Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC17-290 Gillig LLCColorado Mountain
Purchasing Consortium
PURCHASE AGREEMENT
Between
Eagle County Government
AND Gillig LLC
For:
A quantity of 1, 40 -foot, low -floor, BRT, accessible, diesel transit bus
PROPOSAL # CMPC-I5-LTB-RFP
Awarded : July 13, 2015
by
Eagle County Government
P.Q. Box 850
Eagle, Colorado 81631
C 17-290
PURCHASE AGREEMENT
Eagle County Award #ECD_ 709_102015
Grant Information Associated With This Purchase: None (Locally Funded)
Issued By:
Eagle County
P.D. Box 850
Eagle, CO 81631
Administered Bv:
Director of Transportation
Contractor:
Gillig LLC
Address:
25800 Clawiter Road
Hayward, CA 94545
PURCHASING AGREEMENT BETWEEN
EAGLE COUNTY, COLORADO
AND
GILLIG, LLC
THIS AGREEMENT ("Agreement") is effective as of the 08/14/2017
by and between Gillig, LLC, a (hereinafter "Manufacturer") and Eagle County, Colorado,
a body corporate and politic (hereinafter "Eagle County").
RECITALS
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 ECD 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 ECD Transit Department) and was chosen as the
successful respondent to the Solicitation for the bus length(s) identified by the CMPC;
and
WHEREAS, Eagle County 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 Eagle County in connection with the procurement of said vehicles.
AGREEMENT
NOW, THEREFORE, in consideration of the foreclosing and following promises,
Manufacturer and Eagle County agree as follows:
1. Equipment:
a. Manufacturer agrees to provide the following vehicles and associated
components (hereinafter referred to as the "Equipment") as more specifically
identified in Eagle County's Order which is attached hereto as Exhibit A, and
incorporated herein by this reference:
Bus Size: 40 Feet
Fuel Type: Diesel
Quantity: 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. Eagle County shall have the right to inspect all Equipment. Inspection and
acceptance shall not be unreasonably delayed or refused. Eagle County 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 10th 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.
Eagle County 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 Eagle County does not accept the Equipment for any
reason in its sole discretion, then the Manufacturer shall upon Eagle County's
request and at no charge to Eagle County:
i. take the Equipment back;
ii. exchange the Equipment; or
iii. repair the Equipment.
2. Compensation:
a. Eagle County shall compensate Manufacturer for the Equipment in
accordance with the rates shown in Exhibit A, and calculated as follows:
Quantity 1, 40 -foot, low -floor, BRT, accessible, diesel transit bus -
Unit Cost Total Cost
$463,261 $463,261
b. Payment will be made for Equipment satisfactorily delivered and accepted
within thirty (34) days of receipt of a proper and accurate invoice from
Manufacturer and when CMPC members receive required FTAICDOT post-
delivery paperwork. All invoices shall include detail regarding the Equipment
and such other detail as Eagle County may request.
C. If, at any time during the term or after termination or expiration of this
Agreement, Eagle County reasonably determines that any payment made by Eagle
County 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 Eagle County,
Manufacturer shall forthwith return such payment(s) to Eagle County. Upon
termination or expiration of this Agreement, unexpended funds advanced by
Eagle County, if any, shall forthwith be returned to Eagle County.
d. Eagle County 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,
Eagle County 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 Eagle County 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 that written notification from Eagle County is
received by the Manufacturer 480 days prior to delivery.
b. Manufacturer and Eagle County agree that if delivery is not made within a
maximum of 480 days, as liquidated damages (but not as a penalty) Manufacturer
shall pay Eagle County 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
Eagle County and CMPC Program Administrator per Section 4: Special
Provisions of the RFP, SP 5.
4. Documents: Manufacturer shall execute all documents required by Eagle County
to transfer title of the Equipment to Eagle County as identified in Section 4: Special
Provisions Table 1: 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.
