Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC22-009 Davey CoachAGREEMENT FOR EQUIPMENT AND/OR MATERIALS BETWEEN
EAGLE COUNTY, COLORADO
AND
DAVEY COACH SALES INC
THIS AGREEMENT (“Agreement”) is effective as of the _________________________by and between Davey
Coach Sales Inc, a Colorado Corporation (hereinafter “Vendor”) and Eagle County, Colorado, a body corporate and
politic (hereinafter “County”).
RECITALS
WHEREAS, County desires to purchase a quantity of two (2) ADA Accessible, Low Floor, Body on Chassis buses
and
WHEREAS, Vendor is authorized to do business in the State of Colorado and has the time, skill, expertise, and
experience necessary to provide the equipment and/or materials as set forth below in paragraph 1 hereof; and
WHEREAS, this Agreement shall govern the relationship between Vendor and County in connection with the
procurement of equipment and/or materials.
AGREEMENT
NOW, THEREFORE, in consideration of the foregoing and the following promises Vendor and County agree as
follows:
1. Equipment. Vendor agrees to procure two (2) ADA Accessible, Low Floor, Body on Chassis buses
(collectively the “Equipment”) equipped as described in Exhibit A which is attached hereto and incorporated herein
by reference. The Equipment shall be provided in accordance with the provisions and conditions of this Agreement.
a. Vendor agrees to furnish the Equipment no later than May 31st, 2022 and in accordance with the
schedule established in Exhibit A. By signing below, Vendor represents that it has the expertise and personnel
necessary to properly and timely provide the Equipment.
b. In the event of any conflict or inconsistency between the terms and conditions set forth in Exhibit
A and the terms and conditions set forth in this Agreement, the terms and conditions set forth in this Agreement
shall prevail.
c. County shall have the right to inspect all Equipment. Inspection and acceptance shall not be
unreasonably delayed or refused. In the event County does not accept the Equipment for any reason in its sole
discretion, then Vendor shall upon County’s request and at no charge to County:
i. take the Equipment back;
ii. exchange the Equipment; or
iii. repair the Equipment.
2. County’s Representative. The ECO Transit Department’s designee shall be Vendor’s contact with respect
to this Agreement.
DocuSign Envelope ID: E783A3BF-10EC-484A-96F6-6F3FB39F2D85
1/11/2022
2
3. Term of the Agreement. This Agreement shall commence upon the date first written above, and subject to
the provisions of paragraph 10 hereof, shall continue in full force and effect through the 31st day of December,
2022.
4. Extension or Modification. Any amendments or modifications shall be in writing signed by both parties.
No additional Equipment shall be provided by Vendor unless and until Vendor has obtained written authorization
and acknowledgement by County for such additional equipment in accordance with County’s internal policies.
Accordingly, no course of conduct or dealings between the parties, nor verbal change orders, express or implied
acceptance of alterations or additions to the Equipment, and no claim that County has been unjustly enriched by any
Equipment, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the
compensation payable hereunder. In the event that written authorization and acknowledgment by County for such
additional equipment is not timely executed and issued in strict accordance with this Agreement, Vendor’s rights
with respect to such additional equipment shall be deemed waived and such failure shall result in non-payment for
such additional equipment.
5. Compensation. County shall compensate Vendor for the Equipment in a sum computed and payable as set
forth in Exhibit A. The Equipment under this Agreement shall not exceed $300,646.56.
a. Payment will be made for Equipment satisfactorily delivered and accepted by County within thirty
(30) days of receipt of a proper and accurate invoice from Vendor. All invoices shall include detail regarding the
Equipment and such other detail as County may request.
b. If, at any time during the term or after termination or expiration of this Agreement, County
reasonably determines that any payment made by County to Vendor 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 County, Vendor shall forthwith return such payment(s) to County. Upon
termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be
returned to County.
c. County will not withhold any taxes from monies paid to the Vendor hereunder and Vendor 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.
d. Notwithstanding anything to the contrary contained in this Agreement, County shall have no
obligations under this Agreement after, nor shall any payments be made to Vendor in respect of any period after
December 31 of any year, without an appropriation therefor by County in accordance with a budget adopted by the
Board of County Commissioners 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).
6. Insurance. Vendor agrees to provide and maintain at Vendor’s sole cost and expense, the following
insurance coverage with limits of liability not less than those stated below:
a. Types of Insurance.
i. Workers’ Compensation insurance as required by law.
DocuSign Envelope ID: E783A3BF-10EC-484A-96F6-6F3FB39F2D85
3
ii. Auto coverage with limits of liability not less than $1,000,000 each accident combined
bodily injury and property damage liability insurance, including coverage for owned, hired, and non-owned
vehicles.
iii. Commercial General Liability coverage to include premises and operations,
personal/advertising injury, products/completed operations, broad form property damage with limits of liability not
less than $1,000,000 per occurrence and $1,000,000 aggregate limits.
b. Other Requirements.
i. The automobile and commercial general liability coverage shall be endorsed to include
Eagle County, its associated or affiliated entities, its successors and assigns, elected officials, employees, agents and
volunteers as additional insureds. A certificate of insurance consistent with the foregoing requirements is attached
hereto as Exhibit B.
ii. The insurance provisions of this Agreement shall survive expiration or
termination hereof.
iii. The parties hereto understand and agree that the County is relying on, and does
not waive or intend to waive by any provision of this Agreement, the monetary limitations or rights, immunities and
protections provided by the Colorado Governmental Immunity Act, as from time to time amended, or otherwise
available to County, its affiliated entities, successors or assigns, its elected officials, employees, agents and
volunteers.
iv. Vendor is not entitled to workers’ compensation benefits except as
provided by the Vendor, nor to unemployment insurance benefits unless unemployment compensation coverage is
provided by Vendor or some other entity. The Vendor is obligated to pay all federal and state income tax on any
moneys paid pursuant to this Agreement.
