HomeMy WebLinkAboutPR 24456: AUTHORIING A CONTRACT WITH GILLIG, LLC City of
ort rthu
Texas
Interoffice Memorandum
To: Honorable Mayor and City Council,Ron Burton,City Manager
Date: March 5,2026
Re: PR 24456—Authorization to Execute Contract with Gillig LLC for Battery Electric
Buses and Charging Infrastructure for Port Arthur Transit
Background:
Port Arthur Transit ("PAT") applied for and was awarded $5,001,700.00 in federal funding
through the Federal Transit Administration("FTA") Fiscal Year 2023 Buses and Bus Facilities
Program and Section 5339(c) Low or No Emission Grant Program for the purchase and
deployment of battery electric buses and associated charging infrastructure. The funding
opportunity was announced by the FTA on January 27, 2023 (88 FR 5400), and PAT was
selected for award under Project ID D2023LWN0075.
The Texas Department of Transportation Public Transportation Division reviewed the project
and determined it eligible for Transportation Development Credits (TDCs) in the amount of
$702,505.00, which are intended to maximize the use of available federal funds for public
transportation improvements. In addition, the project will be supplemented with $1,100,000.00
in Section 5307 Urbanized Area Formula Funds to support the overall cost of the project.
Pursuant to procurement flexibility allowed under the FTA Section 5339(c)Low or No Emission
Program guidelines, PAT is permitted to procure vehicles and related infrastructure through an
eligible cooperative purchasing contract rather than issuing a separate Request for Proposals.
After review, PAT determined that utilizing State of Washington Contract No. 06719-01 with
Gillig LLC provides the best value and ensures compliance with federal procurement
requirements.
The proposed acquisition will include four (4) battery electric buses and associated charging
infrastructure. The project will replace aging fleet vehicles currently experiencing maintenance
and reliability issues, improve service efficiency, reduce long-term maintenance costs, and
enhance regional air quality. The additional vehicles will also support expanded fixed-route
transit service, including service north of State Route 73.
Due to the typical manufacturing timeline for battery electric transit buses, production and
delivery are estimated to require approximately eighteen (18) months. Accordingly, the City
"Remember,we are here to serve the Citizens of Port Arthur"
P.O.Box 1089 X Port Arthur,Texas 77641-1089 X 409.983.8101 X FAX 409.982.6743
City of
J �ort rthu
Texas
must execute the purchase agreement in advance to secure production scheduling and delivery
timelines.
Recommendation: City staff recommends that the City Council approve the resolution
authorizing the City Manager to execute a contract with Gillig LLC, under State of Washington
Contract No. 06719-01, for the purchase of four (4) battery-electric buses and associated
charging infrastructure for Port Arthur Transit.
Execution of the contract is therefore subject to City Council approval and appropriation of funds
in the FY 2027 budget.
Budgetary/Fiscal Effect: The total contract cost is $4,985,324.00. Funding for the purchase is
supported primarily through the FTA Low or No Emission Grant award and supplemented with
Section 5307 Urbanized Area Formula Funds. However,the City's portion of the project funding
will be appropriated in the Fiscal Year 2027 budget to coincide with the anticipated delivery and
deployment schedule of the buses and charging infrastructure.
,
t
"Remember,vve are here to serve the Citizens of Port Arthur"
P.O. Box 1089 X Port Arthur,Texas 7764 1-1 089 X 409.983.8101 X FAX 409.982.6743
P.R. No. 24456
PDL-TNR
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE CITY MANAGER
TO EXECUTE A CONTRACT WITH GILLIG LLC OF
LIVERMORE, CALIFORNIA, FOR THE PURCHASE OF
FOUR (4) BATTERY ELECTRIC BUSES AND
ASSOCIATED CHARGING INFRASTRUCTURE FOR PORT
ARTHUR TRANSIT THROUGH THE STATE OF
WASHINGTON CONTRACT NO. 06719-01, IN THE TOTAL
AMOUNT OF $4,985,324.00; PROVIDING THAT FUNDING
IS SUBJECT TO CITY COUNCIL APPROPRIATION IN
THE FY 2027 BUDGET
WHEREAS, Port Arthur Transit ("PAT") applied for and was awarded $5,001,700.00 in
Fiscal Year 2023 grant funding under the Federal Transit Administration ("FTA") Buses and Bus
Facilities Program and Section 5339(c) Low or No Emission Grant Program for the purchase and
deployment of battery electric buses and associated charging infrastructure, as delineated in
Exhibit"A"; and
WHEREAS, more specifically, the FTA published a joint Notice of Funding
Opportunity on January 27, 2023 (88 FR 5400), announcing the availability of Fiscal Year 2023
funds under the Low or No Emission Vehicle Program pursuant to 49 U.S.C. §5339(c), and PAT
was selected for award under Project ID D2023LWN0075, as specified in Exhibit"B"; and
WHEREAS, the Texas Department of Transportation Public Transportation Division
reviewed the project and determined it eligible for Transportation Development Credits to
support the project and maximize the use of available federal funding for public transportation
improvements; and
WHEREAS, the grant award includes Transportation Development Credits in the
amount of$702,505.00 and supplemental funding in the amount of$1,100,000.00 from Section
5307 Urbanized Area Formula Funds to support the total project cost as delineated in Exhibit
`C"; and
WHEREAS, pursuant to the procurement flexibility afforded under the FTA Section
5339(c) Low or No Emission Program guidelines, PAT is authorized to procure the vehicles and
charging infrastructure through an eligible cooperative purchasing contract in lieu of issuing a
separate Request for Proposals; and
WHEREAS, PAT has determined that procurement through the State of Washington
Contract No. 06719-01 with Gillig LLC provides the best value and ensures compliance with
applicable federal procurement requirements; and
P.R. No. 24456
PDL-TNR
WHEREAS, the proposed acquisition of four (4) battery electric buses will
replace aging fleet vehicles, improve service reliability, reduce maintenance costs, enhance air
quality, and support expanded fixed-route service, including service north of State Route 73,
thereby promoting regional mobility and economic vitality.
WHEREAS, the manufacture and delivery of battery electric transit buses typically
requires an estimated eighteen (18) month build and delivery timeline, and therefore, the City
must commit to the purchase during the current fiscal year in order to secure production and
delivery schedules as delineated in Exhibit"D"; and
WHEREAS, due to the anticipated delivery schedule for the buses and associated
charging infrastructure, funding for the purchase will be appropriated and made available in the
City of Port Arthur Fiscal Year 2027 budget to coincide with the expected delivery and project
implementation; and
WHEREAS, execution of the contract is contingent upon City Council approval and
appropriation of$4,985,324.00 in the City's Fiscal Year 2027 budget.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE
CITY OF PORT ARTHUR, TEXAS:
THAT, the facts and opinions in the preamble are true and correct.
THAT, The City Manager is hereby authorized to execute a contract with Gillig LLC,
through the State of Washington Contract No. 06719-01, for the purchase of four (4) battery
electric buses and associated charging infrastructure for Port Arthur Transit, in an amount not to
exceed($4,985,324.00), subject to appropriation of funds in the Fiscal Year 2027 budget.
THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City
Council.
READ, ADOPTED AND APPROVED this day of A.D. 2025 at a
Regular Meeting of the City of Port Arthur, Texas by the following vote: AYES:
Mayor:
Councilmembers:
NOES:
P.R. No. 24456
PDL- TNR
ATTEST:
Sherri Bellard, City Secretary Charlotte M. Moses, Mayor
APPROVED AS TO FORM:
Roxann Pais Cotroneo, City Attorney
APPROVED FOR ADMINISTRATION: APPROVED AS TO AVAILABILITY
OF FUNDS:
401-70-530-8523-00-60-000
e CD-Z
Ron Burton `1 Lynda Boswell
City Manager, CPM Director of Finance
Clifton Williams, CPPB Ivan Mitchell
Purchasing Manager Transit Director
P.R. No. 24456
PDL-TNR
Exhibit "A"
EXHIBIT "A"
DOT FTA
U.S. Department of Transportation Federal Transit Administration
Award
Federal Award
Identification Number TX-2025-004-00
(FAIN)
Temporary Application 1553 2023 1
Number
FY23 FTA Section 5339c (Discretionary)Low-and No-Emission Buses
Award Name Grant Award -(D2023LWN0075) Port Arthur Transit-Bus Replacement
Program
Award Status Active (Executed)
Award Budget Number 0
Period of Performance Start Date 12/31/2024
Original Period of Performance End Date 9/30/2027
Current Period of Performance End Date 9/30/2027 Revision#: 0 Approved?: Yes
Budget Period Start Date 12/31/2024
Budget Period End Date 9/30/2027
Part 1 : Recipient Information
Name: CITY OF PORT ARTHUR
Recipient ID Recipient OST Type Recipient Alias UEI DUNS
1553 City CITY OF PORT ARTHUR EMVNEFYW2KN4 137134909
Location Type Address City State Zip
Physical Address 444 4TH ST PORT ARTHUR TX 77640
Mailing Address 444 4TH STREET PORT ARTHUR TX 77640
Union Information
There are no union contacts for this application
Part 2: Award Information
Title: FY23 FTA Section 5339c (Discretionary)Low- and No-Emission
Buses Grant Award -(D2023LWN0075) Port Arthur Transit-Bus
Replacement Program
FAIN Award Status Award Application Cost Date Last Updated From
Type Center Created Date TEAM?
TX-2025- Active Grant Region 6 7/14/2023 7/14/2023 No
004-00 (Executed)
Award Executive Summary
On January 27, 2023, FTA published a joint Notice of Funding Opportunity (NOFO) (88 FR 5400),
which is uploaded in TrAMS, announcing the availability of FY 2023 Buses and Bus Facilities Program
funds and Low-No funds. Port Arthur Transit/City of Port Arthur(PAT)under a project ID
D2023LWN0075)was awarded
$5,001,700)for the purchase battery electric buses, chargers, and associated infrastructure. Project
Selection is uploaded in TrAMS.
The award and program description of this NOFO and the availability of FY 2023 funding for both the
Low-No and the Buses and Bus Facilities Programs. Federal public transportation law(49 U.S.C. 5339(
c))that authorizes FTA to award grants for low or no emission bus projects through a competitive
process, as described in the Federal Register notice is attached in the Application documents.
The City of Port Arthur Transit(PAT) is submitting this application for this FY2023 Buses and Bus
Facilities Program and Low-5339c Low or No Emission Vehicle Bus Apportionment in the amount of$
5,001,700. The funding includes Transportation Development Credits of$702,505(supporting
documentation is uploaded in TrAMS). The funding of this award will be supplemented by$1,100,000 in
FY 20 Section 5307 funding in a Separate application.
The scope of work includes a proposal to deploy the following.
1-Buy Two (2) Replacement 36-FT Zero-Emission electric buses,
2-Buy Two (2) 36-FT Zero-Emission electric buses (Expansion)
3-Electrification/Power Dist.(Bus), Eng/Design Misc. Power Equip
4 Electrification/ Power Dist.(Bus), Equipment(Acquisition)
5 Electrification/ Power Dist.(Bus) (Construction)
6- Employee Education Training
7-Project Administration
By replacing two aging fleet vehicles with battery electric buses (BEBs)to supplement the BEBs that
PAT is currently operating, PAT will improve route efficiency and air quality, and will offer mostly
electrical service on all fixed routes, with the exception of occasional operations of diesel cutaway
vehicles. This deployment will also allow PAT to expand fixed-route service with the two additional
buses servicing a new route in mid-county, north of SR73.
The Project supports the economic vitality of the region by increasing the efficiency of service provided.
and will also result in the training of mechanics and technicians to work on electric propulsion systems.
Employees will be trained to work on electric vehicles. Electric Buses have fewer moving parts and are
expected to save in maintenance costs and reliability improvements will be more pronounced as the
vehicles that are being replaced have had especially fraught maintenance issues.
Frequency of Milestone Progress Reports (MPR)
Annual
Frequency of Federal Financial Reports (FFR)
Annual
Does this application include funds for research and/or development activities?
This award does not include research and development activities.
Pre-Award Authority
This award is using Pre-Award Authority.
Does this application include suballocation funds?
Recipient organization is directly allocated these funds and is eligible to apply for and receive these
funds directly.
Will this Grant be using Lapsing Funds?
No, this Grant does not use Lapsing Funds.
Will indirect costs be applied to this application?
This award does not include an indirect cost rate.
Indirect Rate Details: N/A
Requires E.O. 12372 Review
No, this application does not require E.O. 12372 Review.
Delinquent Federal Debt
No, my organization does not have delinquent federal debt.
Award Description
Purpose
PAT proposes to deploy four 35 zero-emission electric buses, two depot chargers, a supporting on-
route charger, and associated infrastructure.
Activities to be performed:
Bus procurement of 4 battery electric buses; Charger/Infrastructure procurement of electric chargers;
Design and construction of infrastructure for the new chargers; Project management by CTE to assist
PAT with the various activities to be performed.
Expected outcomes:
By replacing two aging fleet vehicles with battery electric buses (BEBs)to supplement the BEBs that
PAT is currently operating, PAT will improve route efficiency and air quality, and will offer mostly electric
service on all fixed routes, with the exception of occasional operations of diesel cutaway vehicles. This
deployment will also allow PAT to expand fixed-route service with the two additional buses servicing a
new route in mid-county, north of SR73.
Intended beneficiaries:
Port Arthur Transits addition of four zero-emission buses, two depot chargers, and one on-route charger
will allow for enhanced access to mobility as well as improved system condition. Two of the new zero-
emission buses will replace two 2008 buses that have become unreliable and reached the end of their
useful life. Two additional 35 BEBs will expand Port Arthurs current fleet and fixed-route service with a
new route serving mid-county. The growing number of riders in mid-county supports an investment to
fulfill the demand.The expansion will effectively reduce travel time, increase bus reliability while
promoting timeliness, comfort and accessibility. Replacement will allow PAT to reduce service
interruptions, increase service performance, and reduce the costs of maintaining the outdated vehicles.
The addition of two new buses will also allow for a better rider experience for PATs customers.
Currently, PAT is running service with cutaways when the outdated buses are experiencing service
interruptions. Due to this, PATs riders are not being offered the best experience possible.
The additional chargers will also offer enhanced access and mobility for riders. The on-route charger will
allow PAT to provide additional and extended service routes to riders. This elimination of a gap in the
current route network to improve access for the low-income and under served communities they serve.
Subrecipient Activities:
NONE
Award Point of Contact Information
First Name Last Name Title E-mail Address Phone
Kwasi Bosompem Community Planner kwasi.bosompem@dot.gov 817-978-0553
Rosalyn Brown Financial Analyst rosalyn.brown@dot.gov (817)-978-0555
Ivan Mitchell Transit Manager ivan.mitchell@portarthurtx.gov (409)983-8793
Award Budget Control Totals
Funding Source Section of Statute CFDA Number Amount
5339—Low or No Emission Grants Competitive 5339-2 20526 $5,001,700
Local $0
Local/In-Kind $0
State $0
State/In-Kind $0
Other Federal $0
Transportation Development Credit $702,505
Adjustment $0
Total Eligible Cost $5,001,700
Award Budget
Project Non- Total Eligible
Number Budget Item FTA Amount FTA Amount Quantity
Amount
TX-2025- 111-
004-01- 00 BUS- ROLLING STOCK $3,096,700.00 $0.00 $3,096,700.00 4
00 (111-
A2)
TX-2025-
BUY REPLACEMENT
004-01- 11.12.02 35-FT BUS $750,600.00 $0.00 $750,600.00 2
00
TX-2025- BUY 35-FT BUS FOR
004-01- 11.13.02 EXPANSION $2,346,100.00 $0.00 $2,346,100.00 2
00 (ELECTRIC)
TX-2025- 115-
004-01- 00 ELECTRIFICATION/POWER $1,430,000.00 $0.00 $1,430,000.00 0
00 (115- DIST (BUS)
Al)
TX-2025- ENG/DESIGN MISC
004-01- 11.51.20 ELEC/POWER EQUIP $80,000.00 $0.00 $80,000.00 0
00
TX-2025-
PURCHASE MISC
004-01- 11.52.20 ELEC/POWER EQUIP $910,000.00 $0.00 $910,000.00 0
00
TX-2025- CONSTRUCT MISC
004-01- 11.53.20 ELEC/POWER EQUIP $440,000.00 $0.00 $440,000.00 0
00
TX-2025- 117-
004-01- 00 17- OTHER CAPITAL ITEMS (BUS) $475,000.00 $0,00 $475,000.00 0
00 A4)
TX-2025- OTHER 3RD
004-01- 11.71.11 PARTYCONTRACTUAL $220,000.00 $0.00 $220,000.00 0
00 SERVICES
TX-2025- EMPLOYEE
004-01- 11.7D.02 EDUCATION/ $255,000.00 $0.00 $255,000.00 0
00 TRAINING
Discretionary Allocations
Discretionary ID Project Title Amount FAIN
Applied
D2023-LWNO- Port Arthur Transit Zero-Emission Bus $5,001,700 TX-2025-004-
075 Deployment 00
Sources of Federal Financial Assistance
Account
PO Project Scope Scope Scope UZA Area Amendment Cumulative
Number Number Name Number Suffix Code Name Class FPC Description Amount Amount
Code
TX-2025- OTHER Low-No Com
TX-34-Y 004-01-0 CAPITAL 117-00( A4 4800 Texas 2023.3J.3 00 petitive Grant $475,000 $475,000
013 0 ITEMS(B 117) 00 4.LJ.1 s(IIJA)
US)
ELECTRI
TX-34-Y TX-2025- FICATIO 115-00( 4800 2023.3J.3 Low-No Corn
004-01-0 N/POWE 115) Al 00 Texas 4.LJ.1 00 petitive Grant $1,430,000 $1,430,000
0 R DIST( s(IIJA)
BUS)
TX-34-Y TX-2025- BUS R 111-00( 4800 2023.3J.3 Low-No Corn
004-01-0 OLLING 111) A2 00 Texas 4.LJ.1 00 petitive Grant $3,096,700 $3,096,700
0 STOCK s(IIJA)
Part 3: Project Information
Project Title: Low or No Emission Electric Bus Procurement
Project Number Temporary Project Number Date Created Start Date End Date
TX-2025-004-01-00 1553-2023-1-P1 7/15/2023 12/17/2024 12/27/2026
Project Description
PAT proposes to deploy four 35'zero-emission electric buses, two depot chargers, a supporting on-
route charger, and associated infrastructure. By replacing two aging fleet vehicles with battery electric
buses (BEBs)to supplement the BEBs that PAT is currently operating, PAT will improve route efficiency
and air quality, and will offer mostly electric service on all fixed routes, with the exception of occasional
operations of diesel cutaway vehicles. This deployment will also allow PAT to expand fixed-route
service with the two additional buses servicing a new route in mid-county, north of SR73.
Project Benefits
The proposed project will allow PAT to remove two 2008 diesel buses from service and deploy zero-
emission battery electric buses (BEBs) in their place. Combined, the two buses operate for
approximately 43,500 miles and consume 10,046 gallons of diesel fuel each year. Removing them from
service would reduce tailpipe carbon emissions by 120 metric tons annually and tailpipe particulate
matter(PM2.5)emissions of 1175 g (grams), which has a considerable health impact on the local
community. This reduction of direct carbon and harmful emissions results in a social cost savings of$9,
800 annually, calculated in accordance with Executive Order 13990.
Additional Information
None provided.
Location Description
Port Arthur Transit primarily provides bus transportation within its service area, from Jefferson City,
Groves, Gulfway, West Side and Central Mall, These service areas connect residents with essential
destinations such as employment centers, schools, shopping areas, healthcare facilities, and other key
locations. The service area is designed to cater to the transportation needs of the local community,
offering convenient and accessible options for commuting and travel.
Project Location (Urbanized Areas)
UZA Code Area Name
480000 Texas
481660 Port Arthur, TX
Congressional District Information
District State
14 Texas
Program Plan Information
STIP/TIP
Date: 1/2/2024
Description: This memo is to inform the TPC that an administrative modification was made to add a
transit project to the JOHRTS FY 2023-2026 TIP, Amendment#1. Port Arthur Transit has made the MPO
staff aware that federal grant funding has become available this fiscal year to acquire four(4) new electric
busses, electric chargers and to make facility infrastructure upgrades
Project is in STIP 2025-2028 Page 670 of 713
UPWP
Date: N/A
Description: N/A
Long Range Plan
Date: 5/23/2024
Description: SETRPC MTP
Project Control Totals
Funding Source Section of Statute CFDA Number Amount
5339—Low or No Emission Grants Competitive 5339-2 20526 $5,001,700
Local $0
Local/In-Kind $0
State $0
State/In-Kind $0
Other Federal $0
Transportation Development Credit $702,505
Adjustment $0
Total Eligible Cost $5,001,700
Project Budget
Project Non- Total Eligible
Number Budget Item FTA Amount FTA Amount Quantity
Amount
TX- 111-
2025- 00 BUS - ROLLING STOCK $3,096,700.00 $0.00 $3,096,700.00 4
004-01- (111-
00 A2)
TX-
2025- 11.12.02 BUY REPLACEMENT $750,600.00 $0.00 $750,600.00 2
004-01- 35-FT BUS
00
TX- BUY 35-FT BUS FOR
2025- 11.13.02 EXPANSION $2,346,100.00 $0.00 $2,346,100.00 2
004-01- (ELECTRIC)
00
TX- 115-
2025- 00 ELECTRIFICATION/POWER $1,430,000.00 $0.00 $1,430,000.00 0
004-01- (115- DIST (BUS)
00 Al)
TX-
2025- 11.51.20 ENG/DESIGN MISC $80,000.00 $0.00 $80,000.00 0
004-01- ELEC/POWER EQUIP
00
TX-
2025- 11.52.20 PURCHASE MISC $910,000.00 $0.00 $910,000.00 0
004-01- ELEC/POWER EQUIP
00
TX-
2025- 11.53.20 CONSTRUCT MISC $440,000.00 $0.00 $440,000.00 0
004-01- ELEC/POWER EQUIP
00
TX- 117-
2025- 00 OTHER CAPITAL ITEMS (BUS) $475,000.00 $0.00 $475,000.00 0
004-01- (117-
00 A4)
TX- OTHER 3RD
2025- 11.71.11 PARTYCONTRACTUAL $220,000.00 $0.00 $220,000.00 0
004-01- SERVICES
00
TX- EMPLOYEE
2025- 11.7D.02 EDUCATION/ $255,000.00 $0.00 $255,000.00 0
004-01- TRAINING
00
Project Budget Activity Line Items
Budget Activity Line Item: 11.7D.02 -EMPLOYEE EDUCATION/TRAINING
Scope Name/Code Line Item Line Item Name Activity Quantity
OTHER CAPITAL ITEMS EMPLOYEE EDUCATION/ TRAINING -
(BUS) (117-00) 11.7D.02 TRAINING CAPITAL BUS 0
Extended Budget Description
By implementing a comprehensive education and training program, Port Arthur Transit can ensure that
their employees are equipped with the knowledge and skills necessary to maintain and operate low
emission buses effectively, contributing to a more sustainable and environmentally friendly public
transportation system.
LSCPA has a Workforce Training and Continuing Ed Dept that assists individuals, businesses,
industries, &the community in meeting training and education needs. LSCPA operates a CDL training
program PAT has used to promote employees into higher paying jobs. PAT& LSCPA agree to continue
the partnership to ensure access to good paying jobs. @ 80/20 TDC Match
The match for the Employee Education Training comes from TDC. The TDC letter is attached in
Application documents
Will 3rd Party contractors be used to fulfill this activity line item?
Yes, 3rd Party Contractors will be used for this line item.
Funding Source Section of Statute CFDA Number Amount
5339—Low or No Emission Grants Competitive 5339-2 20526 $255,000
Local $0
Local/In-Kind $0
State $0
State/In-Kind $0
Other Federal $0
Transportation Development Credit $51,000
Adjustment $0
Total Eligible Cost $255,000
Milestone Name Est. Completion Description
Date
Request for Proposal 12/17/2024
Invitation for Bids 12/30/2024
Contract Award Date 4/29/2025
`Issuance Date 5/20/2025
Contract Completion 9/30/2026
Date
Budget Activity Line Item: 11.71.11 -OTHER 3RD PARTYCONTRACTUAL SERVICES
Scope Name/Code #ine Item Line Item Name Activity Quantity
OTHER CAPITAL OTHER 3RD 3RD PARTY
ITEMS (BUS)(117-00) 11.71.11 PARTYCONTRACTUAL CONTRACTS 0
SERVICES
Extended Budget Description
The Center for Transportation and the Environment(CTE)to serve as project manager and provide
technical assistance. The project administration includes technical support on the zero-emission
vehicles and implementing of PAT strategic plans and minimize the costs associated with full fleet
electrification. These strategic plans consider vehicle and service requirements, fleet procurement
timelines, infrastructure assessments, vehicle and facility capital costs, operating and maintenance cost
impacts, and emission benefits.
Will 3rd Party contractors be used to fulfill this activity line item?
Yes, 3rd Party Contractors will be used for this line item.
Funding Source Section of Statute CFDA Number Amount
5339—Low or No Emission Grants Competitive 5339-2 20526 $220,000
Local $0
Local/In-Kind $0
State $0
State/In-Kind $0
Other Federal $0
Transportation Development Credit $44,000
Adjustment $0
Total Eligible Cost $220,000
Milestone Name Est. Completion Description
Date
Request for Start 12/17/2024 Request for The Center for Transportation and the
Environment(CTE)to Start
End Date 9/30/2026 Final Delivery
Budget Activity Line Item: 11.13.02 -BUY 35-FT BUS FOR EXPANSION (ELECTRIC)
Scope Name/Code Line Item Line Item Name Activity Quantity
BUS - ROLLING BUY 35-FT BUS FOR BUY EXPANSION -
STOCK (111-00) 11.13.02 EXPANSION CAPITAL BUS 2
Extended Budget Description
The useful life of the new buses in 12 years and 500,000 miles. Buses meet the clean air act
requirements and are eligible for 85/15 capital reimbursement rate,
Will 3rd Party contractors be used to fulfill this activity line item?
Yes, 3rd Party Contractors will be used for this line item.
Propulsion Fuel Type Vehicle Condition Vehicle Size (ft.)
N/A Electric Propulsion New 35'
Funding Source Section of Statute CFDA Number Amount
5339—Low or No Emission Grants Competitive 5339-2 20526 $2,346,100
Local $0
Local/In-Kind $0
State $0
State/In-Kind $0
Other Federal $0
Transportation Development Credit $351,915
Adjustment $0
Total Eligible Cost $2,346,100
Milestone Name Est. Completion Description
Date
RFP/IFB Issue Date 12/17/2024
Contract Award Date 2/24/2025
Contract Completion 9/30/2026
Date
Final Delivery Date 12/27/2026
Budget Activity Line Item: 11.12.02 - BUY REPLACEMENT 35-FT BUS
Scope Name/Code Line Item Line Item Name Activity Quantity
BUS - ROLLING BUY REPLACEMENT BUY REPLACEMENTS -
STOCK (111-00) 11.12.02 35-FT BUS CAPITAL BUS 2
Extended Budget Description
The two old Orion buses leased from New Orleans are over 300,000 miles and have exceeded their
useful life in terms of years. In addition, the buses have extensive maintenance costs due to the
manufacturer going out of business and related lack of product support. PAT continues to incur
increased staff and maintenance expenses in maintaining these vehicles for daily operation. Due to the
dependency of the services provided by PAT to residents in the Port Arthur area, it is critical for the city
to have reliable buses that can meet the community's needs. These two Orion buses were
manufactured in 2008 and have exceeded their useful life in terms of years. Their current condition is
operable but are rated poor condition due to the need for frequent major repairs. PAT will still conform to
the FTA standard spare ratio requirements by disposing of older vehicles as they are replaced with new
ones. The replacement of the diesel buses with BEBs is consistent with PATs transit asset management
plan.
The replacement and expansion vehicles will be identical. The difference being seen in cost relates to
the different funding sources and period of purchase. However, the per unit cost are the same.
Buses 35' (Replacement) Buses meet the clean air act requirements and are eligible for 85/15 capital
reimbursement rate.
OLD BUSES
Two old buses are Bus# 145 and 164
Mfr. Model-Orion
Vin Number-1VH FF3G2486704037/ 1VHFF3G2886704090
Vehicle Length -35 Ft.
Lifetime Miles-306,292/295,766
Use Life of the old Buses being replaced are 12 years or 500,000 miles.
NEW BUSES
The useful life of the new buses is 12 years or at least 500,000 miles.
The two buses purchased as a part of this project will replace the remaining Orion buses.
Will 3rd Party contractors be used to fulfill this activity line item?
