Loading...
06-29-2015 National Bus Sales Purchase Agreement.pdfColorado Mountain Purchasing Consortium PURCHASE AGREEMENT Between TOWN OF AVON AVON TRANSIT PO BOX 975 AVON, CO 81620 AND NATIONAL BUS SALES AND LEASING, INC. ONE (1) CLASS C CLAVAL CHEVY/GMC 26'TITAN LOW FLOOR CUTAWAY WITH FRONT RICON MOBILITY LIFT PROPOSAL # CMPC-I4-BOC-RFP Awarded: September 23, 2014 By Eagle County Government P.O. Box 850 Eagle, Colorado 81631 PURCHASING AGREEMENT Ea le County Award #CO -2014-350. Issued Bv: Eagle County P.O. Box 850 Eagle, CO 81631 Administered Bv: Kelley Collier Director of Transportation Contractor: National Bus Sales Mailing Address: P.O. Box 6549 Marietta, GA 30065 Street Address: 800 Pickens Drive Ext. Marietta, GA 30062 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 cutaway vehicles; 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- 14-BOC-RFP dated March 5, 2014 (the "RFP," a copy of which is incorporated herein by this reference and available for inspection in the offices of the ECO Transit Department), which complied with federal guidelines for the purchase of cutaway vehicles using state andior federal grant dollars (the "Solicitation"); and WHEREAS, Vendor submitted a proposal on May 5, 2014 (the "Proposal," a copy of which is incorporated herein by this reference and available for inspection at the offices of the ECO Transit Department) and was chosen a; the successful respondent to the Solicitation; and WHEREAS, The Town ofAvon ("Agency") is a participant in the CMPC and desires to purchase the below described make and model vehicle(s) from Vendor in accordance with said Solicitation; 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 vehicles as set forth below in paragraph 1 hereof; and WHEREAS, this Purchase Agreement shall govern the relationship between Vendor and Agency in connection with the procurement of said vehicles. NOW, THEREFORE, in consideration of the foreclosing and following promises, Vendor and Agency agree as follows: I. Equipment: a. Vendor agrees to provide the following vehicles and associated components (hereinafter referred to as the "Equipment") as more specifically identified in the CMPC Purchase Order Form which is attached hereto as Exhibit A, and incorporated herein by this reference: Base Vehicle Class: C Fuel Type: Unleaded Quantity: One (1) b. Vendor shall comply with all general requirements, conditions and terms as set forth in the RFP. C. In the event of any conflict or inconsistency between the terms and conditions set forth in Exhibit A, the RFP, or the Proposal, and the terms and conditions set forth in this Agreement, the terms and conditions set forth in this Agreement shall prevail. d. Agency shall have the right to inspect all Equipment. Inspection and acceptance shall not be unreasonably delayed or refused. Agency may conduct acceptance tests on each delivered vehicle. These tests shall be completed within ten (10) business days after vehicle delivery and Vendor will be notified by the 10`h day if the vehicle has been accepted or needs additional work. The post -delivery tests shall include visual inspection and vehicle operations. Vehicles that fail to pass the post -delivery tests are subject to non-acceptance. Agency shall record details of all defects notify Vendor of non- acceptance of each vehicle. The defects detected during these tests shall be repaired according to the procedures defined on page 19 and 20 in Part 1 of the RFP. In the event Agency does not accept the Equipment for any reason in its sole discretion, then Vendor shall upon Agency's request and at no charge to Agency: i. take the Equipment back; ii. exchange the Equipment; or iii. repair the Equipment. 2. Compensation: a. Agency shall compensate Vendor for the Equipment in accordance with the rates shown in Exhibit A and calculated as follows: Unit Cost Total Cost One (1) Glaval Chevy, -GMC Titan 26' Cutaway $134,994 $134,994 b. Payment will be made for Equipment satisfactorily delivered and accepted within thirty (30) days of receipt of a proper and accurate invoice from Vendor and when CMPC members receive required FTA/CDOT post -delivery paperwork. All invoices shall include detail regarding the Equipment and such other detail as Agency may request. C. If, at any time during the term or after termination or expiration of this Agreement, Agency reasonably determines that any payment