Loading...
HomeMy Public PortalAbout029-2021 - Roseview - Midwest Transit Equipment, Inc - Two Small 8 passenger Transit Vehichles • � PURCHASE AGREEMENT THIS PURCHASE AGREEMENT made and entered into this / day of // 2021, by and between the City of Richmond, Indiana, a municipal corporation actin by and through its Board of Public Works and Safety (hereinafter referred to as the "City") and Midwest Transit Equipment, Inc., 4500 S. Indianapolis Road, Whitestown, Indiana, 46075 (hereinafter referred to as the"Contractor"). SECTION I. STATEMENT AND SUBJECT OF AGREEMENT City hereby retains Contractor to furnish two (2) small transit vehicles with listed options and wheelchair and accessible lifts for eight-passenger capacity (hereinafter "Vehicles") for the City of Richmond Rose View Transit Division. The Indiana State Quantity Purchase Agreement Vendor and Commodity List containing Indiana State Pre-Approved Equipment Pricing Bids (hereinafter "QPA Bid List") was examined by Rose View Transit. The QPA Bid List is on file in Rose View Transit, is hereby incorporated by reference, and made a part of this Agreement. Contractor agrees to comply with all terms and conditions contained therein. Pursuant to Indiana guidelines, a City may opt to use the State QPA Bid List when purchasing and may request price quotes for specific quantities of items of equipment and/or commodities as an alternative to the standard bid procedures. Contractor's Specification Response (through QPA Quote 44253) to Rose View Transit's specific quantity inquiry is attached hereto as "Exhibit A", which Exhibit is dated January 28, 2021, and which consists of seven(7)pages, is hereby incorporated by reference and made a part of this Agreement. Contractor agrees to comply with all terms and conditions contained in Exhibit A. Delivery of any Vehicles and associated options that do not meet all specifications listed on"Exhibit A" will be considered a breach of this Agreement. Contractor shall not modify or alter any standard warranty from the manufacturer of the above described Vehicles. Nothing contained herein shall prevent Contractor from providing any additional or supplemental warranty in addition to that provided by the Manufacturer. Further, Contractor shall provide City with copies of its warranty upon receiving a written or verbal request to receive such warranty. The Contractor shall furnish all labor material, equipment, and services necessary for and incidental to the proper completion of this Purchase Agreement. [REVISED] Contract No. 29-2021 Page 1 of 7 Should any provisions, terms, or conditions contained in any of the documents attached hereto as Exhibits, or in any of the documents incorporated by reference herein, conflict with any of the provisions,terms, or conditions of this Agreement,this Agreement shall be controlling. No performance of services shall commence until the following has been met: 1. The City is in receipt of any required certificates of insurance; and 2. A purchase order has been issued by the Purchasing Department. SECTION II. STATUS OF CONTRACTOR Contractor shall be deemed to be an independent contractor and is not an employee or agent of the City of Richmond. The Contractor shall provide, at its own expense, competent supervision of the completion of this Purchase Agreement. SECTION III. COMPENSATION City shall pay Contractor the quote amount described on Contractor's Response (Exhibit A) dated January 28, 2021, provided that Contractor's total compensation shall not exceed One Hundred Fourteen Thousand Nine Hundred Seventy Dollars and Zero Cents ($114,970.00) for purchase and acceptance of the Vehicles (with the listed and requested options also indicated on Exhibit A)pursuant to this Agreement. SECTION IV.TERM OF AGREEMENT This Agreement shall become effective when signed by all parties and shall continue in effect until satisfactory delivery and acceptance of the Vehicles in accordance with this Agreement and as outlined on Exhibit A. Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in part, for cause, at any time by giving at least five (5) working days written notice specifying the effective date and the reasons for termination which shall include but not be limited to the following: a. failure, for any reason of the Contractor to fulfill in a.timely and proper manner its obligations under this Agreement; b. submission by the Contractor to the City of reports that are incorrect or incomplete in any material respect; Page 2 of 7 c. ineffective or improper use of funds provided'itrider this Agreement; d. suspension or termination of the grant funding to the City under which this Agreement is made; or e. unavailability of sufficient funds to make payment on this Agreement. In the event of such termination, the City shall be required to make payment for all work performed prior to the effective date by Contractor, but shall be relieved of any other responsibility herein. This Agreement may also be terminated, in whole or in part, by mutual Agreement of the parties by setting forth the reasons for such termination, the effective date, and in the case of partial termination, the portion to be terminated. This Agreement may also be terminated by the City if a force-majeure event occurs and the results or aftereffects of said event causes the performance of this Agreement to become impossible or highly impracticable. Said event or results or aftereffects of said event would include events or effects which the parties to this Agreement could not have anticipated or controlled. Examples of a force-majeure event, or its results, would include, but would not be limited to, events such as an Act of God, an Act of Nature, an Act of Law, or an Emergency Act of Executive Enforcement of the Federal government,the State of Indiana, or local government. SECTION V. $a 7IFIC A TIgN AND T ATQT TD ANC -SECTION OMITTED b performance of this Agreement, either intentionally or negligently; provided, however, that • ! • ! • • • beheld responsible; Coverage Limits A. Worker's Compensation& Statutory Disability Requirements Page 3 of 7 B. Employer's Liability $100,000 C. Comprehensive General Liability Section 1. Bodily Injury $1,000,000 each occurrence $2,000,000 aggregate Section 2. Property Damago $1,000,000 each occurrence D. Comprehensive Auto Liability Section 1. Bodily Injury $1,000,000 each person $-1,000,000 each occurrence Section 2. Property Damage $1,000,000 each occurrence E. Comprehensive Umbrella Liability -$1,080,004 each occurrence $2,000,080-each aggregate SECTION VI. COMPLIANCE WITH WORKER'S COMPENSATION LAW Contractor shall comply with all provisions of the Indiana Worker's Compensation law, and shall,before commencing work under this Agreement,provide the City a certificate of insurance, or a certificate from the industrial board showing that the Contractor has complied with Indiana Code Sections 22-3-2-5, 22-3-5-1 and 22-3-5-2. If Contractor is an out of state employer and therefore subject to another state's worker's compensation law, Contractor may choose to comply with all provisions of its home state's worker's compensation law and provide the City proof of such compliance in lieu of complying with the provisions of the Indiana Worker's Compensation Law. SECTION VII. PROHIBITION AGAINST DISCRIMINATION A. Pursuant to Indiana Code 22-9-1-10, Contractor, any sub-contractor, or any person acting on behalf of Contractor or any sub-contractor shall not discriminate against any employee or applicant for employment to be employed in the performance of this Agreement, with respect to hire, tenure, terms, conditions or privileges of employment or any matter directly or indirectly related to employment, because of race, religion, color, sex, disability, national origin, or ancestry. B. Pursuant to Indiana Code 5-16-6-1,the Contractor agrees: 1. That in the hiring of employees for the performance of work under this Agreement of any subcontract hereunder, Contractor, any subcontractor, or any person acting on behalf of Contractor or any sub-contractor, shall not discriminate by reason of. Page 4 of 7 