5. 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
Eagle County, and with all local conditions, federal, state and local laws,
ordinances, rules and regulations that in any manner affect cost, progress, or
Equipment.
b. Manufacturer will make, or
investigations, and tests as he deems
Agreement.
cause to be made, examinations,
necessary for the performance of this
C. The fact that Eagle County 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 personnel 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 Eagle County
Contract Exhibit B. All extended warranties as provided in CER. S Price
Proposal Form accepted by the CMPC for each bus length awarded are referenced
in Eagle County Contract Exhibit B.
f. Manufacturer warrants that title to all Equipment shall pass to Eagle
County either by incorporation into the Eagle County facility or upon receipt by
Manufacturer of payment from Eagle County (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. Eagle County 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 Eagle County with the Equipment. If the
Equipment 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 Eagle County, and without
interruption to Eagle County 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
u. 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 Eagle County 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 performance 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 performance by
Manufacturer as an independent contractor and not as an employee of Eagle
County. 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 Eagle County and Manufacturer except that of
independent contractor. Manufacturer shall have no authority to bind Eagle
County.
k. Manufacturer represents and warrants that at all times in the performance
of the Agreement, Manufacturer shall comply with any and all applicable laws,
codes, rules and regulations.
1. 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 Eagle County. 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 permitted 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
Eagle County 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 performance 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 law, (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 District Court for the
county in which Eagle County 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.
6. Contract Documents: 1) Purchase Agreement
2) Exhibit A, Eagle County Order
3) The RFP
4) Manufacturer Proposal and related BAFO
These documents are agreed to by Manufacturer, incorporated herein by this reference,
and collectively referred to as "Contract 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.
7. 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-I5-LTB-RFP, in accordance with the Contract