made by Agency to 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 Agency, Vendor shall forthwith return such payment(s) to Agency. Upon termination or expiration of this Agreement, unexpended funds advanced by Agency, if any, shall forthwith be returned to Agency. d. Agency will not withhold any taxes from monies paid to the 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. e. Notwithstanding anything to the contrary contained in this Agreement, Agency shall have no obligations under this Agreement after, nor shall any payments be made to Vendor in respect of any period after December 31 of any year, without an appropriation therefor by Agency in accordance with a budget adopted by its governing body in compliance with Article 25, title 30 of the Colorado Revised Statutes, the local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 3. Schedule: a. The Equipment shall be delivered at a rate not to exceed five (5) vehicles per day Monday through Friday. No deliveries shall be made on weekends or holidays. Delivery of the Equipment shall be completed on or before 90-120 days, as stated in the Proposal, except when certain purchase options increase delivery time. Delivery time exceptions are noted in Exhibit B-2 based on individual options. As noted in Exhibit B-2, the maximum additional time required for delivery of fuel type or body modification options is 14 weeks. Therefore, 218 days is the maximum delivery period allowable after Agency's execution of a Purchasing Agreement and CMPC Purchase Order Form, but true delivery times are based on the lead times identified in Exhibit B-2. b. Vendor and Agency agree that if delivery is not made within the time specified on the order form in excess of 120 days as noted in Exhibit B-2 for chosen options, as liquidated damages (but not as a penalty) Vendor shall pay Agency one hundred dollars ($100.00) per calendar day, per vehicle. 4. Federal Grant Contract: The Parties acknowledge that Agency is a sub - recipient of a grant awarded by either-or the Federal Transit Administration (FTA) or the Colorado Department of Transportation (CDOT), which will be used to fund, in part, the procurement of this equipment. The CMPC estimates that approximately 60% of all CMPC contract amounts will be funded by the FTA ando'or CDOT. 5. Documents: Vendor shall execute any bill of sale or other documents required by Agency to transfer title of the Equipment to Agency. Vendor 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, Part 1 page 19 and page 73. 6. 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 Agency, 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 Agency 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 and any associated services in a skillful, professional and competent manner and in accordance with the standard of care applicable to vendors supplying similar equipment and services. d. Vendor warrants merchantability and fitness of the Equipment for its intended use and purpose. e. Vendor agrees to provide the following warranties for each vehicle purchased under this Purchase Agreement: Item Years Mileage OEM Chassis (incl. tires) 3 100,000 Manufacturer's Warranty 2 Unlimited Air Conditioning System 2 Unlimited Alternator 3 36,000 Mobility/Wheelchair Lift 3 (parts)' 1 (labor) Unlimited Cycles Powertrain (gas and diesel) S year gas and 60K Gas/100K diesel Diesel Body Structural 5 years 60,000 miles Intermotive Interlock 2 years Unlimited Auxiliary Heater 3 years 36,000 miles Electric Door System 1 year Unlimited [LED Lighting 2 years Unlimited f. Vendor warrants that title to all Equipment shall pass to Agency either by incorporation into the Agency facility or upon receipt by Vendor of payment from Agency (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 Ioss with respect to the Equipment until Agency has inspected and approved the same. g. Within a reasonable time after receipt of written notice, Vendor shall correct at its own expense, without cost to Agency, and without interruption to Agency: i. Any defects in Equipment which existed prior to or during the period of any guarantee or warranty provided in this Agreement; and ii. Any damage to any property caused by such defects or the repairing of such defects. h. Guarantees and warranties shall not be construed to modify or limit any rights or actions Agency may otherwise have against Vendor in law or in equity. i. Vendor 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, Part 3. Time is of the essence with respect to this Agreement. j. This Agreement constitutes an agreement for performance by Contractor as an independent Contractor and not as an employee of Agency. Nothing contained in this Agreement shall be deemed to create a relationship of employer-employee, master - servant, partnership, joint venture or any other relationship between Agency and Vendor except that of independent Vendor. Vendor shall have no authority to bind Agency. k. 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. 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. Vendor shall not assign any portion of this Agreement without the prior written consent of the Agency. Any attempt to assign this Agreement without such consent shall be void. n. This Agreement shall be binding upon and shall inure to the benefit of the parties hereto and their respective 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 the Agency 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. r. 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. S. Any and all claims, disputes or controversies related to this Purchase Agreement, or breach thereof, shall be litigated in the Colorado District Court for the county in which Agency is located, which shall be the sole and exclusive forum for such litigation. This Agreement shall be construed and interpreted under and shall be governed by the laws of the State of Colorado. 7. Contract Documents: 1) Purchase Agreement 2) Exhibit A, CMPC Purchase Order Form 3) The RFP 4) The Proposal which are agreed to by Vendor, 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. 8. Vendor's Agreement: National Bus Sales and Leasing, Inc. 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-I4-BOC-RFP, in accordance with the Contract Documents. National Bus Sales and Leasing, Inc. Title Date: Town of Avon By: 34-�O&— Agencya�Rep entative TowdManager G, Date: 4 Digitally signed by Ray Healy DN: "–Ray Healy, -National Bus d LeasiP—id, 601hwesl Ray Healy'Rales Regian Vlce President, e mail=rhealy@—i—lbussale ,. By:, -bs Date: 2015.06.25 13:20:42 -05'00' Representative Title Date: Town of Avon By: 34-�O&— Agencya�Rep entative TowdManager G, Date: 4 DTR Transit Unit Capital Reimbursement Documentation Checklist Grant Partner (GP): Town of Avon Date: 5/27/15 Program: 15 -Faster _ Project PO#: 491000736: $125,000 ($100,000+$25,000) Description: SES#: Initials Capital Checklist Complete Capital Reimbursement Checklist (Purchases over $3,000) To be submitted prior to procurement 1 ADA BOC CMPC Date 1. Initial Cost Estimate (ICE): (pg.22) (N/A for price agmts) Z. Draft Solicitation Package: CDOT to review including: Specs (pg.40)) (N/A for price agmts) Clauses: See Matrix pgs. 2-4 on what to include by procurement type (link to clause language pg.2) (N/A for price agmts) 8. Certifications: See matrix pg. 5 on what to include by procurement type (sample certs 9. included pgs. 7-16) Pre Award Certs: 10. Vendor certifies Buy America (FTA over $150k) (N/A for price agmts) GP certifies Buy America (FTA over $150k), FMVSS, and Purchaser's Requirements TVM Certification (all transit vehicle manufacturers) (N/A for price agmts) Bus Testing (all transit vehicles) (N/A for price agmts) Lobbying Certification (FTA over $150k) (N/A for price agmts) Debarment and Suspension (all FTA grants) (N/A for price agmts) Evaluation Criteria is outlined in solicitation (N/A for price agmts) 3. CDOT approves Solicitation Package for distribution) (N/A for price agmts) 4. CDOT receives Solicitation Results, Evaluation Summary and Vendor Selection (N/A for price agmts) 5. Procurement Authorization: CDOT issues 'Ok to purchase' (CDOT Form pg.23) _ 5 20 15 To be submitted at deliveyjreimbursement 6. Notice of Acceptance/Non-Acceptance (CDOT Form pg.25) 7. Certifications: Post Delivery Certs (pg.19-20): Vendor certifies Buy America (FTA over$150k) GP certifies Buy America (FTA over $150k), FMVSS, and Purchaser's Requirements 8. Proof of Liability Insurance (CDOT) 9. Security Agreement: insert VIN# (for DMV title application listing CDOT as lienholder) (CDOT Form pg.27) 10. 1 Title Application (show CDOT as lienholder-CDOT's) C:\Users\ burden\AppData\Local\Microsoft\Windows\Temporary Internet Files\Content.Outlook\U90R7EHZ\Reimb Summary 2015-05-28.docx The Town of Avon (Agency) has been awarded Federal or State funds by CDOT with a class C Glaval Chevy GMC Titan BOC Bus which to purchase (Project Property) as described in contract SRM 15 -HTR-ZL- 89 (Grant Agreement) 0 10 L�L9i add 7 '3,(r The Town of Avon (Agency) has decided to procure this Project Property using the following method-. aState Price Agreement OState Authorized Consortium Procurement O Piggyback Oinvitation for Bid/ Request for Proposal ORequest for Quote 0 Other The appropriate methodology documentation has been provided to CDOT for review. The Town of Avon (Agency) is seeking concurrence from CDOT to utilize this procurement method. 05/20/2015 Date of Request DOT C t7.t:irre3 �. I. QeLe (Grant coordinator) have reviewed the documentation for this procurement and hereby concur with the process as described. This concurrence authorizes The Town of Avon (Agency) to move forward with the procurement process. Signature Print Name Ua yam, Date � 6/fid/., - The Town of Avon (Agency), has been awarded Federal or State funds by CDOT with which to a Class C Glaval Chevy GMC Titan Cutaway Bus purchase (Project Property) as described in contract 5 -HTR-ZL- 89 (Grant Agreement). P64.7, 9i 4 Ad 7'36 Town of Avon (Agency) received a Procurement Concurrence an 02/19/2015 (Date) authorizing them to move forward with their procurement process_ As a result of this process, the agency has selected National Bus Sales (vendor) with whom to enter into a purchase agreement. The eligible Project Property being ordered is described on the attached quote from the Vendor. It is agreed that the total price of the Project Property to be procured based on the Grant Agreement is $ 125,000.00 The Federal or State Share provided for this purchase is $125,000.00 The Agency shall pay the Agency Share of $ 34, 994.00 and shall separately p y pay for additional items not included in the contract listed above. Such additional items are to be billed separately by the vendor. The Vendor will deliver the Project Property to the Agency at the following address at a time and date acceptable to both parties: 500 Swift Gulch Road, Avon, CO. 81620 • •• - • • • • i• • • •1� *_ �• ••u • This purchase is hereby authorized by CDOT: Signature Print Name _ ,, - , Title_,�.,,._fi Date Sl %r3- CMPC BOC Contract # CO -2014-350 Order Form Cover Sheet Agency Name Town of Avon Date Contact Person Phone Number Funding Source Type (i.e.: Grant, Local General Funds) CDOT Grant Contract Number (if applicable) FTA Grant Number (if applicable) FTAICDOT Grant Budget (if applicable) CMPC-14-BOC-RFP Order Form - Glaval Titan Agency Name City of Avon - Contact Person _ Dan Higgins �^ Date 1/25/2015 Phone Number 970-390-2903 Base Pricing - Class (Seating avaChevy/GMC Unit Cost Titan Quantity Total Cost Base Floorplan - 6.OL V8 Gas - Standard Floor 63,995.00 1 63,995.00 Front Lift = 26' GMC 4500190"WB 14,200 GVWR Body Options S5, Structure Op FRP Fiberglass Skin 650.00 - 1 Exterior Skin S5, Body Op 1 Undercoating 400,00 0 - S5; Body Op. 2 Low Floor Body - TITAN ONLY 48,500.00 1 48,500.00 Engine -Transmission -Fuel Options S7; 7A, Op. 1 Combined High Idle/Lift interlock (Intermotive 100.00 1 100.00 Hi hLock Suspension System Options S9; 9D. Op. 1 MORlryde RL Suspension System 800.00 - S9; 90. Op. 2 Non -slip Axle 280.00 0 - Tires and Wheels Options S10; 10A. Op. 1 Mud and Snow Tires - Goodyear Wrangler 1,125.00 - DuraTrac S10; 10A. Op. 1 Mud and Snow Tires -Cooper Discover MS 1,050.00 0 - S10; 10A. Op. 2 Spare Tire Carrier 24000 - Electrical System Options S12; B2. Op. 1 Alternate Battery Location — OEM Engine (300.00) - Compartment S12; D13. Op. 1 Ignition Switch Controls — Route MBC through 1 Ignition Interior Climate Control Options S13; A3l5l6 Op. 1bl'j Air Conditioning Deletion Credit (3,550.00 " ' p. Thermo King Roof Top HVAC Unit: 65 7,850,00 - ' p' Thermo King Roof Top HVAC Unit: 75 8,200,00 1 8,200.00 S13; A18 Op. 1 Vacuum Operated Heater Control Valve 85.00 1 85.00 Interior Trim Option S14; 14A. Op. i Upholstered Interior 855.00 1 855.00 Seating Options: SINGLE SEAT CREDIT DOES NOT APPLY TO CitiSeat, 3PT Seat or Go Seat Upgrades; Costs are in Addition to Base 3/1812015 CMPC-14-BOG-RFP Order Form - Glaval Titan Floor and Floor Covering Options S17; 17B. Op. 1 Floor Underbelly 250.00 - S17; 17F. Op. 1 Allro Transflor Meta SPECIFY COLOR: 405.00 - S17; 17G. Op. 1 Contrast