreement. s. Any and all claims, disputes or controversies related to this Purchase Agreement, or breach thereof, shall be litigated in the Colorado District Court for the county in which Agency is located, which shall be the sole and exclusive forum for such litigation. This Agreement shall be construed and interpreted under and shall be governed by the laws of the State of Colorado. 7. Contract Documents: 1) Purchase Agreement 2) Exhibit A, Agency Order 3) The RFP 4) Manufacturer Proposal and related BAFO which are agreed to by Manufacturer, incorporated herein by this reference, and collectively referred to as 11Contract Documents." The Contract Documents may only be altered, amended, or repealed by written amendment. The intent of the Contract Documents is to include all items, components and services necessary for the proper sale and delivery of the Equipment. The Contract Documents are complementary, and what is required by any one shall be as binding as if required by all. Words and abbreviations which have well known technical or trade meanings are used in the Contract Documents in accordance with such recognized meanings. The Contract Documents are listed in order of priority. If a conflict exists in the terms of any of the Contract Documents, the document with a higher priority shall control. 8. Manufacturer's Agreement: Gillig LLC agrees to provide the equipment identified above and in the Purchasing Agreement for the consideration stated herein. The offer to provide the equipment identified above is hereby accepted as offered in the proposal in response to # CMPC-15-LTB-RFP, in accordance with the Contract Documents. Gillig, LLC: CMPC Member Agency: By: 1/~~: Represe,n'tative Date: MAY19, 2016 Date: ~/;& May 19, 2016 4-26-2016 Colorado Mountain Purchasing Consortium PURCHASE AGREEMENT Between Exhibit A Eagle County Regional Transportation Authority 3289 Cooley Mesa Rd Gypsum, CO 81637 ANDGilligLLC For Quantity 2, BRT, Low-noor, diesel bll.5C5 PRICE VARIANCE JANUARY 20, 2016 :OUNTY, CO ON CMPC CONTRACT CONTRACT 40' LOW FLOOR BUS, SN: TBD ITEM CMPC CONTRACT - ENGINE 2016 ISL 280 HP AUXILIARY ENGINE OIL FILTER SPINNER II COOLANT FILTER STANDAROFLEETGUARD ENGINE FUEL FILTER STANOAROFLEETGUARO STARTER DELC042MT ALTERNATOR NIEHOFF C803 ENGINE BLOCK HEATER NOT INCLUDED E.COAT RAOICAC, HYO COOLER INCLUDED RADIATOR MODINE E·FAN RADIATOR TANK GUARD NOT INCLUDED ENGINE OIL EXTRACTOR PORT NOT INCLUDED TRANSMISSION ALLISON B400R TRANS OIL EXTRACTOR PORT NOT INCLUDED 6 POSITION RETARDER CONTROL INCLUDED AXLE HUB SEALS GREASE WHEEL MOUNTING HUB PILOTED HUBOOOMETER NOT INCLUDED HUBOOOMETER GUARD NOT INCLUDED AUTO TRACTION CONTROL INCLUDED ELECTRIC STEERING ASSIST NOT INCLUDED ENGINE SKID PROTECTION NOT INCLUDED WHEELS (7) STEEL GILLIG FURNISHED TIRES (7) MICHELIN TIRE PRESSURE MONITOR BENDIX $MARTIRE ON°SPOT AUTO TIRE CHAINS NOT INCLUDED DIESEL FUEL GAUGE INCLUDED FUEL FILL (1) EMCO WHEATON REAR RUN BOX GAUGES OIL&TEMP ENGINE HOURMETER NOT INCLUDED REAR HAND THROffiE NOT INCLUDED ELECTRICAL TOW CONNECTION NOT INCLUDED AUTOMATIC DRAIN VALVE NOT INCLUDED BATTERIES GROUP31 BATTERY