7. Indemnification. The Vendor shall indemnify and hold harmless County, and any of its officers, agents and
employees against any losses, claims, damages or liabilities for which County may become subject to insofar as any
such losses, claims, damages or liabilities arise out of, directly or indirectly, this Agreement, or are based upon any
performance or nonperformance by Vendor or any of its subcontractors hereunder; and Vendor shall reimburse
County for reasonable attorney fees and costs, legal and other expenses incurred by County in connection with
investigating or defending any such loss, claim, damage, liability or action. This indemnification shall not apply to
claims by third parties against the County to the extent that County is liable to such third party for such claims
without regard to the involvement of the Vendor. This paragraph shall survive expiration or termination hereof.
8. Documents. Vendor shall execute any bill of sale or other documents required by County to transfer title
of the Equipment to County. Vendor shall provide copies of any instruction or operations manuals and shall further
provide copies of any manufacturers warranties associated with the Equipment.
9. Notice. Any notice required by this Agreement shall be deemed properly delivered when (i) personally
delivered, or (ii) when mailed in the United States mail, first class postage prepaid, or (iii) when delivered by FedEx
or other comparable courier service, charges prepaid, to the parties at their respective addresses listed below, or (iv)
when sent via facsimile so long as the sending party can provide facsimile machine or other confirmation showing
the date, time and receiving facsimile number for the transmission, or (v) when transmitted via e-mail with
confirmation of receipt. Either party may change its address for purposes of this paragraph by giving five (5) days
prior written notice of such change to the other party.
DocuSign Envelope ID: E783A3BF-10EC-484A-96F6-6F3FB39F2D85
4
COUNTY:
Eagle County, Colorado
Attention: Jared Barnes
3289 Cooley Mesa Road
Post Office Box 1070
Gypsum, CO 81637
Telephone: 970-328-3528
E-mail: Jared.Barnes@eaglecounty.us
With a copy to:
Eagle County Attorney
500 Broadway
Post Office Box 850
Eagle, Co 81631
Telephone: 970-328-8685
Facsimile: 970-328-8699
E-mail: atty@eaglecounty.us
VENDOR:
Davey Coach Sales Inc.
Attention: Comer Hobbs
7182 Reynolds Drive
Sedalia, CO 80135
Tel: 303-683-9500
Fax: 303-683-6008
Cell: 720-539-9455
E-mail: comerh@daveycoach.com
10. Termination. County may terminate this Agreement, in whole or in part, at any time and for any reason,
with or without cause, and without penalty therefor with seven (7) calendar days’ prior written notice to the Vendor.
Upon termination of this Agreement, Vendor shall immediately provide County with all documents as defined in
paragraph 8 hereof, in such format as County shall direct and shall return all County owned materials and documents
in the possession of Vendor, if any. County shall pay Vendor for Equipment satisfactorily inspected and accepted to
the date of termination.
11. Venue, Jurisdiction and Applicable Law. Any and all claims, disputes or controversies related to this
Agreement, or breach thereof, shall be litigated in the District Court for Eagle County, Colorado, 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.
12. Execution by Counterparts; Electronic Signatures. This Agreement may be executed in two or more
counterparts, each of which shall be deemed an original, but all of which shall constitute one and the same
instrument. The parties approve the use of electronic signatures for execution of this Agreement. Only the following
two forms of electronic signatures shall be permitted to bind the parties to this Agreement: (i) Electronic or
facsimile delivery of a fully executed copy of the signature page; (ii) the image of the signature of an authorized
signer inserted onto PDF format documents. All documents must be properly notarized, if applicable. All use of
electronic signatures shall be governed by the Uniform Electronic Transactions Act, C.R.S. 24-71.3-101 to 121.
DocuSign Envelope ID: E783A3BF-10EC-484A-96F6-6F3FB39F2D85
5
13. Other Contract Requirements and Vendor Representations.
a. Vendor has familiarized itself with the intended purpose and use of the Equipment to be provided
hereunder, the intended use of such Equipment by 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. Vendor 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 County has accepted or approved the Equipment shall not relieve Vendor of any
of its responsibilities. Vendor represents and warrants that it has the expertise and personnel necessary to properly
perform the terms of this Agreement. Vendor shall provide appropriate supervision to its employees to ensure the
performance in accordance with this Agreement. Vendor will provide the Equipment in a skillful, professional and
competent manner and in accordance with the standard of care applicable to vendors supplying similar equipment.
d. Vendor warrants merchantability and fitness of the Equipment for its intended use and purpose.
e. Vendor hereby represents and warrants that the Equipment will be new and guarantees all
Equipment against defects for a period of one (1) year from the date the Equipment is accepted by County, or such
longer period as may be provided by the law or as otherwise agreed to by the parties.
f. All guarantees and warranties of Equipment furnished to Vendor by any manufacturer or supplier
are for the benefit of County. If any manufacturer or supplier of any Equipment furnishes a guarantee or warrantee
for a period longer than one (1) year, then Vendor’s guarantee or warrantee shall extend for a like period as to such
Equipment.
g. Vendor warrants that title to all Equipment shall pass to County either by incorporation into the
County facility or upon receipt by Vendor of payment from County (whichever occurs first) free and clear of all
liens, claims, security interests or encumbrances. Vendor further warrants that Vendor (or any other person
performing Work) purchased all Equipment free and clear of all liens, claims, security interests or encumbrances.
Notwithstanding the foregoing, Vendor assumes all risk of loss with respect to the Equipment until County has
inspected and approved the same.
h. Within a reasonable time after receipt of written notice, Vendor shall correct at its own expense,
without cost to County, and without interruption to County:
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.
i. Guarantees and warranties shall not be construed to modify or limit any rights or actions County
may otherwise have against Vendor in law or in equity.
j. Vendor agrees to work in an expeditious manner, within the sound exercise of its judgment and
professional standards, in the performance of this Agreement. Time is of the essence with respect to this
Agreement.
