Agenda Item Report

City Commission - May 18 2021

Department Staff Contact Transit Adam Weigel, Transit and Parking Manager

Recommendations Consider authorizing the City Manager to execute a purchase agreement between the City of Lawrence and Gillig, LLC for five (5) 40’ battery electric buses in the amount of $4,769,765 in support of the Electrify Lawrence Transit project funded by the Federal Transit Administration Low or No Emission (Low-No) Program.

Executive Summary In May 2020, the Federal Transit Administration (FTA) awarded Lawrence Transit a Low-No Emissions Program grant of $3,756,000 to remove five diesel-fueled buses that have exceeded their useful life from service and deploy five zero-emission battery electric buses in their place. The total project budget is $5,990,278. The grant was submitted in partnership with Gillig Corporation as a sole source vendor for vehicles and charging stations per the federal grant requirements. Submission with a vendor and competitive selection of grant awards by FTA meets the federal requirements for competitive selection. This sole source vendor procurement allowed the City to maximize the technical capabilities of our contractor and parts inventory relevant to the entire Lawrence Transit heavy duty bus fleet.

Included in the project budget is $4,842,500 for five (5) Gillig 40’ battery electric buses, bus configuration and extended warranty, paint, delivery costs, and workforce training. This cost includes a local match of $1,355,900 and FTA grant funds totaling $3,486,000. Final costs after configuration came in under budget, and the total cost is $4,769,765, which includes a local match of $1,335,534 and FTA grant funds totaling $3,434,231.

To remain on schedule for a fall 2022 deployment, Lawrence Transit is seeking approval to purchase these five vehicles and begin pre-production activities to ensure delivery on schedule. Delivery of the first vehicle is estimated to occur in March 2022, and all five vehicles will be delivered no later than May 1, 2022.

This purchase advances the Environmental Sustainability Commitment area by protecting our local ecosystem through replacement of diesel buses with zero-emissions buses and sustainably moving people throughout our community.

Alignment to Strategic Plan Commitments in support of the outcome areas

Fiscal Impact

Page 1 of 60

The total budget for all deliverables is $4,769,765, expected to be paid no later than June 1, 2022. This item is in the Transit Division budget and Vehicle and Equipment Replacement Plan (VERP), #TR-21-03. The local match for this portion of the Electrify Lawrence Transit project is $1,335,534, in addition to $3,434,231 of federal grant funds.

Action Requested Authorize the City Manager to execute a purchase agreement between the City of Lawrence and Gillig, LLC for five (5) 40’ battery electric buses in the amount of $4,769,765 in support of the Electrify Lawrence Transit project funded by the Federal Transit Administration Low or No Emission (Low-No) Program.

Previous Agenda Reports: March 3, 2020 Consent Agenda Item No. C9(g) Consider authorizing City staff to submit a joint City of Lawrence/University of Kansas Low or No Emission Vehicle Program grant application to the Federal Transit Administration for battery-electric buses with the Center for Transportation and the Environment 501(c)3, Gillig Corporation and Charge Point Inc. as sole-source vendors and consider authorizing the Mayor to sign a Letter of Support for the application.

ACTION: Authorize City staff to submit a joint City of Lawrence/University of Kansas Low or No Emission Vehicle Program grant application to the Federal Transit Administration for battery-electric buses with the Center for Transportation and the Environment 501(c)3, Gillig Corporation and Charge Point Inc. as sole-source vendors and authorize the Mayor to sign a Letter of Support for the application. Agenda Item Report 20-116 (Updated 03/03/20) - Pdf Agenda Item Report 20-116 (Updated 03/03/20) - Html

September 15, 2020 Consent Agenda Item No. C6(c) Consider authorizing the City Manager to execute a Professional Services Agreement between the City of Lawrence and the Center for Transportation and the Environment for project management services in support of the Electrify Lawrence Transit project funded by the Federal Transit Administration Low or No Emission (Low-No) Program.

ACTION: Authorize the City Manager to execute a Professional Services Agreement between the City of Lawrence and the Center for Transportation and the Environment for project management services in support of the Electrify Lawrence Transit project funded by the Federal Transit Administration Low or No Emission (Low-No) Program. Agenda Item Report 20-731 - Pdf

December 1, 2020 Consent Agenda Item No. B5(e) Consider authorizing the City Manager to issue a purchase order and negotiate a purchase agreement for five (5) Gillig 40’ battery electric buses in support of the Electrify Lawrence Transit project funded by the Federal Transit Administration Low or No Emission (Low-No) Program.