Documents.
IN WITNESS WHEREOF, the parties have executed this Agreement the day and year
first set forth above.
Attest: u 0•�3�
By: 1:7
Regina O'Brien, Clerk to the Board
COUNTY OF EAGLE, STATE OF
COLORADO, By and Through Its BOARD
OF COUNTY COMMISSIONERS
y:
dillian H. Ryan, Chair
GILLIG H.C.-
By:
Ie[BY: —
Print Name: Joseph Policarpio
Title; VICE PRESIDENT
CONFIDENTIAL
Exhibit A Page 1 of 3
PRICE VARIANCE
MAY 18, 2017
EAGLE COUNTY, CO ON CMPC CONTRACT CONTRACT
(3) 40' LOW FLOOR BRT BUSES, SN: TBI]
ITEM
CMPC CONTRACT
EAGLE COUNTY, CO
VARIANCE
ENGINE
2016 ISL 286 HP
2616 ISL 336 HP
$2,413.66
AUXILIARY ENGINE OIL FILTER
SPINNER II
NOT REQUIRED
$545.00
COOLANT FILTER
STANDARD FLEETGUARD
STANDARD FLEETGUARD
$0.00
ENGINE FUEL FILTER
STANDARD FLEETGUARD
STANDARD FLEETGUARD
$6.66
STARTER
DELLO 42MT
DELCQ 42MT
$6.66
ALTERNATOR
NIEHOFF C803
NIEHOFF C803
$6.66
ENGINE BLQCK HEATER
NOT INCLUDED
REQUIRED
$121.66
E -COAT RAD/CAC, HYD COOLER
INCLUDED
REQUIRED
$6.66
RADIATOR
MODINE E -FAN
MODINE E -FAN
$6.66
RADIATOR TANK GUARD
NOT INCLUDED
NOT REQUIRED
$6.66
ENGINE OIL EXTRACTOR PORT
NOT INCLUDED
TITAN OD1014
$44.00
TRANSMISSION
ALLISON B40OR
ALLISON B50OR
$3,250.00
TRANS OIL EXTRACTOR PORT
NOT INCLUDED
TITAN OD1014
$44.00
6 POSITION RETARDER CONTROL
INCLUDED
NOT REQUIRED
$450.00
AXLE HUB SEALS
GREASE
C/R OIL
NIC
BRAKES
DRUM
AIR DISC
$3,161.66
WHEEL MOUNTING
HUB PILOTED
HUB PILOTED
$6.66
HUBODOMETER
NOT INCLUDED
STEMCQ TRACBAT 604-9999
$84.66
HUBODOMETER GUARD
NOT INCLUDED
NOT REQUIRED
$6.66
AUTO TRACTION CONTROL
INCLUDED
REQUIRED
$6.66
ELECTRIC STEERING ASSIST
NOT INCLUDED
NOT REQUIRED
$6.66
ENGINE SKID PROTECTION
NOT INCLUDED
NOT REQUIRED
$6.66
WHEELS
7 STEEL
(7) STEEL
$6.66
GILLIG FURNISHED TIRES
(7) MICHELIN
(7) MICHELIN
$6.66
TIRE PRESSURE MONITOR
BENDIX SMARTIRE
NOT REQUIRED
$921.00)
ON -SPOT AUTO TIRE CHAINS
NOT INCLUDED
REQUIRED
$1,814.66
DIESEL FUEL GAUGE
INCLUDED
REQUIRED
$6.66
FUEL FILL
(1) EMCO WHEATON
(2) GRAVITY FILLS
$769.66
REAR RUN BOX GAUGES
OIL & TEMP
OIL & TEMP
$6.66
ENGINE HOURMETER
NOT INCLUDED
REQUIRED
$56.66
REAR HAND THROTTLE
NOT INCLUDED
NOT REQUIRED
$6.66
ELECTRICAL TOW CONNECTION
NOT INCLUDED
NOT REQUIRED
$0.00
AUTOMATIC DRAIN VALVE
NOT INCLUDED
REQUIRED
NIC
BATTERIES
GROUP 31
813
$222.66
BATTERY JUMP START CONN
2 INCLUDED
1 REQUIRED
$85.66
BRT STYLING
INCLUDED
REQUIRED
$0.00
WHEELCHAIR RAMP
LIFT -U LU18
LIFT -U LU18
$6.00
HVAC MOTORS (TK)
BRUSHLESS
BRUSHLESS
$0.00
HVAC COMPRESSOR TK
X430
X430
$0.00
REFRIGERANT
R134A
R134A
$0.00
REFRIGERANT PRESSURE DISPLAY
INCLUDED
NOT REQUIRED
$285.00
20% OUTSIDE AIR FOR HVAC
INCLUDED
NOT REQUIRED
$156.00
DRIVERS HEATER MOTORS
BRUSHLESS
BRUSHED
$387.00
FRONT STEP HEATER
INCLUDED
REQUIRED
$0.00
EXIT DOOR HEATER