Yes, 3rd Party Contractors will be used for this line item.
Propulsion Fuel Type Vehicle Condition Vehicle Size (ft.)
N/A Electric Propulsion New 35FT
Funding Source Section of Statute CFDA Number Amount
5339—Low or No Emission Grants Competitive 5339-2 20526 $750,600
Local $0
Local/In-Kind $0
State $0
State/In-Kind $0
Other Federal $0
Transportation Development Credit $112,590
Adjustment $0
Total Eligible Cost $750,600
Milestone Name Est. Completion Description
Date
RFP/IFB Issue Date 12/17/2024
Contract Award 3/25/2025
Final Delivery Date 9/30/2026
Contract Completion 12/21/2026
Date
Budget Activity Line Item: 11.53.20 -CONSTRUCT MISC ELEC/POWER EQUIP
Scope Name/Code Line Line Item Name Activity Quantity
Item#
ELECTRIFICATION/POWER DIST 11.53.20 CONSTRUCT MISC CONSTRUCTION 0
(BUS) (115-00) ELEC/POWER EQUIP
Extended Budget Description
Construction Managers of Southeast Texas, LLC (CMOST) is a construction management firm that has
recently completed construction of PAT's new 11,842 square foot service building that is equipped with
three (3) new service bays and charging infrastructure to support charging of the ten (10) BEBs that
PAT currently operates. Once the design has been completed, Construction Managers of Southeast
Texas (CMOST)will be responsible for obtaining the necessary construction permits and installation of
the charging infrastructure at the depot and the on-route charging facility. @ 90/10 TDC Match.
The maximum Federal share for the cost of acquiring, installing, or constructing vehicle-related
equipment or facilities (including clean fuel or alternative fuel vehicle-related equipment or facilities)for
purposes of complying with or maintaining compliance with the CAA is 90 percent. The site is on an
existing transit property where other activities occur.
Will 3rd Party contractors be used to fulfill this activity line item?
Yes, 3rd Party Contractors will be used for this line item.
Funding Source Section of Statute CFDA Number Amount
5339—Low or No Emission Grants Competitive 5339-2 20526 $440,000
Local $0
Local/In-Kind $0
State $0
State/In-Kind $0
Other Federal $0
Transportation Development Credit $44,000
Adjustment $0
Total Eligible Cost $440,000
Milestone Name Est. Completion Description
Date
Start Date 12/17/2024 Construction Managers of Southeast Texas, LLC
CMOST) , a construction management firm to start.
End Date 9/30/2026
Budget Activity Line Item: 11.51.20 -ENG/DESIGN MISC ELEC/POWER EQUIP
Scope Name/Code Line Line Item Name Activity Quantity
Item#
ELECTRIFICATION/POWER DIST ENG/DESIGN MISC ENGINEERING &
(BUS) (115 00) 11.51.20 ELEC/POWER 0
DESIGN
EQUIP
Extended Budget Description
The Solco Group (TSG)will prepare the charging infrastructure design for the depot and the on-route
charging facility. These are en route charging solutions that are tailored and scalable to stay ahead of a
changing e-bus landscape e-mobility landscape. It helps to create a sustainable e fleet system where a
seamless charging experience is the standard for every electric vehicle, transforming the proposed PAT
e-FLEET system.
The maximum Federal share for the cost of acquiring, installing, or constructing vehicle-related
equipment or facilities (including clean fuel or alternative fuel vehicle-related equipment or facilities)for
purposes of complying with or maintaining compliance with the CAA is 90 percent.
Will 3rd Party contractors be used to fulfill this activity line item?
Yes, 3rd Party Contractors will be used for this line item.
Funding Source Section of Statute CFDA Number Amount
5339—Low or No Emission Grants Competitive 5339-2 20526 $80,000
Local $0
Local/In-Kind $0
State $0
State/In-Kind $0
Other Federal $0
Transportation Development Credit $8,000
Adjustment $0
Total Eligible Cost $80,000
Milestone Name Est. Completion Description
Date
The Solco Group (TSG)to start to prepare the
Start Date 12/17/2024 charging infrastructure design for the depot and the
on-route charging facility
End Date 9/30/2026
Budget Activity Line Item: 11.52.20 -PURCHASE MISC ELEC/POWER EQUIP
Scope Name/Code Line Item Line Item Name Activity Quantity
ELECTRIFICATION/POWER DIST 11.52.20 PURCHASE MISC ELEC/ AQUISITION 0
(BUS) (115-00) POWER EQUIP
Extended Budget Description
Charging infrastructure at the depot and the on-route charging facility. @ 90/10 TDC Match. These are
both the facility and en route charging solutions that are tailored and scalable to stay ahead of a
changing e-bus landscape e-mobility landscape. It helps to create a sustainable e fleet system where a
seamless charging experience is the standard for every electric vehicle, transforming the proposed PAT
e-FLEET system.
The maximum Federal share for the cost of acquiring, installing, or constructing vehicle-related
equipment or facilities (including clean fuel or alternative fuel vehicle-related equipment or facilities)for
purposes of complying with or and maintenance and compliance with the CAA is 90 percent.
Useful life of electric charging equipment is 5 to 10 years and is depended on level of charging. Factors
that can affect the useful life are wear and tea, power quality
Will 3rd Party contractors be used to fulfill this activity line item?
Yes, 3rd Party Contractors will be used for this line item.
Funding Source Section of Statute CFDA Number Amount
5339—Low or No Emission Grants Competitive 5339-2 20526 $910,000
Local $0
Local/In-Kind $0
State $0
State/In-Kind $0
Other Federal $0
Transportation Development Credit $91,000
Adjustment $0
Total Eligible Cost $910,000
Milestone Name Est. Completion Description
Date
RFP 12/17/2024 Request for Proposals
Contract Award Date 2/24/2025 Contract Award Date
Contract Completion 9/30/2026 Contract Completion Date
Date
End Date 12/27/2026 Final Delivery Date
Project Environmental Findings
Finding: Class II(c) -Categorical Exclusions (C-List)
Class Level Description
Class II(c)consists of projects that do not have a significant environmental impact on the human or
natural environment and are therefore categorically excluded from the requirement to prepare an
environmental assessment or an environmental impact statement. FTA requires a sufficient project
description to support a CE determination. The project may require additional documentation to
comply with other environmental laws.
Categorical Exclusion Description
Type 07: Acquisition, installation, rehabilitation, replacement, and maintenance of vehicles or
equipment, within or accommodated by existing facilities, that does not result in a change in functional
use of the facilities, such as: equipment to be located within existing facilities and with no substantial
off-site impacts; and vehicles, including buses, rail cars, trolley cars, ferry boats and people movers
that can be accommodated by existing facilities or by new facilities that qualify for a categorical
exclusion.
Date Description Date
Class Ilc CE Approved 12/5/2024
Line Item FTA Total
Scope Name/Code Number Line Item Name Quantity Amount Eligible
Cost
PURCHASE
ELECTRIFICATION/POWER 11.52.20 MISC ELEC/ 0 $910,000.00 $910,000.00
DIST(BUS)(115-00) POWER EQUIP
Finding: Class II(c) -Categorical Exclusions (C-List)
Class Level Description
Class II(c)consists of projects that do not have a significant environmental impact on the human or
natural environment and are therefore categorically excluded from the requirement to prepare an
environmental assessment or an environmental impact statement. FTA requires a sufficient project
description to support a CE determination. The project may require additional documentation to
comply with other environmental laws.
Categorical Exclusion Description
Type 04: Planning and administrative activities which do not involve or lead directly to construction,
such as: training, technical assistance and research; promulgation of rules, regulations, directives, or
program guidance; approval of project concepts; engineering; and operating assistance to transit
authorities to continue existing service or increase service to meet routine demand.
Date Description Date
Class Iic CE Approved 12/5/2024
Line Item Line Item FTA Total
Scope Name/Code Number Name Quantity Amount Eligible
Cost
ENG/DESIGN
ELECTRIFICATION/POWER 11.51.20 MISC ELEC/ 0 $80,000.00 $80,000.00
DIST (BUS) (115-00) POWER
EQUIP
Finding: Class II(c) -Categorical Exclusions (C-List)
Class Level Description
Class II(c)consists of projects that do not have a significant environmental impact on the human or
natural environment and are therefore categorically excluded from the requirement to prepare an
environmental assessment or an environmental impact statement. FTA requires a sufficient project
description to support a CE determination. The project may require additional documentation to
comply with other environmental laws.
Categorical Exclusion Description
Type 09: Assembly or construction of facilities that is consistent with existing land use and zoning
requirements (including floodplain regulations) and uses primarily land disturbed for transportation
use, such as: buildings and associated structures; bus transfer stations or intermodal centers;
busways and streetcar lines or other transit investments within areas of the right-of-way occupied by
the physical footprint of the existing facility or otherwise maintained or used for transportation
operations; and parking facilities.
Date Description Date
Class Ilc CE Approved 12/5/2024
Line Item FTA Total
Scope Name/Code Number Line Item Name Quantity Amount Eligible
Cost
CONSTRUCT
ELECTRIFICATION/POWER 11.53.20 MISC ELEC/ 0 $440,000.00 $440,000.00
DIST (BUS) (115-00) POWER EQUIP
Finding: Class II(c) -Categorical Exclusions (C-List)
Class Level Description
Class II(c)consists of projects that do not have a significant environmental impact on the human or
natural environment and are therefore categorically excluded from the requirement to prepare an
environmental assessment or an environmental impact statement. FTA requires a sufficient project
description to support a CE determination. The project may require additional documentation to
comply with other environmental laws.
Categorical Exclusion Description
Type 07: Acquisition, installation, rehabilitation, replacement, and maintenance of vehicles or
equipment, within or accommodated by existing facilities, that does not result in a change in functional
use of the facilities, such as: equipment to be located within existing facilities and with no substantial
off-site impacts; and vehicles, including buses, rail cars, trolley cars, ferry boats and people movers
that can be accommodated by existing facilities or by new facilities that qualify for a categorical
exclusion.
Date Description Date
Class Ilc CE Approved 12/5/2024
Scope Name/ Line Item Line Item Name Quantity FTA Total Eligible
Code Number Amount Cost
BUS- ROLLING 11.12.02 BUY REPLACEMENT 2 $750,600.00 $750,600.00
STOCK(111-00) 35-FT BUS
Finding: Class II(c) -Categorical Exclusions (C-List)
Class Level Description
Class II(c)consists of projects that do not have a significant environmental impact on the human or
natural environment and are therefore categorically excluded from the requirement to prepare an
environmental assessment or an environmental impact statement. FTA requires a sufficient project
description to support a CE determination. The project may require additional documentation to
comply with other environmental laws.
Categorical Exclusion Description
Type 07: Acquisition, installation, rehabilitation, replacement, and maintenance of vehicles or
equipment, within or accommodated by existing facilities, that does not result in a change in functional
use of the facilities, such as: equipment to be located within existing facilities and with no substantial
off-site impacts; and vehicles, including buses, rail cars, trolley cars, ferry boats and people movers
that can be accommodated by existing facilities or by new facilities that qualify for a categorical
exclusion.
Date Description Date
Class Ilc CE Approved 12/5/2024
Scope Name/ Line Item Total Eligible
Code Number Line Item Name Quantity FTA Amount Cost
BUS- ROLLING BUY 35-FT BUS FOR
STOCK(111-00) 11.13.02 EXPANSION 2 $2,346,100.00 $2,346,100.00
(ELECTRIC)
Finding: Class II(c) -Categorical Exclusions (C-List)
Class Level Description
Class II(c)consists of projects that do not have a significant environmental impact on the human or
natural environment and are therefore categorically excluded from the requirement to prepare an
environmental assessment or an environmental impact statement. FTA requires a sufficient project
description to support a CE determination. The project may require additional documentation to
comply with other environmental laws.
Categorical Exclusion Description
Type 04: Planning and administrative activities which do not involve or lead directly to construction,
such as: training, technical assistance and research; promulgation of rules, regulations, directives, or
program guidance; approval of project concepts; engineering; and operating assistance to transit
authorities to continue existing service or increase service to meet routine demand.
Date Description Date
Class Ilc CE Approved 12/5/2024
Scope Name/ Line Item Line Item Name Quantity FTA Total Eligible
Code Number Amount Cost
OTHER OTHER 3RD
CAPITAL ITEMS 11.71.11 PARTYCONTRACTUAL 0 $220,000.00 $220,000.00
(BUS) (117-00) SERVICES
Finding: Class II(c) -Categorical Exclusions (C-List)
Class Level Description
Class II(c)consists of projects that do not have a significant environmental impact on the human or
natural environment and are therefore categorically excluded from the requirement to prepare an
environmental assessment or an environmental impact statement. FTA requires a sufficient project
description to support a CE determination. The project may require additional documentation to
comply with other environmental laws.
Categorical Exclusion Description
Type 04: Planning and administrative activities which do not involve or lead directly to construction,
such as: training, technical assistance and research; promulgation of rules, regulations, directives, or
program guidance; approval of project concepts; engineering; and operating assistance to transit
authorities to continue existing service or increase service to meet routine demand.
Date Description Date
Class Ilc CE Approved 12/5/2024
Scope Name/Code Line Item Line Item Name Quantity FTA Total Eligible
Number Amount Cost
OTHER CAPITAL EMPLOYEE
ITEMS (BUS) (117- 11.7D.02 EDUCATION/ 0 $255,000.00 $255,000.00
00) TRAINING
Part 4: Fleet Details
Fleet Type: Other
Fleet Comments
PAT utilizes vehicles to transport staff to various locations for his/her run.
Current Value
I. Active Fleet
A. Peak Requirement 3
B. Spares 2
C. Total (A+B) 5
D. Spare Ratio (B/A) 66.67%
II. Inactive Fleet
A. Other 0
B. Pending Disposal 0
C. Total (A+B) 0
III. Total (I.0 and II.C) 5
Fleet Type: Fixed Route
Fleet Comments
PAT has 7 Orion buses that have less than a year of useful-life remaining and 2 Ford 2018 StarCraft
vehicles.
Current Value
I. Active Fleet
A. Peak Requirement 6
B. Spares 2
C. Total (A+B) 8
D. Spare Ratio (B/A) 33.33%
II. Inactive Fleet
A. Other 0
B. Pending Disposal 3
C. Total (A+B) 3
Ill. Total (I.0 and II.C) 11
Fleet Type: Paratransit
Fleet Comments
PAT has 8 Champion vehicles in its paratransit fleet. And one inactive champion that will be auctioned in
the future.
Current Value
I. Active Fleet
A. Peak Requirement 5
B. Spares 3
C. Total (A+B) 8
D. Spare Ratio (B/A) 60%
II. Inactive Fleet
A. Other 0
B. Pending Disposal 1
C.Total (A+B) 1
III. Total (I.0 and II.C) 9
Part 5: FTA Review Comments
Application Review Comments
Comment By Zille Khan
Comment Project Overview
Type
Date 2/28/2024
Project Title Low or No Emission Electric Bus Procurement
Project TX-2025-004-01-00
Number
Activity Type: Rolling Stock (Buy)—Suggested Technical Guidance
• Recipient must not acquire telecommunications and video surveillance equipment for
rolling stock from: Huawei Technologies Company; ZTE Corporation; Hytera
Communications Corporation; Hangzhou Hikvision Digital Technology Company; or
Dahua Technology Company. This prohibition includes rolling stock telecommunications
and video surveillance equipment, commercial items and micro-purchases in
accordance with Section 889 of the 2019 National Defense Authorization Act.
• Recipients must not procure rolling stock from certain transit vehicle manufacturers.
Refer to 49 U.S.C. Section 5323(u)of federal public transportation law, which limits the
use of FTA funds, and in some circumstances local funds, to procure rolling stock from
certain transit vehicle manufacturers. Refer to https://www.transit.dot.gov/funding/
procurement/frequently-asked-questions-regarding-section-7613-national-defense for
additional guidance.
•49 CFR Part 26.49(a) states 'If you are an FTA recipient, you must require in your
DBE program that each transit vehicle manufacturer, as a condition of being authorized
to bid or propose on FTA-assisted transit vehicle procurements, certify that it has
complied with the requirements of this section.' FTA's current list of eligible TVMs can
Comment be found at https://www.transit.dot.gov/regulations-and-guidance/civil-rights-ada/eligible-
transit-veh icle-manufacturers.
•49 CFR Part 26.49(a)(4)states'FTA recipients are required to submit within 30 days
of making an award, the name of the successful bidder, and the total dollar value of the
contract in the manner prescribed in the grant agreement.'The Transit Vehicle Award
Reporting Forms can be found on FTA's website at https://www.surveymonkey.com/r/
vehicleawardreportsurvey. Please take a screenshot of the completed report before
submission and retain locally to demonstrate compliance with this requirement during
oversight activities such as Triennial Review and/or State Management Reviews.
• Recipient must comply with the statutory requirements in FTA Circular 4220.1 F, 3rd
Party Contracting Guidance, as they apply to acquiring rolling stock including 49 CFR
Part 661, Buy America Requirements, 49 CFR 663, Pre-Award and Post-Delivery
Audits, accessibility, minimum service life, spare ratios, air pollution and fuel economy,
bus testing, in-state dealers, basis for contract award and five-year limitation.
• Recipient must comply with the Recipient's procurement policies and procedures as
they apply to FTA-funded projects.
•The information provided above is intended as technical assistance and applies only to
the project as described. Should the project scope change or new information on the
project be provided, FTA may require a re-evaluation of the project information as it
relates to federal compliance and require additional information. This confirmation is not
an express or implied promise of project compliance with federal requirements.
Activity Type: Construction—Suggested Technical Guidance
• Recipient must not acquire telecommunications and video surveillance equipment
from: Huawei Technologies Company; ZTE Corporation; Hytera Communications
Corporation; Hangzhou Hikvision Digital Technology Company; or Dahua Technology
Company. This prohibition includes rolling stock telecommunications and video
surveillance equipment, commercial items and micro-purchases in accordance with
Section 889 of the 2019 National Defense Authorization Act.
• If property acquisition is required, recipient must consult with FTA.
•ADA improvements must be within 2,640 feet of bus shelters, if applicable.
• Recipient must comply with the statutory requirements in FTA Circular 4220.1 F, Third
Party Contracting Guidance, as they apply to construction contracts including 49 CFR
Part 661, Buy America Requirements, 49 U.S.C. Section 5333(a), Davis-Bacon Act,
prevailing wage protections), as they apply to laborers and mechanics employed on
FTA assisted projects, Americans with Disabilities Act, and Disadvantaged Business
Enterprise Program.
• In addition to FTAs Buy America requirements that require the steel, iron, and
manufactured goods used in an FTA-funded project are produced in the United States
49 U.S.C. 5323(j)(1)), the Build America, Buy America Act(BABA) (Public Law 117-58,
div. G 70914(a)) now requires that construction materials used in infrastructure projects
are also produced in the United States. Refer to terms and conditions in FTAs Master
Agreement Section 15. The BABA requirement applies to this grant, in addition to the
Buy America requirements, except to the extent a waiver of either requirements may
apply.
• Recipient must comply with the Recipient's procurement policies and procedures as
they apply to FTA-funded projects.
• Recipient is encouraged to use the FTA Construction Project Management Handbook,
February 2016, https://www.transit.dot.gov/sites/fta.dot.gov/files/docs/FTA_
Construction_Project_Management_Handbook_2016.pdf, Webinar: Applying the
Construction Project Management Handbook, https://connectdot.connectsolutions.com/
p1v15vi6agp/, the FTA Project and Construction Management Guidelines, March 2016,
https://www.transit.dot.gov/sites/fta.dot.gov/files/docs/FTA_Project_and_Construction_
Mgmt_Guidelines_2016.pdf, and FTA Quality Management System Guidelines, October
2019, https://www.transit.dot.gov/sites/fta.dot.gov/files/docs/funding/grant-programs/
capital-investments/8536/final-qms-guidelines-2019_1.pdf.
•The information provided above is intended as technical assistance and applies only to
the project as described. Should the project scope change or new information on the
project be provided, FTA may require a re-evaluation of the project information as it
relates to federal compliance and require additional information. This confirmation is not
an express or implied promise of project compliance with federal requirements.
Comment By Zille Khan
Comment Project Overview
Type
Date 3/27/2024
Project Title Low or No Emission Electric Bus Procurement
Project TX-2025-004-01-00
Number
Activity Type: Rolling Stock (Buy)—Suggested Technical Guidance
• Recipient must not acquire telecommunications and video surveillance equipment for
rolling stock from: Huawei Technologies Company; ZTE Corporation; Hytera
Communications Corporation; Hangzhou Hikvision Digital Technology Company; or
Dahua Technology Company. This prohibition includes rolling stock telecommunications
and video surveillance equipment, commercial items and micro-purchases in
accordance with Section 889 of the 2019 National Defense Authorization Act.
• Recipients must not procure rolling stock from certain transit vehicle manufacturers.
Refer to 49 U.S.C. Section 5323(u)of federal public transportation law, which limits the
use of FTA funds, and in some circumstances local funds, to procure rolling stock from
certain transit vehicle manufacturers. Refer to https://www.transit.dot.gov/funding/
procurement/frequently-asked-questions-regarding-section-7613-national-defense for
additional guidance.
•49 CFR Part 26.49(a) states 'If you are an FTA recipient, you must require in your
DBE program that each transit vehicle manufacturer, as a condition of being authorized
to bid or propose on FTA-assisted transit vehicle procurements, certify that it has
complied with the requirements of this section.' FTA's current list of eligible TVMs can
be found at https://www.transit.dot.gov/regulations-and-guidance/civil-rights-ada/eligible-
transit-veh icle-manufacturers.
•49 CFR Part 26.49(a)(4) states 'FTA recipients are required to submit within 30 days
of making an award, the name of the successful bidder, and the total dollar value of the
contract in the manner prescribed in the grant agreement.'The Transit Vehicle Award
Reporting Forms can be found on FTA's website at https://www.surveymonkey.com/r/
Comment vehicleawardreportsurvey. Please take a screenshot of the completed report before
submission and retain locally to demonstrate compliance with this requirement during
oversight activities such as Triennial Review and/or State Management Reviews.
• Recipient must comply with the statutory requirements in FTA Circular 4220.1 F, 3rd
Party Contracting Guidance, as they apply to acquiring rolling stock including 49 CFR
Part 661, Buy America Requirements, 49 CFR 663, Pre-Award and Post-Delivery
Audits, accessibility, minimum service life, spare ratios, air pollution and fuel economy,
bus testing, in-state dealers, basis for contract award and five-year limitation.
• Recipient must comply with the Recipient's procurement policies and procedures as
they apply to FTA-funded projects.
•The information provided above is intended as technical assistance and applies only to
the project as described. Should the project scope change or new information on the
project be provided, FTA may require a re-evaluation of the project information as it
relates to federal compliance and require additional information. This confirmation is not
an express or implied promise of project compliance with federal requirements.
Activity Type: Engineering & Design—Suggested Technical Guidance
• Recipient must comply with the statutory requirements in FTA Circular 4220.1 F, Third
Party Contracting Guidance, as they apply to A&E procurements and contracts.
•The information provided above is intended as technical assistance and applies only to
the project as described. Should the project scope change or new information on the
project be provided, FTA may require a re-evaluation of the project information as it
relates to federal compliance and require additional information. This confirmation is not
an express or implied promise of project compliance with federal requirements.
Application Review Comments
Comment By Kwasi Bosompem
Comment Pre-Award Manager Returns Application
Type
Date 3/22/2024
Comment Recipient to change the Scope for Project Administration and do the environmental
determination for each scope then retransmit the application...
Comment By Kwasi Bosompem
Comment Pre-Award Manager Returns Application
Type
Date 11/6/2024
Comment
Comment By Kwasi Bosompem
Comment Pre-Award Manager Returns Application
Type
Date 12/3/2024
Application Executive Summary: Under Other sources of funding include the following,
fill in the Grant ID in Other Federal Grant(Grant ID).
ALI 11.7D.02- EMPLOYEE EDUCATION/TRAINING is listed under the wrong Scope
Comment Code. It is listed under OTHER PROGRAM COSTS (600-00), but it should be listed
under OTHER CAPITAL ITEMS (BUS) (117-00). I should have caught this when I
commented on the 600-00 Scope Code in the reservation. I believe the application will
need to go back to the recipient for correction.
Comment By Kwasi Bosompem
Comment Pre-Award Manager Returns Application
Type
Date 12/16/2024
Comment Changes to be made to delete additional funding, check match ratio and environmental
determinations
Comment By Kwasi Bosompem
Comment Pre-Award Manager Returns Application
Type
Date 12/20/2024
Comment
Part 6: Agreement
UNITED STATES OF AMERICA
DEPARTMENT OF TRANSPORTATION
FEDERAL TRANSIT ADMINISTRATION
GRANT AGREEMENT
(FTA G-31)
On the date the authorized U.S. Department of Transportation, Federal Transit Administration (FTA)
official signs this Grant Agreement, FTA has obligated and awarded federal assistance as provided
below. Upon execution of this Grant Agreement by the Recipient named below, the Recipient affirms this
FTA Award, enters into this Grant Agreement with FTA, and binds its compliance with the terms of this
Grant Agreement.
The following documents are incorporated by reference and made part of this Grant Agreement:
(1) "Federal Transit Administration Master Agreement," FTA MA(31), http://www.transit.dot.gov,
(2)The Certifications and Assurances applicable to the FTA Award that the Recipient has selected and
provided to FTA, and
(3)Any Award notification containing special conditions or requirements, if issued.
WHEN THE TERM "FTA AWARD" OR "AWARD" IS USED, EITHER IN THIS GRANT AGREEMENT OR
THE APPLICABLE MASTER AGREEMENT, "AWARD"ALSO INCLUDES ALL TERMS AND
CONDITIONS SET FORTH IN THIS GRANT AGREEMENT.
FTA OR THE FEDERAL GOVERNMENT MAY WITHDRAW ITS OBLIGATION TO PROVIDE FEDERAL
ASSISTANCE IF THE RECIPIENT DOES NOT EXECUTE THIS GRANT AGREEMENT WITHIN 90
DAYS FOLLOWING FTA's AWARD DATE SET FORTH HEREIN.
FTA AWARD
Federal Transit Administration (FTA) hereby awards a Federal Grant as follows:
Recipient Information
Recipient Name: CITY OF PORT ARTHUR
Recipient ID: 1553
UEI: EMVNEFYW2KN4
DUNS: 137134909
Award Information
Federal Award Identification Number: TX-2025-004-00
Award Name: FY23 FTA Section 5339c (Discretionary)Low- and No-Emission Buses Grant Award -
(D2023LWN0075) Port Arthur Transit-Bus Replacement Program
Award Start Date: 12/31/2024
Original Award End Date: 9/30/2027
Current Award End Date: 9/30/2027
Award Executive Summary: On January 27, 2023, FTA published a joint Notice of Funding Opportunity
(NOFO) (88 FR 5400), which is uploaded in TrAMS, announcing the availability of FY 2023 Buses and
Bus Facilities Program funds and Low-No funds. Port Arthur Transit/City of Port Arthur(PAT) under a
project ID (D2023LWNO075)was awarded
$5,001,700)for the purchase battery electric buses, chargers, and associated infrastructure. Project
Selection is uploaded in TrAMS.
The award and program description of this NOFO and the availability of FY 2023 funding for both the
Low-No and the Buses and Bus Facilities Programs. Federal public transportation law(49 U.S.C. 5339(c))
that authorizes FTA to award grants for low or no emission bus projects through a competitive process, as
described in the Federal Register notice is attached in the Application documents.
The City of Port Arthur Transit(PAT)is submitting this application for this FY2023 Buses and Bus
Facilities Program and Low-5339c Low or No Emission Vehicle Bus Apportionment in the amount of
$5,001,700. The funding includes Transportation Development Credits of$702,505 (supporting
documentation is uploaded in TrAMS). The funding of this award will be supplemented by$1,100,000 in
FY 20 Section 5307 funding in a Separate application.
The scope of work includes a proposal to deploy the following.
1-Buy Two (2) Replacement 36-FT Zero-Emission electric buses,
2-Buy Two (2)36-FT Zero-Emission electric buses(Expansion)
3-Electrification/Power Dist.(Bus), Eng/Design Misc. Power Equip
4 Electrification/ Power Dist.(Bus), Equipment(Acquisition)
5 Electrification/ Power Dist.(Bus) (Construction)
6- Employee Education Training
7-Project Administration
By replacing two aging fleet vehicles with battery electric buses (BEBs)to supplement the BEBs that PAT
is currently operating, PAT will improve route efficiency and air quality, and will offer mostly electrical
service on all fixed routes, with the exception of occasional operations of diesel cutaway vehicles. This
deployment will also allow PAT to expand fixed-route service with the two additional buses servicing a
new route in mid-county, north of SR73.