race, religion, color, sex, national origin or ancestry against any citizen of the State of Indiana who is qualified and'available to perform the work to which the employment relates; 2. That Contractor, any sub-contractor, or any person action on behalf of Contractor or any sub-contractor shall in no manner discriminate against or intimidate any employee hired for the performance of work under this Agreement on account of race, religion, color, sex, national origin or ancestry; 3. That there may be deducted from the amount payable to Contractor by the City under this Agreement, a penalty of five dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the Agreement; and 4. That this Agreement may be canceled or terminated by the City and all monies due or to become due hereunder may be forfeited, for a second or any subsequent violation of the terms or conditions of this section of the Agreement. C. Violation of the terms or conditions of this Agreement relating to discrimination or intimidation shall be considered a material breach of this Agreement. SECTION VIII. IRAN INVESTMENT ACTIVITIES Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not engaged in investment activities in Iran. In the event City determines during the course of this Agreement that this certification is no longer valid, City shall notify Contractor in writing of said determination and shall give contractor ninety (90) days within which to respond to the written notice. In the event Contractor fails to demonstrate to the City that the Contractor has ceased investment activities in Iran within ninety (90) days after the written notice is given to the Contractor, the City may proceed with any remedies it may have pursuant to IC 5-22-16.5. In the event the City determines during the course of this Agreement that this certification is no longer valid and said determination is not refuted by Contractor in the manner set forth in IC 5- 22-16.5, the City reserves the right to consider the Contractor to be in breach of this Agreement and terminate the agreement upon the expiration of the ninety (90) day period set forth above. SECTION IX. RELEASE OF LIABILITY • 1a Contractor hereby agrees to release and hold harmless the City and all officers, employees, or agents of the same from all liability for negligence which may arise in the course of Contractor's performance of its obligations pursuant to this Agreement. Page 5 of 7 SECTION X. MISCELLANEOUS This Agreement is personal to the parties hereto and neither party may assign or delegate any of its rights or obligations hereunder without the prior written consent of the other party. It shall be controlled by Indiana law and shall be binding upon the parties, their successors and assigns. It constitutes the entire Agreement between the parties, although it may be altered or amended in whole or in part at any time by filing with the Agreement a written instrument setting forth such changes signed by both parties. This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and suit arising under this Contract, if any, must be filed in said courts. The parties specifically agree that no arbitration or mediation shall be required prior to the commencement of legal proceedings in said Courts. Any person executing this Contract in a representative capacity hereby warrants that he has been duly authorized by his or her principal to execute this Contract. In the event of any breach of this Agreement by Contractor, and in addition to any other damages or remedies, Contractor shall be liable for all costs incurred by City due to the enforcement of this Agreement, including but not limited to City's reasonable attorney's fees, whether or not suit is filed. [Signature Page to Follow.] Page 6 of 7 . In the event that an ambiguity or question of intent or a need for interpretation of this Agreement arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption or burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. IN WI'TNESS WHEREOF,the parties have executed this Agreement at Richmond,Indiana,as of the day and year first written