INCLUDED
REQUIRED
$0.00
UNDERSEAT HEATER
INCLUDED
REQUIRED
$0.00
WARM WALL HEAT
NOT INCLUDED
NOT REQUIRED
$0.00
AUX DRIVERS FAN
(2) INCLUDED
(2) REQUIRED
$0.00
AUXILIARY COOLANT HEATER
SPHEROS THERMO 300HA
SPH EROS THERMO 300HA
$0.00
FRONT DOOR EXTERIOR CLOSE
VALVE
INCLUDED
NOT REQUIRED
$162.00
REAR DOOR
34" SWING -OUT
34" SWING -OUT
$0.00
INTERIOR AD FRAME
NOT INCLUDED
NOT REQUIRED
$0.00
PAGE 1 OF 3
CONFIDENTIAL
Exhibit A Page 2 of 3
PRICE VARIANCE
MAY 18, 2017
EAGLE COUNTY, CO ON CMPC CONTRACT CONTRACT
(3) 40' LOW FLOOR BRT BUSES, SN: TBI]
ITEM
CMPC CONTRACT
EAGLE COUNTY, CO
VARIANCE
EXTERIOR AD FRAMES
NOT INCLUDED
NOT REQUIRED
$6.66
STREETSIDE STORAGE BOX
44" TALL
44" TALL
$6.66
DRI VERS SEAT
RECARO ERGO METRO
W13 -PT BELT & SEAT BELT
ALARM
RECARO ERGO METRO
W/3 -PT BELT & SEAT BELT
ALARM
$6.66
HINGED REAR SETTEE
INCLUDED
REQUIRED
$6.66
RAISED REAR SEAT PLATFORM
INCLUDED
NOT REQUIRED
INCL W/ SEATS
PASSENGER SIGNALS
PULL CORDS
PULL CORDS
$0.00
STOP REQUEST @ EXIT DOOR
INCLUDED
NOT REQUIRED
($56.66
PASSENGER ASSISTS
POWDER COATED
STAINLESS STEEL
$400.00
NYLON GRAB STRAPS
NOT INCLUDED
NOT REQUIRED
$6.66
TRASH CAN
INCLUDED
NOT REQUIRED
$166.66
SCHEDULE RACKS
NOT INCLUDED
NOT REQUIRED
$6.66
AD RACK
NOT INCLUDED
14" H x 20" W CLEAR
ANODIZED TOP LOAD
$165.00
PASSENGER INFO STATION
OBIC T 12P 1-L ASPEN
NOT REQUIRED
$260.00
PASSENGER WINDOWS
DURA BONDED /TRANSOM
RICON BONDED /TRANSOM
$1,257.00
LED HEADLIGHTS
HI BEAMS & LOW BEAMS
LOW BEAMS ONLY
$189.00
AUX EXTERIOR LAMPS AT UPPER
REAR CAP
INCLUDED
NOT REQUIRED
$100.00
REAR MOUNTED YE ILD SIGN
INCLUDED
REQUIRED
$0.00
INTERIOR LAMPS
PRETORIA W/ READING
LAMPS
DINER W/O READING LAMPS
$105.00
2 -WAY RADIO & ANTENNA
MOTOROLA XTL1500
NOT REQUIRED
($4,500.00
DRIVERS SPEAKER
INCLUDED
REQUIRED
$0.00
COMPLETE ITS SYSTEM BUDGET
CLEVER DEVICES IVN3
NOT REQUIRED
($30.000.00)
4G LTE ANTENNA
NOT INCLUDED
REQUIRED
INCL W/ ITS
PLEASURE RADIO & ANTENNA
INCLUDED
REQUIRED
$0.00
FAREBOX
GFI ODYSSEY
NOT REQUIRED
$15,881.00
GFI FAREBOX MOUNTING BASE
NOT INCLUDED
REQUIRED
$224.00
CEILING MTD FAREBOX LAMP
INCLUDED
NOT REQUIRED
$75.00
DESTINATION SIGNS
LUMINATOR AMBER
FRONT & CURBSIDE
LUMINATOR AMBER
(FRONT & CURBSIDE)
$0.00
FRONT RUN SIGN
NOT INCLUDED
LUMINATOR AMBER
$1,005.00
REAR RUN SIGN
NOT INCLUDED
LUMINATOR /O CAMERA
$980.00
HEATED FRONT SIGN GLAZING
INCLUDED
REQUIRED
$0.00
FLOORING MATERIAL
ALTRO
ALTRO
$0.00
ROOF HATCHES
2 INCLUDED
(2) INCLUDED
$0.00
STANCHIONS AT FRONT WHEEL
WELLS
NOT INCLUDED
NOT REQUIRED
$0.00
PACKAGE RACK
INCLUDED
REQUIRED
$0.00
EXTERIOR MIRRORS
10X11, 2 -PC, HEATED
W/REMOTE
10X14 CLASS A, HEATED
W/REMOTE
$139.00
6" SPOT MIRRORS AT BULKHEAD
NOT INCLUDED
(2)
$36.00
DRIVERS DASH GAUGES
2
(5)
$150.00
12 VOLT POWER PORT @ DASH
NOT INCLUDED
REQUIRED
$110.00
BIG GULP CUP HOLDER