The Project supports the economic vitality of the region by increasing the efficiency of service provided.
and will also result in the training of mechanics and technicians to work on electric propulsion systems.
Employees will be trained to work on electric vehicles. Electric Buses have fewer moving parts and are
expected to save in maintenance costs and reliability improvements will be more pronounced as the
vehicles that are being replaced have had especially fraught maintenance issues.
Research and Development: This award does not include research and development activities.
Indirect Costs: This award does not include an indirect cost rate.
Suballocation Funds: Recipient organization is directly allocated these funds and is eligible to apply for
and receive these funds directly.
Pre-Award Authority: This award is using Pre-Award Authority.
Award Budget
Total Award Budget: $5,001,700.00
Amount of Federal Assistance Obligated for This FTA Action (in U.S. Dollars): $5,001,700.00
Amount of Non-Federal Funds Committed to This FTA Action (in U.S. Dollars): $0.00
Total FTA Amount Awarded and Obligated (in U.S. Dollars): $5,001,700.00
Total Non-Federal Funds Committed to the Overall Award (in U.S. Dollars): $0.00
Award Budget Control Totals
(The Budget includes the individual Project Budgets (Scopes and Activity Line Items) or as attached)
Funding Source Section of Statute CFDA Number Amount
5339 — Low or No Emission Grants Competitive 5339-2 20526 $5,001,700
Local $0
Local/In-Kind $0
State $0
State/In-Kind $0
Other Federal $0
Transportation Development Credit $702,505
Adjustment $0
Total Eligible Cost $5,001,700
(The Transportation Development Credits are not added to the amount of the Total Award Budget.)
U.S. Department of Labor Certification of Public Transportation Employee Protective
Arrangements:
DOL Decision: DOL Concurs -Certified
DOL Review Date: 12/20/2024
DOL Certification Date: 12/2/2024
Special Conditions
There are no special conditions.
FINDINGS AND DETERMINATIONS
By signing this Award on behalf of FTA, I am making all the determinations and findings required by
federal law and regulations before this Award may be made.
FTA AWARD OF THE GRANT AGREEMENT
Awarded By:
Donald Koski
Deputy Regional Administrator
FEDERAL TRANSIT ADMINISTRATION
U.S. DEPARTMENT OF TRANSPORTATION
Contact Info: donald.koski@dot.gov
Award Date: 12/31/2024
EXECUTION OF THE GRANT AGREEMENT
Upon full execution of this Grant Agreement by the Recipient, the Effective Date will be the date FTA or
the Federal Government awarded Federal assistance for this Grant Agreement.
By executing this Grant Agreement, the Recipient intends to enter into a legally binding agreement in
which the Recipient:
(1) Affirms this FTA Award,
(2) Adopts and ratifies all of the following information it has submitted to FTA:
(a) Statements,
(b) Representations,
(c) Warranties,
(d) Covenants, and
(e) Materials,
(3) Consents to comply with the requirements of this FTA Award, and
(4) Agrees to all terms and conditions set forth in this Grant Agreement.
Executed By:
Ivan Mitchell
Transit Manager
CITY OF PORT ARTHUR
12/31/2024
EXHIBIT "B"
DocuSign Envelope ID:557B3DF9-ED33-4CD8-93A9-C3F14EF3540A
*.
`Texas Department of Transportation
125 EAST 11TH STREET,AUSTIN,TEXAS 78701-2483 1512.463.8588 I WWW.TXDOT.GOV
April 10, 2023
Ivan Mitchell
Transit Director
City of Port Arthur - Port Arthur Transit
344 Procter Street
Port Arthur, Texas 77640
Dear Mr. Mitchell:
The Public Transportation Program managed by the Public Transportation Division (PTN) of Texas
Department of Transportation (TxDOT) was allocated 15,000,000 Transportation Development
Credits(TDC)for distribution to eligible projects by the Texas Transportation Commission
(commission) in Minute Order 116292 for state fiscal year 2023.
PTN has reviewed the City of Port Arthur's projects to be submitted for the fiscal year(FY) 2023
federal Section 5339(c) Low or No Emission Vehicle Program funding opportunity for the Port Arthur
Urbanized area and finds that the project is eligible for TDC. If funds are awarded, PTN will take
necessary actions to award an amount of up to 702,505 TDC for use as match.
PTN has considered the potential of the projects to expand the availability of funding for public
transportation projects and finds that the project meets the established goals set forth in Title 43,
Texas Administrative Code, §5.102 to support public transit and maximize the use of available
federal funds, particularly in situations in which federal funds otherwise would be unused because of
the inability to provide the non-federal share.
If you have any questions or require additional information, please contact Justin Lawson at 512-
884-8051.
Sincerely,
p-DocuSigned by:
f Vt, a t,A.SOtn,
L—0570C 3 E9C2480
G ...
Eric L. leason
Director, Public Transportation Division
CC: Donna Roberts, Program Services Section Director,TxDOT
Linda Hernandez, Program Manager Lead,TxDOT
Justin Lawson, Program Manager,TxDOT
But Mabil, Public Transportation Coordinator, TxDOT
OUR VALUES: People •Accountability• Trust•Honesty
OUR MISSION: Connecting You With Texas
An Equal Opportunity Employer
EXHIBIT "C"
DOT FTA
U.S. Department of Transportation Federal Transit Administration
Award
Part 6: Agreement
UNITED STATES OF AMERICA
DEPARTMENT OF TRANSPORTATION
FEDERAL TRANSIT ADMINISTRATION
GRANT AGREEMENT
(FTA G-31)
On the date the authorized U.S. Department of Transportation, Federal Transit Administration (FTA)
official signs this Grant Agreement, FTA has obligated and awarded federal assistance as provided
below. Upon execution of this Grant Agreement by the Recipient named below, the Recipient affirms this
FTA Award, enters into this Grant Agreement with FTA, and binds its compliance with the terms of this
Grant Agreement.
The following documents are incorporated by reference and made part of this Grant Agreement:
(1) "Federal Transit Administration Master Agreement," FTA MA(31), http://www.transit.dot.gov,
(2) The Certifications and Assurances applicable to the FTA Award that the Recipient has selected and
provided to FTA, and
(3) Any Award notification containing special conditions or requirements, if issued.
WHEN THE TERM "FTA AWARD" OR "AWARD" IS USED, EITHER IN THIS GRANT AGREEMENT OR
THE APPLICABLE MASTER AGREEMENT, "AWARD" ALSO INCLUDES ALL TERMS AND
CONDITIONS SET FORTH IN THIS GRANT AGREEMENT.
FTA OR THE FEDERAL GOVERNMENT MAY WITHDRAW ITS OBLIGATION TO PROVIDE FEDERAL
ASSISTANCE IF THE RECIPIENT DOES NOT EXECUTE THIS GRANT AGREEMENT WITHIN 90
DAYS FOLLOWING FTA's AWARD DATE SET FORTH HEREIN.
FTA AWARD
Federal Transit Administration (FTA) hereby awards a Federal Grant as follows:
Recipient Information
Recipient Name: CITY OF PORT ARTHUR
Recipient ID: 1553
UEI: EMVNEFYW2KN4
DUNS: 137134909
Award Information
Federal Award Identification Number: TX-2025-004-00
Award Name: FY23 FTA Section 5339c (Discretionary)Low- and No-Emission Buses Grant Award -
(D2023LWN0075) Port Arthur Transit-Bus Replacement Program
Award Start Date: 12/31/2024
Original Award End Date: 9/30/2027
Current Award End Date: 9/30/2027
Award Executive Summary: On January 27, 2023, FTA published a joint Notice of Funding Opportunity
(NOFO) (88 FR 5400), which is uploaded in TrAMS, announcing the availability of FY 2023 Buses and
Bus Facilities Program funds and Low-No funds. Port Arthur Transit/City of Port Arthur(PAT) under a
project ID (D2023LWNO075) was awarded
$5,001,700) for the purchase battery electric buses, chargers, and associated infrastructure. Project
Selection is uploaded in TrAMS.
The award and program description of this NOFO and the availability of FY 2023 funding for both the
Low-No and the Buses and Bus Facilities Programs. Federal public transportation law (49 U.S.C. 5339(c))
that authorizes FTA to award grants for low or no emission bus projects through a competitive process, as
described in the Federal Register notice is attached in the Application documents.
The City of Port Arthur Transit (PAT) is submitting this application for this FY2023 Buses and Bus
Facilities Program and Low- 5339c Low or No Emission Vehicle Bus Apportionment in the amount of
$5,001,700. The funding includes Transportation Development Credits of $702,505 (supporting
documentation is uploaded in TrAMS). The funding of this award will be supplemented by $1,100,000 in
FY 20 Section 5307 funding in a Separate application.
The scope of work includes a proposal to deploy the following.
1-Buy Two (2) Replacement 36-FT Zero-Emission electric buses,
2-Buy Two (2) 36-FT Zero-Emission electric buses (Expansion)
3-Electrification/ Power Dist.(Bus), Eng/Design Misc. Power Equip
4 Electrification/ Power Dist.(Bus), Equipment (Acquisition)
5 Electrification/ Power Dist.(Bus) (Construction)
6- Employee Education Training
7-Project Administration
By replacing two aging fleet vehicles with battery electric buses (BEBs)to supplement the BEBs that PAT
is currently operating, PAT will improve route efficiency and air quality, and will offer mostly electrical
service on all fixed routes, with the exception of occasional operations of diesel cutaway vehicles. This
deployment will also allow PAT to expand fixed-route service with the two additional buses servicing a
new route in mid-county, north of SR73.
The Project supports the economic vitality of the region by increasing the efficiency of service provided.
and will also result in the training of mechanics and technicians to work on electric propulsion systems.
Employees will be trained to work on electric vehicles. Electric Buses have fewer moving parts and are
expected to save in maintenance costs and reliability improvements will be more pronounced as the
vehicles that are being replaced have had especially fraught maintenance issues.
Research and Development: This award does not include research and development activities.
Indirect Costs: This award does not include an indirect cost rate.
Suballocation Funds: Recipient organization is directly allocated these funds and is eligible to apply for
and receive these funds directly.
Pre-Award Authority: This award is using Pre-Award Authority.
Award Budget
Total Award Budget: $5,001,700.00
Amount of Federal Assistance Obligated for This FTA Action (in U.S. Dollars): $5,001,700.00
Amount of Non-Federal Funds Committed to This FTA.Action (in U.S. Dollars): $0.00
Total FTA Amount Awarded and Obligated (in U.S. Dollars): $5,001,700.00
Total Non-Federal Funds Committed to the Overall Award (in U.S. Dollars): $0.00
Award Budget Control Totals
(The Budget includes the individual Project Budgets (Scopes and Activity Line Items) or as attached)
Funding Source Section of Statute CFDA Number Amount
5339 — Low or No Emission Grants Competitive 5339-2 20526 $5,001,700
Local $0
Local/In-Kind $0
State $0
State/In-Kind $0
Other Federal $0
Transportation Development Credit $702,505
Adjustment $0
Total Eligible Cost $5,001,700
(The Transportation Development Credits are not added to the amount of the Total Award Budget.)
U.S. Department of Labor Certification of Public Transportation Employee Protective
Arrangements:
DOL Decision: DOL Concurs - Certified
DOL Review Date: 12/20/2024
DOL Certification Date: 12/2/2024
Special Conditions
There are no special conditions.
FINDINGS AND DETERMINATIONS
By signing this Award on behalf of FTA, I am making all the determinations and findings required by
federal law and regulations before this Award may be made.
FTA AWARD OF THE GRANT AGREEMENT
Awarded By:
Donald Koski
Deputy Regional Administrator
FEDERAL TRANSIT ADMINISTRATION
U.S. DEPARTMENT OF TRANSPORTATION
Contact Info: donald.koski@dot.gov
Award Date: 12/31/2024
EXECUTION OF THE GRANT AGREEMENT
Upon full execution of this Grant Agreement by the Recipient, the Effective Date will be the date FTA or
the Federal Government awarded Federal assistance for this Grant Agreement.
By executing this Grant Agreement, the Recipient intends to enter into a legally binding agreement in
which the Recipient:
(1) Affirms this FTA Award,
(2) Adopts and ratifies all of the following information it has submitted to FTA:
(a) Statements,
(b) Representations,
(c) Warranties,
(d) Covenants, and
(e) Materials,
(3) Consents to comply with the requirements of this FTA Award, and
(4) Agrees to all terms and conditions set forth in this Grant Agreement.
Executed By:
Ivan Mitchell
Transit Manager
CITY OF PORT ARTHUR
12/31/2024
EXHIBIT "D"
GILLIG
August 1, 2025
Ernest Dugas
Transit Maintenance Supervisor
Port Arthur Transit
347 Fourth Street
Port Arthur TX 77640
Dear Ernest,
Thank you for your interest in purchasing(4)35' Battery Electric Low Floor Buses by utilizing the State of WA
DES Contract No.06719-01.
Attached you will find the price variance/price summary that would pertain to your order. This price includes the
escalation formula as per the recent Amendment#6 that went into effect 4/1/25.
(4)35' Battery Electric L/F Buses@$1,174,581.00 each
This price is valid for 60 days and is FOB Port Arthur TX.Prices exclude any taxes and license fees.The production
start date of this order will begin within 18—20 months from receipt of purchase order.
The current Administration has recently placed substantial tariffs on goods imported into the United States, and
there have been indications that additional or different tariffs may be imposed.Although we are actively working
with our suppliers to determine the financial impact these tariffs may ultimately have on our material and
production costs,we believe in some cases(bus configuration)it will add a significant cost to the bus price which
GILLIG is unable to absorb. As a valued partner, you have our commitment and assurance that we wilt do
everything possible to minimize the impact as we navigate this developing situation. However, contact
modifications and price adjustments will likely be necessary to offset any cost increases due to these tariffs.
We thank you for this opportunity and appreciate your interest in GILLIG and our products. We at GILLIG look
forward to building another order for the Port Arthur TX and in so doing,continuing to build our lasting partnership.
Working together, GILLIG is confident we can manage the tariff situation and continue to build and deliver the
best transit buses in the industry along with the highest level of customer satisfaction.
Should you have any questions, please do not hesitate to contact me at(510)303-0202.
Sincerely,
SAUAJ
Joe Saldana
Regional Sales Manager
451 DISCOVERY DRIVE,LIVERMORE,CA 94551 I WWW.GILLIG.COM I 510.264.5000
CONFIDENTIAL
PRICE VARIANCE
7/31/2025
PORT ARTHUR, TX(PIGGYBACK-STATE OF WASHINGTON RFP#2020 06719-01)
(4)35' LOW FLOOR PLUS ELECTRIC BUS,SN: TBD(2026 DELIVERY)
ITEM STATE OF WASHINGTON,WA PORT ARTHUR,TX VARIANCE
EXTERIOR STYLING PACKAGE LOW FLOOR PLUS LOW FLOOR PLUS -
CUMMINS EV TRACTION MOTOR,
INVERTERS&POWER INCLUDED REQUIRED -
MANAGEMENT SYSTEMS
ESS ENERGY STORAGE SYSTEM
WITH 6 BATTERY PACKS INCLUDED REQUIRED -
(588 KWH)
OVERHEAD CHARGE RAILS NOT INCLUDED NOT REQUIRED -
DEPOT PLUG-IN CHARGING PORT (1)CCS TYPE 1 CONNECTOR (1)CCS TYPE 1 CONNECTOR _
PER SAE J1772 (REAR-CURBSIDE) (REAR-CURBSIDE)
COOLANT FILTER FOR EBUS INCLUDED REQUIRED
APPLICATION
BRAKES DISC BRAKES DISC BRAKES -
AXLE HUB SEALS FRONT&REAR-GREASE SEALS FRONT&REAR-GREASE SEALS -
FRONT&REAR AXLE CENTER NOT INCLUDED REQUIRED 250.00
MTD MUD FLAP
MERITOR FRONT&REAR AXLES INCLUDED REQUIRED -
MAGNETIC AXLE DRAIN PLUGS INCLUDED REQUIRED -
ELECTRONIC STABILITY CONTROL INCLUDED REQUIRED -
AUTOMATIC TRACTION CONTROL INCLUDED REQUIRED -
HUBODOMETER NOT INCLUDED ENGLER(STEMCO)W/GUARD 292.00
WHEEL MOUNTING HUB PILOTED HUB PILOTED -
WHEELS (6)ALCOA FULL POLISHED (6)ALCOA FULL POLISHED -
DURABRIGHT NOT INCLUDED NOT REQUIRED -
TIRES CUSTOMER SUPPLIED TIRES CUSTOMER SUPPLIED TIRES -
ELECTRIC STEERING ASSIST NOT INCLUDED NOT REQUIRED -
VIP TEXTURED STEERING WHEEL NOT INCLUDED NOT REQUIRED -
ONSPOT DROP DOWN NOT INCLUDED NOT REQUIRED -
AUTOMATIC CHAINS
FUEL FILL(14 GAL TANK FOR AUX
COOLANT HEATER)(INCLUDED W/ NOT INCLUDED NOT REQUIRED
COLD WEATHER PACKAGE IF
SELECTED)
GAUGES IN ENGINE COMPT ELECTRIC ELECTRIC
PROGRAMMABLE GAUGE PROGRAMMABLE GAUGE
ELECTRIC HYDRAULIC PUMP INCLUDED REQUIRED -
SWAT SWITCH NOT INCLUDED NOT REQUIRED -
ELECTRICAL TOW CONNECTION NOT INCLUDED REQUIRED 262.00
AD-IP AIR DRYER FOR EBUS INCLUDED REQUIRED
APPLICATION
ENGINE SKID PROTECTION NOT INCLUDED REQUIRED 539.00
A-POST SKID PLATES NOT INCLUDED (2)REQUIRED 246.00
HORN SPLASH SHIELD NOT INCLUDED NOT REQUIRED -
LEVEL 2 INSULATION INCLUDED REQUIRED -
BATTERY TYPE (2)ODYSSEY AGM GROUP 31 (2)ODYSSEY AGM GROUP 31 -
BATTERY JUMP START CONN INCLUDED INCLUDED -
(REAR CONNECTION) (REAR CONNECTION)
WHEELCHAIR RAMP LIFT-U LU18 LIFT-U LU18 -
TK ELECTRIC HVAC SYSTEM TE18 INCLUDED REQUIRED -
REFRIGERANT R407C R407C -
REFRIGERANT PRESSURE NOT INCLUDED NOT REQUIRED -
DISPLAY
FRESH AIR MAKE-UP NOT INCLUDED NOT REQUIRED -
PAGE 1 OF 5
CONFIDENTIAL
PRICE VARIANCE
7/31/2025
PORT ARTHUR,TX(PIGGYBACK-STATE OF WASHINGTON RFP#2020 06719-01)
(4)35' LOW FLOOR PLUS ELECTRIC BUS,SN: TBD(2026 DELIVERY)
ITEM STATE?F WASHINGTON,WA , PORT ARTHUR,TX VARIANCE
EBUS COLD WEATHER PACKAGE W/
DIESEL&ELECTRIC FIRED NOT INCLUDED NOT REQUIRED -
AUXILIARY COOLANT HEATER
DRIVERS HEATHER MOTORS BRUSHLESS BRUSHLESS -
FRONT THRESHOLD HEATER NOT INCLUDED NOT REQUIRED -
STREETSIDE HEATER NOT INCLUDED NOT REQUIRED -
REAR CURBSIDE HEATER NOT INCLUDED NOT REQUIRED -
UNDERSEAT HEATER NOT INCLUDED NOT REQUIRED -
DASH FAN(S) NOT INCLUDED (1)REQUIRED 127.00
SENSTIVE EDGE INCLUDED-REAR DOOR ONLY REQUIRED FRONT&REAR DOORS 771.00
DOOR CONTROLS(FRONT&REAR) 34"AIR OPEN/SPRING CLOSE, 34"AIR OPEN/SPRING CLOSE,
-
FULL DRIVER CONTROL FULL DRIVER CONTROL
VAPOR V-TOUCH W/TOUCH BARS NOT INCLUDED NOT REQUIRED -
&GREEN LAMP
EXTERIOR FRONT DOOR RELEASE NOT INCLUDED NOT REQUIRED -
ELECTRICAL EQUIPMENT CABINET 44"W/(2)FANS 44"W/(2)FANS -
ELECTRICAL EQUIPMENT NOT INCLUDED REQUIRED 125.00
STORAGE BOX LIGHTING
CS WHEELWELL STORAGE BOX NOT INCLUDED NOT REQUIRED -
CURBSIDE WHEELWELL NOT INCLUDED REQUIRED 175.00
PACKAGE RACK
PASSENGER INFO STATION NOT INCLUDED NOT REQUIRED -
SCHEDULE RACKS NOT INCLUDED NOT REQUIRED -
INTERIOR AD FRAMES NOT INCLUDED NOT REQUIRED -
EXTERIOR AD FRAMES NOT INCLUDED NOT REQUIRED -
AMSECO INSIGHT AMSECO INSIGHT
PASSENGER SEATS W/A.R.M,Q'STRAINT RESTRAINTS PER SEAT W/A.R.M,Q'STRAINT RESTRAINTS PER SEAT -
LAYOUT(SL-61856) LAYOUT(SL-61856)
FRONT WHEELWELL VERTICAL NOT INCLUDED REQUIRED-CS&SS 300.00
STANCHIONS
DRIVERS SEAT RECARO ERGO METRO AM80 RECARO ERGO METRO AM80
-
W/HEADREST&2-PT BLACK BELT W/HEADREST&2-PT BLACK BELT
SEAT BELT ALARM NOT INCLUDED REQUIRED 192.00
SEAT CUSHION ALARM NOT INCLUDED REQUIRED 192.00
SEAT ARMREST NOT INCLUDED REQUIRED 242.00
PASSENGER SIGNALS PULL CORDS PULL CORDS -
STOP REQUEST AT REAR DOOR NOT INCLUDED REQUIRED 97.00
STANCHION
STOP REQUEST LAMP AT DASH NOT INCLUDED REQUIRED 54.00
DRIVERS BARRIER WRAPAROUND WRAPAROUND
-
W/OUT SCHEDULE HOLDERS W/OUT SCHEDULE HOLDERS
DRIVERS PROTECTION BARRIER NOT INCLUDED NOT REQUIRED -
MODESTY PANEL FWD OP
NOT INCLUDED REQUIRED 315.00
REAR DOOR
OVERHEAD GRAB STRAPS NOT INCLUDED NOT REQUIRED -
STANCHIONS YELLOW POWDER COATED SSTL
AROW AROW
PASSENGER WINDOWS STD FRAME/UPPER TRANSOM W/ STD FRAME/UPPER TRANSOM W/ -
28%GRAY TINT 28%GRAY TINT
HEADLAMPS LED LOW&HIGH BEAMS LED LOW&HIGH BEAMS -
STOP/TAIL/TURN/BACK UP LAMPS 4"ROUND DIALIGHT LED 7"ROUND DIALIGHT LED -
UPPER REAR CAP GRILLE NOT INCLUDED (2)4"AMBER LED LAMPS 150.00
AUXILIARY TURN LAMPS
AUX TURN SIGNALS NOT INCLUDED REQUIRED 150.00
REAR CAP MOUNTED YIELD SIGN NOT INCLUDED NOT REQUIRED -
BATTERY COMPARTMENT LAMPS NOT INCLUDED (1)LED 12"STRIP LAMP 125.00
PAGE 2 OF 5
CONFIDENTIAL
PRICE VARIANCE
7/31/2025
PORT ARTHUR, TX(PIGGYBACK-STATE OF WASHINGTON RFP#2020 06719-01)
(4)35' LOW FLOOR PLUS ELECTRIC BUS, SN: TBD(2026 DELIVERY)
ITEM STATE OF WASHINGTON,WA PORT ARTHUR,TX VARIANCE
INTERIOR LAMPS LED I/O CONTROLS LED I/O CONTROLS -
•
PAGE 3 OF 5
CONFIDENTIAL
PRICE VARIANCE
7/31/2025
PORT ARTHUR,TX(PIGGYBACK-STATE OF WASHINGTON RFP#2020 06719-01)
(4)35'LOW FLOOR PLUS ELECTRIC BUS,SN: TBD(2026 DELIVERY)
ITEM STATE OF WASHINGTON,WA PORT ARTHLIR,TX VARIANCE
it
PLEASURE RADIO NOT INCLUDED NOT REQUIRED -
2-WAY RADIO&ANTENNA PRE-WIRE ONLY PRE-WIRE ONLY -
PA SYSTEMNOICE ANNUCIATOR STD REI STD REI -
INSIDE SPEAKERS (6)SIX (6)SIX -
HAND HELD MIC INCLUDED REQUIRED -
BOOM MIC INCLUDED REQUIRED -
DRIVERS SPEAKER NOT INCLUDED NOT REQUIRED -
CAD/AVL ITS SYSTEM NOT INCLUDED NOT REQUIRED -
AUTOMATIC PASSENGER NOT INCLUDED NOT REQUIRED -
COUNTER
TELAMATICS SYSTEM 2-YEAR SUBSCRIPTION VIRICITI 2-YEAR SUBSCRIPTION VIRICITI
-
CLOUD BASED SYSTEM CLOUD BASED SYSTEM
HEATED FRONT GLAZING NOT INCLUDED NOT REQUIRED -
DESTINATION SIGNS TWIN VISION AMBER-FRONT, TWIN VISION AMBER-FRONT,
-
CURBSIDE&REAR RUN SIGNS CURBSIDE&REAR RUN SIGNS
FRONT RUN SIGN NOT INCLUDED NOT REQUIRED -
FAREBOX PRE-WIRE ONLY PRE-WIRE ONLY -
FAREBOX GUARD INCLUDED REQUIRED -
CEILING MTD FAREBOX LAMP NOT INCLUDED NOT REQUIRED -
TRANSFER CUTTER NOT INCLUDED NOT REQUIRED -
FULL COMPOSITE FLOOR INCLUDED REQUIRED -
FLOORING MATERIAL ALTRO ALTRO -
ROOF HATCHES REAR-MANUAL REAR-MANUAL -
EXTERIOR MIRRORS SAFE FLEET 8"X 8"1-PC, SAFE FLEET 8"X 8"1-PC,
-
NON-HEATED W/REMOTE NON-HEATED W/REMOTE
TURN SIGNAL INDICATORS ON NOT INCLUDED REQUIRED 300.00
MIRROR HOUSING(CS&SS)
FIRE SUPRESSION AMEREX V-30 W/24 HR BATTERY AMEREX V-30 W/24 HR BATTERY
WITHOUT ESS SUPRESSION
TRAFFIC LIGHT PREEMPTION NOT INCLUDED NOT REQUIRED -
VIDEO SURVEILLANCE NOT INCLUDED NOT REQUIRED -
BIKE RACK SPORTWORKS SPORTWORKS
-
MOUNTING BRACKETS ONLY MOUNTING BRACKETS ONLY
BIKE RACK MIRROR NOT INCLUDED NOT REQUIRED -
BIKE RACK DEPLOYED LAMP NOT INCLUDED NOT REQUIRED -
MEDICAL AID KIT NOT INCLUDED NOT REQUIRED -
BLOODBORN PATHOGEN KIT NOT INCLUDED NOT REQUIRED -
BIO-HAZARD KIT NOT INCLUDED NOT REQUIRED -
WHEEL CHOCKS(SET) NOT INCLUDED NOT REQUIRED -
ELECTRONIC MFD MULTI FUNCTION INCLUDED REQUIRED
DASH DISPLAY(MFD II) ,
CUP HOLDER NOT INCLUDED REQUIRED 50.00
WASTE CONTAINER NOT INCLUDED NOT REQUIRED -
I/O PROGRAM MODULE NOT INCLUDED NOT REQUIRED -
ADJUSTABLE PEDALS NOT INCLUDED NOT REQUIRED -
EXTERIOR PAINT 1-COLOR 1-COLOR -
CLEAR COAT NOT INCLUDED NOT REQUIRED -
EXTERIOR GRAPHICS BUS NUMBERS ONLY PORT ARTHUR,TX CUSTOM 2,500.00
GRAPHICS(BUDGETARY ONLY)
ROOF NUMBERS NOT INCLUDED NOT REQUIRED -
PAGE 4 OF 5
CONFIDENTIAL
PRICE VARIANCE
7/31/2025
PORT ARTHUR, TX(PIGGYBACK-STATE OF WASHINGTON RFP#2020 06719-01)
(4)35' LOW FLOOR PLUS ELECTRIC BUS, SN: TBD(2026 DELIVERY)
ITEM STATE OF WASHINGTON,WA PORT ARTHUR,TX VARIANCE
WARRANTY(BASIC BUS) 24 MONTHS/100,000 MILES 24 MONTHS/100,000 MILES
WARRANTY(BODY STRUCTURAL) 36 MONTHS/150,000 MILES 36 MONTHS/150,000 MILES -
WARRANTY(STRUCTURAL 144 MONTHS/500,000 MILES 144 MONTHS/500,000 MILES -
INTEGRITY CORROSION)
WARRANTY-ESS(BATTERIES) 72 MONTHS/300,000 MILES 72 MONTHS/300,000 MILES -
WARRANTY-(TRACTION MOTOR) 36 MONTHS/100,000 MILES 36 MONTHS/100,000 MILES -
WARRANTY-(HVAC TK ELECTRIC) 36 MONTHS/UNL MILES 36 MONTHS/UNL MILES -
WARRANTY(ALL OTHERS) BASE COVERAGE PER BASE COVERAGE PER
WASHINGTON CONTRACT WASHINGTON CONTRACT
TRAINING NOT INCLUDED NOT REQUIRED -
TOTAL PORT ARTHUR,TX VARIANCES 7,454.00
STATE OF WASHINGTON,WA 35'LOW FLOOR PLUS ELECTRIC BASE UNIT PRICE(APRIL 2021) 808,816.00
DELIVERY 10,857.00
PORT ARTHUR,TX 35'LOW FLOOR PLUS ELECTRIC NON-ADJUSTED BASE UNIT PRICE 827,127.00
PPI 1413 ADJUSTMENT PER WA STATE CONTRACT AMENDMENT#1 =11.78% 95,279.00
PPI 1413 ADJUSTMENT PER WA STATE CONTRACT AMENDMENT#3=15% 135,614.00
PPI 1413 ADJUSTMENT PER WA STATE CONTRACT AMENDMENT#4=7.15% 74,339.00
PPI 1413 ADJUSTMENT PER WA STATE CONTRACT AMENDMENT#6=3.79% 42,222.00
SPARES&TOOLING BUDGET -
PORT ARTHUR,TX 35'LOW FLOOR PLUS ELECTRIC BUS CURRENT ADJUSTED PRICE(7/31/2025) 1,174,581.00
CONFIDENTIAL
This pricing information is intended only for the personal and confidential use of the recipient(s)to whom it was originally sent.If you are not an intended recipient of this information or an agent responsible for delivering it to an intended
recipient,you are hereby notified that you have received this information in error,and that any review,dissemination,distribution,or copying of this message is strictly prohibited.