White Step Edging and Standee Line 35.00 1 1 35.00 Passenger Door Option S19; 19D. Op. 1 I Rear Emergency Exit Door 645.00 - Lighting Options Finish and Color Options Mirror Options S25; A; Op. 1 Velvac Mirrors No Camera Model 2020 250.00 1 250.00 S25; A; Op. 2 Velvac Mirrors With Camera Model 202OXG 1,100.00 - Mobility Lift Options BASE LIFT Ricon Titanium 1,000 lbs. S -Series NO CHARGE Wheelchair Securement System Options: TRACK AND SECUREMENT SYSTEM MUST BE CHOSEN; NOT INCLUDED ALL COSTS LISTED ARE FOR A SINGLE WHEELCHAIR POSITION S27; 27C. Op. 1 Q'Straint Slide "N Click 510.00 2 1,020.00 S27; 27C. Op. 2 Full Length Track: per foot 8.00 48 384.00 S27; 27C. Op. 3 Scooter Securement System 155.00 - S27; 27G. Op. 1 Storage Pouch 35.00 - S27, 27G, O 2 Op, Freedman Seating Tie Down Storage System TDSS): cost per seat 50.00 2 100.00 Miscellaneous Options S28; 28D. Op. 1 Front Help Bumpers 950.00 - S28; 28D. Op. 2 Rear Help Bumpers 625.00 1 825.00 3/18/2015 CMPC-14-BOC-RFP Order Form - Glaval Titan Manual Option S29; 29A. Op. 1 As Built Parts Manual 50.00 - Additional Bus Options 532; A. 1. HawkEye Plus Reverse Assistance System 500.00 - 532; A. 2. Closed circuit rearview monitoringlreverse 900.00 - asst. system S32; A. 3. Dash mounted monitor and camera mounted — 600.00 1 600.00 vehicle rear S32; F. 1. Sportworks DI -2 Bike Rack 1,710.00 - S32; F. 2. Sportworks DI -2 NP Bike Rack 1,950.00 - S32; F. 3. Sportworks Apex 3 Bike Rack -Stainless 2,245.00 1 2,245.00 S32; F. 4. Byk-Rak Solo Bike Rack 1,475.00 - S32; G. Ski Rack 900.00 - Passenger Stop Request S32; H. (if chosen; must choose Passenger Stop 425.00 1 425.00 Request @ WIC positions as wets S32; H. Passenger Slop Request at Wheelchair 110.00 2 220.00 positions: cost per position S32; I. Public Address System 90.00 1 90.00 S32; J. 1. Luminator Twin Vision Mobilite Sign System. 6,900.00 1 6,900.00 Front & Side 3/18/2015 CMPC-14-BOC-RFP Order Form - Glaval Titan S32, K. Yield to Bus Sign 365.00 1 365.00 Total Cost Base + Options Per Contract Pricing 134,994.00 Total BASE/OPTION Cost x # of Buses Ordered _ Additional Bus Options: Not Covered In Contract, At Agency's Own Expense Item Description Unit Cost Quantity Total Cost Total Cost Additional Bus Options _ Additional Bus Deletions Not Covered In Contract Item Description Unit Deletion Quantity Total Deletion Total Cost Additional Bus Deletions Total Cost Contract Price + Addtl. Options/Deletions 134,994.00 Total BASE/OPTION + Addtl. Options/Deletions Cost x # of Buses Ordered 1 134,994.00 ADDITIONAL INSTRUCTIONS TO VENDOR Rear Heater Location: S eci 1 Floor or 2 Ceiling Master Battery Control Switch Location: Specify 1) Stepwell; 2) Under Driver's Seat; 3) Between Driver's Seat Mount and Driver Door; or 4 Driver's Dash Area Specify Location to Mount Safety Items (i.e Fire Extinguisher; First Aid Kit, etc.) Specify Seat Color and Fabric Type (Freedman Level 1-3) Freedman Order Form will be attached by vendor to confirm seat choice ADDITIONAL CONFIGURATION OR OPTION NOTES: RCA or Spray Flooring?, Blockout windows, send info on bonded windows. Have a ramp deploy switch on the dash and outside. PA System they are currently using is the REI PA System. No Limited slip if possibility based on available chassis. 311812015 CMPC-14-BOC-RFP Order Form - Glaval Titan 3/18/2015 DISCLOSURE OF LOBBYING ACTIVITIES Approved by OMB Complete this form to disclose lobbying activities pursuant to 31 U.S.C. 1352 0348-0046 (See reverse for public burden disclosure.) 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: B a. contract Fla. bid/offer/application a a. initial fling b. grant b. initial award ^ b. material change c. cooperative agreement c. post -award For Material Change Only: d. loan year quarter _ e. loan guarantee date of last report _ f. loan insurance 4. Name and Address of Reporting Entity: 5. If Reporting Entity in No. 4 is a Subawardee, Enter Name ❑ Prime Q 5ubawardee and Address of Prime, Tier _, if known: Colorado Department of Transportation 4201 East Arkansas Avenue Denver, CO 80222 Congressional District, if known: Congressional District, if known: 6. Federal Department/Agency: 7. Federal Program Name/Description: Department of Transportation;°Federal Transit Admin. CFDA Number, if applicable: B. Federal Action Number, if known: 9. Award Amount, if known: 10. a. Name and Address of Lobbying Registrant b. Individuals Performing Services (including address if (if individual, last name, first name, Ml): different from No. 10a) National Bus Sales and Leasing, Inc. ( last name, first name, Ml): 800 Pickens Industrial Drive Marietta, GA 30065 11. Information requested through this form is authorized by title 31 U.S.0 section Signature:Ray Healy =.-u•--••-- 1352 This disclosure of lobbying activities is a material representation of fact upon which reliance was placed by the tier above when this transaction was made Print Name: Ray Healy or entered into. This disclosure is required pursuant to 31 U S 1352 This iniormalion will be available for public inspection, Any person who fails to fide the Title: RVP, S W required disclosure shall he subject to a civil penalty of not less than $10 000 and 817-636-6310 1012712014 Telephone No.: Date: not more than 5100,000 for each such failure Federal Use Only: Authorized for Local Reproduction Standard Form LLL (Rev 7-97) INSTRUCTIONS FOR COMPLETION OF SF -LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the initiation or receipt of a covered Federa, act on, or a material change to a previous fling, pursuant to title 31 U.S. C. section 1352. The filing of a form is required for each payment or agreement to make payment to any lobbying entity for influencing or attempting to influence an officer or employeeof any agency, a Member of Congress, an officer or employeeof Congress, or an employeeof a Memberof Congress in connection with a covered Federal action. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information 1. Identify the type of covered Federal action for which lobbying activity is andlor has been secured to influence the outcome of a covered Federal acLun. 2 Identify the status of the covered Federal action. 3. Identify the appropriate class:fication of this report. If this is a followup report caused by a material change to the information previously reported. enter the year and quarter in which the change occurred. Enter the date of the last previously submitted report by this reporting entity for this covered Federal action. 4. Enter the full name, address, city. Stale and zip code of the reporting entity_ Include Congressional District, if known Check the appropriate classification of the reporting entity that designates if it is, or expects to be, a prime or subaward recipient Identify the tier of the subawardee, e.g., the first subawardee of the prime is the 1st tier. Subawards include but are not limited to subcontracts, subgranls and contract awards under grants 5. If the organization fling the report in item 4 checks "Subawardee," then enter the full name, address, city, State and zip code of the prime Federal recipient Include Congressional District, if known. 6. Enter the name of the Federal agency making the award or loan commitment Include at least one organ,zalionallevel below agency name, J known For example, Department of Transportation, United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans, and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (e g., Request for Proposal (RFP) number; Invitation for Bid (IFS) number; grant announcement number; the contract, grant, or loan award number; the application/proposal control number assigned by the Federal agency), Include prefixes, e.g.. "RFP -DE -90-001." 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the awardlloan commitment for the prime entity identified in item 4 or 5. 10. (a) Enter the full name, address, city, Slate and zip code of the lobbying registrant under the Lobbying Disclosure Act of 1995 engaged by the reporting entity identified in item 4 to influence the covered Federal action. (b) Enter the full names of the individual(s) performing services, and include full address if different from 10 (a). Enter Last Name, First Name, and Middle Initial (MI). 11. The certifying official shall sign and date the form, print his/her name, title, and telephone number. According to the Paperwork Reduction Act, as amended, no persons are required to respond to a collection of information unless it displays a valid OMB Control Number The valid OMB control number for this information collection is OMB No. 0348-0046. Public reporting burden for this collection of information is estimated to average 10 minutes per response, including time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0046), Washington, DC 20503.