above,although signatures may be affixed on different dates. "CITY" "CONTRACTOR" THE CITY OF RICHMOND, INDIANA BY AND THROUGH ITS Board MID WEST ETQUIPMENT, of Public Works and Safety INC.N 4500 S. Indianapolis Road Whitestown, IN 46075 By q%S // .. - Vicki Robinson, President13y � E3''. Printed: lily P, er,Member je I Z►/� By: P Title: V-CF1014/1/4---- IZ. Matt Evans,Member APPROVED:A_ - Date: ezirze zez4 _. .. . avid M. n.o •7, Mayor • Date: 0`( Q(o _UL/ Page 7 of 7 QPA.44253/MOTOR VEHICLE(S)PURCHASE AGREEMENT SELLER; Midwest Transit Equipment Inc. • • 4500 S.Indianapolis Rd. Joe Kizinski/Regional Commercial Sales Manager Whitestown,IN 46075 574:612-4063 Joe.kizinski@midwesttransit.cam GRANT RECIPIENT/PURCHASER: City of Richmond • S0 North 5th Street Dave Snow Richmond,IN 47374 Mayor 765-983-7207 • By signing this purchase agreement,I confirm the Title,License&Registration,FIN(Ford Fleet identification Number for Transit Buses only)and Llenholder details as defined on the Order information page ofthis agreement. I also confirm and accept the Equipment Options defined on the Included Price Form(s),as well as the Floor Plan(s)and Standard Equipment defined in following the pages of this Purchase Agreement. Please enter my order for vehicle(s)summarized as follows: Unt Price Qty Extended Small Transit 8+2 $57,485.00. 2 $114,9.78,00 GRAND TOTAL PURCHASE AMOUNT 2 Payment terms are net 35 days upon delivery acceptance.For payment received over 35 days from delivery $ep once,a 0 1.8%per month service charge will be added.All manufactures discounts,GPC(Government Price Concession)and Mobility Rebate have been taken and applied to obtain the agreed upon price above.This price does not include applicable sales tax, license,registration or Doc fees,insurance,maintenance or drivers.These are the responsibility of the purchaser. All warranties,if any,by a manufacturer or supplier other than seller are theirs,not seller's and only such manufacturer or other supplier shall be liable for performance under such warranties,unless seller furnishes buyer with a separate written warranty or service contract made by seller on its own behalf,seller hereby disclaims all warranties,express or implied, Including any implied warranties of merchantability or fitness for a particular purpose on all goods,and services sold by seller. The pages of this order and following QPA 44253 Price Form(s)comprise the entire agreement affecting this purchase and no other agreement or understanding of any nature concerning same has been made or entered into,or will be recognized. i hereby certify that no credit has been extended to me for the purchase of this motor vehicle except as appears in writing on. the face of this agreement. I have read the matter printed on thesecond page and agree to it as a part of this order the same as if it were printed above my signature. I certify that I am of legal age,and hereby acknowledge receipt of a copy of this order. THIS ORDER IS A BINDING CONTRACT AND IS NON-CANCELABLE City of Richmond ACCEPTED BY GRANT RE Midwest Midwest Transit Equipment,Inc. ACCEPTED BY EXHIBIT PAGE OF , PURCHASERSIGNATURE / r DATE SEL`;,:- UTHO' 'r'RESENTATIVE DATE Dave Snow PRINT NAME Joe Kizinski PRINT NAME Mayor TITLE Regional Commercial Sales Manager TITLE [ HIBIT PAGE„_.LOF "? �I Page 1 of 7 MOTOR VEHICLE(S)PURCHASE AGREEMENT-CONTINUED MOTOR VEHICLES ADDITIONAL TERMS AND CONDITIONS 1. As used in this order the Terms(a)"Seller"shall mean the Seller to whom this order is addressed and who shall become a party hereto by Its acceptance hereof,(b)"Purchaser"shall mean the party executing this order as such on the face hereof,.and(c) "Manufacturer"shall mean the corporation that manufactured the vehicle or chassis,it being understood by Purchaser and Seller that Seller is in no respect the agent of Manufacturer,that Seller and Purchaser are the sole parties to this order and that reference to Manufacturer herein is for the purpose of explaining generally certain contractual relationships existing between Seller and Manufacturer with respect to new motor vehicles. 2. Seller shall not be liable for failure to deliver or delay in delivering the motorvehicle covered by this order where such failure or delay is due,In whole or in part,to•any cause beyond the control or without the fault or negligence of Seller. 3. The price for the motor vehicle specified on the face of this order includes reimbursement for Federal Excise taxes,but does not include sales taxes,use taxes or occupational taxes based on sales volume,(Federal,State,or Local)unless expressly so stated. Purchaser assumes and agrees to pay,unless prohibited by law,any such sales,use or occupational taxes Imposed on or applicable to the transaction covered by this order,regardless of which party may have primary tax liability therefore. 4. FACTORY WARRANTY: All warranties are Manufacturers factory warranties as defined In QPA 44253 technical specifications. Warranty information is available upon request and is detailed in documents titled"Warranty QPA 44253 Transit Buses"and"Warranty QPA 44253 Low Floor Minivans". Any warranty on any new vehicle or used vehicle still subject to a Manufacturer's warranty is that made by the Manufacturer only. The Seller hereby disclaims all warranties,,either express or implied,including any implied warranty of merchantability or fitness for a particular purpose. 5. Purchaser shall not be entitled to recover from seller any consequential damages,damages to property,damages for loss of use,loss of time,loss of profits,or income,or any other incidental damages. 6. The purchaser,before or at the time of delivery of the motor vehicle covered by this order will execute such farms of agreement or documents as may be required by the terms and conditions of payment indicated on the front of this order. 7'. Per QPA 44253,the purchaser agrees to take possession of equipment and pay in full.within 35 days of delivery acceptance. For payment received over 35 days from delivery acceptance,a 1.8%per month service charge will be added. Terms and conditions read,understood armagreed to by: • EXHIBIT PAGE OF_ PURCHASER SIGNATURE DATE Dave Snow. a, PRINT NAME IEXHiBIT , PAGE . OF ? Page a of 7 ill I� QPA#44253 Transit Bus & Low Floor Mini Van /Order Information rv, oi► - Midwest Transit Equipment,Inc. Joe Kizinski/Regional Sales Manager 13W1e97 T"AMOIi 11pUlPN4NT 4500 S.Indianapolis Road 574-612-4063 Whitestown,Indiana 46075 joe.kizinski@midwesttransit.corn I 1/28/21 I Project I INDOT 5310 Grant(Vehicle.Delivery in 2021) I Grant.Recipient/Purchaser/Title Holder Sub-Recipient/Transit Operator Entity Name City of Richmond NA Address 50 North 5th Street NA City,State ZIP Richmond,IN 47374 NA. Officer/Key Manager Dave Snow NA Title Mayor NA Phone 765-983-7207 NA Email dsnow@richmondindiana.gov NA Delivery Address Pick Up Contact Transit System Name if Applicable Entity Name: Only if ordered$1.50/mi from Whitestown Rose View Transit Address Only If ordered$1.50 f mi from Whitestown 401 South"Q"Street City,State ZIP Only if ordered$1.50/mi from Whitestown Richmond,IN 47374 Delivery Contact Terri Quinter Title Operations Manager Phone PO Issuer(see blue notes below) (765)983-7227 City of Richmond Email tquinter@richmondindiana.gav 50 North 5th Street Richmond,IN 47374 License&Registration Lien Holder Entity Name City of Richmond NA Address 50 North 5th Street NA City,State ZIP Richmond,IN 47374 NA FIN I QK589 I Provide your 5 character Ford Fleet Identification Number(FiN)if known(Example XY123) Low floor minivan only recipients can ignore this. Must Match License&Registration Entity Name&Address Exactly If it does not match,Joe will assist you with any discrepancies. MidwestTransit requires a Purchase Agreement and Price Forms that will be sent to you at time of order. The Purchase Agreement must be completed,signed and emailed back to Midwest Transit. While a formal purchase order is NOT required from you,will you also issue.a formal purchase order in addition to the agreement? Yes./No: I Yes I If yes,complete PO Issuer above&see notes below. INDOT 5339: If a Sub-Recipient issues a purchase order on behalf of the Grant Recipient,then: 1. PO must be submitted with the signed Purchase Agreement.. 2- PO must reference the Grant Recipient and the Sub-Recipient. 3. Midwest Transit must invoice 100%to.the Grant Recipient. Invoice will reference your PO number. 4. Your payment of 100%must reference both the Grant Recipient and Sub-Recipient names. Midwest Transit will email you a blank ST-105 Sales Tax Exempt form at time of order. This must be completed by the Grant Recipient,signed and emailed back to MidwestTransit EXHIBIT P► PAGE OF 7J Page 3 of 7 . 0 . .. ��- �„ QPA#44253 PRICE FORM Year 1 Pricing I/ I.. 'W TRANSIT BUSES. Expires 08/14/2021 xtoweas IT aaY VMaN'r Click on yellow cells to enter information Midwest Transit Equipment,Inc. 4500 S.Indianapolis Road Customer City of Richmond Whitestown,Indiana 46075 JoeKlzinski/Regional Sales Manager Project INDOT 5310 Grant(Vehicle Delivery in 2021) 574-612-4063 Vehicle Small Transit 8+2 I Date 11/28/21 Ioe.kizlnskl@midwesttranslt.com For Options QTY,.Only Enter For Enter Quantity of Vehicles Here 1 2 I 1Vehicle In Bold QTY Column Grand Total Order Price is Shown Below Option QTY RaseVehicle Descriptions/See Specifications&Standard Equipment PDF's for Items included in Base Price PRICE EXTENDED 1 1 Small Transit Vehicle/252"/8'Ambulatory&Z Wheelchairs/Non CDL 21'Bumper to Bumper/Ford E350/MY202Z/11,50DGVWR/WB 138" $54,206.00 $54,206.00 Optional Equipment/Adds To or Replaces Applicable Base Vehicle Standard Equipment 8 1 Accessory-Sure-LokG02 Oxygen Tank Holder.Mounts InL-Track. $ 230.00 $230.00 31 1 Fare Box-Locking with Two Vaults Diamond XV.(On Raised floor suggest Short D24 Stand). $ 1,787.00 $1,787.00 49 1 Lights-Interior Lights.On with Entry Door Open.Standard Is Manual Switch Only $ 40.00 $40.00 50 1 Mirror-6"x 16"Flat/Mounted Over Driver for Passenger Viewing $ 32.00 $32.00 75 1 Seating-Driver's Seat/Deluxe/USSC G2ELP-QR/Black Cloth $ 1,050.00 $1,050.00 87 1 Stanchions&Modesty-Tinted Plexlglass Shield Added to Top of Driver Stanchion $ 140.00 $140.00 NOTES 103 [ 1 ILlghts-Rear Amber Flashing Light Indicator Now Standard SUBTOTAL PER VEHICLE $57,485.00 VEHICLE QUANTITY 2 ORDER GRAND TOTAL $114,970.00 Grant Summary Per Unit Federal Share State Share Total Unit Awarded $44,000.00 $11,000.00 $55,000.00 As Ordered Actual $45,988.00 $11,497.00 $57,485.00 1*As Ordered Actual/Under Award or EXCEEDED Award=LOCAL SHARE ($1,988.00) ($497.00) ($2,485.00)1 1 Actual Unit Share Based On Selected Options $44,000.00 $13,485.00 $57,485.00 1 Total Order Federal Share State Share Total.Order Awarded As Ordered $88,000.00 $22,000.00 $110,000.00 $91,976.00 $22,994.00 $114,970.00 r As.Ordered Actual/ Under Award or EXCEEDED Award=LOCAL SHARE ($3,976:00). ($994.00) ($4,970.00)I Actual Total Order Share Based On Selected Options $88,000.00 $26,970.00 $114,970.00 I *As Ordered Actual/Under Award or EXCEEDED Award =LOCAL SHARE Notes: Black$Amounts:You are UNDER your award.You can spend that$amount and be within your award. Red$Amounts;You EXCEEDED your award.The excess is your Local Share. . • EXHIBIT A PAGE y ©F?�1 Page 4 of 7 • • ' Y �r� QPA 44253 SMALL TRANSIT VEHICLE IVi 8 PASSENGERS+2 WHEELCHAIRS NIDWEST TRANSIT EQUIPMENT CHASSIS SPECIFICATIONS • Ford E350 Super Duty Chassis • Dual 750 CCA Batteries(1500 Total),1 Underhood • 7.3L V8 Gasoline Engine,350 Hp &1 Skirt Mounted In Slideout Tray • 6Speed Automatic Over Drive Transmission • 40 Gallon Fuel Tank • 11,500#GVWR • HD Cooling Package • Mor/Ryde RearSuspension • Block Heater • Front And Rear Stabilizer Bar • Street Side Exhaust • 138"Wheelbase • Tinted Glass • 6 LT225/75R16D Radial Tires • Interior Hood Release • Alignment With Castor Camber Kit • Intermittent Wipers • Power Disc Brakes,Antiiack a Drivers Air Bag • Power Steering With Tilt Feature • • Gauges:Fuel,Temp,Oil Presser,Voltmeter • Cruise Control • Chrome Front Bumper And Grille Accent • 210 Amp Alternator • Dash Heat/Defrost/Air Conditioning BODY SPECIFICATIONS FEATURES•EXTERIOR CLIMATE CONTROL • Bright White Body And Cab • 65,000 Btu Floor Heater • Rubberized Rear Help Style Bumper • 60,000 Btu Rear Air Conditioner W/Dual Compressors • Front And Rear Mud Flaps • EPDM Heater Hoses • Rear Tow Hooks. • Unitized Steel Cage Construction,FRP Walls, FLOORING Roof,Front&.Rear Caps • Grey Gerflor Transit Grade Anti-Slip Flooring • Complete Body Undercoating Excluding Chassis • Yellow Safety Step Nosing • Exterior Mirrors With Convex,Heated/Remote • D/,"Marine Grade Plywood Sub Floor • Driver'S Diamond Plate Running Board • Aluminum Belly Pan • Wheel Wells DOORS AND WINDOWS • Dark Tint Tap T-Slider Side Windows SEATS • Emergency Side Windows • Track Seating • Rear Emergency Door With 2 Windows,Gas Strut Hold Open, • Freedman Sheild High Back Reclining Drivers Seat W/RH Arm boor Ajar Alarm(Light&Buzzer),Lock Alarm (Light& Rest,Lumbar Support,Vinyl Covered Buzzer Independent Of Door Ajar Alarm) • 3 Mid High Back Two Passenger Seats • Electric Entrance Door With Full Tempered Glass • 1 Two Passenger Fold A Way Seat Over Streetside Wheelweli • Large Viewing Window/Front Of Entrance Door • 4 Aisle Side Seat Back Assist Rails • 4 Aisle Side Flip Armrest ELECTRICAL EXTERIOR • 8 Lap Retractable Seat Belts • LED ICC Lighting Marker Lights • 2 Seat Belt Extenders 12" • LED Round Sealed Tail,Stop And Backup Lights • LED License Plate Light PARATRANSIT EQUIPMENT • Lights Meet Federal And State Requirements • Dual Panel Lift Doors With Hold Open Lacthes • Reverse Alarm • Braun Century Wheelchair Lift,1,000 fi Capacity • LED High Mount Center Brake Light • Interlock System With Fast Idle Feature • LED Mid Ship Turn/Marker Lights • 2 Sets WC18 Q-Straint Wheelchair Passenger Securement System • LED 4"Rear Amber Flashers With Lighted Switch Q 10007 Deluxe Far LTrack With Q8-6326-AI Retractable Lap I • LED Hooded Light At Entrance Door Shoulder Belt'With Height Adjuster •• 2 Beit Storage Pouches FEATURES INTERIOR • 8 Webbing Loops • Safety Stanchion Entrance • Priority Seating Decals • Entrance Assist Hand Rails,Left&Right OSStep Well • LED interior&Exterior Lift Lights • Drivers Control Console Within.Driver Reach • Entrance&Driver Modesty Panels MISCELLANEOUS • Single Overhead Handrail(Driver'S Side) • Backup Camera w/7".Diagonal Monitor In Rearview Mirror • Overhead DriverStorage With Lock • Safety Equipment:5#Fire Extinguisher,Triangle Reflectors, • Gray FRP Walls And Ceiling First Aid Kit,Body Fluid Kit,Belt Cutter • AM/FM/Bluetooth/Radio/6 Speakers ELECTRICAL INTERIOR • Spare Tire And Wheel Shipped Loose • LED Entrance Step Well Lights r Streetside Exhaust • LED Driver Courtesy Light • Interior Height Decal • LED Passenger Courtesy Lights tEXHIBiTW Pr PAGE_5__OF_2_4 Page 5 of 7 L)o g abed = O" O I tt g 1-Td0 , 30Vd-31181HXa' o C (l1 4 CU N0" , // r''-‘ - I s E N ,Y.. I ,----- ---------7:....________., I� IX ILI lide13A0 ,TZ /SM .8ET cn Ix '1 n yCD (�,, W tV o W xV"N1.. tin G. cl-I Ci V �� z II R 1 laot^V1 -4 •tr at , �‘4. Q 0 t• W N �.. a Ire- 'un- 3 + m CD 1 1721 CI ¢ W ILI z t�ZT :I. LI r ° v -� j v°'i m a hoI- o HI CI /� coIn in y W w o a 1 BOGi'" ;__ 298 '� QI . z CIS a_CA w , ri 7-' 1 ° I y - W G U •-1 M y 14 �.4 I 1 s tJ 3 ¢ r , W VInrs cUm N S N Z ya*J. I _- _Q. JWy=+I a W ce ,E 0 0 --1I A1.' ��5� . .°N°•ii� 1 cn O Vi LIMBO 1 I 1 I .-0O0 o�N Z ,ij et fitT---lil [14--11 II ° -) U m 0 W gP { Ii4[j [jii ' i :I II Q N �� 0 - I 'zR W gsr ►. .. Eig!~ _..........A.1 P4 W o l _ ��linit I �� 1 r ; � .gs z � gg, L ID W 4a45 a � z 514 Mina am Phalli M W Q. O • Na Q 31V05.CON OQ I e ' LP L 902d .0 "a - L AO L 30VVd T 118LHXX C F � e M Pe)o �i 0 • 1 1� • CO 1 :7;11 7 .1 p.m q 1 Er Cli.-1-...1 I . M z to � H.!! NI- CZ . .....__Ki_..... iii T ...ten, GO nni rCD t'Y`...s IIIIIIIII _ i MuQ • uuum 6 Imomoo" p IIIIIIIII NM I � IIIIIIIII ;DI millIIIIIIIIII ` Mini -:-o a .as m 1, z `r \ n- o Z \\1/4"---- 0. CC WI l^ CO a © 11' i W 02 Ii . (r..15 t:4- Dv L a m o 'LIz I LID �� L�v,a�t a Z - _JUG. Z. e ..... N I- o *Zile ,A1MMNY IP o i�8� W i B W q�8 W5< . .., [1 .12 a [ ] to �'! ;I n o) _$ 12 Z f ga,6Mx35 � o mE1 F gig, a a �5 U tm+0 = 'a,, 111° OW o 09 0 . o . W 31b3S ION 00