PAGE 5 OF 5
GILLIG
CHARGER EQUIPMENT
May 2,2025
Ernest Dugas
Transit Maintenance Supervisor
City of Port Arthur/Port Arthur Transit
347 4th St.
Port Arthur,TX.77640
RE:Quote Utilizing State of Washington Contract#06719
Hi Ernest,
GILLIG is pleased to submit the following pricing for ABB charging equipment and associated services for use with your GILLIG
Battery Electric Buses. This pricing has been assembled in coordination with the charger manufacturer and represents our
proposed equipment options based on the scoping information you have provided to date.
Charging Equipment Quantity Unit Price Total
Hardware
ABB 150kW Charger
•FTA Buy-America Compliant 2 101,900 203,800
ABB Plug-In Dispenser
•CCS-1 Connector
•23'Cable 4 15,900 63,600
ABB HVC Cabinet Metal Support Frame 2 3,900 7,800
Warranty
ABB 100/150kW Standard 2-Year Warranty 2 Included Included
Software
ABB Charger Connect and Operator Pro 5-Year(per charger) 2 Included Included
Services&Other
ABB Onsite Commissioning(1 deployment) 2 5,900 11,800
Estimated Freight Included Included
Hardware $275,200
Warranty $0
Software $0
Services&Other $11,800
Freight $0
GRAND TOTAL $287,000
The availability of charging equipment may be affected by production lead times,completion of independent safety certifications,and design development.GILLIG does not
guarantee the availability of charger manufacturer charging equipment.
GILLIG makes no warranty of any kind whatsoever,expressed,or implied;and all implied warranties of merchantability and fitness for a particular purpose which exceed the
aforesaid obligation are hereby disclaimed by GILLIG and excluded from any agreement.
Payment to GILLIG is due upon shipment of the equipment described herein.
Quote is valid for 30 days unless extended by an authorized GILLIG representative.
Prepared By:Ryan Zulewski
451 Discovery Drive, Livermore,CA 94551 ( www.gillig.com I 510.264.5000
WASHINGTON STATE TRANSIT Bus COOPERATIVE
STATE COOPERATIVE PURCHASING SCHEDULE
MASTER CONTRACT
No. 06719-01
TRANSIT BUSES: HEAVY DUTY
30 FT DIESEL,35 FT DIESEL,40 FT DIESEL 35 FT HYBRID,40 FT HYBRID,30 FT CNG,35 FT,CNG,40 FT
CNG,35 FT ELECTRIC,40 FT ELECTRIC CATEGORIES
For Use by Washington State Transit Bus Cooperative Participants
By and Between
STATE OF WASHINGTON
DEPARTMENT OF ENTERPRISE SERVICES
and
GILLIG LLC
Dated April 1, 2021
WASHINGTON STATE TRANSIT Bus COOPERATIVE
STATE COOPERATIVE PURCHASING SCHEDULE
MASTER CONTRACT
No. 06719
TRANSIT Bus—HEAVY DUTY
30 FT DIESEL,35 FT DIESEL,40 FT DIESEL 35 FT HYBRID,40 FT HYBRID,30 FT CNG,35 FT,CNG,40 FT
CNG,35 FT ELECTRIC,40 FT ELECTRIC CATEGORIES
This Master Contract ("Master Contract") is made and entered into by and between the State of
Washington acting by and through the Department of Enterprise Services, a Washington State
governmental agency ("Enterprise Services") and Gillig LLC, a California company ("Contractor") and is
dated and effective as of April 1, 2021.
RECITALS
A. Whereas, pursuant to Legislative direction codified in RCW chapter 39.26, Enterprise
Services, on behalf of the State of Washington, is authorized to develop, solicit, and
establish master contracts for goods and/or services for general use by Washington state
agencies and certain other entities(eligible Participants).
B. Whereas, pursuant to RCW 39.26.060, Enterprise Services may develop, solicit, and
establish cooperative purchasing agreements for procurement of any goods or services
with one or more states, state agencies, local governments, local government agencies,
federal agencies, or tribes located in the state, in accordance with an agreement entered
into between the participants.
C. Whereas, pursuant to Section 3019 of the FAST Act, the State of Washington acting by
and through Enterprise Services, may enter into a cooperative procurement contract with
one or more vendors if the vendors agree to provide an option to purchase rolling stock
and related equipment to such State government and any other participant and such
State government acts throughout the term of the contract as the lead procurement
agency.
D. The State of Washington, acting by and through Enterprise Services is a member of and
the lead procurement for the Washington State Transit Bus Cooperative.The Washington
State Transit Bus Cooperative is a cooperative purchasing agreement for eligible
participants to procure transit buses through a competitively solicited and awarded
Cooperative Master Contract.
E. Whereas, on behalf of the State of Washington, Enterprise Services, as part of a
competitive governmental procurement, issued a Competitive Solicitation No. 06719-01
dated March 4, 2020 regarding Heavy Duty Transit Buses.
F. Whereas, Enterprise Services evaluated all responses to the Competitive Solicitation and
identified Contractor as an apparent successful bidder.
MASTER CONTRACT NO.06719-01
PAGE 1
G. Whereas, Enterprise Services has determined that entering into this Master Contract will
meet the identified needs and be in the best interest of the State of Washington and the
Washington State Transit Bus Cooperative.
H. Whereas, the purpose of this Master Contract is to enable eligible Participants to
purchase Transit Buses as set forth herein.
AGREEMENT
Now THEREFORE, in consideration of the mutual promises, covenants, and conditions set forth herein,
the parties hereto hereby agree as follows:
1. TERM.
The term of this Master Contract is twenty-four (24) months, commencing April 1, 2021 and
ending March 31, 2023; Provided, however, that Enterprise Services at is sole discretion may
extend the term for three (3) subsequent twelve (12) month extensions if Contractor is not in
default; and provided further, that in no event shall such term be extended if Contractor cannot
meet the required certifications of this Contract.The maximum contract term is sixty(60)months,
ending March 31, 2026.
2. ELIGIBLE PARTICIPANTS. This Master Contract may be utilized by any of the following types of entities
("Participants"):
2.1. WASHINGTON STATE AGENCIES. All Washington state agencies, departments, offices, divisions,
boards,and commissions.
2.2. WASHINGTON STATE INSTITUTIONS OF HIGHER EDUCATION (COLLEGES). Any the following institutions of
higher education in Washington:
® State universities—i.e., University of Washington &Washington State University;
■ Regional universities — i.e., Central Washington University, Eastern Washington
University, &Western Washington University
® Evergreen State College;
® Community colleges; and
® Technical colleges.
2.3. MCUA PARTIES. Any of the following types of entities that have executed a Master Contract Usage
Agreement with Enterprise Services:
® Political subdivisions (e.g., counties, cities, school districts, public utility districts) in the
State of Washington;
® Federal governmental agencies or entities;
• Public-benefit nonprofit corporations(i.e.,§ 501(c)(3) nonprofit corporations that receive
federal, state, or local funding); and
• Federally-recognized Indian Tribes located in the State of Washington.
2.4. TRANSIT BUS COOPERATIVE PARTIES. Any authorized entity that has executed a Washington State
Transit Bus Cooperative Purchasing Agreement with Enterprise Services. The following types of
entities are anticipated to execute a Washington State Transit Bus Cooperative Purchasing
Agreement:
MASTER CONTRACT NO.06719-01
PAGE 2
® State agencies, local governments, local government agencies, or political subdivisions
(e.g.,counties,cities,school districts, public utility districts, ports)of any state or territory
of the United States;
• Federal governmental agencies or entities located in any state or territory of the United
States; and
® Federally-recognized Indian Tribes located in any state or territory of the United States
3. SCOPE—INCLUDED GOODS AND PRICE.
3.1. CONTRACT SCOPE. Pursuant to this Master Contract, Contractor is authorized to sell only those
Transit Buses within the scope of their authorized goods meeting the requirements set forth in
Exhibit A — Included Transit Buses for the prices set forth in Exhibit B—Prices. Contractor shall
not represent to any Participant under this Master Contract that Contractor has contractual
authority to sell any Transit Buses beyond those meeting the requirements set forth in Exhibit A
—Included Transit Buses.
3.2. STATE'S ABILITY TO MODIFY SCOPE OF MASTER CONTRACT. Subject to mutual agreement between the
parties, Enterprise Services reserves the right to modify the goods included in this Master
Contract; Provided, however, that any such modification shall be effective only upon thirty (30)
days advance written notice;and Provided further,that any such modification must be within the
scope of this Master Contract. Enterprise Services may,at any time,without notice to Contractor
by written order designated or indicated to be a change order, make changes within the general
scope of the contract to adjust the quantities of Transit Buses purchased under this Master
Contract.
3.3. PARTICIPANT CHANGE ORDERS.
(a) Participants may, at any time, by written order designated or indicated to be a change
order, make changes in their Purchase Order within the general scope of this Master
Contract, including changes: (1) In the specifications; (2) In the method or manner of
performance of the work; (3) In the price sheet to include additional options within the
scope of the contract; (4) In the delivery performance of the work; or (5) In additional
requirements for compliance with state or federal law.
(b) Any other written or oral order (which includes direction, instruction, interpretation, or
determination) from the Participant that causes a change shall be treated as a change
order under this clause; provided, that Contractor gives the Participant written notice
stating (1) the date, circumstances, and source of the order and (2) that Contractor
regards the order as a change order.
(c) Except as provided in this clause, no order, statement,or conduct of the Participant shall
be treated as a change under this clause or entitle Contractor to an equitable adjustment.
(d) If any change under this clause causes an increase or decrease in Contractor's cost of, or
the time required for, the performance of any part of the work under this Master
Contract, whether or not changed by any such order, the Participant will make an
equitable adjustment and modify the Purchase Order in writing. However, except for an
adjustment based on defective specifications, no adjustment for any change under this
clause shall be made for any costs incurred more than twenty(20)days before Contractor
gives written notice as required. In the case of defective specifications for which the
Participant is responsible, the equitable adjustment shall include any increased cost
MASTER CONTRACT NO.06719-01
PAGE 3
reasonably incurred by the Contractor in attempting to comply with the defective
specifications.
(e) Contractor will assist Participant in obtaining all of the requested cost details as may be
required for FTA assisted purchases. Failure to respond or provide needed details may be
grounds for the Participant to cancel the purchase without penalty.
(f) The Contractor must assert its right to an adjustment under this clause within 30 days
after
1. receipt of a written change order under paragraph (a) of this clause or
2. the furnishing of a written notice under paragraph (b)of this clause, by submitting
to the Contracting Officer a written statement describing the general nature and
amount of proposal, unless this period is extended by the Participant. The
statement of proposal for adjustment may be included in the notice under
paragraph (b) above.
(g) No proposal by the Contractor for an equitable adjustment shall be allowed if asserted
after final payment under this Master Contract.
(h) This clause does not supersede FTA Circular C 4220.1F.
3.4. ECONOMIC ADJUSTMENT. Beginning twelve (12) months after the effective date of this Master
Contract and for every annual anniversary thereafter, the prices set forth in Exhibit B shall be
adjusted, based upon the percent changes (whether up or down) in the United States
Department of Labor, Bureau of Labor and Statistics(BLS) indices described below,for the most
recent year.The Index is the Producer Price Index for Truck and Bus Bodies,Series No.WPU 1413,
published by the United States Department of Labor, Bureau of Labor Statistics, or if such Index
is no longer in use, then such replacement that is most comparable to the Index as may be
designated by the Bureau of Labor Statistics, or as agreed by the parties. Economic adjustment
will lag one (1) calendar quarter past the Master Contract commencement date to allow for
publication of BLS data. All calculations for the index shall be based upon the latest version of
data published as of April 1 each year. Prices shall be adjusted on June 1. If an index is recoded,
that is the replacement is a direct substitute according to the BLS, this Master Contract will
instead use the recode. If an index becomes unavailable, Enterprise Services shall substitute a
proxy index. If there is not a direct substitute, the next higher aggregate index available will be
used. The economic adjustment shall be calculated as follows:
New Price=Old Price x(Current Period Index/Base Period Index).
3.5. PRICE CEILING. Although Contractor may offer lower prices to Participants, during the term of this
Master Contract, Contractor guarantees to provide the Heavy Duty Transit Buses at no greater
than the prices set forth in Exhibit B—Prices for Heavy Duty Transit Buses (subject to economic
adjustment as set forth herein).
3.6. Goods AND SERVICES ADDITION. Contractor may offer new goods and services within the scope of
the authorized goods set forth in Exhibit A—Included Transit Buses to Participants to implement
new technology solutions or meet specific Participant requirements. Goods and services added
to purchase orders under the Master Contract must be commercially available at the time they
are added and fall within the original scope of the Master Contract.
3.7. PRICING OF GOODS AND SERVICE ADDITIONS. Prices for additional Transit Bus goods and services
performed under this Master Contract follow cost reimbursement rules under 4220.1F Ch VI,
MASTER CONTRACT NO.06719-01
PAGE 4
2.c(1).Cost-reimbursement provides for payment of Contractor's allowable incurred costs,to the
extent agreed to in the Contractor's agreement with the Participant. Participants are required to
include FAR Part 31 cost principles in their cost reimbursement contracts for the purpose of
determining allowable costs under the contract. Contract shall comply with Participants'
requests in determining reasonable prices, including but not limited to providing a breakdown of
relevant incurred costs or individual component pricing to Participant upon request. A dispute
on the reimbursement costs will follow the dispute procedures of this Master Contract.
3.8. MASTER CONTRACT INFORMATION. Enterprise Services shall maintain and provide information
regarding this Master Contract, including scope and pricing,to eligible Participants.
4. CONTRACTOR REPRESENTATIONS AND WARRANTIES.Contractor makes each of the following representations
and warranties as of the effective date of this Master Contract and at the time any order is placed
pursuant to this Master Contract. If, at the time of any such order, Contractor cannot make such
representations and warranties, Contractor shall not process any orders and shall, within three (3)
business days notify Enterprise Services, in writing, of such breach.
4.1. QUALIFIED TO DO BUSINESS. Contractor represents and warrants that it is in good standing and
qualified to do business in the State of Washington, that it is registered with the Washington
State Department of Revenue and the Washington Secretary of State,that it possesses and shall
keep current all required licenses and/or approvals, and that it is current, in full compliance,and
has paid all applicable taxes owed to the State of Washington. Contractor represents and
warrants that it is or will be qualified to do business in other applicable states for purchases under
this Master Contract with each of the Washington State Transit Bus Cooperative member states,
including but not limited to Alaska, Idaho, Oregon, Colorado, Montana,and Nevada.
4.2. SUSPENSION &DEBARMENT. Contractor represents and warrants that neither it nor its principals or
affiliates presently are debarred, suspended, proposed for debarment, declared ineligible, or
voluntarily excluded from participation in any governmental contract by any governmental
department or agency within the United States.
4.3. QUALITY OF GOODS OR SERVICES. Contractor represents and warrants that any Transit Bus sold
pursuant to this Master Contract shall be merchantable, shall conform to this Master Contract
and Participant's Purchase Order, shall be fit and safe for the intended purposes, shall be free
from defects in materials and workmanship, and shall be produced and delivered in full
compliance with applicable law. Contractor further represents and warrants it has clear title to
the goods and that the same shall be delivered free of liens and encumbrances and that the same
do not infringe any third party patent. The rights and remedies of the parties under this warranty
are in addition to any other rights and remedies of the parties provided by law or equity,
including, without limitation, actual damages, and, as applicable and awarded under the law, to
a prevailing party, reasonable attorneys'fees and costs. Whenever under the Master Contract or
Purchase Order it is provided that Contractor shall furnish materials or manufactured
components or shall do work for which no detailed specifications are set forth, the work
performed shall be in full conformity and harmony with the intent to secure the best standards
of manufacture in the work as a whole or in part. No advantage shall be taken by Contractor in
the omission of any part or detail which goes to make the Transit Buses complete and ready for
service, even though such part or detail is not mentioned in the specifications or in Contractor's
approved design.
4.4. EXECUTIVE ORDER 18-03 — WORKERS' RIGHTS (MANDATORY INDIVIDUAL ARBITRATION). Contractor
represents and warrants, as previously certified in Contractor's bid submission, that Contractor
MASTER CONTRACT No.06719-01
PAGE 5
does NOT require its employees, as a condition of employment, to sign or agree to mandatory
individual arbitration clauses or class or collective action waivers. Contractor further represents
and warrants that, during the term of this Contract, Contractor shall not, as a condition of
employment, require its employees to sign or agree to mandatory individual arbitration clauses
or class or collective action waivers.
4.5. OREGON REVISED STATUTE 279A.112.Contractor represents and warrants, as previously certified in
Contractor's bid submission, that their firm has a written policy and practice preventing sexual
harassment, sexual assault and discrimination against employees who are members of a
protected class.
4.6. EMISSIONS INFORMATION. Contractor represents and warrants, as previously certified in
Contractor's bid submission, that their firm has a written policy and practice to assess and
provide accurate emission information on products to Participants.
4.7. SUSTAINABILITY POLICY. Contractor represents and warrants, as previously certified in Contractor's
bid submission, that their firm has a written policy and practice, detailing own sustainability
policies and programs in place and to provide services in line with the principles established
therein.
4.8. PROCUREMENT ETHICS&PROHIBITION ON GIFTS. Contractor represents and warrants that it complies
fully with all applicable procurement ethics restrictions including, but not limited to, restrictions
against Contractor providing gifts or anything of economic value, directly or indirectly, to
Participants' employees.
4.9. WASHINGTON'S ELECTRONIC BUSINESS SOLUTION(WEBS). Contractor represents and warrants that it is
registered in Washington's Electronic Business Solution (WEBS), Washington's contract
registration system and that, all of its information therein is current and accurate and that
throughout the term of this Master Contract, Contractor shall maintain an accurate profile in
WEBS.
4.10. STATEWIDE PAYEE DESK. Contractor represents and warrants that it is registered with the Statewide
Payee Desk,which registration is a condition to payment.
4.11. COOPERATIVE MASTER CONTRACT PROMOTION; ADVERTISING AND ENDORSEMENT. Contractor represents
and warrants that it shall use commercially reasonable efforts both to promote and market the
use of this Master Contract with eligible Participants and to ensure that those entities that utilize
this Master Contract are eligible Participants. Contractor understands and acknowledges that
neither Enterprise Services nor Participants are endorsing Contractor's goods and/or services or
suggesting that such goods and/or services are the best or only solution to their needs.
Accordingly, Contractor represents and warrants that it shall make no reference to Enterprise
Services, any Participant, or the State of Washington in any promotional material without the
prior written consent of Enterprise Services.
4.12. MASTER CONTRACT TRANSITION. Contractor represents and warrants that, in the event this Master
Contract or a similar contract resulting from the Cooperative, is transitioned to another
contractor (e.g., Master Contract expiration or termination), Contractor shall use commercially
reasonable efforts to assist Enterprise Services for a period of sixty (60) days to effectuate a
smooth transition to another contractor to minimize disruption of service and/or costs to the
State of Washington.
MASTER CONTRACT NO.06719-01
PAGE 6
4.13. VEHICLE TITLE & REGISTRATION. Contractor represents and warrants that upon payment in full,
Contractor shall convey to Participant all necessary paperwork, including a "manufacturer's
statement of origin" (MSO) and applicable state title application to register the Transit Bus with
the Participant's applicable state licensing authority at the time of delivery.
4.14. WAGE VIOLATIONS. Contractor represents and warrants that, during the term of this Master
Contract and the three(3)year period immediately preceding the award of the Master Contract,
it is not determined, by a final and binding citation and notice of assessment issued by the
Washington Department of Labor and Industries or through a civil judgment entered by a court
of limited or general jurisdiction, to be in willful violation of any provision of Washington state
wage laws set forth in RCW chapters 49.46, 49.48, or 49.52.
4.15. PAY EQUITY. Contractor represents and warrants that, among its workers, similarly employed
individuals are compensated as equals. For purposes of this provision, employees are similarly
employed if the individuals work for the same employer, the performance of the job requires
comparable skill, effort, and responsibility, and the jobs are performed under similar working
conditions. Job titles alone are not determinative of whether employees are similarly employed.
Contractor may allow differentials in compensation for its workers based in good faith on any of
the following: a seniority system; a merit system; a system that measures earnings by quantity
or quality of production; a bona fide job-related factor or factors; or a bona fide regional
difference in compensation levels. A bona fide job-related factor or factors may include, but not
be limited to, education,training, or experience that is: consistent with business necessity; not
based on or derived from a gender-based differential;and accounts for the entire differential. A
bona fide regional difference in compensation level must be consistent with business necessity;
not based on or derived from a gender-based differential;and account for the entire differential.
Notwithstanding any provision to the contrary, upon breach of warranty and Contractor's failure
to provide satisfactory evidence of compliance within thirty (30) days, Enterprise Services may
suspend or terminate this Master Contract and any Participant hereunder similarly may suspend
or terminate its use of the Master Contract and/or any agreement entered into pursuant to this
Master Contract.
MASTER CONTRACT NO.06719-01
PAGE 7
5. USING THE MASTER CONTRACT—PURCHASES.
5.1. ORDERING REQUIREMENTS. Participants shall order Transit Buses from this Master Contract,
consistent with the terms hereof and by using any ordering mechanism agreeable both to
Contractor and Participant but, at a minimum, including the use of a purchase order. When
practicable,Contractor and Participant also shall use telephone orders,email orders,web-based
orders, and similar procurement methods (collectively "Purchase Order"). All order documents
must reference the Master Contract number. Consistent with Participant's procurement
authority,Participant may propose and negotiate additional terms with the applicable Contractor
to meet Participant's needs, subject to agreement with the applicable Contractor. Under no
circumstances will Participant's agreements change or modify the contract obligations of this
Master Contract.The terms of this Master Contract shall apply to any Purchase Order and, in the
event of any conflict, the terms of this Master Contract shall prevail. Notwithstanding any
provision to the contrary, in no event shall any `click-agreement,' software or web-based
application terms and conditions, or other agreement modify the terms and conditions of this
Master Contract.
5.2. APPROVAL OF PURCHASES. Enterprise Services and, if the Participant is using FTA funds, the
Participant's respective authorization authority for use of those FTA funds shall approve the
Participant's initial Purchase Order. Enterprise Services shall review the Purchase Order and
approve that the purchase is within the Scope of the Master Contract. The Participant's
respective authorization authority for use of those FTA funds will approve the purchase according
to their own policies and procedures.Participant and Contractor shall provide timely information
as requested by Enterprise Services for the approval process.
5.3. CONTRACTOR COOPERATIVE USE APPROVAL. Pursuant to RCW 39.26.060,the intent of this Contract is
to allow for cooperative procurement to the maximum extent possible. Accordingly, any
authorized entity that has executed a Washington State Transit Bus Cooperative Purchasing
Agreement with Enterprise Services may place orders under this Master Contract. Participation
in the cooperative is voluntary. If agreed to by Contractor, this Contract may be used by any
participant in the cooperative to procure the Transit Buses. Contractor has the right to refuse
initial orders by cooperative participants on a capacity basis, if the Contractor cannot fulfill the
complete order based on delivery deadlines.Orders under this Contract will be fulfilled on a first
come, first serve basis of the initial order date. If Contractor rejects an order for capacity,
Enterprise Services may request additional information from the Contract regarding Contractor's
capacity to fulfill orders.
5.4. FTA PRE-AWARD AND POST-DELIVERY CERTIFICATIONS. Contractor shall take all reasonable steps assist
Participants in completing all required pre-award and post-delivery certifications required by
federal or state law or policy for purchases under this Master Contract. Contractor shall provide
all requested information to complete the certifications in a reasonable time to ensure
certifications are completed in a timely manner.
5.5. DELIVERY REQUIREMENTS. Contractor must ensure that delivery of Transit Buses will be made as
required by this Master Contract, the Purchase Order used by Participants, or as otherwise
mutually agreed in writing between the Participant and Contractor. The following apply to all
deliveries:
(a) Contractor shall make all deliveries to the applicable delivery location specified in the
Purchase Order by the delivery date.The delivery date must be within 18 months of the
initial order date,as stated in the Purchaser Order or agreement between Participant and
MASTER CONTRACT NO.06719-01
PAGE 8
Contractor; provided however that the Participant and Contractor may amend the
delivery date by mutual agreement. Deliveries shall occur during Participant's normal
work hours and within the time period mutually agreed in writing between Participant
and Contractor at the time of order placement.
(b) Contractor shall deliver all buses with a full tank of fuel and clean inside and out. For any
bus not meeting this requirement,Contractor will be assessed$300. When Transit Buses
are delivered,certificates or releases signed by Participant simply acknowledge receipt of
the Transit Buses and do not constitute acceptance by the Participant of the condition of
the Transit Buses, or its conformance with the terms of the Master Contract or
Participant's Purchase Order. Acceptance by Participant occurs subsequent to final
inspection when Participant provides Contractor with a written Notice of Acceptance.
(c) Contractor shall ship or deliver all goods and/or services purchased pursuant to this
Master Contract, freight charges prepaid by Contractor, FOB Participant's specified
destination with all transportation and handling charges included. Contractor shall bear
all risk of loss, damage, or destruction of the goods and/or services ordered hereunder
that occurs prior to delivery, except loss or damage attributable to Participant's
negligence. Contractor shall use a qualified and experienced common or contract carrier
who is properly licensed and insured. Contractor shall make all arrangements for
shipment.
(d) All packing lists, packages, instruction manuals, correspondence, shipping notices,
shipping containers, and other written materials associated with this Master Contract
shall be identified by the Master Contract number set forth on the cover of this Master
Contract and the applicable Participant's Purchase Order number. Packing lists shall be
included with each shipment and clearly identify all contents and any backorders.
5.6. PROTOTYPE BUSES.If requested by Participant,Contractor shall produce one prototype bus for each
type of bus with respect to the Purchase Order for inspection and testing at the Participant's
facilities. The prototype bus will demonstrate that the bus fully meets all requirements of the
Purchase Order. Contractor shall produce and deliver the prototype bus to Participant for
inspection and testing a minimum of one-hundred twenty (120) days prior to initiation of any
production activities for the remaining buses unless otherwise authorized in writing by
Participant. The cost of transporting the prototype bus to and from the Participant's facilities
shall be at the expense of Contractor. Contractor shall schedule the prototype review with the
Participant when a vehicle has been completed with all equipment and furnishings installed, but
• early enough so design changes resulting from the review will not delay production or cause
scrapping of production material.