Page 2 of 60 ACTION: Authorize the City Manager to issue a purchase order and negotiate a purchase agreement for five (5) Gillig 40’ battery electric buses in support of the Electrify Lawrence Transit project funded by the Federal Transit Administration Low or No Emission (Low-No) Program. Agenda Item Report 20-950 - Pdf

May 11, 2021 Consent Agenda Item No. C4(a) Consider authorizing the City Manager to execute a Memorandum of Understanding between the City of Lawrence and The University of Kansas for design, construction, and installation services at the joint transit maintenance and operations facility in support of the Electrify Lawrence Transit project funded by the Federal Transit Administration Low or No Emission (Low-No) Program.

ACTION: Authorize the City Manager to execute a Memorandum of Understanding between the City of Lawrence and The University of Kansas for design, construction, and installation services at the joint transit maintenance and operations facility in support of the Electrify Lawrence Transit project funded by the Federal Transit Administration Low or No Emission (Low-No) Program. Agenda Item Report 21-333 - Pdf

Attachments Gillig Low-No Contract_signed

Page 3 of 60

CONTRACT BETWEEN CITY AND GILLIG LLC

1. SCOPE OF CONTRACT This agreement (“Contract”) between the City of Lawrence, Kansas (“City”), in behalf of the City’s Transit and Parking Division, and GILLIG LLC (the "Contractor" or "Gillig”), a California Company registered to lawfully conduct business in Kansas, and having its principal place of business at 451 Discovery Drive, Livermore, CA 94551 for the provision of transit buses/coaches including all related integral and/or peripheral equipment, products, component parts, materials, and supplies (collectively termed “Equipment” or “Products”). This Contract includes related warranty, maintenance and repair, or other services (collectively termed “Services”) necessary to provide and maintain Products in accordance with APPENDIX A: LAWRENCE, KS E-BUS LOW-NO BID SPEC & GILLIG EBUS PERFORMANCE SPEC.

This Contract contains the terms and conditions by which City, hereinafter referred to as “City,” is to purchase and acquire new heavy-duty, low-floor battery electric transit buses, including all related integral or peripheral component equipment, products, materials, parts, or supplies (“Buses”), together with all warranty, maintenance, repair and support services ("Services”) needed to ensure that all Buses and Equipment acquired under the Contract can be operated, serviced, and maintained by City in accordance with all pertinent operating standards and performance specifications of the Contractor, or original equipment manufacturer ("OEM) for any third-party Products or Services provided by the Contractor under this Contract.

The Contractor shall manufacture and deliver five (5) Gillig battery electric buses (Buses) as specified in and in full accordance with Grant No. 13050693, awarded by the Federal Transit Administration Low or No Emission (Low-No) Vehicle Deployment Program. This Contract is the result of a partnership with Gillig as a sole source vendor for vehicles in Grant No. 13050693, which meets the federal requirements for competitive selection.

2. INTERPRETATION OF CONTRACT As used in this Contract, the terms listed below shall include all related materials and documentation developed and provided in the performance of Contract, whether in machine-readable or printed form, and produced or provided pursuant to this Contract, or any order resulting from this Contract.

Headings are for reference purposes only and shall not be considered in construing this Contract.

The documents comprising this Contract, and their order of precedence in case of conflict, are: (1) this Contract, consisting of terms and conditions included herein, including all Attachments hereto; (2) all duly authorized and executed orders and Attachments referencing the Contract; and (3) Low or No Emission Grant No. 13050693. The foregoing documents represent the complete and final Contract of the parties with respect to the subject matter of this Contract.

If any term or condition of this Contract is found to be illegal or unenforceable, it shall be severed, and the validity of the remaining terms and conditions shall not be affected.

3. TERM Initial term of the Contract shall be effective from March 1, 2021 through December 31, 2023. All orders and related documents shall survive the period of performance stated in this section until such time as all orders (executed prior to the expiration date of the Contract) have been completely performed.

4. PRICING Prices for base Buses with standard features and additional options/upgrades are listed herein as Appendix B entitled "Pricing."