JUMP START CONN (2) INCLUOEO BRTSTYLING INCLUDED WHEELCHAIR RAMP LIFT-U LU18 HVAC MOTORS (Tl<) BRUSHLESS HVAC COMPRESSOR {Tl<) X430 REFRIGERANT R134A REFRIGERANT PRESSURE DISPLAY INCLUDED 20% OUTSIDE AIR FOR HVAC INCLUDED DRIVERS HEATER MOTORS BRUSHLESS FRONT STEP HEATER INCLUDED EXIT DOOR HEATER INCLUDED UNOERSEAT HEATER INCLUDED WARM WALL HEAT NOT INCLUDED AUX DRIVERS FAN (21 INCLUDED AUXlLIARY COOLANT HEATER SPHEROS THERMO JODHA FRONT DOOR EXTERIOR CLOSE VALVE INCLUDED ' 1 EAGLE COUNTY, CO -VARIANCE - 2016 ISL 330 HP $2,413.00 NOT REQUIRED •S:,.l~QOI STANOAROFLEETGUARO so.oo STANDARDFLEETGUARO S0.00 DELC042MT SO.DO NIEHOFF C803 $0.00 REQUIRED S121.00 REQUIRED SO.OD MODINE E-FAN SD.DO NOT REQUIRED $0.00 TITAN OD1D14 $44.00 ALLISON B500R $3.250.00 TITAN 001014 $44.00 NOT REQUIRED ~:HJ i.Hll C/ROIL NIC HUB PILOTED $0.00 STEMCO TRACBAT 604·9999 $84.00 NOT REQUIRED $0.00 REQUIRED $0.00 NOT REQUIRED $0.00 NOT REQUIRED $0.00 (7) STEEL $0.00 (7) MICHELIN $0.00 NOT REQUIRED .sqi• oo, REQUIRED $1,814.00 REQUIRED $0.00 (2) GRAVITY FILLS $769.00 OIL&TEMP $0.00 REQUIRED $50.00 NOT REQUIRED $0.00 NOT REQUIRED $0.00 REQUIRED NIC 80 $222 OO> (1) REQUIRED $85 00) REQUIRED $0.00 LIFT·U LU18 $0.00 BRUSH LESS $0.00 X430 $0.00 R134A $0.00 NOT REQUIRED 5285 OOf NOT REQUIRED $156 OO> BRUSHED $387 00) REQUIRED $0.00 REQUIRED $0.00 REQUIRED $0.00 NOT REQUIRED $0.00 (2) REQUIRED $0.00 SPHEROSTHERM0300HA $0.00 NOT REQUIRED S !lilOO) REAR DOOR 34" SWING-OUT INTERIOR AD FRAME NOT INCLUDED PRICE VARIANCE JANUARY 20, 2016 :OUNTY, CO ON CMPC CONTRACT CONTRACT 40' LOW FLOOR BUS, SN: TBD 'rTEM EXTERIOR AD FRAMES STREETSIDE STORAGE BOX DRIVERS SEAT PASSENGER SEATS HINGED REAR SETTEE RAISED REAR SEAT PLATFORM PASSENGER SIGNALS STOP REQUEST@ EXIT DOOR PASSENGER ASSISTS NYLON GRAB STRAPS TRASHCAN SCHEDULE RACKS PASSENGER INFO STATION PASSENGER WINDOWS LEO HEADLIGHTS AUX EXTERIOR LAMPS AT UPPER REAR CAP REAR MOUNTED YEILO SIGN INTERIOR LAMPS 2·WAY RADIO & ANTENNA DRIVERS SPEAKER COMPLETE ITS SYSTEM BUDGET PREWIRE FOR ITS SYSTEM 4G L TE ANTENNA PLEASURE RADIO & ANTENNA FARE BOX GFI FAREBOX MOUNTING BASE CEILING MTD FAREBOX LAMP DESTINATION SIGNS REAR RUN SIGN HEATED FRONT SIGN GLAZING FLOORING MATERIAL ROOF HATCHES STANCHIONS AT FRONT WHEEL WELLS PACKAGE RACK EXTERIOR MIRRORS 6° SPOT MIRRORS AT BULKHEAD DRIVERS DASH GAUGES 12 VOLT POWER PORT@ DASH ADJUSTABLE PEDALS EXTERIOR PAINT I GRAPHICS FIRE SUPPRESSION SYSTEM BIKE RACK 1 PRICE VARIANCE JANUARY 20, 2016 CMf!CCONT~ NOT INCLUDED 44" TALL RECARO ERGO METRO Wl3·PT BELT & SEATBELT ALARM AMESECO 200316466 INCLUDED INCLUDED PULL CORDS INCLUDED POWDER COATED NOT INCLUDED INCLUDED NOT INCLUDED OBIC T 12P 1·L ASPEN DURA BONDED/TRANSOM HI BEAMS & LOW BEAMS INCLUDED INCLUDED PRETORIA W/ READING LAMPS MOTOROLA XTL 1500 INCLUDED CLEVER DEVICES IVN3 NOT INCLUDED NOT INCLUDED INCLUDED GFIODYSSEY NOT INCLUDED INCLUDED LUMINATOR AMBER (FRONT & CURBSIDE I NOT INCLUDED INCLUDED ALTRO (2) INCLUOEO NOT INCLUDED INCLUDED 10X11, 2·PC, HEATED WIREMOTE NOT INCLUDED (2) NOT INCLUDED KON GS BERG (3) COLORS, W/GRAPHICS AMEREXV25 SPORTWORKS DL2 SSTL ;ouNTY, co ON CMPC CONTRACT CONTRACT 40' LOW FLOOR BUS SN· TBD . rTEM CMPC CONTRACT VIDEO SURVEILLANCE SYSTEM PENTA 8 CH (8) CAMERA MEDICAL AID KIT 24 UNIT BIO HAZARD KIT INCLUDED WARRANTY (BASE BUS) 1 YR I 50,000 MILES WARRANTY (BODY STRUCTURE) 3 YRS/ 150,000 MILES 34" SWING-OUT so.co NOT REQUIRED $0.00 EAGl,.E C(IU~, CO -I V ARIAf'.ICE h "' NOT REQUIRED S0.00 44° TALL S0.00 RECARO ERGO METRO W/3· PT BELT & SEATBELT ALARM S0.00 AMSECO 646616468 1:1.· 6,U IJ REQUIRED $0.00 NOT REQUIRED INCL WI SEATS PULL CORDS $000 NOT REQUIRED 115il cv. POWDER COATED $000 NOT REQUIRED so 00 NOT REQUIRED IS100 00) NOT REQUIRED so 00 NOT REQUIRED 1$260 00) RICON BONDED I TRANSOM S1,257.00 LOW BEAMS ONLY iS169 00) NOT REQUIRED 15100 00) REQUIRED so 00 OINEX W/O READING LAMPS i$105 00) NOT REQUIRED 154.500.00) REQUIRED so 00 NOT REQUIRED ($30.000 00) PER SPECIFICATIONS PROVIDED BY CLEVER DEVICES s1s,on.oo REQUIRED INCL WI ITS REQUIRED so 00 NOT REQUIRED ($15.681 00) REQUIRED $224.00 NOT REQUIRED 1$75 00) LUMINATOR AMBER (FRONT & so 00 CURBSIDE I LUMINATOR (W/O CAMERA) $980.00 REQUIRED so 00 ALTRO so 00 (2) INCLUDED so 00 NOT REQUIRED so 00 REQUIRED $0 00 10X14 CLASS A, HEATED $139.00 WIREMOTE (2) S36.00 (S) $150.00 REQUIRED S110.00 KONGSBERG so 00 (2) COLORS, WIGRAPHICS ,$941.00) NOT REQUIRED i$1.800.00) SPORTWORKS DL2 SSTL so 00 EAGLE COUNTY, CO VARIANCE - APOLLO ROADRUNNER HO RECOROER,W/3 TB HARD DRIVE, WC330 ROUTER, 8 IP COLOR CAMERAS & MULTIFUNCTION ANTENNA 1US6 OOt 24UNIT so 00 REQUIRED so 00 1 YR I 50.000 MILES so 00 3 YRS/ 150,000 MILES so 00 WARRANTY (STRC INTEGRITY) 12 YRS/ 500,000 MILES WARRANTY (ENGINEI 2 YRS I UNLIMITED MILES WARRANTY (TRANSMISSION) 2 YRS I UNLIMITED MILES WARRANTY (AXLES) 2 YRS I UNLIMITED MILES WARRANTY (BRAKESI 2 YRS / 100,000 MILES WARRANTY (RAMP) 2 YRS I UNLIMITED MILES WARRANTY (HVAC) 2 YRS I UNLIMITED MILES WARRANTY (ALTERNATOR) 2 YRS I UNLIMITED MILES WARRANTY (AIR COMPRESSORI 2 YRS I 200,000 MILES WARRANTY (STARTERI 3 YRS I 350.000 MILES WARRANTY (DOOR SYSTEMS) 2 YRS/ 100,000 MILES TRAINING NOT INCLUDED TOTAL EAGLE COUNTY, CO VARIANCES CMPC CONTRACT 40' LOW FLOOR BASE UNIT PRICE (912015) EAGLE COUNTY, CO 40' LOW FLOOR BASE UNIT PRICE SPARE I TOOLING BUDGET EAGLE COUNTY, CO 40' LOW FLOOR CURRENT PRICE (1/20/2016) 7 YRS I 350,000 MILES 2 YRS I UNLIMITED MILES 2 YRS I UNLIMITED MILES 2 YRS I UNLIMITED MILES 2 YRS/ 100,000 MILES 2 YRS I UNLIMITED MILES 2 YRS I UNLIMITED MILES 2 YRS I UNLIMITED MILES 2 YRS/ 200,000 MILES 3 YRS I 350,000 MILES 1 YR I UNLIMITED MILES NOT REQUIRED 51,~00QO) $000 so GI) $0 .00 $0 .00 $0 00 $0.00 $0 .00 SO.DO $0.00 ($100 00) $0 .00 l~'l.lql 1Sn • $475.857 .00 DELIVERY AD ~USTMENT $444 .633.00 $4 ,421 ,00 $449,054.00 Exhibit B (Page 1 of 2) AC ORY CERTIFICATE OF LIABILITY INSURANCE I DA TE {MMIODIYYYY) "--"" 8111/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the pollcy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsemenL A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsementts). PRODUCER ~:~~CT Tave Risk Management ~.H~N!_ "-"· 847-267-0415 If~ UA•• 847-267-0478 450 Skokie Blvd. -Bldg. #800 ~:M.~\:.ftft, taveriskmanagement@taverm.com Northbrook IL 60062 INSURERISI AFFORDING COVERAGE NAJC# INSURER A, Lexinalon Insurance Comoanv 19437 INSURED GILU-1 INSURER B: Zurich American Insurance Co. 16535 GILUGLLC INSURER c :American Zurich Insurance Co. 40142 25800 Clawiter Road 1NsuRER o ,ACE American Insurance Comoany Hayward CA 94545-3213 INSURERE: INSURERF : COVERAGES CERTIFICATE NUMBER: 134816768 REVISION NUMBER· THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS ANO CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ';':.:'~ I:' 11.:2!.!5~1 POLICY EXP LIMITS LTR POLICY NUMBER ~ IMMIDDIYYYYI A x COMMERCIAL GEHERAL LIABILITY 021458392 10/1/2014 10/1/2015 EACH OCCURRENCE $5,000,000 -0 CLAIMS.MADE w OCCUR g~~~~';'~';:".:.!!.~.!..-1 -$300.000 .K.. SIBSSOO!Sll!si!i MEO EXP IAnv ono oe.-.1 so PERSONAL & ADV INJURY SS 000.000 - GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $5,000.000 ~ POLICY o ~r8r o LOC PROOUCTS ·COM P/OP AGG SS 000.000 OTHER: s B ~~•u~~ BAP S223578 06 10/112014 1011/201S rea a a:identf ••mil S2 000.000 AHYAUTO BODILY INJURY (Pe r pmon) s :h\W"' ~ 15\'~~" BOOIL Y INJVRY (Per 1a:id1nl) $ HIRED AUTOS X ~~~WNED r?;t~Citni'i'""''""" s GKLL LMT $1M s A x UMBREUA LIAS MOCCUR 026022S16 10/112014 10/1/2015 EACH OCCURRENCE $10000.000 -EXCESSUAB CU.IMS-MADE AGGREGATE $10000,000 OED IX I RETENTIONS10.000 $ c WDRKERSCOMPENSATION WC 5223575-06 (OED) 10/1/2014 10/1/201S x l$¥~e I I ~~H· 0 ANO EMPLOYERS' LIABILITY YIN WCUC48138044 10/1/2014 10/112015 AHY PROPRIETORIPARTNERIEXECUTIVE D N/A E.L EACH ACCIOENT $1 .000 000 OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L DISEASE • EA EMPLOYEE $1 ,000 000 g~;~ar.:r.~~ O~~PEAA TIONS below E.L. DISEASE • POLICY LIMIT $1 .000 000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, AddlUonal Rom&rlll Schedule, may be attached II more space ls required) Carrier 0 -ACE American Insurance Company $400,000 SIR Each Accident $400,000 SIR Each Employee Disease RE: Colorado Mountain Purchasing Consortium (CMPC) RFP No. CMPC-15-L TB-RFP Attn: Ann Beauvais, CMPC Program Administrator See Attached ... CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE Wll.L BE DELIVERED IN Eagle County RTA ACCORDANCE WITH THE POLICY PROVISIONS. Attn: Director of Transportation 3289 Cooley Mesa Road AUlllORIZED REPRESENTATIVE Gypsum CO 81637 ~~ ~ /..&~ 1 © 1988-2014 ACORD CORPORATION. AU rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD Exhibit B (Page 2 of 2) AGENCY CUSTOMER ID: GILLl-1 ~~~~~~~~~~~~~~~~~- LO C # :~~~~~~~ ADDITIONAL REMARKS SCHEDULE Page L_ of j__ AGENCY NAMED INSURED Tave Risk Management GILLIG LLC 25800 Clawiter Road POLICY NUMBER Hayward CA 94545-3213 c ... RRIER I NAICCDDE EFFECTIVE DA TE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILllY INSURANCE Eagle County RTA, its associated or affiliated entities, its successors and assigns, elected officials, employees, agents and volunteers are additional insureds on the General Liability and Auto Liability policies. This statement is subject to policy terms and conditions; where required by written contract. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. Tha ACORD name and logo are registered marks of ACORD