In the event of nonconformity Participant shall, to the extent practicable, notify Contractor of
said nonconformity. No later than seven (7) days after the end of the fourteen (14) day test,
Participant shall issue a written report to the Contractor that advises the Contractor of any
noncompliance issues and/or any proposed modifications or changes required on the remaining
vehicles. Any failure by Participant to detect any defects or omissions in this testing period will
in no way relieve Contractor from fully complying with the specifications of the Master Contract
and Participant Order. All prototype buses shall be brought up to the final production bus
configuration in all respects at no additional cost to Participant, except as may be agreed by
change orders.
MASTER CONTRACT No.06719-01
PAGE 9
5.7. NOTIFICATION OF DELAY. Contractor shall provide prompt notice to Participant and Enterprise
Services for any delay in the manufacturing process that will affect the expected delivery date.
Contractor will provide notice of the delay within fourteen(14)days of discovery of the potential
delay. This notice of delay must include a reasonable expectation of when the delay will be
resolved, the reason for the delay, whether the delay will cause the delivery to exceed the
delivery date, and any other applicable information regarding the delay.
• Participant shall provide Contractor with notice of acceptance of the reasonable delay or
notice that the delay is determined to be non-excusable within seven (7) days of receipt
of the notice of delay.
• If there is a dispute between Contractor and Participant as to whether the delay is
reasonable, Contractor may appeal Participant's decision to Enterprise Services within
seven (7)days of receipt of the notice that the delay is non-excusable. Enterprise Services
will review the provided information and make a final determination as to whether the
delay is reasonable or non-excusable. If a dispute remains after this procedure, parties
shall follow the dispute resolution process of Section 16.
▪ Contractor shall promptly comply with any request from Enterprise Services or Participant
for additional information in making the delay determination. A request for more
information from Enterprise Services or Participant tolls the time for required response
until the time that Contractor responds to the request for more information.
• Reasonable delay is a delay for which the Contractor is not responsible. A reasonable
delay must arise from unforeseeable causes, be beyond the control of Contractor,and be
without the fault of the Contractor. A reasonable delay will extend the delivery date by
the agreed upon length of the delay.
▪ Non-excusable delay is a delay for which Contractor is wholly or partially responsible. A
non-excusable delay is a delay that arises from a foreseeable cause, is within the control
of Contractor, or is due to the fault of Contractor.A non-excusable delay will not extend
the agreed upon delivery date.
5.8. DELAY DAMAGES. Participant will be damaged by any failure on the part of Contractor to deliver
the buses within the time specified in delivery date.The amount of damages for delay of beyond
the delivery date is difficult if not impossible to ascertain. The amount of such damages
Contractor shall pay to Participant is fixed at the amount of $250.00 per day for each bus not
delivered in substantially good condition as inspected by the Participant. Participant may elect
to deduct the amount of the damages from the amount due to Contractor under the Purchase
Order or may notify Contractor of the amount due based on the delay. If Participant requires
Contractor to pay the delay damages, Contractor shall pay the entire amount within thirty (30)
days after receipt of a written demand by Participant.The payment of damages will be in lieu of
any damages for any loss of profit, loss of revenue, loss of use, or for any other direct, indirect,
special or consequential losses or damages of any kind that may be suffered by Participant arising
at any time from the failure of Contractor to fulfill the delivery obligations in a timely manner.
5.9. INSPECTION AND ACCEPTANCE OF TRANSIT BUSES. Transit Buses purchased under this Master Contract
are subject to Participant's reasonable inspection, testing, and approval at Participant's
destination for a period of fourteen (14) days from the date that the Transit Buses are received
at the place of delivery. Participant reserves the right to reject and refuse acceptance of Transit
Buses that are not in accordance with this Master Contract and the Participant's Purchase Order
during this inspection period. Representatives of Contractor may witness acceptance inspections
MASTER CONTRACT NO.06719-01
PAGE 10
and testing if so requested by Contractor. Participant retains the right to complete as thorough
an inspection as it deems necessary to determine if each bus is in conformance with Master
Contract and Purchase Orders requirements for configuration and performance parameters.
Contractor shall coordinate and manage Contractor's post-delivery inspection process and notify
the Participant of scheduling and availability of buses ready for pre-acceptance inspection.
Acceptance by the Participant occurs when Participant provides Contractor with a written Notice
of Acceptance, which will be subsequent to final inspection by responsible assigned employees
of the Participant. All acceptances are subject to the warranty requirements of this Master
Contract.
5.10. INSPECTION DEFECTS. If there are any apparent defects in the goods and/or services within the
inspection period, Participant will promptly notify Contractor. At Participant's option, and
without limiting any other rights, Participant may:
® Require Contractor to repair or replace, at Contractor's expense, any or all of the
damaged goods; or
■ Require Contractor to refund the price of any or all of the damaged goods; or
® Participant may note any damage to the goods on the receiving report, decline
acceptance, and deduct the cost of rejected goods from final payment.
Payment for any goods under such Purchase Order shall not be deemed acceptance of the goods.
If Participant discovers defects during the inspection process,the requirement for timely delivery
under 6.2(a) will continue to run until Contractor resolves the defects and provides Participant
with the applicable goods free of defects.The period for the delivery date for the goods will be
tolled for the length of time Participant was in the inspection period until the time that
Participant provided notice of defect to Contractor.
5.11. POST-INSPECTION REPAIRS BY CONTRACTOR. In the event of non-acceptance of the bus, Contractor
must begin Work within five (5) working days after receiving notification from Participant of
failure of acceptance tests. Participant shall make the bus available to complete repairs timely
with the Contractor repair schedule. If Contractor fails or refuses to begin the repairs within five
(5) days, then the repair work may be done by Participant's personnel with reimbursement by
Contractor. Contractor shall provide,at its own expense,all spare parts,tools and space required
to complete the repairs. At Participant's option, Contractor may be required to remove the bus
from Participant's property while repairs are being made. If the bus is removed from Participant's
property,then repair procedures must be diligently pursued by Contractor's representatives,and
Contractor shall assume risk of loss while the bus is under its control.
5.12. CONTRACTOR SERVICE AND PARTS SUPPORT. For each Participant Order, Contractor shall supply
Participant with a completed Exhibit D- Contractor Service and Parts Support Data with contact
information on the representatives responsible for assisting Participant, as well as the location
of the nearest distribution center,which shall furnish a complete supply of parts and components
for the repair and maintenance of the buses to be supplied.Contractor shall also submit its policy
on transportation charges for parts other than those covered by warranty.
5.13. PARTS AVAILABILITY GUARANTEE. Contractor guarantees to provide the spare parts, software, and all
equipment necessary to maintain and repair the buses supplied under this Master Contract for a
period of at least twelve (12) years after the date of acceptance. Parts will be interchangeable
with the original equipment and will be manufactured in accordance with the quality assurance
MASTER CONTRACT No.06719-01
PAGE 11
provisions of this Master Contract. Prices shall not exceed the Contractor's then-current
published catalog prices.
Where the parts ordered by the Participant are not received within two (2) working days of the
agreed-upon time and date and a bus procured under this Master Contract is out of service due
to the lack of said ordered parts, then the Contractor shall provide the Participant, within eight
(8) hours of the Participant's verbal or written request, the original suppliers' and/or
manufacturers' parts numbers, company names, addresses, telephone numbers and contact
persons' names for all of the specific parts not received by the Participant.
In the event Contractor fails to honor this parts guarantee or parts ordered by the Participant are
not received within thirty (30) days of the agreed-upon delivery date, then Contractor shall
provide to Participant,within seven(7) days of the Agency's verbal or written request,the design
and manufacturing documentation for those parts manufactured by the Contractor and the
original suppliers'and/or manufacturers' parts numbers,company names, addresses,telephone
numbers and contact persons' names for all of the specific parts not received by the Participant.
Contractor's design and manufacturing documentation provided to the Participant shall be for
its sole use in regard to the buses procured under this Master Contract and for no other purpose.
5.14. TERMINATION FOR WITHDRAWAL OF FUNDING. If any Participant's expected or actual funding for
purchases under this Master Contract are withdrawn, reduced,or limited in any way prior to the
payment for the last bus accepted, Participant may, upon written notice to Contractor,terminate
their Purchase Order for Transit Buses not yet accepted. If the Purchase Order is terminated as
provided in this subsection: (1) Participant will be liable only for payment in accordance with the
terms of this Contract for work performed satisfactorily up to the date of termination and
materials on order that cannot be canceled; and (2) Contractor shall be released from any
obligation to provide additional buses as are affected by the termination.
5.15. FACILITY INSPECTIONS. Contractor shall provide right of access to its facilities to Enterprise Services,
any Enterprise Services agents, Participant, any of Participants agents,or to any other authorized
agent or official of the state of Washington or the federal government, at all reasonable times,
in order to monitor and evaluate performance, compliance, and/or quality assurance under this
Contract.
5.16. ON SITE REQUIREMENTS. While on Participant's premises, Contractor, its agents, employees, or
subcontractors shall comply, in all respects, with Participant's physical, fire, access, safety, or
other security requirements.
6. INVOICING&PAYMENT.
6.1. CONTRACTOR INVOICE. Contractor shall submit to Participant's designated invoicing contact
properly itemized invoices. Such invoices shall itemize the following:
(a) Master Contract No.06719
(b) Contractor name,address,telephone number,and email address for billing issues(i.e.,
Contractor Customer Service Representative)
(c) Contractor's Federal Tax Identification Number
(d) Date(s) of delivery
(e) Invoice amount; and
(f) Payment terms, including any available prompt payment discounts.
MASTER CONTRACT No.06719-01
PAGE 12
Contractor's invoices for payment shall reflect accurate Master Contract prices. Invoices will not
be processed for payment until receipt of a complete invoice as specified herein.
6.2. PAYMENT. Payment is the sole responsibility of,and will be made by,the Participant. Payment is
due within thirty (30) days of invoice. If Participant fails to make timely payment(s), Contractor
may invoice Participant in the amount of one percent(1%) per month on the amount overdue or
a minimum of$1. Payment will not be considered late if a check or warrant is mailed within the
time specified. Contractor provides a prompt payment discount of 0.10%for payments within 20
days of receipt of the invoice.This discount will only be provided for Participant payments within
the stated time.
6.3. MILESTONE PAYMENTS. Participant and Contractor may condition payment on the achievement of
various agreed upon milestones for the Transit Buses. Milestone payments will be mutually
agreed upon by Participant and Contractor in regard to timing of milestone, acceptance of
milestone, and amounts for milestone payments. Payment for milestones will follow the
procedure for invoice payment.
6.4. OVERPAYMENTS. Contractor promptly shall refund to Participant the full amount of any erroneous
payment or overpayment. Such refunds shall occur within thirty (30) days of written notice to
Contractor; Provided, however,that Participant shall have the right to elect to have either direct
payments or written credit memos issued. If Contractor fails to make timely payment(s) or
issuance of such credit memos, Participant may impose a one percent (1%) per month on the
amount overdue thirty(30)days after notice to the Contractor.
6.5. No ADVANCE PAYMENT. No advance payments shall be made for any goods or services furnished
by Contractor pursuant to this Master Contract.
6.6. NO ADDITIONAL CHARGES. Unless otherwise specified herein,Contractor shall not include or impose
any additional charges including, but not limited to, charges for shipping, handling, or payment
processing.
6.7. TAxEs/FEES. Contractor promptly shall pay all applicable taxes on its operations and activities
pertaining to this Master Contract. Failure to do so shall constitute breach of this Master
Contract. Unless otherwise agreed, Participant shall pay applicable sales tax imposed by the tax
jurisdictions in which delivery occurs on purchased goods and/or services. Contractor, however,
shall not make any charge for federal excise taxes and Participant agrees to furnish Contractor
with an exemption certificate where appropriate.
7. CONTRACT MANAGEMENT.
7.1. CONTRACT ADMINISTRATION & NOTICES. Except for legal notices, the parties hereby designate the
following contract administrators as the respective single points of contact for purposes of this
Master Contract. Enterprise Services' contract administrator shall provide Master Contract
oversight. Contractor's contract administrator shall be Contractor's principal contact for
business activities under this Master Contract. The parties may change contractor administrators
by written notice as set forth below.
Any notices required or desired shall be in writing and sent by U.S. mail, postage prepaid,or sent
via email,and shall be sent to the respective addressee at the respective address or email address
set forth below or to such other address or email address as the parties may specify in writing:
MASTER CONTRACT No.06719-01
PAGE 13
Enterprise Services Contractor
Attn: David Mgebroff Attn: Lee Petersen, Regional Sales Manager
Washington Dept. of Enterprise Services and Maribel Gonzalez-Becerra, Bid &Contract
PO Box 41411 Specialist
Olympia, WA 98504-1411 GILLIG LLC
Tel: (360)407-8049 451 Discovery Drive
Email: david.mgebroff@des.wa.gov Livermore, CA 94551
Tel: (800) 785-1500
Email: sales@gillig.com
Notices shall be deemed effective upon the earlier of receipt, if mailed, or, if emailed, upon
transmission to the designated email address of said addressee.
7.2. CONTRACTOR CUSTOMER SERVICE REPRESENTATIVE. Contractor shall designate a customer service
representative (and inform Enterprise Services of the same) who shall be responsible for
addressing Participant issues pertaining to this Master Contract.
7.3. LEGAL NOTICES. Any legal notices required or desired shall be in writing and delivered by U.S.
certified mail, return receipt requested, postage prepaid, or sent via email, and shall be sent to
the respective addressee at the respective address or email address set forth below or to such
other address or email address as the parties may specify in writing:
Enterprise Services Contractor
Attn: Legal Services Manager Attn: William F. Fay,Jr.
Washington Dept. of Enterprise Services Vice President Sales
PO Box 41411 GILLIG LLC
Olympia, WA 98504-1411 451 Discovery Drive
Email: greg.tolbert@des.wa.gov Livermore, CA 94551
Email:.sales@gillig.com
Notices shall be deemed effective upon the earlier of receipt when delivered,or, if mailed, upon
return receipt, or, if emailed, upon transmission to the designated email address of said
addressee.
8. CONTRACTOR SALES REPORTING;VENDOR MANAGEMENT FEE;&CONTRACTOR REPORTS.
8.1. MASTER CONTRACT SALES REPORTING. Contractor shall report total Master Contract sales quarterly
to Enterprise Services, as set forth below.
(a) Master Contract Sales Reporting System. Contractor shall report quarterly Master
Contract sales in Enterprise Services' Master Contract Sales Reporting System.
Enterprise Services will provide Contractor with a login password and a vendor
number. The password and vendor number will be provided to the Sales Reporting
Representative(s) listed on Contractor's Bidder Profile.
(b) Data. Each sales report must identify every authorized Participant by name as it is
known to Enterprise Services and its total combined sales amount invoiced during the
reporting period (i.e., sales of an entire agency or political subdivision, not its
individual subsections). The "Miscellaneous" option may be used only with prior
approval by Enterprise Services. Upon request, Contractor shall provide contact
information for all authorized Participants specified herein during the term of the
MASTER CONTRACT NO.06719-01
PAGE 14
Master Contract. If there are no Master Contract sales during the reporting period,
Contractor must report zero sales.
(c) Due dates for Master Contract Sales Reporting. Quarterly Master Contract Sales
Reports must be submitted electronically by the following deadlines for all sales
invoiced during the applicable calendar quarter:
MASTER CONTRACT
FOR CALENDAR QUARTER ENDING
SALES REPORT DUE
March 31: April 30
June 30: July 31
September 30: October 31
December 31: January 31
8.2. VENDOR MANAGEMENT FEE. Contractor shall pay to Enterprise Services a vendor management fee
("VMF") of 0.15 percent on the purchase price for all Master Contract sales (the purchase price
is the total invoice price less applicable sales tax).
(a) The sum owed by Contractor to Enterprise Services as a result of the VMF is calculated
as follows:
Amount owed to Enterprise Services = Total Master Contract sales
invoiced (not including sales tax)x .00150.
(b) The VMF must be rolled into Contractor's current pricing. The VMF must not be shown
as a separate line item on any invoice unless specifically requested and approved by
Enterprise Services.
(c) Enterprise Services will invoice Contractor quarterly based on Master Contract sales
reported by Contractor. Contractors are not to remit payment until they receive an
invoice from Enterprise Services. Contractor's VMF payment to Enterprise Services
must reference this Master Contract number,work request number(if applicable),the
year and quarter for which the VMF is being remitted, and the Contractor's name as
set forth in this Master Contract, if not already included on the face of the check.
(d) Failure to accurately report total net sales, to submit a timely usage report, or remit
timely payment of the VMF, may be cause for Master Contract suspension or
termination or the exercise of other remedies provided by law. Without limiting any
other available remedies, the Parties agree that Contractor's failure to remit to
Enterprise Services timely payment of the VMF shall obligate Contractor to pay to
Enterprise Services,to offset the administrative and transaction costs incurred by the
State to identify, process, and collect such sum, the sum of $200.00 or twenty-five
percent (25%) of the outstanding amount, whichever is greater, or the maximum
allowed by law, if less.
(e) Enterprise Services reserves the right, upon thirty(30)days advance written notice,to
increase, reduce, or eliminate the VMF for subsequent purchases, and reserves the
right to renegotiate Master Contract pricing with Contractor when any subsequent
adjustment of the VMF might justify a change in pricing.
MASTER CONTRACT No.06719-01
PAGE 15
8.3. ANNUAL MASTER CONTRACT SALES REPORT. Contractor shall provide to Enterprise Services a detailed
annual Master Contract sales report. Such report shall include, at a minimum: Product
description, part number or other Product identifier, per unit quantities sold, and Master
Contract price. This report must be provided in an electronic format that can be read by MS
Excel.
9. RECORDS RETENTION&AUDITS.
9.1. RECORDS RETENTION. Contractor shall maintain books, records, documents, and other evidence
pertaining to this Master Contract and orders placed by Participants under it to the extent and
in such detail as shall adequately reflect performance and administration of payments and fees.
Contractor shall retain such records for a period of six (6) years following expiration or
termination of this Master Contract or final payment for any order placed by a Participant against
this Master Contract, whichever is later;Provided, however, that if any litigation, claim, or audit
is commenced prior to the expiration of this period, such period shall extend until all such
litigation, claims, or audits have been resolved.
9.2. AUDIT. Enterprise Services reserves the right to audit, or have a designated third party audit,
applicable records to ensure that Contractor has properly invoiced Participants and that
Contractor has paid all applicable contract management fees. Accordingly, Contractor shall
permit Enterprise Services, any Participant, and any other duly authorized agent of a
governmental agency, to audit, inspect, examine, copy and/or transcribe Contractor's books,
documents, papers and records directly pertinent to this Master Contract or orders placed by a
Participant under it for the purpose of making audits,examinations,excerpts,and transcriptions.
This right shall survive for a period of six (6) years following expiration or termination of this
Master Contract or final payment for any order placed by a Participant against this Master
Contract, whichever is later; Provided, however, that if any litigation, claim, or audit is
commenced prior to the expiration of this period,such period shall extend until all such litigation,
claims,or audits have been resolved.
9.3. OVERPAYMENT OF PURCHASES OR UNDERPAYMENT OF FEES. Without limiting any other remedy available
to any Participant, Contractor shall(a) reimburse Participants for any overpayments inconsistent
with the terms of this Master Contract or orders, at a rate of 125%)of such overpayments,found
as a result of the examination of the Contractor's records;and (b) reimburse Enterprise Services
for any underpayment of fees,at a rate of 125%of such fees found as a result of the examination
of the Contractor's records(e.g., if Contractor underpays the Vendor Management Fee by$500,
Contractor would be required to pay to Enterprise Services$500 x 1.25=$625).
10. INSURANCE.
10.1. REQUIRED INSURANCE. During the Term of this Master Contract, Contractor, at its expense, shall
maintain in full force and effect the insurance coverages set forth in Exhibit C — Insurance
Requirements. All costs for insurance, including any payments of deductible amounts, shall be
considered incidental to and included in the prices for goods/services and no additional payment
shall be made.
10.2. WORKERS COMPENSATION. Contractor shall comply with applicable workers compensation statutes
and regulations (e.g., RCW Title 51, Industrial Insurance). If Contractor fails to provide industrial
insurance coverage or fails to pay premiums or penalties on behalf of its employees as may be
required by law, Enterprise Services may terminate this Master Contract. This provision does not
waive any of the Washington State Department of Labor and Industries (L&I) rights to collect
MASTER CONTRACT NO.06719-01
PAGE 16
from Contractor. In addition, Contractor waives its immunity under RCW Title 51 to the extent
it is required to indemnify, defend, and hold harmless the State of Washington and its agencies,
officials, agents, or employees.
11. WARRANTY.
11.1. CONTRACTOR WARRANTY.Warranties in this document are in addition to any statutory remedies or
warranties imposed on Contractor. Consistent with this requirement, Contractor warrants and
guarantees to Participant each complete Transit Bus and specific subsystems and components as
follows.
Contractor warrants the Transit Buses are of good material and workmanship and agrees to
promptly replace any part or parts, at no cost to the Participant, which by reason of defective
materials or workmanship fail under normal use, free of negligence or accident during the
applicable warranty period.Contractor warranties include the replacement of parts and services
associated with the replacement and repair, including but not limited to any diagnostic,
refurbishment, shipping, or travel costs.
Performance requirements based on design criteria will not be deemed a warranty item.
Contractor shall insure in its procurement arrangements that the warranty requirements of this
Master Contract are enforceable through and against the Contractor's suppliers, vendors,
material men, and subcontractors. Any inconsistency or difference between the warranties
extended to Participants by Contractor and those extended to Contractor by its suppliers,
vendors, material men, and subcontractors, are at the risk and expense of Contractor. Such
inconsistency or difference will not excuse Contractor's full compliance with its obligations under
this Contract.
11.2. WARRANTY INFORMATION. Upon Participant's request, Contractor promptly shall provide complete
copies of all written warranties or guarantees and documentation of any other arrangement
relating to such warranties or guarantees extended by Contractor's suppliers, sub-suppliers,
vendors, material men, and subcontractors covering parts, components, and systems utilized in
the bus. Contractor shall ensure that such suppliers, sub-suppliers, vendors, material men, and
subcontractors satisfactorily perform warranty related work when requested to do so by
Participant.
11.3. SYSTEM WARRANTIES. The following systems are warranted to be free from defects and related
defects for the years and mileage listed in the table below,whichever comes first. Each warranty
is based on regular operation of the bus under the operating conditions prevailing in Participant's
locale.
MASTER CONTRACT NO.06719-01
PAGE 17
Warranty Description Years/Mileage
Complete Bus Complete bus, propulsion system, 2 years, 100,000 miles;
components, major subsystems, and Class 1 or 2 Failures: 12
body and chassis structure years, 500,000 miles
Body And Chassis Body, body structure,structural elements 3 years, 150,000 miles
Structure of the suspension and engine cradle
Body and Chassis Primary load-carrying members of the Class 1 or 2 Failures: 12
Corrosion Failure or bus structure, including structural years, 500,000 miles
Fatigue Failure elements of the suspension
Propulsion System engine,transmission or drive motors, and 2 years, 100,000 miles
(Diesel, CNG, Hybrid) generators (for hybrid technology) and
drive and non-drive axles
Propulsion System traction motors,traction motor 3 years, 100,000 miles
(Electric) controllers,transmission, drive motors,
drive and non-drive axles,and any other
propulsion system-related replacement
component
Energy Storage traction battery, Battery Management 6 years, 300,000 miles
System System, and any other ESS-related
replacement component
Emission Control complete exhaust system, including 5 years, 100,000 miles
System catalytic converter(if required), after
treatment device, components identified
as emission control devices
The ESS is warranted to remain within warrantable end of life during the warranty period. The
ESS original specified energy storage capacity and warrantable end of life, as a percentage of the
original specified energy capacity, must be clearly defined by the Contractor. Acceptable
methods for measuring or obtaining ESS storage capacity with respect to its original specified
capacity must be clearly identified by the manufacturer. The manufacturer will propose the test
method, and certify the results are true and accurate.The test will be performed according to a
documented test procedure. Participant may engage third-parties for capacity testing.
11.4. SUBSYSTEMS WARRANTY.The Contractor warrants the following subsystems to be free from defects
and related defects for at least two years or 100,000 miles, whichever comes first.
• Brake system: Foundation brake components, including advancing mechanisms, as
supplied with the axles, excluding friction surfaces.
• Destination signs:All destination sign equipment for the front, side and rear signs, power
modules and operator control.
• Heating, ventilating: Roof and/or rear main unit only, excluding floor heaters and front
defroster.
• AC unit and compressor: Roof and/or rear main unit only, excluding floor heaters and
front defroster.
• Door systems:Door operating actuators and linkages. ** Warranty of One Year/Unlimited
Miles
• Air compressor.
• Air dryer. ** Warranty of One Year/Unlimited Miles
• Wheelchair lift and ramp system: Lift and/or ramp parts and mechanical only.
MASTER CONTRACT No.06719-01
PAGE 18
• Starter.
• Alternator:Alternator only. Does not include the drive system.
• Charge air cooler: Charge air cooler including core, tanks and including related
surrounding framework and fittings.
• Fire suppression: Fire suppression system including tank and extinguishing agent
dispensing system.
• Hydraulic systems: Including radiator fan drive and power steering as applicable.
■ Propulsion cooling systems: Radiator including core, tanks and related framework,
including surge tank. Transmission cooler.
• Power electronics: DC/DC converters, inverters, if supplied
• Passenger seating excluding upholstery.
• Fuel storage and delivery system.
■ Surveillance system including cameras and video recorders.
Contractor warrants the following subsystems to be free from defects and related defects for at
least two years or 100,000 miles, whichever comes first:
• Low voltage and high voltage electrical wiring and harnesses
11.5. SERIAL NUMBERS. Prior to final delivery of each bus, Contractor shall provide a complete electronic
list of serialized units installed on each bus to facilitate warranty tracking. The list will include,
but is not limited to the following:
■ Engine • Driver's seat
•
• Transmission or Traction Motor Battery equalizer
■ Alternator • Radiator package
• Starter • Exhaust emission components
• Destination/Luminator(Major • A/C compressor and
components) condenser/evaporator unit
• Drive axle and non-drive axle(s) • Power steering unit
• DVR unit, supporting electronics • Fuel cylinders(if applicable)
(Monitors) • Air compressor
• Wheelchair ramp(if applicable)
Contractor shall provide updated serial numbers resulting from warranty campaigns.The format
of the list will be approved by Participant prior to delivery of the first production bus.
11.6. EXTENSION OF WARRANTY. If, during the warranty period, repairs or modifications on any bus are
made necessary by defective design, materials, or workmanship but are not completed due to
lack of material or inability to provide the proper repair for thirty (30) calendar days, then the
applicable warranty period shall be extended by the number of days equal to the delay period.
11.7. VOIDING OF WARRANTY.The warranty will not apply to the failure of any part or component of the
bus that directly results from misuse, negligence, accident, or repairs not conducted in
accordance with the Contractor-provided maintenance manuals and with workmanship
performed by adequately trained personnel in accordance with recognized standards of the
industry. The warranty will be void if Participant fails to conduct normal inspections and
scheduled preventive maintenance procedures as recommended in the Contractor's
maintenance manuals and if that omission caused the part or component failure. Participant
should maintain documentation, auditable by Contractor, verifying service activities in
conformance with the Contractor's maintenance manuals.
MASTER CONTRACT NO.06719-01
PAGE 19
11.8. EXCEPTIONS AND ADDITIONS TO WARRANTY.Warranties will not apply to the following items:
• scheduled maintenance items
• normal wear-out items,such as brake linings,filters, belts,and wiper blades
• items furnished by Participant
Should Participant require the use of a specific product and has rejected Contractor's request for
an alternate product, then the standard supplier warranty for that product will be the only
warranty provided to Participant.This product will not be eligible under"Fleet Defects," below.
11.9. PASS-THROUGH/SUPERIOR WARRANTY. If any vendor to the Contractor offers,at no additional cost,a
warranty on a component that is longer or more comprehensive than the required warranties on
this Contract, Contractor shall inform Participant of the additional warranty and pass it through
to Participant at no additional cost.
Contractor shall state in writing that Participant's warranty reimbursements will not be impacted.
Contractor also shall state in writing any exceptions and reimbursement including all costs
incurred in transport of vehicles and/or components. At any time during the warranty period,
Contractor may request approval from Participant to assign its warranty obligations to others,
but only on a case-by-case basis approved in writing by Participant. Otherwise, Contractor shall
be solely responsible for the administration of the warranty as specified. Warranty
administration by others does not eliminate the warranty liability and responsibility of
Contractor.