DocuSign Envelope ID: E783A3BF-10EC-484A-96F6-6F3FB39F2D85
6
k. This Agreement constitutes an agreement for performance by Contractor as an independent
Contractor and not as an employee of 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
County and Vendor except that of independent Vendor. Vendor shall have no authority to bind County.
l. Vendor represents and warrants that at all times in the performance of the Agreement, Vendor
shall comply with any and all applicable laws, codes, rules and regulations.
m. 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.
n. Vendor shall not assign any portion of this Agreement without the prior written consent of the
County. Any attempt to assign this Agreement without such consent shall be void.
o. 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.
p. 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.
q. The invalidity, illegality or unenforceability of any provision of this Agreement shall not affect the
validity or enforceability of any other provision hereof.
r. The signatories to this Agreement aver to their knowledge no employee of the County has any
personal or beneficial interest whatsoever in the Equipment described in this Agreement. The Vendor has no
beneficial interest, direct or indirect, that would conflict in any manner or degree with the performance of the
Agreement and Vendor shall not employ any person having such known interests.
s. The Vendor, 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.
14. Prohibitions on Government Contracts.
As used in this Section 14, the term undocumented individual will refer to those individuals from foreign
countries not legally in the United States as set forth in C.R.S. 8-17.5-101, et. seq. If Vendor has any employees or
subcontractors, Vendor shall comply with C.R.S. 8-17.5-101, et. seq., and this Agreement. By execution of this
Agreement, Vendor certifies that it does not knowingly employ or contract with an undocumented individual who
will perform under this Agreement and that Vendor will participate in the E-verify Program or other Department of
Labor and Employment program (“Department Program”) in order to confirm the eligibility of all employees who
are newly hired for employment to perform Services under this Agreement.
a. Vendor shall not:
i. Knowingly employ or contract with an undocumented individual to perform Services
under this Agreement; or
DocuSign Envelope ID: E783A3BF-10EC-484A-96F6-6F3FB39F2D85
7
ii. Enter into a subcontract that fails to certify to Vendor that the subcontractor shall not
knowingly employ or contract with an undocumented individual to perform work under the public contract for
services.
b. Vendor has confirmed the employment eligibility of all employees who are newly hired for
employment to perform Services under this Agreement through participation in the E-Verify Program or Department
Program, as administered by the United States Department of Homeland Security. Information on applying for the
E-verify program can be found at:
https://www.uscis.gov/e-verify
c. Vendor shall not use either the E-verify program or other Department Program procedures to
undertake pre-employment screening of job applicants while the public contract for services is being performed.
d. If Vendor obtains actual knowledge that a subcontractor performing work under the public contract
for services knowingly employs or contracts with an undocumented individual, Vendor shall be required to:
i. Notify the subcontractor and County within three (3) days that Vendor has actual
knowledge that the subcontractor is employing or contracting with an undocumented individual; and
ii. Terminate the subcontract with the subcontractor if within three days of receiving the
notice required pursuant to subparagraph (i) of the paragraph (d) the subcontractor does not stop employing or
contracting with the undocumented individual; except that Vendor shall not terminate the contract with the
subcontractor if during such three (3) days the subcontractor provides information to establish that the subcontractor
has not knowingly employed or contracted with an undocumented individual.
e. Vendor shall comply with any reasonable request by the Department of Labor and Employment
made in the course of an investigation that the department is undertaking pursuant to its authority established in C.R.S.
8-17.5-102(5).
f. If Vendor violates these prohibitions, County may terminate the Agreement for breach of contract.
If the Agreement is so terminated specifically for breach of this provision of this Agreement, Vendor shall be liable
for actual and consequential damages to County as required by law.
g. County will notify the Colorado Secretary of State if Vendor violates this provision of this
Agreement and County terminates the Agreement for such breach.
[REST OF PAGE INTENTIONALLY LEFT BLANK]
DocuSign Envelope ID: E783A3BF-10EC-484A-96F6-6F3FB39F2D85
8
IN WITNESS WHEREOF, the parties have executed this Agreement the day and year first set forth above.
COUNTY OF EAGLE, STATE OF COLORADO,
By and Through Its BOARD OF COUNTY
COMMISSIONERS
By: ______________________________
Jeanne McQueeney, Chair
Attest:
By: _________________________________
Regina O’Brien, Clerk to the Board
VENDOR:
By:________________________________
Print Name: _________________________
Title: ______________________________
DocuSign Envelope ID: E783A3BF-10EC-484A-96F6-6F3FB39F2D85
Comer Hobbs
Bus Sales Manager
9
EXHIBIT A
SCOPE OF SERVICES AND EQUIPMENT, SCHEDULE, FEES
DocuSign Envelope ID: E783A3BF-10EC-484A-96F6-6F3FB39F2D85
2018 N Turtle TopForest River
Sales Contact: Comer Hobbs
Email:comerh@daveycoach.com
Cell:720.539.9455
Office:303.683.9500
Fax:303.683.6008
CHASSIS STANDARD FEATURES:
BUS BODY STANDARD FEATURES:
MODEL Terra Transit MD
INTERIOR TRIM COLOR Gray Tweed
FLOOR COLOR Gray
EXTERIOR BODY COLOR White
EXTERIOR SKIRT COLOR White
DESCRIPTION PRICE QTY SUB QTY SUGGESTED
BUS MODEL 1 0
$74,053.00 1 $74,053.00 $0.00
1 0
$1,810.00 1 $1,810.00 $0.00
5 0
$0.00 1 $0.00 $0.00
$188.00 1 $188.00 $0.00
$1,638.00 1 $1,638.00 $0.00
$162.00 1 $162.00 $0.00
$150.00 1 $150.00 $0.00
2 0
$6,779.00 1 $6,779.00 $0.00
$942.00 1 $942.00 $0.00
5 0
$559.00 2 $1,118.00 $0.00
CLIMATE CONTROL
HEATER - AUXILIARY 45K BTU - 2 SPEED
HEAT COIL IN T/A EVAPORATOR - INSTALL HEAT COIL INTO THE EVAPORATOR OF THE A/C SYSTEM
(REQUIRES BOOSTER PUMP OPTION)
WINDOW - 9 5/8" X 26 1/8" ON EACH SIDE OF REAR DOOR (PAIR)
CHASSIS STRETCH / SUSPENSION
DOOR & WINDOWS
ENTRANCE DOOR - IN CAB - 36" STEP PAN / 29" CLEAR OPENING - STANDARD OPTION
KUBOTA KEY SWITCH - EXTERIOR
AIR CONDITIONING - TRANS-AIR
TRANS-AIR A/C SYSTEM - 70K BTU - INCLUDES TA73 EVAPORATOR, SMC3L THREE FAN SKIRT MOUNT
CONDENSER AND 10 CID COMPRESSOR. (SYSTEM ELIGIBLE FOR R60 ROOF CONDENSER)
MOR-RYDE REAR SUSPEN. SYSTEM - FORD OR CHEVY
SINGLE REAR DOOR - DELUXE SERIES 1520 DOOR - INCLUDES GAS STRUT & POWER DOOR LOCKS (NO
WINDOWS)
18" X 16" WINDOW ADDED TO DOOR, EACH FOR USE ON 500 AND 1520 SERIES DOORS - WINDOWS CAN BE
MOUNTED UPPER ONLY OR UPPER & LOWER
CO
Zip 81637
Phone 970.328.3557
Email jeff.wetzel@eaglecounty.us
FORD E350 / E450
7.3L V8 GASOLINE ENGINE • 6-SPEED AUTOMATIC TRANSMISSION • 4.56 REAR AXLE • 16”x6” WHEELS – PAINTED WHITE • ALL SEASON TIRES: LT225/75R/16E (DRW) • 210
AMP ALTERNATOR • DUAL HEAVY-DUTY BATTERIES • 4 WHEEL ANTI-LOCK DISC BRAKES • POWER STEERING • 40 GALLON FUEL TANK (E350) • 55 GALLON FUEL TANK
(E450) • CHROME PACKAGE •DRIVER & COPILOT DOORS • DRIVER & COPILOT SEATS W/3 PT LAP/SHOULDER BELTS • DRIVER & COPILOT SRS AIR BAG SYSTEM • POWER
DOOR LOCKS • POWER WINDOWS • CRUISE CONTROL • INTERMITTENT WINDSHIELD WIPERS • CAB AIR CONDITIONER AND HEAT/DEFROST • AM/FM/USB RADIO W/CAB
SPEAKERS • DAY TIME RUNNING LIGHTS • 3 YEAR/36,000 MILE BASE CHASSIS WARRANTY • 5 YEAR/60,000 MILE POWERTRAIN WARRANTY
CHEVROLET G3500 / G4500
6.6L V8 GASOLINE ENGINE • 6-SPEED AUTOMATIC TRANSMISSION • 4.10 REAR AXLE • 16”x6” WHEELS – PAINTED WHITE • ALL SEASON TIRES: LT225/75R/16E (DRW) • 220
AMP ALTERNATOR • DUAL HEAVY-DUTY BATTERIES • 4 WHEEL ANTI-LOCK DISC BRAKES • POWER STEERING • 32 GALLON FUEL TANK (G3500) • 57 GALLON FUEL TANK
(G4500) • CHROME PACKAGE •DRIVER & COPILOT DOORS • DRIVER & COPILOT SEATS W/3 PT LAP/SHOULDER BELTS • DRIVER & COPILOT SRS AIR BAG SYSTEM • POWER
DOOR LOCKS • POWER WINDOWS • CRUISE CONTROL • INTERMITTENT WINDSHIELD WIPERS • CAB AIR CONDITIONER AND HEAT/DEFROST • AM/FM/USB RADIO W/CAB
SPEAKERS • DAY TIME RUNNING LIGHTS • 3 YEAR/36,000 MILE BASE CHASSIS WARRANTY • 5 YEAR/60,000 MILE POWERTRAIN WARRANTY
Turtle Top - TERRA TRANSIT • Welded tubular steel cage w/ seat track mounted in floor & sidewalls• Welded perimeter steel floor frame supported by welded "hat"
channel" crossmembers• Flat Floor with three step entry and Steel wheel well plates (Low floor w/ two step entry available) • Drive shaft guard(s)• Rear mud flaps• Re-route
exhaust to driver's side• Steel cage primed with rust inhibitor• Underbody foam sealed and undercoated • 3/4" Coosa Composite subfloor• Fiberglass flat vertical sidewalls•
Fiberglass front and rear cowls• One-piece fiberglass composite flex roof• Flat fiberglass composite lower body skirts• White fiberglass Gel coat exterior• Fender flares• 1"
polystyrene foam board insulation• Electric Water Shut-off Valve, on the return line • Interior Corner Boards Standard • Tinted solid windows (31" x 36.375") and
(18"x36,375")• Tinted solid side egress windows adequate to meet FMVSS 217 (31"w x 36.375"h)• Tinted solid rear egress window adequate to meet FMVSS 217 (54"w x
26"h)• In cab entrance door - Aluminum, Electric Bi-fold 29" with AS2 tinted glass• In Cab Entrance Door • AS2 Tinted A-panel window in cab• LED upper pinpoint running
/clearance lights per FMVSS 108 (5 amber & 5 red)• LED Elongated stop/tail/turn lights• LED red rear pinpoint side marker lights• Red Reflectors at rear and at side Marker
Locations (4) total• LED backup lights • LED license plate light• Heavy-duty steel black powder-coated rear bumper• Velvac exterior manual mirrors (L & R) on Terra Transit •
Rosco exterior manual mirrors (L & R) on Terra Transit LD • Nitrogen tire inflation• 76" interior height• Smooth black Altro floor and stepwell • Durable bright white smooth
fiberglass interior composite ceiling and sidewalls• Modesty Panel & angled hand rail at left of entrance door, grab bar (18") at right of entrance door • Color-coded high temp
GXL wiring harness with positive-lock, weatherproof connectors• 3" Round LED Dome Lights • LED overhead entry lighting. NOTE - Some Optional equipment will negate
the use of standard equipment listed above
Customer Name ECO Transit
Contact Jeff Wetzel
Street Address 3289 Cooley Mesa Road
City Gypsum
Date
State
GENERAL OPTIONS
GRAPICS COLOR None
SEAT FABRIC Level 3 Antimicrobial Vinyl
PASSENGER CAPACITY Driver + 20 Seated Passengers & 2 Wheelchairs
2021 TERRA TRANSIT MD - 241" FLOOR / 206" WB - E450 - 7.3L GAS V8 W/ IN CAB PASSENGER DOOR, 14,500#
GVWR w/ 210 AMP ALTERNATOR
Thursday, December 2, 2021
7182 Reynolds Drive, Sedalia, CO 80135
www.DaveyCoach.com
DocuSign Envelope ID: E783A3BF-10EC-484A-96F6-6F3FB39F2D85
DESCRIPTION PRICE QTY SUB QTY SUGGESTED
$325.00 1 $325.00 $0.00
$552.00 1 $552.00 $0.00
$71.00 1 $71.00 $0.00
7 0
$8,424.00 1 $8,424.00 $0.00
$2,671.00 1 $2,671.00 $0.00
$806.00 2 $1,612.00 $0.00
$58.00 2 $116.00 $0.00
$0.00 1 $0.00 $0.00
5 0
$1,417.00 1 $1,417.00 $0.00
$123.00 1 $123.00 $0.00
$438.00 1 $438.00 $0.00
$850.00 1 $850.00 $0.00
$12,702.00 1 $12,702.00 $0.00
2 0
$110.00 1 $110.00 $0.00
1 $0.00 $0.00
6 0
$175.00 1 $175.00 $0.00
$65.00 1 $65.00 $0.00
$195.00 1 $195.00 $0.00
$487.00 1 $487.00 $0.00
$58.00 1 $58.00 $0.00
$20.00 1 $20.00 $0.00
6 0
$11,148.00 1 $11,148.00 $0.00
$39.00 1 $39.00 $0.00
$84.00 1 $84.00 $0.00
$292.00 1 $292.00 $0.00
$26.00 1 $26.00 $0.00
$26.00 1 $26.00 $0.00
5 0
$97.00 1 $97.00 $0.00
$253.00 1 $253.00 $0.00
$169.00 1 $169.00 $0.00
$84.00 1 $84.00 $0.00
$1,072.00 1 $1,072.00 $0.00
4 0
$143.00 1 $143.00 $0.00
$253.00 1 $253.00 $0.00
$448.00 1 $448.00 $0.00
$4,214.00 1 $4,214.00 $0.00
1 0
$630.00 1 $630.00 $0.00
2 0
$592.00 1 $592.00 $0.00
$80.00 1 $80.00 $0.00
10 0
$572.00 10 $5,720.00 $0.00
20 0
$36.00 20 $720.00 $0.00
50 0
$16.00 10 $160.00 $0.00
$45.00 10 $450.00 $0.00
$45.00 20 $900.00 $0.00
$182.00 10 $1,820.00 $0.00
1 0
$7,034.28 1 $7,034.28 $0.00MOTOROLA RADIO APX4500 ENHANCED 7/800 INSTALLED
ADDITIONAL OPTIONS
SEAT BELT - USR BELT - DOUBLE - EXCHANGE STANDARD LAP BELT FOR UNDER SEAT RETRACTABLE
(USR) LAP BELT (PER DOUBLE SEAT) (N/A ON 5 ACROSS REAR ROW)
BLACK ANTI-VANDAL GRAB RAIL - NOT AVAILABLE ON HIGH BACK SEATS (PER SEAT)
SEATING FREEDMAN FEATHERWEIGHT - ACCESSORIES
HIGH STRENGTH STEEL SEAT LEG (EACH)
ARM REST - MOLDED U.S. - FLIP-UP (PER ARM)
SEATING FREEDMAN FEATHERWEIGHT - FABRIC
FABRIC UPGRADE - LEVEL 3 (PER PASS)
SEAT - FW, DBL, MID-BACK, RIGID, EACH - INCLUDES SEAT BELT LOOPS & BLACK NON-RETRACTABLE LAP
BELT PER PASSENGER
SEATING - FREEDMAN FEATHERWEIGHT
ADNIK POWER SEAT PEDISTAL
SEATING DRIVER / CO-PILOT - FABRIC
RECOVER DRIVER/CO-PILOT OEM SEATS, EACH
FABRIC UPGRADE - LEVEL 3 - DR/CO-PILOT - PER SEAT (REQUIRES RECOVER OPTION)
SEATING - DRIVER / CO-PILOT
MIRRORS - POWER REMOTE W/ HEAT - EXCHANGE STANDARD MIRRORS WITH VELVAC POWER REMOTE W/
HEAT - FORD OR CHEVY
SPORTWORKS APEX-3, STAINLESS STEEL, ONE FAT TIRE TRAY
TOW HOOKS - REAR ONLY
RUNNING BOARD - WIDE DIAMOND PLATE (DRIVER SIDE ONLY)
36" EXTENDED RH GRAB RAIL - IN PLACE OF STANDARD 18" RH RAIL
WALLS/CEILING - GRAY TWEED VINYL - INCLUDES COVED FLOORING FROM FLOOR TO SEAT TRACK. VINYL
ON WALLS AND CEILING. AVAILABLE COLORS: GREY TWEED
EXTERIOR OPTIONS
INTERIOR OPTIONS
MIRROR - INTERIOR REAR VIEW - 6" X 16"
STANCHION POLE - WITH GUARDRAIL& MODESTY PANEL
SAFETY SHIELD - DRIVER MODESTY PANEL
"WATCH YOUR STEP" SIGN
EXTERIOR VEHICLE HEIGHT DECAL - MOUNTED IN DRIVER'S AREA
SEAT BELT CUTTER
LIGHTS & SIGNS
LUMINATOR GTI SIGN PACKAGE - INCLUDES 16 x 120 front sign white (47" x 8" window 109854)- 8 x 96 side sign
white (44" x 6" window 109853)
STEPWELL LIGHT - IN ADDITION TO STANDARD
ENTRANCE DOOR LIGHT - EXTERIOR BESIDE DOOR
EMERGENCY EQUIPMENT KIT - FIRE EXTINGUISHER (5#), REFLECTIVE TRIANGLE KIT (3), FIRST AID MEDICAL
PACK (25 UNIT)
BACK-UP ALARM
EXIT WARNING-LIGHT & ALARM - ALL EXITS
ROOF ESCAPE HATCH, LOW PROFILE
LED BRAKE LIGHT- CENTER HIGH MOUNT
FLOORING
ALTRO FLOORING - STORM GRAY - UPGRADE FLOORING FROM STANDARD BLACK ALTRO. INCLUDES COVE
ENTRY STEPS & FLOOR COVED UP THE INTERIOR SIDEWALLS AND BACKWALL TO SEAT TRACK
NON-FLAT FLOOR CONFIGURATION TO MAKE WEIGHT
SAFETY
REPLACE OEM BATTERIES WITH TWO GROUP 65, 850 CCA BATTERIES
RVS BACKUP CAMERA W/7" WINDSHIELD MONITOR - INCLUDES 7' WINDSHIELD MOUNT LCD MONITOR ILO
REAR VIEW MIRROR & BLIND SPOT ASSIST SYSTEM (2 SIDE AND 1 REAR CAMERA)
Apollo RoadRunner 4K - 7 Camera System 3
outside, 5 inside cameras - 7 cameras total
All cameras HD includes 4.0TB Hard Drive
ELECTRICAL
TERRA TRANSIT PULLOUT BATTERY TRAY - INCLUDES RELOCATION OF OEM BATTERIES TO ENCLOSED
BATTERY BOX WITH STAINLESS STEEL PULLOUT TRAY - BODY DISCONNECT SWITCH NOT INCLUDED.
STORAGE BAG - (1) RESTRAINT BELT
WHEELCHAIR LIFT BELT - NO CHARGE
BRAUN NCL10003454 - 34" WIDE X 54" LONG 1000# CAPACITY INCLUDES INTERMOTIVE FAST IDLE /
INTERLOCK, EXTERIOR ENTRANCE DOOR LIGHT, ADA SIGNAGE, CEILING MOUNTED GRAB/STANDEE RAILS,
WHITE RUBBER STANDEE LINE, PLACARD
DOUBLE WC LIFT DOOR - DELUXE SERIES 1520 DOOR - INCLUDES GAS STRUT, POWER LOCK, MAGNET
SWITCH, TWO WINDOWS AND LIGHT ABOVE W/C LIFT
Q'STRAINT QRT STANDARD W/ SLIDE'N'CLICK - Q8200-A-SC AUTO RETRACTABLE BELTS (MIN. 2 WC
POSITIONS REQUIRED)
AUXILIARY HEATER PERFORMANCE PACKAGE - INCLUDES: STD 5/8" HEATER HOSE - FULL INSULATED
HEATER HOSE - STD 5/8" COOLANT BOOSTER PUMP (REQUIRES EITHER 45K OR 65K BTU AUX. HEATER
OPTION)
MANUAL SHUT-OFF VALVES - ADD MANUAL SHUT-OFF VALVES IN ADDITION TO STANDARD ELECTRIC
VALVES
PARA TRANSIT
HEATER - STEP TREAD - ELECTRIC W/O TIMER
BODY DISCONNECT SWITCH - ADD STANDARD BODY DISCONNECT SWITCH TO PULL OUT BATTERY TRAY
(REQUIRES TT BATTERY TRAY OPTION)
EXTERIOR MID-SHIP TURN SIGNALS
DocuSign Envelope ID: E783A3BF-10EC-484A-96F6-6F3FB39F2D85
DESCRIPTION PRICE QTY SUB QTY SUGGESTED
Bus and Options Total $153,705.28
Documentation Fee $993.00
GPC & Mobility Discounts -$6,500.00
Sub Total $148,198.28
Sales Tax 0.00%$0.00
Freight FOB Gypsum, CO $2,125.00
Total $150,323.28
Down 0.00%$0.00
Amount Due at Delivery $150,323.28
If any changes are required, or we can address any questions or concerns, please contact
the Davey Coach representative listed above. All discounts and pricing are subject to
change without notice. Thank you for your business!
$2,125.00
$150,323.28
$0.00
$150,323.28
Date:Customer Signature:$153,705.28
$993.00
-$6,500.00
Please Print Name:$0.00
$148,198.28
$0.00
Thank you for the opportunity to present this pricing. If all specifications have been considered and are
accurate, please sign below and return this quotation to your Davey Coach representative, listed above, via
email or fax.
Quoted Cost w/Suggested
Options
DocuSign Envelope ID: E783A3BF-10EC-484A-96F6-6F3FB39F2D85
REAR AXLE
CL
FRONT AXLE
C
241"
961
4"
937
8"
1005
8"206"343
4"
923
4"
E
3411
2"22012"18612"15312"12112"0"30"
27"8912""THIS DRAWING
AND THE
INFORMATION
CONTAINED
THEREON ARE
THE EXCLUSIVE
PROPERTY OF
TURTLE TOP AND
SHALL NOT BE
COPIED OR
DUPLICATED IN
ANY MANNER
WITHOUT OUR
WRITTEN
CONSENT"
FILE NAME :
DNS
"To furnish the customer the best mid-sized
bus in the industry in both quality of material
and workmanship."
NOTES
OVER ALL LENGTH:
FLOOR LENGTH:
CHASSIS MAKE:TURTLE TOP BODY MODEL:
SCALE:
DATE:
DRAFTSMAN:DRAWING NUMBER:
DIMENSIONING TOLERANCE = +/- 3"
CHASSIS GVWR:
ORDER NUMBER:
REVISION:
CONTACT TURTLE TOP AT 800-269-2105 FOR
AVAILABILITY OF THIS FLOOR LAYOUT IF
DRAWING DATE HAS EXCEEDED 90 DAYS.
PRELIMINARY
THIS DRAWING IS FOR QUOTE PURPOSES ONLY.
SEE DRAFTSMAN NOTES FOR DETAILS
ENGINEERING INTERVENTION WILL BE
NECESSARY TO ENSURE THAT THIS
CONFIGURATION IS PRODUCTION READY.
EXTENDED LEAD TIMES ALONG WITH VARIANCES
FROM THIS DRAWING MAY OCCUR.
CHASSIS FUEL TYPE:
DRAFTSMAN NOTES:
TERRA TRANSIT3 STEP ENTRY
2 STEP ENTRY
W/ WHEEL WELLS
210329-S1_FD29_20 FW SEATS_2 WC
SLS
3/29/2021
TERRA TRANSIT FORD E450
7.3L GAS 14,500 lbs241"
28' 5"
210329-S1
QUOTE
ORG.
E E
E E
103
4"WHEELCHAIR LIFT
18"
30"
48"SBCLEAR OPENING
29
ESCAPE
ROOF
HATCH
DS - 9 / 18 / 2 / 31 / 2 / 3-4-5-6-7 / 7.5 / 9.5
PS - 5.25 / 48.5 / 10.25 / 31 / 2 / 2-3-4 / 18 /
10.75 / 17.25 210"179"148"117"86"30"
48"
SB 6"2
1
3
7
5
4
6
8
√
DocuSign Envelope ID: E783A3BF-10EC-484A-96F6-6F3FB39F2D85
E 0""THIS DRAWING
AND THE
INFORMATION
CONTAINED
THEREON ARE
THE EXCLUSIVE
PROPERTY OF
TURTLE TOP AND
SHALL NOT BE
COPIED OR
DUPLICATED IN
ANY MANNER
WITHOUT OUR
WRITTEN
CONSENT"
FILE NAME :
DNS
"To furnish the customer the best mid-sized
bus in the industry in both quality of material
and workmanship."
NOTES
OVER ALL LENGTH:
FLOOR LENGTH:
CHASSIS MAKE:TURTLE TOP BODY MODEL:
SCALE:
DATE:
DRAFTSMAN:DRAWING NUMBER:
DIMENSIONING TOLERANCE = +/- 3"
CHASSIS GVWR:
ORDER NUMBER:
REVISION:
CONTACT TURTLE TOP AT 800-269-2105 FOR
AVAILABILITY OF THIS FLOOR LAYOUT IF
DRAWING DATE HAS EXCEEDED 90 DAYS.
CHASSIS FUEL TYPE:
DRAFTSMAN NOTES:
TERRA TRANSIT3 STEP ENTRY
2 STEP ENTRY
W/ WHEEL WELLS
210329-S1_FD29_20 FW SEATS_2 WC
SLS
3/29/2021
TERRA TRANSIT FORD E450
7.3L GAS 14,500 lbs241"
28' 5"
210329-S1
QUOTE
ORG.
WHEELCHAIR LIFT
18"
CLEAR OPENING
29
ESCAPE
ROOF
HATCH
DS - 9 / 18 / 2 / 31 / 2 / 3-4-5-6-7 / 7.5 / 9.5
PS - 5.25 / 48.5 / 10.25 / 31 / 2 / 2-3-4 / 18 /
10.75 / 17.25
2
1
3
7
5
4
6
8
DocuSign Envelope ID: E783A3BF-10EC-484A-96F6-6F3FB39F2D85
Division of Independent Protection Co., Inc.
67819 State Road 15, New Paris, Indiana 46553
Phone: 800-296-2105
LIMITED COMMERCIAL WARRANTY
SECTION 1: WHAT DOES THIS WARRANTY COVER?
Turtle Top Division of Independent Protection Company, Inc., (referred to hereafter as “Turtle Top”) warrants to the original
retail purchaser that your Turtle Top unit shall, under normal use and service, be free of substantial defect in materials or
workmanship which are attributable to us and which you report to us within the warranty period.
The warranty period with respect to the bus body components of your Turtle Top Vanterra, VT3, Odyssey, Odyssey XL and
Terra Transit unit extends FIVE (5) years from the date when the unit is delivered to you or until the unit has been driven
100,000 miles, if sooner. If vehicle is purchased based on a DOT specification requiring custom warranty, that warranty
declaration issued with the BID prevails.
SECTION 2: WHAT DOES THIS WARRANTY NOT COVER?
Defects in the aesthetics or physical appearance of the unit over time. Deterioration due to normal use, wear and tear, and
exposure to the elements. Damages due to negligent use, misuse, abuse, accidents, acts of God or other contingencies beyond
our control. Defects in the products that have been repaired, altered or modified without our approval including added equipment.
Defects in the chassis and other parts and accessories not manufactured by us unless the defects result from our install of such
parts and accessories. Repairs made necessary by reason of failure to follow recommended maintenance procedures.
SECTION 3: HOW DO YOU GET WARRANTY SERVICE?
To obtain warranty service, you must report the problem to the selling distributor within the warranty period AND WITHIN (10)
DAYS OF THE FAILURE. Only Turtle Top or the Selling Distributor has the authority to approve warranty service. You must
make the unit available for examination at the distributor if requested. Additionally, you must present the unit for service at the
distributor or at any service facility designated by us or the distributor, and you must leave the unit for a sufficient time to effect
service.
SECTION 4: WHAT INFORMATION DO I GIVE MY DISTRIBUTOR?
You must provide the vehicle body number, located in the driver door jamb on the federal identification sticker and/or the VIN as
well as the mileage at the time of the incident.
SECTION 5: WHAT WILL WE DO TO CORRECT DEFECTS?
We will repair or replace, at our option, without charge for parts or labor, any defective part or assembly covered by this warranty.
SECTION 6: WHAT WILL WE NOT DO?
We will not replace the unit or refund the purchase price. We will not provide or pay for transportation of the uni t to or from the
selling distributor or service facility designated. We will not pay for loss of time; loss of use; loss of revenues, salaries or
commissions; towing charges; bus fares; car rentals; gasoline expense; telephone charges; inconvenience or oth er incidental
damages. Repair of replacement of defective parts or assemblies is the sole remedy under the warranty. Turtle Top will not be
held liable for damages incurred by failure to follow the terms of this warranty.
SECTION 7: WHAT OTHER CONDITIONS OR LIMITATIONS AFFECT YOUR RIGHTS?
This written warranty is made in lieu of any and all other warranties, EXPRESSED OR IMPLIED. NO IMPLIED WARRANTY OF
MERCHANTABILITY IS MADE. This written warranty constitutes the entire agreement between you , the original vehicle owner
and Turtle Top. We do not authorize any person to create for us any other obligation or liability in connection with your Turtle Top
unit. Any action against us based on this warranty (or any implied warranty asserted by you desp ite the foregoing disclaimer) must
be commenced within one year after the accrual thereof and must be prosecuted in a state or federal court, which sits in Indiana.
This warranty shall be construed and enforced in accordance with the laws of the State of I ndiana.
SECTION 8: INSTRUCTIONS TO THE SELLING DISTRIBUTOR?
It is the responsibility of the selling distributor, at the time of sale, to inform the customer of the terms of this warrant y and assign
the designated service facility to obtain warranty service.
Our warranty does not cover defects in the chassis and other parts and accessories not manufactured by us unless the defects
result from our installation of such parts and accessories . We do not adopt the warranties of other manufacturers or assume any
responsibility with respect to such warranties. We do however ask all our partners to match the terms of our warranty expressed in
Section 1.
In the following cases listed below-these companies choose to work directly with the selling distributor to handle warranty
involving their product. To expedite the coverage process, the selling distributor is required to contact the following
manufacturers individually to attain parts and service.
8.1 The following companies’ AC systems are installed in Turtle Top Buses. Identify the appropriate manufacturer by the install
sticker under the hood and provide your unit # or VIN to the warranty department of the following: (Trans-Air): 1-800-673-
2446, (ACC Climate Control): 1-800-462-6322, (ACT): 1-877-228-4247
8.2 The following paratransit lifts are installed in Turtle Top Buses. Identify the appropriate manufacturer on the lift and identify
your unit by VIN to the warranty department of the following: – (Braun Corporation): 1-800-THE-LIFT, (Ricon Corporation): 1-
800-322-2884
If the partners listed above indicate warranty coverage does not match the terms of this document contact Turtle Top Customer
Service at (877)-4-BUSAID.
Revised 1-2021 Document Number 20-0408A
DocuSign Envelope ID: E783A3BF-10EC-484A-96F6-6F3FB39F2D85
10
EXHIBIT B
INSURANCE CERTIFICATES
DocuSign Envelope ID: E783A3BF-10EC-484A-96F6-6F3FB39F2D85
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
INSR ADDL SUBR
LTR INSD WVD
PRODUCER CONTACT
NAME:
FAXPHONE
(A/C, No):(A/C, No, Ext):
E-MAIL
ADDRESS:
INSURER A :
INSURED INSURER B :
INSURER C :
INSURER D :
INSURER E :
INSURER F :
POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY)
AUTOMOBILE LIABILITY
UMBRELLA LIAB
EXCESS LIAB
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
AUTHORIZED REPRESENTATIVE
EACH OCCURRENCE $
DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence)
MED EXP (Any one person)$
PERSONAL & ADV INJURY $
GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $
PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT
OTHER:$
COMBINED SINGLE LIMIT
$(Ea accident)
ANY AUTO BODILY INJURY (Per person)$
OWNED SCHEDULED
BODILY INJURY (Per accident)$AUTOS ONLY AUTOS
HIRED NON-OWNED PROPERTY DAMAGE
$AUTOS ONLY AUTOS ONLY (Per accident)
$
OCCUR EACH OCCURRENCE
CLAIMS-MADE AGGREGATE $
DED RETENTION $
PER OTH-
STATUTE ER
E.L. EACH ACCIDENT
E.L. DISEASE - EA EMPLOYEE $
If yes, describe under
E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below
INSURER(S) AFFORDING COVERAGE NAIC #
COMMERCIAL GENERAL LIABILITY
Y / N
N / A
(Mandatory in NH)
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
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.
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 have ADDITIONAL INSURED provisions or 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 confer rights to the certificate holder in lieu of such endorsement(s).
COVERAGES CERTIFICATE NUMBER:REVISION NUMBER:
CERTIFICATE HOLDER CANCELLATION
© 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03)
CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY)
$
$
$
$
$
The ACORD name and logo are registered marks of ACORD
12/20/2021
(314) 274-9218
25623
Davey Coach Sales Inc
7182 Reynolds Drive
Sedalia, CO 80135-8805
25674
A 1,000,000
630-6J394004-21 6/18/2021 6/18/2022 300,000
5,000
1,000,000
1,000,000
1,000,000
1,000,000A
AD-6J378759-21 6/18/2021 6/18/2022
5,000,000B
CUP-6N911306-21 6/18/2021 6/18/2022 5,000,000
A Garage & Dealers (Si AD-6J378759-21 6/18/2021 Liability 1,000,000
Eagle County Regional Transportation Authority
3289 Cooley Mesa Road
Gypsum, CO 81637
DAVECOA-01 MYEJA2
RCP, Alera Group, LLC
8182 Maryland Ave.
Suite 250
St. Louis, MO 63105
Ashley Hudson
ahudson@rcpholdings.com
Phoenix Insurance Company (The)
Travelers Property Casualty Co
6/18/2022
X
X
X
X
X
X
DocuSign Envelope ID: E783A3BF-10EC-484A-96F6-6F3FB39F2D85