Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
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