NOT INCLUDED
REQUIRED
$35.00
ADJUSTABLE PEDALS
KONGSBERG
KONGSBERG
$0.00
EXTERIOR PAINT / GRAPHICS
(3) COLORS,
W/GRAPHICS
(2) COLORS,
W/GRAPHICS
($941.00
FIRE SUPPRESSION SYSTEM
AMEREX V25
NOT REQUIRED
$1,800.00
BIKE RACK
I SPORTWORKS DL2 SSTL
SPORTWORKS DL2 SSTL
$0.00
PAGE 2OF3
CONFIDENTIAL
Exhibit A Page 3 of 3
PRICE VARIANCE
MAY 18, 2017
EAGLE COUNTY, CO ON CMPC CONTRACT CONTRACT
(3) 40' LOW FLOOR BRT BUSES, SN: TBI]
ITEM
CMPC CONTRACT
EAGLE COUNTY, CO
VARIANCE
VIDEO SURVEILLANCE SYSTEM
PENTA 8 CH (8) CAMERA
APOLLO ROADRUNNER HD
RECORDER,W13 TB HARD
DRIVE, WC 330 ROUTER, 8 IP
COLOR CAMERAS &
MULTIFUNCTION ANTENNA
$256.66
MEDICAL AID KIT
24 UNIT
24 UNIT
$0.00
BIO HAZARD KIT
INCLUDED
REQUIRED
$0.00
WARRANTY BASE BUS
1 YR 150,000 MILES
1 YR 150,666 MILES
$6.66
WARRANTY (BODY STRUCTURE)
3 YRS 1150,000 MILES
3 YRS 1 150,000 MILES
$0.00
WARRANTY STRC INTEGRITY
12 YRS 1500,000 MILES
7 YRS 1350,000 MILES
$1,500.00
WARRANTY (ENGINE)
2 YRS 1 UNLIMITED MILES
2 YRS 1 UNLIMITED MILES
$0.00
WARRANTY TRANSMISSION
2 YRS 1 UNLIMITED MILES
2 YRS 1 UNLIMITED MILES
$0.00
WARRANTY (AXLES)
2 YRS 1 UNLIMITED MILES
2 YRS 1 UNLIMITED MILES
$0.00
WARRANTY BRAKES
2 YRS 1 100,000 M ILES
2 YRS 1 100,000 MILES
$0.00
WARRANTY (RAMP)
2 YRS 1 UNLIMITED MILES
2 YRS 1 UNLIMITED MILES
$0.00
WARRANTY HVAC
2 YRS 1 UNLIMITED MILES
2 YRS 1 UNLIMITED MILES
$0.00
WARRANTY (ALTERNATOR)
2 YRS 1 UNLIMITED MILES
2 YRS 1 UNLIMITED MILES
$0.00
WARRANTY AIR COMPRESSOR
2 YRS 1200,000 MILES
2 YRS 1200,000 MILES
$0.00
WARRANTY (STARTER)
3 YRS 1350,000 MILES
3 YRS 1350,000 MILES
$0.00
WARRANTY DOOR SYSTEMS
2 YRS 1100,000 MILES
1 YR 1 UNLIMITED MILES
$100.00
TRAINING
NOT INCLUDED
NOT REQUIRED
$0.00
TOTAL EAGLE COUNTY, CO VARIANCES
CMPC CONTRACT 40' LOW FLOOR BASE UNIT PRICE (912015)
DELIVERY ADJUSTMENT
EAGLE COUNTY, CO 40' LOW FLOOR BRT BASE UNIT PRICE
PPI 1413 ADJUSTMENT: 239.4(APR' 17) 1235.6(SEP'15)= 1.61%
PRE -WIRE ITS- PER SPECIFICATIONS PROVIDED BY CLEVER DEVICES- IVN 4
INCLUDES POST DELIVERY TRIP BY CLEVER DEVICES
CHANGE SEATS FROM AM SECO 200316466 TOAMSEC0 6466/6468
EAGLE COUNTY, CO 40' LOW FLOOR BRT ADJUSTED PRICE
SPARE 1 TOOLING BUDGET
EAGLE COUNTY, CO 40' LOW FLOOR CURRENT PRICE (511812017)
($43,679.00)
$475,857.00
($33.00)
$432,145.00
$6,958.00
$21,098.00
($1,527.00)
$458,674.00
$4,587.00
$463,261.00
CONFIDENTIAL
This prici ng information is intended on ly for the personal and confidential use of the recip ie ut(a) to whom @ was origi na lly sent. If you are not an intended reci pent of this information or
an age ut responsible for del ive ring @ to an intended recipient, you are hereby notified that you have received th is information in error, and that any review, dissemination, distribution,
or copying of this message is strictly prohibited.