5. ADDITION/DELETION OF PRODUCTS/SERVICES City recognizes that Products and Product line additions and/or Services to the Contractor's standard commercial catalog

Page 1 of 19

Page 4 of 60 offerings during the life of the Contract may occur. City considers these additions as enhancements. Additions will be considered as follows:

Any and all new Products will be categorized with similar Products or Product lines into existing market categories previously defined and agreed to by City and with respect to discount structure, net price or grand total of the Product. City shall be notified of new item(s) and/or Product line(s). Contract amendment or modification will not be required for addition of new Product(s) to the Contractor's offerings that are consistent with pre-established categories and discount structure. Contractor agrees to provide periodic notice to City of any new products it adds that relate to or are consistent with the products purchased herein.

In the event the Contractor adds a new specialty Product line which represents Product(s) that are consistent with the type and class of Products covered under this Contract, but differ sufficiently from Products or brands represented in the existing Product categories, so that a separate pricing structure is appropriate, City and the Contractor may enter into negotiations to modify the Contract to establish a discount structure, net price, or grand total for the Product(s). Pricing must be competitive in order to add Products to this Contract. The Contractor shall provide appropriate documentation to support its position for separate pricing. Negotiations must be completed prior to order placement. Contract amendment or modification must be in writing and will be required in order to add negotiated items that are sufficiently different from pre-established categories and discount structure.

6. APPLICABLE LAWS AND COURTS The Contractor shall comply at its sole cost and expense with all applicable federal, state, provincial, county, and municipal laws, statutes, rules, regulations, and ordinances. Contractor shall be cognizant of all federal, state, and local laws and regulations which in any manner affect those engaged or employed in the work or which in any manner affect the conduct of the work, including but not limited to all applicable labor and employment laws and shall at all times observe and comply with all such existing laws, ordinances, regulations.

7. ANTI-DISCRIMINATION The Contractor certifies to City that they shall conform to the provisions of the Federal Civil Rights Act of 1964, as amended, as well as the Americans With Disabilities Act.

In every Contract over $10,000 the following provisions apply:

A. During the performance of this Contract, the Contractor agrees as follows: a. It must meet or exceed all current Federal Transportation Administration (FTA) of Manufacturer/Vendor certifications, regulations and policies (i.e. Buy America policy) b. The Contractor shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, national origin, age, disability, or any other basis prohibited by state law relating to discrimination in employment, except where there is a bona fide occupational qualification reasonably necessary to the normal operation of the Contractor. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. c. The Contractor, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, shall state that such Contractor is an equal opportunity employer. d. Notices, advertisements and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purpose of meeting these requirements. B. The Contractor shall include the provisions of A above in every subcontract or purchase order over $10,000, so that the provisions shall be binding upon each Subcontractor or vendor.

8. ETHICS IN PUBLIC CONTRACTING The Contractor certifies that the Contract has been entered into without collusion or fraud and that they have not offered or received any kickbacks or inducements from any other offeror, supplier, manufacturer or subcontractor in connection with this Contract, and that they have not conferred on any City of Lawrence public body or employee having official responsibility for ordering Equipment, Products or Services provided through the Low-No grant application and Contract process, any payment, loan, subscription, advance, deposit of money, services or anything of more than nominal value, present or promised, unless consideration of substantially equal or greater value was exchanged.

9. DEBARMENT STATUS Page 2 of 19

Page 5 of 60 Contractor certifies that they are not currently debarred by the State of Kansas from submitting a response for the type of Goods and/or Services covered by this Contract. Contractor further certifies that they are not debarred from filling any Order or accepting any resulting Order, or that they are an agent of any person or entity that is currently debarred by the State of Kansas.

10. ANTITRUST By entering into this Contract, the Contractor conveys, sells, assigns, and transfers to City all rights, title and interest in and to all causes of action it may now have or hereafter acquire under the antitrust laws of the United States and the State of Kansas, relating to the particular goods or services purchased or acquired by City under said Contract.

11. PAYMENT

All payments shall be made as provided herein, less any additional amount withheld as provided below and less any amounts for liquidated damages in accordance with “Liquidated Damages for Late Delivery of the Bus.”

The City shall make payments for buses at the unit prices itemized in the price schedule within 30 calendar days after the delivery and acceptance of each bus and receipt of a proper invoice.

The City shall make payments for spare parts and/or equipment at the unit prices itemized in the price schedule within 30 calendar days after the delivery and acceptance of said spare parts and/or equipment and receipt of a proper invoice.

The City shall make a final payment for all withholding within 30 calendar days of receipt of a final proper invoice and the following: 1. Delivery and acceptance of all Contract deliverables, including manuals and other documentation required by the Contract, excluding training. 2. Contractor provision of any certifications as required by law and/or regulations. 3. Completion of post-delivery audits required under the Contract.

The Contractor may charge interest for late payment if payment is delayed more than ten (10) days after the payment Due Date set forth above. Interest will be charged at a rate not to exceed the prime rate of interest published by The Wall Journal on the 10th day.

12. QUALIFICATIONS OF CONTRACTOR City may make such reasonable investigations as deemed proper and necessary to determine the ability of the Contractor to perform any Services or furnish any Equipment or Products within the scope of this Contract. City reserves the right to inspect, without advance notice, Contractor's physical facilities at any time during the term to satisfy any questions regarding the Contractor's capabilities.

13. TESTING AND INSPECTION City reserves the right to conduct any test/inspection they may deem advisable to assure that Products and Services conform to all Contract requirements or specifications. (also see section herein entitled "ACCEPTANCE")

14. ASSIGNMENT OF CONTRACT This Contract shall not be assignable by the Contractor in whole or in part without the written consent of City.

15. CHANGES TO THE CONTRACT Changes can be made to this Contract in any of the following ways:

A. The parties may agree in writing to modify the scope of the Contract. An increase or decrease in the price of the Contract resulting from such modification shall be agreed to by the parties as a part of their written agreement to modify the scope of the Contract. B. City may order changes within the general scope of the Contract at any time by written notice to the Contractor. Changes within the scope of the Contract include but are not limited to, things such as services to be performed, the method of packing or shipment, and the place of delivery or installation. The Contractor shall comply with the

Page 3 of 19

Page 6 of 60 notice upon receipt. The Contractor shall be compensated for any additional costs incurred as the result of such order and shall give City a credit for any savings. Said compensation shall be determined by either of the following methods: 1. By mutual agreement between the parties in writing; or 2. By agreeing upon a unit price or using a unit price set forth in the Contract, if the work to be done can be expressed in units, and the Contractor accounts for the number of units of work performed, subject to City’s right to audit the Contractor's records and/or to determine the correct number of units independently; or 3. By ordering the Contractor to proceed with the work and keep a record of all costs incurred and savings realized. The Contractor shall present City with all vouchers and records of expenses incurred and savings realized. City shall have the right to audit the records of the Contractor as it deems necessary to determine costs or savings. Any claim for an adjustment in price under this provision must be asserted by written notice to City within thirty (30) days from the date of receipt of the written order from City. If the parties fail to agree on an amount of adjustment, the question of an increase or decrease in the Contract price or time for performance shall be resolved in accordance with the procedures for resolving disputes provided by the Disputes Clause of this. Neither the existence of a claim nor a dispute resolution process, litigation or any other provision of this Contract shall excuse the Contractor from promptly complying with the changes ordered by City or with the performance of the Contract generally.

16. TAXES Sales to City are normally exempt from State sales tax. City will provide a tax-exempt certificate upon execution of the Contract.

17. TRANSPORTATION AND PACKAGING As applicable, for all Products provided under this Contract, Contractor certifies and warrants that the prices are Free on Board (FOB) destination, and includes only the actual freight rate costs at the lowest and best rate and is based upon the actual weight of the goods to be shipped. Except as otherwise specified herein, standard commercial packaging, packing and shipping containers shall be used. All shipping containers shall be legibly marked or labeled on the outside with- purchase order number, commodity description, and quantity.

18. DRUG-FREE WORKPLACE During the performance of this Contract, the Contractor agrees to (i) provide a drug-free workplace for the Contractor’s employees; (ii) post in conspicuous places, available to employees and applicants for employment, a statement notifying employees that the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana is prohibited in the Contractor's workplace and specifying the actions that will be taken against employees for violations of such prohibition; (iii) state in all solicitations or advertisements for employees placed by or on behalf of the Contractor that the Contractor maintains a drug-free workplace; and (iv) include the provisions of the foregoing clauses in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each subcontractor.

For the purposes of this section, “drug-free workplace" means a site for the performance of work done in connection with this Contract by the Contractor, or any of its subcontractors, whose employees are prohibited from engaging in the unlawful manufacture, sale, distribution, dispensation, possession or use of any controlled substance or marijuana during the performance of the Contract.

19. NONDISCRIMINATION OF CONTRACTORS No contractor shall be discriminated against in the solicitation or award of this Contract because of race, religion, color, sex, national origin, age, disability, faith-based organizational status, any other basis prohibited by state law relating to discrimination in employment or because the Contractor employs ex-offenders unless City has made a written determination that employing ex-offenders on the specific Contract is not in its best interest.