11.10. FLEET DEFECTS. "Fleet Defect" means cumulative failures of twenty five(25%) percent of the same
components in the same or similar application in a minimum fleet size of twelve (12) or more
buses where such items are covered by warranty.A Fleet Defect applies only to the base warranty
period in for Complete Bus, Propulsion System, and Subsystems Warranty. When a Fleet Defect
is declared,the remaining warranty period on that item/component is suspended.The warranty
period does not resume until the Fleet Defect is corrected.
For the purpose of Fleet Defects,each order shall be treated as a separate bus fleet. In addition,
if there is a change in a major component within the order,the buses containing the new major
component will become a separate bus fleet for the purposes of determining Fleet Defects.
Contractor shall correct a Fleet Defect under the warranty provisions defined in Section 13 Repair
Procedure. After correcting the Fleet Defect, Participant and Contractor shall mutually agree to
and Contractor shall promptly undertake and complete a work program reasonably designed to
prevent the occurrence of the same Fleet Defect in all other buses and spare parts purchased
under the order. Where the specific Fleet Defect is solely attributed to particular identifiable
parts, the work program will include redesign and/or replacement of only the defectively
designed and/or manufactured parts. In all other cases,the work program will include inspection
and/or correction of all the buses in the fleet via a mutually agreed-to arrangement. Contractor
shall update,as necessary,technical support information(parts,service and operator's manuals)
due to changes resulting from warranty repairs. Participant may immediately declare a defect in
design resulting in a safety hazard to be a Fleet Defect.Contractor shall be responsible to furnish,
install and replace all defective units.
The Fleet Defect warranty provisions do not apply to Participant-supplied items, such as radios,
fare collection equipment, communication systems, and tires. In addition, Fleet Defects do not
apply to interior and exterior finishes, hoses,fittings,and fabric.
MASTER CONTRACT No.06719-01
PAGE 20
12. REPAIR PROCEDURE.
12.1. REPAIR PERFORMANCE. Contractor is responsible for all warranty-covered repair work, including
diagnostics of warranty covered parts.To the extent practicable, Participant will allow Contractor
or its designated representative to perform repair work. At its discretion, Participant may
perform such repair work if it determines it needs to do so based on transit service or other
requirements. Contractor shall reimburse Participant for any warranty-covered repair work it
performs.
12.2. REPAIRS BY THE CONTRACTOR. Participant shall notify Contractor's designated representative within
thirty(30) days if Participant detects a defect within the warranty periods defined in this Master
Contract or the applicable Participant Order.Contractor or its designated representative shall,if
requested, begin repair work on warranty-covered repairs within five (5) calendar days after
receiving notification of a defect from Participant. Participant will make the bus available to
complete repairs timely with the Contractor's repair schedule.
Contractor shall provide at its own expense all spare parts,tools,and space required to complete
repairs.At Participant's option,Contractor may be required to remove the bus from Participant's
property while repairs are made. If the bus is removed from Participant's property, then repair
procedures must be diligently pursued by Contractor's representative.
12.3. REPAIRS BY PARTICIPANT. If Participant performs the warranty-covered repairs,then it must correct
or repair the defect and any related defects utilizing parts supplied by Contractor specifically for
this repair.At its discretion, Participant may use Contractor-specified parts available from its own
stock if deemed in its best interests. Parts supplied by Contractor may be remanufactured but
must have the same form, fit and function, and warranty. The parts will be shipped prepaid to
Participant from any source selected by Contractor within fourteen (14) days of receipt of the
request for said parts and shall not be subject to a handling charge.
12.4. DEFECTIVE COMPONENT RETURN. Contractor may request that parts covered by the warranty be
returned to the manufacturing plant. Contractor will pay the freight costs for this action.
12.5. FAILURE ANALYSIS. Upon specific request of Participant,Contractor will provide a failure analysis of
Fleet Defect or safety-related parts,or major components, removed from buses under the terms
of the warranty that could affect fleet operation.Such reports will be delivered within 60 days of
the receipt of failed parts.
12.6. REIMBURSEMENT FOR LABOR AND OTHER RELATED COSTS. Contractor shall reimburse Participant for
repair labor.The amount is determined by Participant for a qualified mechanic at a straight time
wage rate per hour,which includes fringe benefits and overhead adjusted for Participant's most
recently published rate in effect at the time the repair work is performed,plus the cost of towing
the bus if such action was necessary and if the bus was in the normal service area.These wage
and fringe benefit rates shall not exceed the rates in effect in Participant's service garage at the
time the defect correction is made.
12.7. REIMBURSEMENT FOR PARTS.Contractor shall reimburse Participant for defective parts and for parts
that must be replaced to correct the defect. The reimbursement will be at the current price at
the time of repair and include taxes where applicable, plus fifteen (15) percent handling costs.
Handling costs will not be paid if parts are supplied by Contractor and shipped to Participant.
12.8. REIMBURSEMENT REQUIREMENTS. Contractor shall respond to parts warranty claims with an
accept/reject decision including necessary failure analysis no later than sixty (60) days after
MASTER CONTRACT NO.06719-01
PAGE 21
Participant submits the claim and defective part(s), when requested. Reimbursement for all
accepted claims shall occur no later than sixty (60) days from the date of acceptance of a valid
claim. Participant may dispute rejected claims or claims for which Contractor did not reimburse
the full amount. Contractor and Participant will review disputed warranty claims during the
following quarter to reach an equitable decision to permit the disputed claim to be resolved and
closed.Contractor and Participant will review all claims at least once per quarter throughout the
entire warranty period to ensure that open claims are being tracked and properly dispositioned.
12.9. WARRANTY AFTER REPLACEMENT/REPAIRS. If any component, unit, or subsystem is repaired, rebuilt,
or replaced by Contractor or by Participant with the concurrence of Contractor, then the
component, unit, or subsystem will have the unexpired warranty period of the original. Repairs
will not be warranted if Contractor-provided or authorized parts are not used for the repair,
unless Contractor has failed to respond within five days, in accordance with Section 13.2 Repairs
by the Contractor.
If an item is declared to be a Fleet Defect, then the warranty stops with the declaration of the
Fleet Defect. Once the Fleet Defect is corrected, the items shall have three (3) months or the
remaining time and/or miles of the original warranty, whichever is greater. This remaining
warranty period will begin on the repair/replacement date for corrected items on each bus if the
repairs are completed by Contractor or on the date Contractor provides all parts to Participant if
repairs are completed by Participant.
12.10. WARRANTY PROCESSING PROCEDURES. The following list represents information required by
Contractor from the Participant for processing warranty claims. One failure per bus per claim is
allowed.
• bus number and VIN
• total vehicle life mileage at time of repair
• date of failure/repair
• acceptance/in-service date
• Contractor part number and description
• component serial number
• description of failure
• all costs associated with each failure/repair (invoices may be required for third-party
costs):
o towing
o road calls
o labor
o materials
o parts
o handling
o troubleshooting time
The Participant's forms will be accepted by Contractor if all of the above information is included.
Electronic submittal may be used if available between Contractor and Participant.
12.11. RETURN OF PARTS.When returning defective parts to Contractor,Participant will tag each part with
the following:
• bus number and VIN
• claim number
MASTER CONTRACT No.06719-01
PAGE 22
• part number
• serial number(if available)
12.12. TIMEFRAME. Each claim must be submitted no more than thirty(30)days from the date of failure
and/or repair, whichever is later. All defective parts must be returned to the Contractor, when
requested, no more than forty-five (45)days from the date of repair.
13. QUALITY ASSURANCE
13.1. QUALITY ASSURANCE ORGANIZATION ESTABLISHMENT. Contractor shall establish and maintain an
effective in-plant quality assurance organization.
13.2. QUALITY CONTROL.The quality assurance organization shall exercise quality control over all phases
of production, from initiation of design through manufacture and preparation for delivery. The
organization shall also control the quality of supplied articles.
13.3. AUTHORITY AND RESPONSIBILITY. The quality assurance organization shall have the authority and
responsibility for reliability, quality control, inspection planning, establishment of the quality
control system, and acceptance/rejection of materials and manufactured articles in the
production of the transit buses.
13.4. MINIMUM FUNCTIONS. The quality assurance organization shall include the following minimum
functions:
• Work instructions: The quality assurance organization shall verify inspection operation
instructions to ascertain that the manufactured product meets all prescribed requirements.
• Records maintenance:The quality assurance organization shall maintain and use records
and data essential to the effective operation of its program.These records and data shall be
available for review by the resident inspectors. Inspection and test records for this
procurement shall be available for a minimum of one year after inspections and tests are
completed.
• Corrective action: The quality assurance organization shall detect and promptly ensure
correction of any conditions that may result in the production of defective transit buses.
These conditions may occur in designs, purchases, manufacture, tests or operations that
culminate in defective supplies, services,facilities,technical data or standards.
13.5. BASIC STANDARDS AND FACILITIES. The following standards and facilities shall be basic in the quality
assurance process:
• Configuration control: Contractor shall maintain drawings, assembly procedures and
other documentation that completely describe a qualified bus that meets all of the options
and special requirements of each Purchase Order. The quality assurance organization shall
verify that each transit bus is manufactured in accordance with these controlled drawings,
procedures and documentation.
• Measuring and testing facilities: Contractor shall provide and maintain the necessary
gauges and other measuring and testing devices for use by the quality assurance
organization to verify that the buses conform to all specification requirements. These
devices shall be calibrated at established periods against certified measurement standards
that have known,valid relationships to national standards.
• Production tooling as media of inspection: When production jigs, fixtures, tooling
masters,templates, patterns and other devices are used as media of inspection, they shall
MASTER CONTRACT NO.06719-01
PAGE 23
be proved for accuracy at formally established intervals and adjusted, replaced or repaired
as required to maintain quality.
• Equipment use by resident inspectors: Contractor's gauges and other measuring and
testing devices shall be made available for use by the resident inspectors to verify that the
buses conform to all specification requirements. If necessary, the Contractor's personnel
shall be made available to operate the devices and to verify their condition and accuracy.
13.6. MAINTENANCE OF CONTROL. Contractor shall maintain quality control of purchases:
• Supplier control: Contractor shall require each supplier to maintain a quality control
program for the services and supplies that it provides. Contractor's quality assurance
organization shall inspect and test materials provided by suppliers for conformance to
specification requirements. Materials that have been inspected,tested and approved shall
be identified as acceptable to the point of use in the manufacturing or assembly processes.
Controls shall be established to prevent inadvertent use of nonconforming materials.
• Purchasing data: Contractor shall verify that all applicable specification requirements are
properly included or referenced in purchase orders of articles to be used on transit buses.
13.7. MANUFACTURING CONTROL. Contractor shall maintain quality control of production:
• Controlled conditions: Contractor shall ensure that all basic production operations, as
well as all other processing and fabricating, are performed under controlled conditions.
Establishment of these controlled conditions shall be based on the documented work
instructions, adequate production equipment and special working environments if
necessary.
• Completed items: A system for final inspection and test of completed transit buses shall
be provided by the quality assurance organization. It shall measure the overall quality of
each completed bus.
• Nonconforming materials: The quality assurance organization shall monitor the
Contractor's system for controlling nonconforming materials. The system shall include
procedures for identification,segregation and disposition.
• Statistical techniques:Statistical analysis,tests and other quality control procedures may
be used when appropriate in the quality assurance processes.
• Inspection status:A system shall be maintained by the quality assurance organization for
identifying the inspection status of components and completed transit buses. Identification
may include cards,tags or other normal quality control devices.
13.8. Inspection System.The quality assurance organization shall establish, maintain and periodically
audit a fully documented inspection system. The system shall prescribe inspection and test of
materials, Work in process and completed articles. At a minimum, it shall include the following
controls:
• Inspection personnel: Sufficient trained inspectors shall be used to ensure that all
materials,components and assemblies are inspected for conformance with the qualified bus
design.
• Inspection records: Acceptance, rework or rejection identification shall be attached to
inspected articles.Articles that have been accepted as a result of approved materials review
actions shall be identified. Articles that have been reworked to specified drawing
MASTER CONTRACT No.06719-01
PAGE 24
configurations shall not require special identification.Articles rejected as unsuitable or scrap
shall be plainly marked and controlled to prevent installation on the bus. Articles that
become obsolete as a result of engineering changes or other actions shall be controlled to
prevent unauthorized assembly or installation. Unusable articles shall be isolated and then
scrapped. Discrepancies noted by the Contractor or resident inspectors during assembly
shall be entered by the inspection personnel on a record that accompanies the major
component, subassembly,assembly or bus from start of assembly through final inspection.
Actions shall be taken to correct discrepancies or deficiencies in the manufacturing
processes, procedures or other conditions that cause articles to be in nonconformity with
the requirements of the Contract specifications. The inspection personnel shall verify the
corrective actions and mark the discrepancy record. If discrepancies cannot be corrected by
replacing the nonconforming materials, then the Agency shall approve the modification,
repair or method of correction to the extent that the Contract specifications are affected.
■ Quality assurance audits:The quality assurance organization shall establish and maintain
a quality control audit program. Records of this program shall be subject to review by the
Agency.
14. CLAIMS.
14.1. ASSUMPTION OF RISKS;CLAIMS BETWEEN THE PARTIES. Contractor assumes sole responsibility and all
risks of personal injury or property damage to itself and its employees,and agents in connection
with its operations under this Master Contract. Neither Enterprise Services nor any Participant
has made any representations regarding any factor affecting Contractor's risks. Contractor shall
pay for all damage to any Participant's property resulting directly or indirectly from its acts or
omissions under this Master Contract.
14.2. THIRD-PARTY CLAIMS; INDEMNITY. To the fullest extent permitted by law, Contractor shall defend,
indemnify, and hold harmless Enterprise Services and any Participant and their employees and
agents from and against all claims,demands,judgments,assessments,damages, penalties,fines,
costs, liabilities or losses including, without limitation, sums paid in settlement of claims,
attorneys' fees, consultant fees, and expert fees (collectively "claims") arising from any act or
omission of Contractor or its successors, agents,and subcontractors under this Master Contract,
except claims caused solely by Enterprise Services or any Participants' negligence. Contractor
shall take all steps needed to keep Participant's property free of liens arising from Contractor's
activities, and promptly obtain or bond the release of any such liens that may be filed.
15. DISPUTE RESOLUTION.
15.1. DISPUTE PROCEDURE. The parties shall cooperate to resolve any dispute pertaining to this Master
Contract efficiently, as timely as practicable, and at the lowest possible level with authority to
resolve such dispute. If, however, a dispute persists and cannot be resolved,it may be escalated
within each organization. In such situation, upon notice by either party, each party, within five
(5) business days shall reduce its description of the dispute to writing and deliver it to the other
party. The receiving party then shall have three (3) business days to review and respond in
writing. In the event that the parties cannot then agree on a resolution of the dispute,the parties
shall schedule a conference between the respective senior manager of each organization to
attempt to resolve the dispute. In the event the parties cannot agree,either party may resort to
court to resolve the dispute.
MASTER CONTRACT NO.06719-01
PAGE 25
15.2. PERFORMANCE DURING DISPUTE. Unless otherwise directed by Enterprise Services, Contractor shall
continue performance under this Master Contract while matters in dispute are being resolved.
16. SUSPENSION&TERMINATION.
16.1. SUSPENSION&TERMINATION FOR DEFAULT. Enterprise Services may suspend Contractor's operations
under this Master Contract immediately by written cure notice of any default. In such case, the
notice of suspension will state the time period in which cure is permitted and other appropriate
conditions. Suspension shall continue until the default is remedied to Enterprise Services'
reasonable satisfaction;Provided, however,that, if after thirty(30) days from such a suspension
notice, Contractor remains in default, Enterprise Services may terminate Contractor's rights
under this Master Contract. All of Contractor's obligations to Enterprise Services and Participants
survive termination of Contractor's rights under this Master Contract, until such obligations have
been fulfilled.
16.2. DEFAULT. Each of the following events shall constitute default of this Master Contract by
Contractor:
(a) Contractor fails to perform or comply with any of the terms or conditions of this
Master Contract including, but not limited to,Contractor's obligation to pay vendor
management fees when due;
(b) Contractor breaches any representation or warranty provided herein; or
(c) Contractor enters into proceedings relating to bankruptcy, whether voluntary or
involuntary.
16.3. REMEDIES FOR DEFAULT.
(a) Enterprise Services' rights to suspend and terminate Contractor's rights under this
Master Contract are in addition to all other available remedies.
(b) In the event of termination for default, Enterprise Services may exercise any remedy
provided by law including,without limitation,the right to procure for all Participants
replacement goods and/or services. In such event, Contractor shall be liable to
Enterprise Services for damages as authorized by law including, but not limited to,
any price difference between the Master Contract price and the replacement or
cover price.
16.4. LIMITATION ON DAMAGES. Notwithstanding any provision to the contrary,the parties agree that
in no event shall any party or Participant be liable to the other for exemplary or punitive
damages.
16.5. GOVERNMENTAL TERMINATION.
(a) Termination for Withdrawal of Authority. Enterprise Services may suspend or
terminate this Master Contract if, during the term hereof, Enterprise Services'
procurement authority is withdrawn, reduced, or limited such that Enterprise
Services, in its judgment, would lack authority to enter into this Master Contract;
Provided, however,that such suspension or termination for withdrawal of authority
shall only be effective upon twenty (20) days prior written notice; and Provided
further, that such suspension or termination for withdrawal of authority shall not
relieve any Participant from payment for goods and/or services already ordered as
of the effective date of such notice. Except as stated in this provision, in the event
MASTER CONTRACT No.06719-01
PAGE 26
of such suspension or termination for withdrawal of authority, neither Enterprise
Services nor any Participant shall have any obligation or liability to Contractor.
(b) TERMINATION FOR CHANGE OF AUTHORITY. Enterprise Services may suspend or terminate
this Master Contract if, during the term hereof, federal procurement authority is
withdrawn, reduced,or limited such that Enterprise Services,in its judgment,would
lack authority to enter into this Master Contract as a State Cooperative Purchasing
Schedule under applicable federal law; Provided, however,that such suspension or
termination for withdrawal of authority shall only be effective upon twenty(20)days
prior written notice; and Provided further, that such suspension or termination for
withdrawal of authority shall not relieve any Participant from payment for goods
and/or services already ordered as of the effective date of such notice. Except as
stated in this provision, in the event of such suspension or termination for
withdrawal of authority, neither Enterprise Services nor any Participant shall have
any obligation or liability to Contractor.
(c) TERMINATION FOR PUBLIC CONVENIENCE. Enterprise Services, for public convenience,
may terminate this Master Contract; Provided, however, that such termination for
public convenience must, in Enterprise Services'judgment, be in the best interest of
the State of Washington; and Provided further, that such termination for public
convenience shall only be effective upon sixty (60) days prior written notice; and
Provided further,that such termination for public convenience shall not relieve any
Participant from payment for goods and/or services already ordered as of the
effective date of such notice. Except as stated in this provision, in the event of such
termination for public convenience, neither Enterprise Services nor any Participant
shall have any obligation or liability to Contractor.
16.6. TERMINATION PROCEDURE. Regardless of basis, in the event of suspension or termination (in full or
in part),the parties shall cooperate to ensure an orderly and efficient suspension or termination.
Accordingly, Contractor shall deliver to Participants all goods and/or services that are complete
(or with approval from Enterprise Services,substantially complete)and Participants shall inspect,
accept, and pay for the same in accordance with this Master Contract and the applicable
Purchase Order. Unless directed by Enterprise Services to the contrary, Contractor shall not
process any orders after notice of suspension or termination inconsistent therewith.
17. FTA ROLE IN DISPUTES,BREACHES,DEFAULTS,OR OTHER LITIGATION.
17.1. FTA INTEREST. The U.S. Federal Transit Administration ("FTA") has a vested interest in the
settlement of any violation of federal law, regulation, or requirement, or any disagreement
involving the award, this Master Contract, and any amendments thereto including, but not
limited to,a default, breach, major dispute,or litigation. Accordingly, FTA shall have the right to
concur in such any settlement or compromise.
/17.2. NOTIFICATION TO FTA. If a current or prospective legal matter that may affect the Federal
.1 Government emerges, Enterprise Services and Participant promptly shall notify the FTA Chief
Counsel, or FTA Regional Counsel for the Region in which Enterprise Services and Participant are
located.
1.The types of legal matters that require notification include, but are not limited to,a major
dispute,breach,default,litigation,or naming the Federal Government as a party to litigation
or a legal disagreement in any forum for any reason.
MASTER CONTRACT NO.06719-01
PAGE 27
2. Matters that may affect the Federal Government include, but are not limited to, the
Federal Government's interests in the award, this Master Contract, and any amendments
thereto, or the Federal Government's administration or enforcement of federal laws,
regulations, and requirements.
3. If Enterprise Services or Participant have credible evidence that a Principal, Official,
Employee, Agent, or Third Party Participant of Enterprise Services or Participant, or other
person has submitted a false claim under the False Claims Act, 31 U.S.C. § 3729 et seq., or
has committed a criminal or civil violation of law pertaining to such matters as fraud,conflict
of interest, bribery, gratuity, or similar misconduct involving federal assistance, Enterprise
Services and Participant promptly shall notify the U.S. DOT Inspector General, in addition to
the FTA Chief Counsel or Regional Counsel for the Region in which the Enterprise Services
and Participant are located.
17.3. FEDERAL INTEREST IN RECOVERY.The Federal Government retains the right to a proportionate share
of any proceeds recovered from any third party, based on the percentage of the federal share
for this Master Contract.
18. GENERAL PROVISIONS.
18.1. TIME IS OF THE ESSENCE. Time is of the essence for each and every provision of this Master Contract.
18.2. COMPLIANCE WITH LAW. Contractor shall comply with all applicable law.
18.3. INTEGRATED AGREEMENT. This Master Contract constitutes the entire agreement and
understanding of the parties with respect to the subject matter and supersedes all prior
negotiations,representations,and understandings between them. There are no representations
or understandings of any kind not set forth herein.
18.4. AMENDMENT OR MODIFICATION. Except as set forth herein, this Master Contract may not be
amended or modified except in writing and signed by a duly authorized representative of each
party.
18.5. AUTHORITY. Each party to this Master Contract, and each individual signing on behalf of each
party, hereby represents and warrants to the other that it has full power and authority to enter
into this Master Contract and that its execution, delivery, and performance of this Master
Contract has been fully authorized and approved, and that no further approvals or consents are
required to bind such party.
18.6. No AGENCY. The parties agree that no agency, partnership, or joint venture of any kind shall be
or is intended to be created by or under this Master Contract. Neither party is an agent of the
other party nor authorized to obligate it.
18.7. ASSIGNMENT. Contractor may not assign its rights under this Master Contract without Enterprise
Services' prior written consent and Enterprise Services may consider any attempted assignment
without such consent to be void; Provided, however,that, if Contractor provides written notice
to Enterprise Services within thirty(30) days, Contractor may assign its rights under this Master
Contract in full to any parent, subsidiary, or affiliate of Contractor that controls or is controlled
by or under common control with Contractor, is merged or consolidated with Contractor, or
purchases a majority or controlling interest in the ownership or assets of Contractor. Unless
otherwise agreed, Contractor guarantees prompt performance of all obligations under this
Master Contract notwithstanding any prior assignment of its rights.
MASTER CONTRACT NO.06719-01
PAGE 28
18.8. BINDING EFFECT;SUCCESSORS&ASSIGNS. This Master Contract shall be binding upon and shall inure
to the benefit of the parties hereto and their respective successors and assigns.
18.9. PUBLIC INFORMATION. This Master Contract and all related documents are subject to public
disclosure as required by Washington's Public Records Act, RCW chapter 42.56. The Purchase
Order and all related documents are subject to the public disclosure requirements of the
Participant's jurisdiction.
18.10. ASSIGNMENT OF ANTITRUST RIGHTS REGARDING PURCHASED GOODS/SERVICES. Contractor irrevocably
assigns to Enterprise Services,on behalf of the State of Washington,or any applicable Participant
any claim for relief or cause of action which the Contractor now has or which may accrue to the
Contractor in the future by reason of any violation of state or federal antitrust laws in connection
with any Transit Buses provided in Washington for the purpose of carrying out the Contractor's
obligations under this Master Contract, including, at Enterprise Services' option, the right to
control any such litigation on such claim for relief or cause of action.
18.11. FEDERAL FUNDS. To the extent that any Participant uses federal funds to purchase goods and/or
services pursuant to this Master Contract, such Participant shall specify, with its order, any
applicable requirement or certification that must be satisfied by Contractor at the time the order
is placed or upon delivery.
18.12. SEVERABILITY. If any provision of this Master Contract is held to be invalid or unenforceable, such
provision shall not affect or invalidate the remainder of this Master Contract,and to this end the
provisions of this Master Contract are declared to be severable. If such invalidity becomes known
or apparent to the parties,the parties agree to negotiate promptly in good faith in an attempt to
amend such provision as nearly as possible to be consistent with the intent of this Master
Contract.
18.13. WAIVER. Failure of either party to insist upon the strict performance of any of the terms and
conditions hereof, or failure to exercise any rights or remedies provided herein or by law, or to
notify the other party in the event of breach, shall not release the other party of any of its
obligations under this Master Contract, nor shall any purported oral modification or rescission of
this Master Contract by either party operate as a waiver of any of the terms hereof. No waiver
by either party of any breach, default, or violation of any term, warranty, representation,
contract, covenant, right, condition, or provision hereof shall constitute waiver of any
subsequent breach, default, or violation of the same or other term, warranty, representation,
contract, covenant, right, condition,or provision.
18.14. SURVIVAL. All representations, warranties, covenants, agreements, and indemnities set forth in
or otherwise made pursuant to this Master Contract shall survive and remain in effect following
the expiration or termination of this Master Contract,Provided, however,that nothing herein is
intended to extend the survival beyond any applicable statute of limitations periods.
18.15. GOVERNING LAW. The validity, construction, performance, and enforcement of this Master
Contract shall be governed by and construed in accordance with the laws of the State of
Washington, without regard to its choice of law rules. The validity, construction, performance,
and enforcement of Purchase Orders shall be governed by and construed in accordance with the
laws of the Participant's jurisdiction.
18.16. JURISDICTION &VENUE. In the event that any action is brought to enforce any provision of this
Master Contract,the parties agree to exclusive jurisdiction in Thurston County Superior Court for
the State of Washington and agree that in any such action venue shall lie exclusively at Olympia,
MASTER CONTRACT NO.06719-01
PAGE 29
Washington. In the event that any action is brought to enforce any provision of a Purchase Order,
the parties agree to submit to exclusive jurisdiction and venue in the Participant's jurisdiction.
18.17. ATTORNEYS' FEES. Should any legal action or proceeding be commenced by either party in order
to enforce this Master Contract or any provision hereof, or in connection with any alleged
dispute, breach, default, or misrepresentation in connection with any provision herein
contained,the prevailing party shall be entitled to recover reasonable attorneys'fees and costs
incurred in connection with such action or proceeding, including costs of pursuing or defending
any legal action, including, without limitation, any appeal, discovery, or negotiation and
preparation of settlement arrangements, in addition to such other relief as may be granted.
18.18. FAIR CONSTRUCTION&INTERPRETATION. The provisions of this Master Contract shall be construed as
a whole according to their common meaning and not strictly for or against any party and
consistent with the provisions contained herein in order to achieve the objectives and purposes
of this Master Contract. Each party hereto and its counsel has reviewed and revised this Master
Contract and agrees that the normal rules of construction to the effect that any ambiguities are
to be resolved against the drafting party shall not be construed in the interpretation of this
Master Contract. Each term and provision of this Master Contract to be performed by either
party shall be construed to be both a covenant and a condition.
18.19. FURTHER ASSURANCES. In addition to the actions specifically mentioned in this Master Contract,the
parties and any applicable Participant shall each do whatever may reasonably be necessary to
accomplish the transactions contemplated in this Master Contract including, without limitation,
executing any additional documents reasonably necessary to effectuate the provisions and
purposes of this Master Contract.
18.20. EXHIBITS. All exhibits referred to herein are deemed to be incorporated in this Master Contract in
their entirety.
18.21. CAPTIONS&HEADINGS. The captions and headings in this Master Contract are for convenience only
and are not intended to,and shall not be construed to,limit,enlarge,or affect the scope or intent
of this Master Contract nor the meaning of any provisions hereof.
18.22. ELECTRONIC SIGNATURES. A signed copy of this Master Contract or any other ancillary agreement
transmitted by facsimile, email, or other means of electronic transmission shall be deemed to
have the same legal effect as delivery of an original executed copy of this Master Contract or
such other ancillary agreement for all purposes.
MASTER CONTRACT NO.06719-01
PAGE 30
18.23. COUNTERPARTS. This Master Contract may be executed in any number of counterparts, each of
which shall be deemed an original and all of which counterparts together shall constitute the
same instrument which may be sufficiently evidenced by one counterpart. Execution of this
Master Contract at different times and places by the parties shall not affect the validity thereof
so long as all the parties hereto execute a counterpart of this Master Contract.
EXECUTED as of the date and year first above written.
STATE OF WASHINGTON GILLIG LLC
Department of Enterprise Services a California any
By: By:
Elena McGrew William F Fay,Jr.
Its: Enterprise Procurement Manager Its: Vice President Sales
MASTER CONTRACT No.06719-01
PAGE 31
EXHIBIT A
Included Transit Buses
Contractor is authorized to sell Heavy Duty Transit Buses [categories awarded], including
applicable accessories, components, subsystems, and replacement parts necessary for operation of
the transit buses for its operational life.Transit buses offered under this Master Contract will comply
with the specifications listed in [specification document title].
[insert specification document and modifications from solicitation at time of contract award]
I
MASTER CONTRACT NO.06719-01
PAGE 32
Exhibit B
Prices for Heavy Duty Transit Buses
Prices for Heavy Duty Transit Buses as listed in the attached Heavy Duty Price Sheet.
[Insert Price Sheet at time of contract award]
MASTER CONTRACT NO.06719-01
PAGE 33
Exhibit C
Insurance Requirements
1. INSURANCE OBLIGATION. During the Term of this Master Contract, Contractor shall possess and
maintain in full force and effect, at Contractor's sole expense,the following insurance coverages:
a. COMMERCIAL GENERAL LIABILITY INSURANCE. Commercial general liability insurance (and, if
necessary, commercial umbrella liability insurance) covering bodily injury and property
damage, personal injury,and advertising injury liability on an 'occurrence form'that shall
be no less comprehensive and no more restrictive than the coverage provided by
Insurance Services Office (ISO) under the most recent version of form CG 00 01 in the
amount of not less than $2,000,000 per occurrence and $4,000,000 general aggregate.
This coverage shall include blanket contractual liability coverage. This coverage shall
include a cross-liability clause or separation of insured condition.
b. WORKERS' COMPENSATION INSURANCE & EMPLOYER'S LIABILITY (STOP GAP). Contractor shall
comply with applicable Workers' Compensation or Industrial Accident insurance
providing benefits to statutory limits, including Employer's or Stop-Gap Liability with a
minimum limit of $1,000,000 per accident/bodily injury by disease; $1,000,000 policy
limit/Bodily injury by disease; and $1,000,000 each employee.
C. PRODUCTS-COMPLETED OPERATIONS LIABILITY INSURANCE. Products-completed operations
liability insurance in the amount of not less than $2,000,000 combined single limit per
occurrence, $4,000,000 general annual aggregate for a period of five (5) years after
acceptance of the last bus delivered under this Contract. Products Liability coverage may
be effected through one or more excess liability policies.
d. COMMERCIAL AUTOMOBILE LIABILITY INSURANCE. 'Symbol 1' Commercial Automobile Liability
coverage (and, if necessary, commercial umbrella liability insurance) including coverage
for all owned, hired, and non-owned vehicles. The combined single limit per accident
shall not be less than$2,000,000.
e. PROFESSIONAL LIABILITY (ERRORS& OMISSIONS) INSURANCE. Professional liability insurance in
the amount of not less than$2,000,000 combined single limit per occurrence,$4,000,000
general annual aggregate.
f. UMBRELLA INSURANCE. Umbrella coverage in the sum of$ shall be provided and
shall apply over all liability policies, without exception, including but not limited to
Commercial General Liability, Employers' Liability, Products-Completed Operations
Liability,Automobile Liability, and Professional Liability.
Claims Made Policies (applicable only to professional liability). If any of the required policies
provide claims-made coverage:
1. The Retroactive Date must be shown,and must be before the date of the contract or the
beginning of contract work
2. Insurance must be maintained and evidence of insurance must be provided for at least
five (5)years after completion of the contract work.
MASTER CONTRACT NO.06719-01
PAGE 34
3. If coverage is canceled or non-renewed, and not replaced with another claims-made
policy form with a Retroactive Date prior to the contract effective date, the Contractor
must purchase "extended reporting" coverage for a minimum of five (5) years after
completion of work.
The insurance coverage limits set forth herein are the minimum.Contractor's insurance coverage
shall be no less than the minimum amounts specified. Coverage in the amounts of these
minimum limits, however, shall not be construed to relieve Contractor from liability in excess of
such limits. Contractor waives all rights against the State of Washington for the recovery of
damages to the extent such damages are covered by any insurance required herein.
2. INSURANCE CARRIER RATING. Coverages provided by the Contractor must be underwritten by an
insurance company deemed acceptable to the State of Washington's Office of Risk Management.
Insurance coverage shall be provided by companies authorized to do business within the State of
Washington and rated A- Class VII or better in the most recently published edition of Best's
Insurance Rating. Enterprise Services reserves the right to reject all or any insurance carrier(s)
with an unacceptable financial rating.
3. ADDITIONAL INSURED. Except for Workers' Compensation, Commercial Automobile Liability, and
Professional Liability (Errors and Omissions), all required insurance shall include the State of
Washington (and its agents, officers, and employees) and the applicable Participant as an
Additional Insureds evidenced by copy of the Additional Insured Endorsement attached to the
Certificate of insurance on such insurance policies.
4. CERTIFICATE OF INSURANCE. Prior to execution of the Master Contract, Contractor shall furnish to
Enterprise Services, as evidence of the insurance coverage required by this Master Contract, a
certificate of insurance satisfactory to Enterprise Services that insurance, in the above-stated
kinds and minimum amounts, has been secured. In addition, no less than ten (10) days prior to
coverage expiration, Contractor shall furnish to Enterprise Services an updated or renewed
certificate of insurance, satisfactory to Enterprise Services, that insurance, in the above-stated
kinds and minimum amounts, has been secured. Failure to maintain or provide proof of
insurance,as required,will result in contract cancellation. All policies and certificates of insurance
shall include the Master Contract number stated on the cover of this Master Contract.
5. PRIMARY COVERAGE. Contractor's insurance shall apply as primary and shall not seek contribution
from any insurance or self-insurance maintained by, or provided to,the additional insureds listed
above including,at a minimum,the State of Washington and/or any Participant. All insurance or
self-insurance of the State of Washington and/or Participants shall be excess of any insurance
provided by Contractor or subcontractors.
p. SUBCONTRACTORS. Contractor shall include all subcontractors as insureds under all required
insurance policies. Alternatively, prior to utilizing any subcontractor, Contractor shall cause any
such subcontractor to provide insurance that complies will all applicable requirements of the
insurance set forth herein and shall furnish separate Certificates of Insurance and endorsements
for each subcontractor. Each subcontractor must comply fully with all insurance requirements
stated herein. Failure of any subcontractor to comply with insurance requirements does not limit
Contractor's liability or responsibility.
MASTER CONTRACT No.06719-01
PAGE 35
7. WAIVER OF SUBROGATION. Contractor waives all rights of subrogation against the State of
Washington and any Participant for the recovery of damages to the extent such damages are or
would be covered by the insurance specified herein.
8. NOTICE OF CHANGE OR CANCELLATION. There shall be no cancellation, material change,exhaustion of
aggregate limits, or intent not to renew insurance coverage, either in whole or in part, without at
least sixty (60) days prior written Legal Notice by Contractor to Enterprise Services. Failure to
provide such notice, as required, shall constitute default by Contractor. Any such written notice
shall include the Master Contract number stated on the cover of this Master Contract.
MASTER CONTRACT No.06719-01
PAGE 36
Exhibit D
Federal Transit Administration Clauses
1.1. NO FEDERAL GOVERNMENT OBLIGATIONS TO THIRD PARTIES.
(a) Participant and Contractor acknowledge and agree that, notwithstanding any
concurrence by the Federal Government in or approval of the solicitation or award of the
underlying Contract, absent the express written consent by the Federal Government, the
Federal Government is not a party to this Contract and shall not be subject to any obligations
or liabilities to the Participant,Contractor,or any other party(whether or not a party to that
contract) pertaining to any matter resulting from the underlying Contract.
(b) Contractor agrees to include the above clause in each subcontract financed in
whole or in part with Federal assistance provided by FTA. It is further agreed that the clause
shall not be modified, except to identify the subcontractor who will be subject to its
provisions.
1.2. FALSE STATEMENTS OR CLAIMS CIVIL AND CRIMINAL FRAUD.
(a) Contractor acknowledges that the provisions of the Program Fraud Civil Remedies
Act of 1986,as amended, 31 U.S.C. §3801 et seq.and U.S. DOT regulations, "Program Fraud
Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon
execution of the underlying contract, Contractor certifies or affirms the truthfulness and
accuracy of any statement it has made, it makes, it may make, or causes to be made,
pertaining to the underlying contract or the FTA assisted project for which this contract work
is being performed. In addition to other penalties that may be applicable,Contractor further
acknowledges that if it makes, or causes to be made,a false,fictitious, or fraudulent claim,
statement, submission, or certification, the Federal Government reserves the right to
impose the penalties of the Program Fraud Civil Remedies Act of 1986 on Contractor to the
extent the Federal Government deems appropriate.
(b) Contractor also acknowledges that if it makes, or causes to be made, a false,
fictitious, or fraudulent claim, statement, submission, or certification to the Federal
Government under a contract connected with a project that is financed in whole or in part
with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. § 5307,
the Government reserves the right to impose the penalties of 18 U.S.C. §1001 and 49 U.S.C.
§ 5307(n)(1) on Contractor,to the extent the Federal Government deems appropriate.
(c) Contractor agrees to include the above two clauses in each subcontract financed
in whole or in part with Federal assistance provided by FTA. It is further agreed that the
clauses shall not be modified, except to identify the subcontractor who will be subject to
the provisions.
1.3. ACCESS TO THIRD PARTY CONTRACT RECORDS.
(a) Where the Participant is not a State but a local government and is the FTA
Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 18.36(i), the
Contractor agrees to provide the Participant, the FTA Administrator, the Comptroller
General of the United States or any of their authorized representatives access to any books,
documents, papers and records of the Contractor which are directly pertinent to this
contract for the purposes of making audits, examinations, excerpts and transcriptions.
Contractor also agrees, pursuant to 49 C.F.R.633.17 to provide the FTA Administrator or his
MASTER CONTRACT NO.06719-01
PAGE 37
authorized representatives including any PMO Contractor access to Contractor's records
and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1,
which is receiving federal financial assistance through the programs described at 49 U.S.C.
5307, 5309 or 5311.
(b) Where the Participant is a State and is the FTA Recipient or a subgrantee of the
FTA Recipient in accordance with 49 C.F.R. 633.17, Contractor agrees to provide the
Participant, the FTA Administrator or his authorized representatives, including any PMO
Contractor, access to the Contractor's records and construction sites pertaining to a major
capital project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance
through the programs described at 49 U.S.C. 5307, 5309 or 5311. By definition, a major
capital project excludes contracts of less than the simplified acquisition threshold currently
set at$100,000.
(c) Where the Participant enters into a negotiated contract for other than a small
purchase or under the simplified acquisition threshold and is an institution of higher
education, a hospital or other non-profit organization and is the FTA Recipient or a
subgrantee of the FTA Recipient in accordance with 49 C.F.R. 19.48, Contractor agrees to
provide the Participant, FTA Administrator,the Comptroller General of the United States or
any of their duly authorized representatives with access to any books, documents, papers
and record of the Contractor which are directly pertinent to this contract for the purposes
of making audits, examinations, excerpts and transcriptions.
(d) Where any Participant which is the FTA Recipient or a subgrantee of the FTA
Recipient in accordance with 49 U.S.C. 5325(a)enters into a contract for a capital project or
improvement (defined at 49 U.S.C. 5302(a)1) through other than competitive bidding, the
Contractor shall make available records related to the contract to the Participant, the
Secretary of Transportation and the Comptroller General or any authorized officer or
employee of any of them for the purposes of conducting an audit and inspection.
(e) Contractor agrees to permit any of the foregoing parties to reproduce by any
means whatsoever or to copy excerpts and transcriptions as reasonably needed.
(f)Contractor agrees to maintain all books, records, accounts and reports required under
this contract for a period of not less than three years after the date of termination or
expiration of this contract, except in the event of litigation or settlement of claims arising
from the performance of this contract, in which case Contractor agrees to maintain same
until the Participant, the FTA Administrator, the Comptroller General, or any of their duly
authorized representatives, have disposed of all such litigation, appeals, claims or
exceptions related thereto. Reference 49 CFR 18.39(i)(11).
(g) FTA does not require the inclusion of these requirements in subcontracts.
1.4. CHANGES TO FEDERAL REQUIREMENTS. Contractor shall at all times comply with all applicable FTA
regulations, policies, procedures and directives, including without limitation those listed directly
or by reference in the Master Agreement between Participant and FTA,as they may be amended
or promulgated from time to time during the term of this contract. Contractor's failure to so
comply shall constitute a material breach of this Contract.
1.5. TERMINATION.See Section 16 Suspension &Termination and Section 18.13 Waiver.
1.6. CIVIL RIGHTS.
MASTER CONTRACT NO.06719-01
PAGE 38
(a) Nondiscrimination. In accordance with Title VI of the Civil Rights Act,as amended,
42 U.S.C. §2000d,section 303 of the Age Discrimination Act of 1975,as amended,42 U.S.C.
§ 6102, section 202 of the Americans with Disabilities Act(ADA)of 1990,42 U.S.C. § 12132,
and Federal transit law at 49 U.S.C. § 5332, Contractor agrees that it will not discriminate
against any employee or applicant for employment because of race, color, creed, national
origin, sex, age, or disability. In addition, Contractor agrees to comply with applicable
Federal implementing regulations and other implementing requirements FTA may issue.
(b) Equal Employment Opportunity. The following equal employment opportunity
requirements apply to the underlying contract:
1. Race,Color, Creed, National Origin, Sex. In accordance with Title VII of the Civil Rights
Act, as amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, the
Contractor agrees to comply with all applicable equal employment opportunity
requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal
Contract Compliance Programs, Equal Employment Opportunity, Department of
Labor,"41 C.F.R.Parts 60 et seq.,(which implement Executive Order No. 11246,"Equal
Employment Opportunity," as amended by Executive Order No. 11375, "Amending
Executive Order 11246 Relating to Equal Employment Opportunity,"42 U.S.C. §2000e
note), and with any applicable Federal statutes, executive orders, regulations, and
Federal policies that may in the future affect construction activities undertaken in the
course of the Project. Contractor agrees to take affirmative action to ensure that
applicants are employed,and that employees are treated during employment,without
regard to their race, color,creed, national origin,sex,or age. Such action shall include,
but not be limited to, the following: employment, upgrading, demotion or transfer,
recruitment or recruitment advertising, layoff or termination; rates of pay or other
forms of compensation; and selection for training, including apprenticeship. In
addition, Contractor agrees to comply with any implementing requirements FTA may
issue.
2. Age. In accordance with section 4 of the Age Discrimination in Employment Act of
1967, as amended, 29 U.S.C. §§ 623 and Federal transit law at 49 U.S.C. § 5332,
Contractor agrees to refrain from discrimination against present and prospective
employees for reason of age. In addition, Contractor agrees to comply with any
implementing requirements FTA may issue.
3. Disabilities. In accordance with section 102 of the Americans with Disabilities Act, as
amended, 42 U.S.C. § 12112, Contractor agrees that it will comply with the
requirements of U.S. Equal Employment Opportunity Commission, "Regulations to
Implement the Equal Employment Provisions of the Americans with Disabilities Act,"
29 C.F.R.Part 1630,pertaining to employment of persons with disabilities. In addition,
Contractor agrees to comply with any implementing requirements FTA may issue.
(c) Contractor also agrees to include these requirements in each subcontract
financed in whole or in part with Federal assistance provided by FTA, modified only if
necessary to identify the affected parties.
1.7. DISADVANTAGED BUSINESS ENTERPRISES. The Disadvantaged Business Enterprise (DBE) requirements
of 49 CFR Part 26 and USDOT's official interpretations (i.e., Questions & Answers) apply to this
Contract. As such, the requirements of this Contract are to make affirmative efforts to solicit
DBEs, provide information on who submitted a Bid or quote and to report DBE participation. No
MASTER CONTRACT No.06719-01
PAGE 39
preference will be included in the evaluation of Bids/Proposals, no minimum level of DBE
participation shall be required as a Condition of Award and Bids/Proposals may not be rejected
or considered non-responsive on that basis.
Transit Vehicle Manufacturer Compliance with DBE Requirements. Before a transit vehicle
manufacturer (TVM) may submit a bid or proposal to provide vehicles to be financed with FTA
assistance,49 C.F.R. § 26.49 requires the TVM to submit a certification that it has complied with
FTA's DBE requirements.
1.8. ADA ACCESS. Contractor shall comply with the requirements of 49 CFR FTA C 4710.1 as applicable
to this Contract. Equal access and the opportunity should be given to individuals with disabilities
to fully participate in or benefit from the goods, services, facilities, privileges, advantages, or
accommodations.
Contractor must comply with the accessibility requirements of DOT regulations, "Transportation
Services for Individuals with Disabilities (ADA)," 49 C.F.R. part 37, and Joint Access Board/DOT
regulations, "Americans with Disabilities (ADA) Accessibility Specifications for Transportation
Vehicles," 36 C.F.R. part 1192 and 49 C.F.R. part 38.
1.9. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA)TERMS. The preceding provisions include,
in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set
forth in the preceding Contract provisions. All contractual provisions required by DOT, as set
forth in FTA Circular 4220.1F, are hereby incorporated by reference. Anything to the contrary
herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a
conflict with other provisions contained in this Agreement. Contractor shall not perform any act,
fail to perform any act, or refuse to comply with any (name of grantee) requests which would
cause (name of grantee)to be in violation of the FTA terms and conditions.
1.10. DEBARMENT AND SUSPENSION. This Contract is a covered transaction for purposes of 49 CFR Part 29.
As such,the contractor is required to verify that none of the contractor, its principals,as defined
at 49 CFR 29.995,or affiliates,as defined at 49 CFR 29.905,are excluded or disqualified as defined
at 49 CFR 29.940 and 29.945. Contractor is required to comply with 49 CFR 29, Subpart C and
must include the requirement to comply with 49 CFR 29, Subpart C in any lower tier covered
transaction it enters into. By signing and submitting its bid or proposal,the bidder or proposer
certifies as follows:
The certification in this clause is a material representation of fact relied upon by Enterprise
Services. If it is later determined that the bidder or proposer knowingly rendered an erroneous
certification, in addition to remedies available to Enterprise Services, the Federal Government
may pursue available remedies, including but not limited to suspension and/or debarment. The
bidder or proposer agrees to comply with the requirements of 49 CFR 29, Subpart C while this
offer is valid and throughout the period of any contract that may arise from this offer. The bidder
or proposer further agrees to include a provision requiring such compliance in its lower tier
covered transactions.
1.11. BUY AMERICA. Contractor agrees to comply with 49 U.S.C. 5323(j) and 49 C.F.R. Part 661, which
provide that Federal funds may not be obligated unless steel, iron, and manufactured products
used in FTA-funded projects are produced in the United States, unless a waiver has been granted
by FTA or the product is subject to a general waiver. General waivers are listed in 49 C.F.R.661.7.
Separate requirements for rolling stock are set out at 49 U.S.C. 5323(j)(2)(C) and 49 C.F.R. §
661.11. Rolling stock must be assembled in the United States and have at least a 65 percent
MASTER CONTRACT NO.06719-01
PAGE 40
domestic stock content for rolling stock procurements with the first vehicle scheduled for
delivery in fiscal years 2018 and 2019 and at least 70 percent domestic content for rolling stock
procurements with the first vehicle scheduled for delivery in 2020 or thereafter.
Contractor must submit to Participants the appropriate Buy America Certification with all offers
on FTA-funded contracts, except those subject to a general waiver. Proposals that are not
accompanied by a properly completed Bus America certification are subject to the provisions of
49 CFR 661.13 and will be rejected as nonresponsive.
Pursuant to Appendix A to §661.7(b), a general public interest waiver from the Buy America
requirements applies to microprocessors, computers, microcomputers, or software, or other
such devices, which are used solely for the purpose of processing or storing data. This general
waiver does not extend to a product or device which merely contains a microprocessor or
microcomputer and is not used solely for the purpose of processing or storing data.
1.12. RESOLUTION OF DISPUTES, BREACHES,OR OTHER LITIGATION. See Section 15.
1.13. LOBBYING. Byrd Anti-Lobbying Amendment, 31 U.S.C. 1352, as amended by the Lobbying
Disclosure Act of 1995, P.L. 104-65 [to be codified at 2 U.S.C. § 1601, et seq.]. Contractors who
apply or bid for an award of$100,000 or more shall file the certification required by 49 CFR part
20, "New Restrictions on Lobbying." Each tier certifies to the tier above that it will not and has
not used Federal appropriated funds to pay any person or organization for influencing or
attempting to influence an officer or employee of any agency, a member of Congress, officer or
employee of Congress, or an employee of a member of Congress in connection with obtaining
any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier shall also
disclose the name of any registrant under the Lobbying Disclosure Act of 1995 who has made
lobbying contacts on its behalf with non-Federal funds with respect to that Federal contract,
grant or award covered by 31 U.S.C. 1352. Such disclosures are forwarded from tier to tier up to
the recipient.
1.14. CLEAN AIR. Contractor agrees to comply with all applicable standards,orders or regulations issued
pursuant to the Clean Air Act,as amended,42 U.S.C.§§7401 et seq. Contractor agrees to report
each violation to the Participant and understands and agrees that the Participant will, in turn,
report each violation as required to assure notification to FTA and the appropriate EPA Regional
Office.
Contractor also agrees to include these requirements in each subcontract exceeding $100,000
financed in whole or in part with Federal assistance provided by FTA.
1.15. CLEAN WATER.The Contractor agrees to comply with all applicable standards,orders or regulations
issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq.
Contractor agrees to report each violation to the Participant and understands and agrees that
the Participant will, in turn, report each violation as required to assure notification to FTA and
the appropriate EPA Regional Office.
Contractor also agrees to include these requirements in each subcontract exceeding $100,000
financed in whole or in part with Federal assistance provided by FTA.
1.16. CARGO PREFERENCE-Use of United States-Flag Vessels. Contractor agrees to:
(a) Use privately owned United States-Flag commercial vessels to ship at least 50 percent of
the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and
tankers) involved,whenever shipping any equipment, material, or commodities pursuant
MASTER CONTRACT NO.06719-01
PAGE 41
to the underlying contract to the extent such vessels are available at fair and reasonable
rates for United States-Flag commercial vessels;
(b) Furnish within 20 working days following the date of loading for shipments originating
within the United States or within 30 working days following the date of leading for
shipments originating outside the United States, a legible copy of a rated, "on-board"
commercial ocean bill-of-lading in English for each shipment of cargo described in the
preceding paragraph to the Division of National Cargo, Office of Market Development,
Maritime Administration, Washington, DC 20590 and to the FTA recipient (through the
contractor in the case of a subcontractor's bill-of-lading.)
(c) Include these requirements in all subcontracts issued pursuant to this Contract when the
subcontract may involve the transport of equipment, material, or commodities by ocean
vessel.
1.17. ENERGY CONSERVATION. Contractor agrees to comply with mandatory standards and policies
relating to energy efficiency which are contained in the state energy conservation plan issued in
compliance with the Energy Policy and Conservation Act.
1.18. Bus TESTING. Contractor agrees to comply with the Bus Testing requirements under 49 U.S.C. A
5318(e)and FTA's implementing regulation at 49 CFR Part 665 to ensure that the requisite testing
is performed for all new bus models or any bus model with a major change in configuration or
components, and that the bus model has achieved a passing score. Upon completion of the
testing, Contractor shall obtain a copy of the bus testing reports from the operator of the testing
facility and make that report publicly available prior to final acceptance of the first vehicle by the
recipient.
1.19. PRE-AWARD AND POST-DELIVERY AUDIT REQUIREMENTS. Contractor agrees to comply with 49 U.S.C. §
5323(m) and FTA's implementing regulation at 49 C.F.R. part 663. Contractor shall comply with
the Buy America certification(s)submitted with its proposal/bid.Contractor agrees to participate
and cooperate in any pre-award and post-delivery audits performed pursuant to 49 C.F.R. part
663 and related FTA guidance. Contractor shall submit manufacturer's FMVSS self-certification,
Federal Motor Bus Safety Standards, that the bus complies with relevant FMVSS or
manufacturer's certified statement that the contracted buses will not be subject to FMVSS
regulations.
1.20. FLY AMERICA. Contractor agrees to comply with 49 USC 40118 (the "Fly America" Act) in
accordance with the General Services Administration's regulations at 41 CFR Part 301-10,which
provide that recipients and sub recipients of federal funds and their Contractors are required to
use U.S. flag air carriers for U.S.government-financed international air travel and transportation
of their personal effects or property, to the extent such service is available, unless travel by
foreign air carrier is a matter of necessity, as defined by the Fly America Act. Contractor shall
submit, if a foreign air carrier was used,an appropriate certification or memorandum adequately
explaining why service by a U.S.-flag air carrier was not available or why it was necessary to use
a foreign air carrier and shall, in any event, provide a certificate of compliance with the Fly
America requirements. Contractor agrees to include the requirements of this section in all
subcontracts that may involve international air transportation.
1.21. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT. For all contracts in excess of $100,000 that
involve the employment of mechanics or laborers, Contractor shall comply with the Contract
Work Hours and Safety Standards Act (40 U.S.C. §§ 3701- 3708), as supplemented by the
MASTER CONTRACT NO.06719-01
PAGE 42
Department of Labor regulations at 29 C.F.R. part 5. Under 40 U.S.C.§3702 of the Act,Contractor
shall compute the wages of every mechanic and laborer, including watchmen and guards,on the
basis of a standard work week of 40 hours. Work in excess of the standard work week is
permissible provided that the worker is compensated at a rate of not less than one and a half
times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The
requirements of 40 U.S.C.§3704 are applicable to construction work and provide that no laborer
or mechanic be required to work in surroundings or under working conditions which are
unsanitary, hazardous or dangerous. These requirements do not apply to the purchase of
supplies or materials or articles ordinarily available on the open market, or to contracts for
transportation or transmission of intelligence.
In the event of any violation of the clause set forth herein, Contractor and any subcontractor
responsible therefor shall be liable for the unpaid wages. In addition, Contractor and
subcontractor shall be liable to the United States (in the case of work done under contract for
the District of Columbia or a territory, to such District or to such territory), for liquidated
damages. Liquidated damages will be computed with respect to each individual laborer or
mechanic,including watchmen and guards,employed in violation of this clause in the sum of$10
for each calendar day on which such individual was required or permitted to work in excess of
the standard workweek of forty hours without payment of the overtime wages required by this
clause.
The Participant will upon its own action or upon written request of an authorized representative
of the Department of Labor withhold or cause to be withheld, from any moneys payable on
account of work performed by the Contractor or subcontractor under any such contract or any
other Federal contract with the same prime Contractor, or any other federally-assisted contract
subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime
Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such
Contractor or subcontractor for unpaid wages and liquidated damages as provided in this section.
Contractor or subcontractor shall insert in any subcontracts the clauses set forth in this section
and also a clause requiring the subcontractors to include these clauses in any lower tier
subcontracts. The prime Contractor shall be responsible for compliance by any subcontractor or
lower tier subcontractor with the clauses set forth in this agreement.
MASTER CONTRACT INO.06719-01
PAGE 43
Exhibit E
Federal Transit Administration Certifications
[inserted from Solicitation Exhibit A-3]
MASTER CONTRACT No.06719-01
PAGE 44
State of Washington
Contracts & Procurement Division Gillig LLC
Department of Enterprise Services 451 Discovery Dr
P.O. Box 41411 Livermore,CA 94551
Olympia, WA 98504-1411
FIRST AMENDMENT
TO
CONTRACT NO. 06719-01
TRANSIT BUSES
This First Amendment ("Amendment") to Contract No,06719-01 is made and entered into by and
between the State of Washington acting by and through the Department of Enterprise Services, a
Washington State governmental agency ("State") and Gillig LLC., a California limited liability company
("Contractor")and is dated as of June 1,2022.
RECITALS
A. State and Contractor (collectively the "Parties") entered into that certain Contract No.06719-01
for Transit Buses dated effective as of April 1, 2021 ("Contract").
B. The amendment set forth herein is within the scope of the Contract.
C. The Parties now desire to amend the Contract as set forth herein.
AGREEMENT
Now THEREFORE, in consideration of the mutual covenants and agreements set forth herein, the Parties
hereby agree to amend the Contract, as previously amended,as follows:
1. ECONOMIC PRICE ADJUSTMENT. Pursuant to Section 3.4 of the Master Contract Economic Price
Adjustment using the Bureau of Labor Statistics Index for Truck and Bus Bodies,Series No. WPU
1413 to determine a price change,the prices set forth in the Exhibit B—Prices are increased by
11.78%.
2. No CHANGE OTHER THAN AMENDMENT. Except as amended herein, the Contract is unaffected and
remains in full force and effect.
3. INTEGRATED AGREEMENT; MODIFICATION. This Amendment constitutes the entire agreement and
understanding of the Parties with respect to the subject matter and supersedes all prior
negotiations and representations. In the event of any conflict between this Amendment and the
Contract or any earlier amendment,this Amendment shall control and govern. This Amendment
may not be modified except in writing signed by the Parties.
4. AUTHORITY. Each party to this Amendment, and each individual signing on behalf of each party,
hereby represents and warrants to the other that it has full power and authority to enter into this
Amendment and that its execution, delivery, and performance of this Amendment has been fully
CONTRACT No. -AMENDMENT No._ Page 1
(4-24-2017)
authorized and approved, and that no further approvals or consents are required to bind such
party.
5. ELECTRONIC SIGNATURES. A signed copy of this Amendment or any other ancillary agreement
transmitted by facsimile, email, or other means of electronic transmission shall be deemed to
have the same legal effect as delivery of an original executed copy of this Amendment or such
other ancillary agreement for ail purposes.
6. COUNTERPARTS. This Amendment may be executed in one or more counterparts, each of which
shall be deemed an original, and all of which counterparts together shall constitute the same
instrument which may be sufficiently evidenced by one counterpart. Execution of this
Amendment at different times and places by the parties shall not affect the validity thereof so
long as all the parties hereto execute a counterpart of this Amendment.
EXECUTED AND EFFECTIVE as of the day and date first bove written.
GILUG LLC 1 STATE OF WASHINGTON
A CAL FORNIA MITED LI B ITY CO P Y DEPARTMENT OF ENTERPRISE SERVICES
" �•"
Name: WILLIAM F. FAY JR. Name: David Mgebroff
Title: VICE PRESIDENT SALES Title: Strategy Supervisor
Date: JUNE 1, 2022 Date: 06/01/2022
ti
CONTRACT No. -AMENDMENT NO._ Page 2
(4-24-2017)
State of Washington CONTRACT AMENDMENT
Contracts& Procurement Division
Department of Enterprise Services
P.O. Box 41411 Contract No.: 06719-01
Olympia, WA 98504-1411
Gillig LLC Amendment No.: 2
451 Discovery Dr
Livermore, CA 94551 Effective Date: February 1, 2023
SECOND AMENDMENT
TO
STATEWIDE CONTRACT NO. 06719-01
TRANSIT BUSES
This Second Amendment ("Amendment") to Contract No.06719-01 is made and entered into by and
between the State of Washington acting by and through the Department of Enterprise Services, a
Washington State governmental agency ("State") and Gillig LLC., a California limited liability company
("Contractor") and is dated as of February 1,2023.
RECITALS
A. State and Contractor(collectively the"Parties") entered into that certain Contract No.06719-01
for Transit Buses dated effective as of April 1, 2021 ("Contract").
B. The Parties previously amended the Contract by instrument titled First Amendment (dated June
1, 2022)to make an economic price adjustment.
C. The Parties now desire to amend the Contract to add a model to the Contract price sheet due to
a change in technology from a manufacturer.
D. The amendment set forth herein is within the scope of the Contract.
E. The Parties now desire to amend the Contract as set forth herein.
AGREEMENT
NOW THEREFORE, in consideration of the mutual covenants and agreements set forth herein, the Parties
hereby agree to amend the Contract,as previously amended, as follows:
1. ADDED MODEL. Pursuant to Section 3.6 of the Contract Goods and Services Addition,the parties
agree to add the 35'Gillig with Allison eGen Flex Hybrid and 40'Gillig with Allison eGen Flex
Hybrid, along with additional electric HVAC and Air options as stated in the attached price sheet.
Enterprise Services has reviewed the change as within scope of the Contract that is the result of
a new technology solution from a manufacturer.
2. No CHANGE OTHER THAN AMENDMENT. Except as amended herein, the Contract is unaffected and
remains in full force and effect.
STATEWIDE CONTRACT No.06719-01-AMENDMENT No.2 Page 1
(Rev.2022-07-26)
3. INTEGRATED AGREEMENT; MODIFICATION. This Amendment constitutes the entire agreement and
understanding of the Parties with respect to the subject matter and supersedes all prior
negotiations and representations. In the event of any conflict between this Amendment and the
Contract or any earlier amendment,this Amendment shall control and govern. This Amendment
may not be modified except in writing signed by the Parties.
4. AUTHORITY. Each party to this Amendment, and each individual signing on behalf of each party,
hereby represents and warrants to the other that it has full power and authority to enter into this
Amendment and that its execution,delivery,and performance of this Amendment has been fully
authorized and approved, and that no further approvals or consents are required to bind such
party.
5. ELECTRONIC SIGNATURES. An electronic signature or electronic record of this Amendment or any
other ancillary agreement shall be deemed to have the same legal effect as delivery of an original
executed copy of this Amendment or such other ancillary agreement for all purposes.
6. COUNTERPARTS. This Amendment may be executed in one or more counterparts, each of which
shall be deemed an original, and all of which counterparts together shall constitute the same
instrument which may be sufficiently evidenced by one counterpart. Execution of this
Amendment at different times and places by the parties shall not affect the validity thereof so
long as all the parties hereto execute a counterpart of this Amendment.
EXECUTED AND EFFECTIVE as of the day and date first above written.
GILLIG LLC STATE OF WASHINGTON
A CALIFORNIA MITED LIABILI r' CO/ '' Y DEPARTMENT OF ENTERPRISE SERVICES
Name: WILLIAM F. FAY, JR. Name: David Mgebroff
Title: VICE PRESIDENT SALES Title: Strategy Supervisor
Date: J^
^N UARY 30, 2023 Date: 2/1/2023
STATEWIDE CONTRACT No. -AMENDMENT No. Page 2
(Rev.2022-07-26)
State of Washington CONTRACT AMENDMENT
Contracts&Procurement Division
Department of Enterprise Services
P.O. Box 41411 Contract No.: 06719-01
Olympia, WA 98504-1411
Gillig LLC Amendment No.: 3
451 Discovery Dr
Livermore, CA 94551 Effective Date: April 1, 2023
THIRD AMENDMENT
TO
STATEWIDE CONTRACT No. 06719-01
TRANSIT BUSES
This Third Amendment ("Amendment") to Contract No.06719-01 is made and entered into by and
between the State of Washington acting by and through the Department of Enterprise Services, a
Washington State governmental agency ("State") and Gillig LLC., a California limited liability company
("Contractor") and is dated as of April 1,2023.
RECITALS
A. State and Contractor(collectively the "Parties") entered into that certain Contract No.06719-01
for Transit Buses dated effective as of April 1,2021 ("Contract").
B. The Parties previously amended the Contract:
a. by instrument titled First Amendment (dated June 1, 2022) to make an economic price
adjustment of 11.78%.
b. by instrument titled Second Amendment (dated February 1, 2023) to add goods and
services for the Allison eGen Flex Hybrid.
C. The amendment set forth herein is within the scope of the Contract.
D. The Parties now desire to amend the Contract as set forth herein.
AGREEMENT
Now THEREFORE, in consideration of the mutual covenants and agreements set forth herein, the Parties
hereby agree to amend the Contract,as previously amended, as follows:
1. CONTRACT TERM. Pursuant to Section 1 Term of the Contract,this Contract has been extended for
an addition twelve (12) months,this extension term is until March 31, 2024.
2. ECONOMIC PRICE ADJUSTMENT. Section 3.4 of the contract is deleted in its entirety and replaced
with the following:
ECONOMIC ADJUSTMENT. Beginning twelve (12) months after the effective date of this Master
Contract and for every annual anniversary thereafter,the prices set forth in Exhibit B shall be
STATEWIDE CONTRACT No.06719 AMENDMENT NO.03 Page 1
(Rev.2022-07-26)
adjusted, based upon the percent changes (whether up or down) in the United States
Department of Labor, Bureau of Labor and Statistics(BLS) indices described below,for the
most recent year.The Index is the Producer Price Index for Truck and Bus Bodies,Series No.
WPU 1413, published by the United States Department of Labor, Bureau of Labor Statistics,
or if such Index is no longer in use,then such replacement that is most comparable to the
Index as may be designated by the Bureau of Labor Statistics,or as agreed by the parties.
Economic adjustment will lag one(1)calendar quarter past the Master Contract
commencement date to allow for publication of BLS data.All calculations for the index shall
be based upon the latest version of data published as of February each year. Prices shall be
adjusted on April 1st. If an index is recoded,that is the replacement is a direct substitute
according to the BLS, this Master Contract will instead use the recode. If an index becomes
unavailable, Enterprise Services shall substitute a proxy index. If there is not a direct
substitute,the next higher aggregate index available will be used.The economic adjustment
shall be calculated as follows:
New Price=Old Price x(Current Period Index/Base Period Index).
3. ECONOMIC PRICE ADJUSTMENT. Pursuant to Section 3.4 of the Master Contract Economic Price
Adjustment using the Bureau of Labor Statistics Index for Truck and Bus Bodies, Series No. WPU
1413 to determine a price change,the prices set forth in the Exhibit B—Prices are increased by
15.00%.
4. No CHANGE OTHER THAN AMENDMENT. Except as amended herein, the Contract is unaffected and
remains in full force and effect.
5. INTEGRATED AGREEMENT; MODIFICATION. This Amendment constitutes the entire agreement and
understanding of the Parties with respect to the subject matter and supersedes all prior
negotiations and representations. In the event of any conflict between this Amendment and the
Contract or any earlier amendment,this Amendment shall control and govern. This Amendment
may not be modified except in writing signed by the Parties.
6. AUTHORITY. Each party to this Amendment, and each individual signing on behalf of each party,
hereby represents and warrants to the other that it has full power and authority to enter into this
Amendment and that its execution, delivery, and performance of this Amendment has been fully
authorized and approved, and that no further approvals or consents are required to bind such
party.
7. ELECTRONIC SIGNATURES. An electronic signature or electronic record of this Amendment or any
other ancillary agreement shall be deemed to have the same legal effect as delivery of an original
executed copy of this Amendment or such other ancillary agreement for all purposes.
S. COUNTERPARTS. This Amendment may be executed in one or more counterparts, each of which
shall be deemed an original, and all of which counterparts together shall constitute the same
instrument which may be sufficiently evidenced by one counterpart. Execution of this
Amendment at different times and places by the parties shall not affect the validity thereof so
long as all the parties hereto execute a counterpart of this Amendment.
STATEWIDE CONTRACT No.06719 AMENDMENT No.03 Page 2
(Rev.2022-07-26)
EXECUTED AND EFFECTIVE as of the day and date first above written.
GILLIG LLC STATE OF WASHINGTON
A CALIFORNIA LIMIT LIABILITY COM.' DEPARTMENT OF ENTERPRISE SERVICES
i XelL. ec„.,-„,..7
...4
I f /
By: . .i 1 ( By:
Name: WILLIAM F. FAY JR. Name: Kelli Carmony
Title: VICE PRESIDENT SALES Title: Procurement Supervisor
Date: MARCH 20, 2023 Date: 3/22/23
STATEWIDE CONTRACT No.06719 AMENDMENT NO.03 Page 3
(Rev.2022-07-26)
State of Washington
Contracts&Procurement Division CONTRACT AMENDMENT
Department of Enterprise Services
P.O. Box 41411
Contract No.: 06719-01
Olympia, WA 98504-1411
Gillig LLC Amendment No.: 4
451 Discovery Dr
Livermore,CA 94551 Effective Date: April 1,2024
FOURTH AMENDMENT
TO
CONTRACT No. 06719-01
TRANSIT BUSES
This fourth Amendment ("Amendment") to Contract No.06719-01 is made and entered into by and
between the State of Washington acting by and through the Department of Enterprise Services, a
Washington State governmental agency("Enterprise Services")and Gillig LLC.,a California limited liability
company("Contractor") and is dated as of April 1,2024.
RECITALS
A. Enterprise Services and Contractor (collectively the "Parties") entered into that certain
Contract No.06719-01 for Transit Buses dated effective as of April 1, 2021 ("Contract").
B. The Parties previously amended the Contract 06719-01 as follows:
a. First Amendment: to make an Economic Price Adjustment of 11.78% dated on
June 1,2022.
b. Second Amendment:to add goods and services for the Allison eGen Flex Hybrid
Extended dated on February 1,2023.
c. Third Amendment:to extend contract for an additional twelve (12) months, and
to make an Economic price adjustment of 15%on April 1,2023.
C. The amendment set forth herein is within the scope of the Contract.
D. The Parties now desire to amend the Contract as set forth herein.
AGREEMENT
Now THEREFORE, in consideration of the mutual covenants and agreements set forth herein, the Parties
thereby agree to amend the Contract,as previously amended, as follows:
1. CONTRACT TERM. Pursuant to Section 1 Term of the Contract,this Contract has been extended for
an addition twelve (12) months,this extension term is until March 31, 2025.
CONTRACT No.06719-01-AMENDMENT NO.4 Page 1
(Rev.2023-12-12)
2. ECONOMIC PRICE ADJUSTMENT. Pursuant to section 3.4 of the Master Contract,Economic Price
Adjustment using the Bureau of Labor Statistics Index for Truck and Bus Bodies,Series No. WPU
1413 to determine a price change,the price set forth in the in the Exhibit B—Prices are
increased by 7.15%.
3. NONDISCRIMINATION. The following provision is added as a new subsection at the end of Section 18
of the Contract(General Provision):
18.24. NONDISCRIMINATION.
(a) Nondiscrimination Requirement. During the term of this Contract,
Contractor, including any subcontractor, shall not discriminate on the
bases enumerated at RCW 49.60.530(3). In addition, Contractor,
including any subcontractor, shall give written notice of this
nondiscrimination requirement to any labor organizations with which
Contractor, or subcontractor, has a collective bargaining or other
agreement.
(b) Obligation to Cooperate. Contractor,including any subcontractor,shall
cooperate and comply with any Washington state agency investigation
regarding any allegation that Contractor, including any subcontractor,
has engaged in discrimination prohibited by this Contract pursuant to
RCW 49.60.530(3).
(c) Default. Notwithstanding any provision to the contrary, Enterprise
Services may suspend Contractor, including any subcontractor, upon
notice of a failure to participate and cooperate with any state agency
investigation into alleged discrimination prohibited by this Contract,
pursuant to RCW 49.60.530(3). Any such suspension will remain in
place until Enterprise Services receives notification that Contractor,
including any subcontractor,is cooperating with the investigating state
agency. In the event Contractor, or subcontractor, is determined to
have engaged in discrimination identified at RCW 49.60.530(3),
Enterprise Services may terminate this Contract in whole or in part,and
Contractor, subcontractor, or both, may be referred for debarment as
provided in RCW 39.26.200. Contractor or subcontractor may be given
a reasonable time in which to cure this noncompliance, including
implementing conditions consistent with any court-ordered injunctive
relief or settlement agreement.
(d) Remedies for Breach. Notwithstanding any provision to the contrary,
in the event of Contract termination or suspension for engaging in
discrimination, Contractor, subcontractor, or both, shall be liable for
contract damages as authorized by law including, but not limited to,
any cost difference between the original Contract and the replacement
or cover contract and all administrative costs directly related to the
replacement contract, which damages are distinct from any penalties
imposed under Chapter 49.60, RCW. Enterprise Services and/or
Purchasers shall have the right to deduct from any monies due to
Contractor or subcontractor, or that thereafter become due, an
CONTRACT NO.06719-01-AMENDMENT No.4 Page 2
(Rev.2023-12-12)
amount for damages Contractor or subcontractor will owe Enterprise
Services and/or Purchasers for default under this provision.
4. No CHANGE OTHER THAN AMENDMENT. Except as amended herein, the Contract is unaffected and
remains in full force and effect.
5. INTEGRATED AGREEMENT; MODIFICATION. This Amendment constitutes the entire agreement and
understanding of the Parties with respect to the subject matter and supersedes all prior
negotiations and representations. In the event of any conflict between this Amendment and the
Contract or any earlier amendment,this Amendment shall control and govern. This Amendment
may not be modified except in writing signed by the Parties.
6. AUTHORITY. Each party to this Amendment, and each individual signing on behalf of each party,
hereby represents and warrants to the other that it has full power and authority to enter into this
Amendment and that its execution,delivery,and performance of this Amendment has been fully
authorized and approved, and that no further approvals or consents are required to bind such
party.
7. ELECTRONIC SIGNATURES. An electronic signature or electronic record of this Amendment or any
other ancillary agreement shall be deemed to have the same legal effect as delivery of an original
executed copy of this Amendment or such other ancillary agreement for all purposes.
8. COUNTERPARTS. This Amendment may be executed in one or more counterparts, each of which
shall be deemed an original, and all of which counterparts together shall constitute the same
instrument which may be sufficiently evidenced by one counterpart. Execution of this
Amendment at different times and places by the parties shall not affect the validity thereof so
long as all the parties hereto execute a counterpart of this Amendment.
EXECUTED AND EFFECTIVE as of the day and date fi st above written.
_ _ 1
GILLIf"i LLCM 1 STATE OF WASHINGTON
A CALIFORNIA CO ANY I DEPARTMENT OF ENTERPRISE SERVICES
Name: WILLIAM F. FAY JR. Name: Kelli Carmony
Title: VICE PRESIDENT SALES Title: Procurement Supervisor
Date: MARCH 14, 2024 Date: 3/18/2024
CONTRACT NO.06719-01-AMENDMENT NO.4 Page 3
(Rev.2023-12-12)
State of Washington
Contracts &Procurement Division CONTRACT AMENDMENT
Department of Enterprise Services
P.O. Box 41411 Contract No.: 06719
Olympia,WA 98504-1411
Gillig LLC Amendment No.: 5
451 Discovery Dr
Livermore, CA 94551 Effective Date: 5/13/2024
FIFTH AMENDMENT
TO
CONTRACT No. 06719-01
TRANSIT BUSES—HEAVY DUTY
This Fifth Amendment("Amendment") to Contract No.06719 is made and entered into by and between
the State of Washington acting by and through the Department of Enterprise Services,a Washington State
governmental agency ("Enterprise Services") and Gillig LLC, a California Limited Liability Company
("Contractor") and is dated as of May 13,2024.
RECITALS
A. Enterprise Services and Contractor (collectively the "Parties") entered into that certain
Contract No.06719 for Transit Buses dated effective as of April 1, 2021("Contract").
B. The Parties previously amended the Contract as follows.
a. First Amendment:to make an Economic Price Adjustment of 11.78%dated,June
1, 2022.
b. Second Amendment: to add goods and services for the Allison eGen Flex Hybrid
Extended,dated February 1, 2023.
c. Third Amendment:to extend contract for an additional twelve (12) months, and
to make an economic price adjustment of 15%, dated April 1,2023.
d. Fourth Amendment: to extend contract for an additional twelve (12) months,to
make an economic adjustment of 7.15%, and to add non-discrimination
requirement 18.24, dated April 1,2024.
C. The amendment set forth herein is within the scope of the Contract.
D. The Parties now desire to amend the Contract as set forth herein.
AGREEMENT
Now THEREFORE, in consideration of the mutual covenants and agreements set forth herein, the Parties
hereby agree to amend the Contract,as previously amended, as follows:
CONTRACT No.06719-01-AMENDMENT No.5 Page 1
(Rev.2023-12-12)
1. ADVANCE PAYMENTS. Section 6.5 No Advance Payments is deleted in its entirety and replaced with
the following:
6.5 Advance Payments. Participant and Contractor may agree to advance payments, provided
that adequate security is made for the payments. Unless otherwise agreed between Participant
and Contractor, security shall be in the form of a performance bond or letter of credit in the
amount of the payment.
2. ADDED OPTIONS. Pursuant to section 3.6 of the Contract Goods and Services Addition,the parties
agreed to add the Heliox Chargers in the attached Exhibit A to the options lists for 35 ft and 40 ft
buses, at the prices in the attached exhibit A.
3. No CHANGE OTHER THAN AMENDMENT. Except as amended herein, the Contract is unaffected and
remains in full force and effect.
4. INTEGRATED AGREEMENT; MODIFICATION. This Amendment constitutes the entire agreement and
understanding of the Parties with respect to the subject matter and supersedes all prior
negotiations and representations. In the event of any conflict between this Amendment and the
Contract or any earlier amendment,this Amendment shall control and govern. This Amendment
may not be modified except in writing signed by the Parties.
5. AUTHORITY. Each party to this Amendment, and each individual signing on behalf of each party,
hereby represents and warrants to the other that it has full power and authority to enter into this
Amendment and that its execution,delivery,and performance of this Amendment has been fully
authorized and approved, and that no further approvals or consents are required to bind such
party.
6. ELECTRONIC SIGNATURES. An electronic signature or electronic record of this Amendment or any
other ancillary agreement shall be deemed to have the same legal effect as delivery of an original
executed copy of this Amendment or such other ancillary agreement for all purposes.
7. COUNTERPARTS. This Amendment may be executed in one or more counterparts, each of which
shall be deemed an original, and all of which counterparts together shall constitute the same
instrument which may be sufficiently evidenced by one counterpart. Execution of this
Amendment at different times and places by the parties shall not affect the validity thereof so
long as all the parties hereto execute a counterpart of this Amendment.
/
EXECUTED D EFFECTIVE as of the day and date first above written.
GILLIG LLC, STATE OF WASHINGTON
A CALIFORNIA IMITED LIABILITY OM DEPARTMENT OF ENTERPRISE SERVICES
By: r By: ��icic �'LG� 442axett
Name: WILLIAM F. FA Name: Michellee M Jemmott
Title: VICE PRESIDENT SALES Title: Procurement Supervisor
Date: MAY 15, 2024 Date: May 17, 2024
CONTRACT No.06719-01-AMENDMENT NO.5 Page 2
(Rev.2023-12-12)
Exhibit A
GILLIG
April 26,2024
Washington State Department of Enterprise Services
Ricky Vano, Transport Analyst
1500 Jefferson Street SE
Olympia, WA 98501
RE: Master Contract No. 06719-01-Heliox Chargers for Battery Electric Buses
Mr. yang,
GILLIG proposes to amend the contract to reflect the addition of Heliox chargers for
Battery Electric Buses.
Proposed pricing for the Heiox chargers is as follows:
Heliox Charger Model
• Fast DC 50KW Mobile Charger $59,500.00
• Fast DC/DC 180KW Charger with(1) Plug-In Dispenser $129,987.00
• Fast DC/OC 360KW Single Port Charger Only $180,000.00
(No Dispenser Included)
• Gantry Mounted Depot Inverted Pantograph(250A) $56,446.00
• Opportunity Charging Mast with Inverted Pantograph (600A) S255,000.00
For your convenience the prices quoted above nave been added to the attached Exhibit
B 35ft (rows 392-396) and 40ft tabs (rows 390-394). The additions are highlighted in
yew for easy identification.
/
RegaNN / i /
:
-Fay,Jr.
Vice President Sales
Phone:800-735-1500
Enclosures
CC: Holly Piper, Director, Sales Operations
Javier Hernandez, Jr. Director, National Sales
Lee Petersen, Senior Pricing&Sales Contracts Manager
Richard Bissell, NW Regional Sales Manager
0sr.L'vcry Ca•;4'55:'a E carr. Ea2 E-rz.
CONTRACT NO.06719-01-AMENDMFNT No.5 Page 3
(Rev.2023-12-12)
State of Washington
Contracts & Procurement Division CONTRACT AMENDMENT
Department of Enterprise Services
P.O. Box 41411
Contract No.: 06719-01
Olympia, WA 98504-1411
Gillig LLC Amendment No.: 6
451 Discovery Dr
Livermore, CA 94551 Effective Date: April 1, 2025
SIXTH AMENDMENT
TO
CONTRACT No. 06719-01
TRANSIT BUSES
This sixth Amendment ("Amendment") to Contract No. 06719-01 is made and entered into by and
between the State of Washington acting by and through the Department of Enterprise Services, a
Washington State governmental agency("Enterprise Services")and Gillig LLC.,a California limited liability
company("Contractor") and is dated as of April 1,2025.
RECITALS
A. Enterprise Services and Contractor (collectively the "Parties") entered into that
certain Contract No. 06719-01 dated effective as of April 1, 2021 ("Contract").
B. The Parties previously amended the Contract as follows:
(1) First Amendment: to make an Economic Price Adjustment of 11.78%
on June 1, 2022; and
(2) Second Amendment: to add goods and services for Allison eGen Flex
Hybrid Extended date on February 1, 2023.
(3) Third Amendment: to extend the contract for an additional twelve
(12) months, and to make an Economic Price Adjustment of 15% on
April 1, 2023.
(4) Fourth Amendment: to extend the contract for an additional twelve
(12) months, make an economic price adjustment of 7.15%, and add
sub-section 18.24 Nondiscrimination on April 1, 2024.
(5) Fifth Amendment: to include advance payment options for
performance in section 6.5 on May 17, 2024.
C. The amendment set forth herein is within the scope of the Contract.
AGREEMENT
Now THEREFORE, in consideration of the mutual covenants and agreements set forth herein, the Parties
hereby agree to amend the Contract, as previously amended, as follows:
CONTRACT No.06719-01-AMENDMENT No.6 Page 1
(Rev.2024-06-24)
1. CONTRACT TERMS. Pursuant to Section 1 Term of the Contract,this contract has been extended for
an additional twelve (12) months,this final extension term is until March 31, 2026.
2, ECONOMIC PRICE ADJUSTMENT. Pursuant to section 3.4, Economic Price Adjustment using the Bureau
of Labor Statistics Index for Truck and Bus Bodies,Series No.WPU 1413 to determine a price change,
the price set forth in Exhibit B—Prices are increased by 3.79%.
Pursuant to section 3.1 of the Contract, the pricing for the goods/services is hereby
amended by deleting the existing Exhibit B — Prices in its entirety and inserting the
attached Exhibit B — Prices (effective April 1, 2025). These prices include the agreed
economic adjustment from the Bureau of Labor and Statistics(BLS) index/indices: 3.79%.
3. CHANGE OTHER THAN AMENDMENT. Except as amended herein,the Contract is unaffected and remains
in full force and effect.
4. INTEGRATED AGREEMENT; MODIFICATION. This Amendment constitutes the entire agreement and
understanding of the Parties with respect to the subject matter and supersedes all prior
negotiations and representations. In the event of any conflict between this Amendment and the
Contract or any earlier amendment, this Amendment shall control and govern. This Amendment
may not be modified except in writing signed by the Parties.
5, AUTHORITY. Each party to this Amendment, and each individual signing on behalf of each party,
hereby represents and warrants to the other that it has full power and authority to enter into this
Amendment and that its execution, delivery, and performance of this Amendment has been fully
authorized and approved,and that no further approvals or consents are required to bind such party.
6. ELECTRONIC SIGNATURES. An electronic signature or electronic record of this Amendment or any other
ancillary agreement shall be deemed to have the same legal effect as delivery of an original
executed copy of this Amendment or such other ancillary agreement for all purposes.
7. COUNTERPARTS. This Amendment may be executed in one or more counterparts, each of which shall
be deemed an original,and all of which counterparts together shall constitute the same instrument
which may be sufficiently evidenced by one counterpart. Execution of this Amendment at different
times and places by the parties shall not affect the validity thereof so long as all the parties hereto
execute a counterpart of this Amendment.
EXECUTED AND EFFECTIVE as of the day and date first above written.
GILLIG LL t STATE OF WASHINGTON
A CA FORMA COMP NY DEPARTMENT OF ENTERPRISE SERVICES
By: By: Breann Aggers
Name: WILLIAM F. FAY,JR. Name: BREANN AGGERS
Title: VICE PRESIDENT,SALES Title: PROCUREMENT STRATEGIST
Date: MARCH 19, 2025 _ Date: 04/03/25
CONTRACT No.06719-01-AMENDMENT NO.6 Page 2
(Rev.2024-06-24)
Please see attached Exhibit B — Prices (effective April 1, 2025)
CONTRACT No.06719-01-AMENDMENT No.6 Page 3
(Rev.2024-06-24)