PAGE 3 OF 3
M' r.:r.:a o (n 4 _r n�
7 ® �Al null U k F ayc
,a►co►eo CERTIFICATE OF LIABILITY INSURANCE
DATE {MM+QQIYYYY}
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
6/11/2017
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not con ter rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
CONTACT
NAME:
TaVe Risk Management
PHDNE 111141 g47-267-0415 F0't 847-267-0478
Ike -
Skokie d.60 - Bldg. #800
ADDRESS, taVeriskmana ement taVerm.com
ADDREss: g �
IL
Northbrook IL 60062
Nor
INSURER AFFORD!!G COVERAGE MAIC 9
MURERA-Lexi n ton Insurance Com pany 19437
_
IN$URER B2uriCh American Insurance Co. 16535
INSURED GILLI-1
GILLIG LLC
IN$URER c -A me rican Zurich InsuranceCo. 40142
25800 Clawiter Road
INSURER DACE American Insurance Company
Hayward CA 94545-3213
INSURER E
INSURER F
COVERAGES CERTIFICATE NUMBER: 134816768 REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
—AMIN SR TYpE OFIN$URANCE L SUBR POLICY EFF Y EXP L1MIT5
LTR NSD WVD POLICY NUMBER WDDiY
A
X CWMERCIAL GENERAL LIABILITY
021458392
10/1/2016
101112x17
EACH OCCURRENCE $5,006,060
CLAIMS -MADE FOOCCUR
DAMAGE TO RENTED
PREMISES (Ea occurrence) $300,000
X SIR 3500KIocc
MED EXP (Any oneperson) $0
PERSONAL&AoV NJURY $5,000,000
GEN'L AGG R EGATE LM ITAPPLIES PER:
GENERAL AGGREGATE $5,000,000
PRO -POLICY JECT F LOC
PRO DUCTS -COMPIOPAGG $5,000,000
$
OTHER:
B
AUTOMOBILE LIABILITY
BAP 5223578 06
10/1/2016
10/1/2017
COM BN EDSNGLE LIMIT $
Ea accident 2,000,000
SODILYINJURY (Per person) $
X ANYAUTD
ALLOWNED SCHEDULED
AUTOS AUTOS
BODILY INJURY (Per accident) $
NON-OMED
X HIRED AUTOS X AUTOS
PRDPERTY DAMAGE
Per aocldent $
$
X GKLL LMT $1 V
A
X
I,MBRELLALIAB X OCCUR
026022516 10/1/2016
10/1/2017
EACH OCCURRENCE $10,000,000
AGGREGATE $10,000,000
EXCESS LIAR CLAIMS -MADE
$
DED X I RETENTIONS 10, 000
C WORKERS COMPENSATION
❑ AND EMPLOYERS' LIABILITY YIN
ANY PROPRIETORIPARTNERIEXECUTIVE
WC 5223575-06(❑E❑ 10/1/2016
WCUC4813804410/1/2016
10/1/2017
10/1/2017
PER DTii-
X STATUTE ER
E.L. EACH ACCIDENT $1,000,000
OFFICERMIEMBER EXCLUDED? ❑
NIA
E.L. DISEASE - EA EMPLOYEE $1,000,000
(Mandatory In NH)
K yes, describe under
DESCRIPTION OF 0PERATIONS below
E.L. DISEASE - POLICY LMR $1,000,000
DESCRIPTION OF OPERATIONS 1 LOCATIONS VEHICLES (ACDRD 101, Additional Remarks Schedule, may be attached II more space Isrequbw)
Carrier D - AC E American Insurance Company
$400,000 SIR Each Accident
$400,000 SIR Each Employee Disease
RE: Colorado Mountain Purchasing Consortium (CMPC) RFP No. CMPC-1 5 -LTB -R FP Attn: Ann Beauvais. CM PC Program Administrator
See Attached...
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
Eagle County RTA ACCORDANCE WITH THE POLICY PROVISIONS.
Attn: Director of Transportation
3289 Cooley Mesa Road AUTHORQEDREPR ESENTATIVE
Gypsum CO 81637
©1988-2014 ACORD CORPORATION. All rights reserved.
ACORD 25 (2014,101) The ACORD name and logo are registered marks of ACORD
ACQ
44.-�
Exhibit BPae
Pae2USTOM of 2
AGE C R ID: GILLI-1
LOC #:
ADDITIONAL REMARKS SCHEDULE
Page 1 of 1
AGENCY
Tave Risk Management
NAMED INSURED
GILLIG LLC
25800 Clawiter Road
Hayward CA 94545-3213
POLICY NUMBER
CARRIER
NAIL BODE
EFFECTIVE DATE:
ADDITIONAL REMARKS
THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM,
FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE
County RTA, its associated or affiliated entities, its successors and assigns, elected officials, employees, agents and volunteers are
mal insureds on the General Liability and Auto Liability policies. This statement is subject to policy terms and conditions; where
ad by written contract.
ACORD 101 (2008101) C 2008 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD