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.