No preview available
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