20. FINANCIAL WARRANTY Contractor shall ensure that the prices, discounts, incentives, and other financial terms (collectively the "financial deal”) applicable to purchases under this Contract is always at least as favorable to City as the financial deal that the Contractor or its affiliates make available to any public body in Kansas for the same good(s)/service(s) outside this Contract. Throughout the term of this Contract, if Contractor (or any affiliate) makes a better financial deal available to a public body in Kansas for any good(s)/service(s) available under this Contract, Contractor shall immediately notify City of the details and, at City’s option, sign an amendment to this Contract, so that an equivalent financial deal for the affected

Page 4 of 19

Page 7 of 60 good(s)/service(s) is also available as an option under this Contract. Contractor may request exemption if the better financial deal was for a spot purchase, and City shall grant such request if City in good faith finds that the spot purchase involved special circumstances affecting cost that would make it unfair to apply an equivalent financial deal outside of that spot purchase. Upon City’s request, Contractor shall submit an affidavit certifying full compliance with this Section. The Contractor (and any affiliate) shall waive any contractual or other right that inhibits any public body in Kansas from disclosing to City or others the financial terms made available to the public body, and upon request from City, Contractor shall ensure that a signed confirmation of the waiver is provided to the public body and City. As used in this Section, an affiliate is any entity that controls, is controlled by, or is under common control with, the Contractor.

This Contract shall provide overall best value for City to acquire Contractor's products/services: in terms of pricing, warranty, services, product range, and any other criteria essential to their need. Contract shall provide goods and services of equal/better quality, competitive cost of like products/services, less effort to understand (and use) by customers and suppliers.

21. AUDIT The Contractor shall retain all books, records, and other documents relative to this Contract for five (5) years after final payment, or until audited by the City of Lawrence, whichever is sooner. City shall have full access to and the right to examine any of said materials during said period.

22. AUTHORIZED REPRESENTATIVES Each person executing this Agreement in behalf of the City and Contractor hereby represents and warrants that he or she has the authority to bind his or her respective party hereto and that all acts requisite to confer authorization to enter into this Contract have been taken and completed.

23. ENTIRE AGREEMENT A. This Agreement represents the entire and integrated agreement between the City and Contractor and supersedes all prior negotiations, representations, or agreements between the parties, whether written or oral. This Contract may be amended only by a written instrument signed by both the City and the Contractor. Written and signed amendments shall automatically become a part of this Agreement and shall supersede any inconsistent provision herein; provided, however, that any apparent inconsistency shall be resolved, if possible, by construing the provisions as mutually complementary and supplementary.

B. No oral orders, objections, claims, or notices by any party to the other shall affect or modify any of the terms or obligations set forth in this Contract; and none of its provisions shall be deemed waived or modified by reason of any act whatsoever, other than by a definitely agreed waiver, modification, or amendment made in writing and signed by both parties. No evidence of notice, waiver modification, or amendment, other than evidence of such in writing, shall be introduced as evidence at any proceeding, either legal or administrative.

Authorized Representatives:

CITY OF LAWRENCE, KS Craig Owens, City Manager 6 E. 6th St. Lawrence, KS 66044

GILLIG LLC William F. Fay, Jr., Vice President Sales 451 Discovery Drive Livermore, CA 94551 Tel.: 800-735-1500 Fax: 510-785-6819 Email: [email protected]

Page 5 of 19

Page 8 of 60

UNDER NO CIRCUMSTANCES SHALL ANY AUTHORIZED USER OR OTHER ENTITY HAVE THE AUTHORITY TO MODIFY THIS CONTRACT WITHOUT WRITTEN CONSENT OF THE AUTHORIZED REPRESENTATIVES.

24. DELIVERY Contractor shall deliver five (5) Low Floor, Battery Electric Buses to City no earlier than March 1, 2022 and no later than May 1, 2022. A Contractor Field Service Representative shall also arrive with the Bus delivery to help prepare the Bus to be put into revenue service and to conduct Operator and Maintenance orientation and familiarization training (including a complete set of Low Floor training DVDs and diagnostic interpretation training).

When multiple Buses are ordered and delivered, a Contractor Field Service Representative shall arrive within seven (7) days after delivery of the last Bus to help prepare the Buses to be put into revenue service.

Products and Services shall be delivered no earlier than March 1, 2022 and no later than May 1, 2022. Contractor is responsible to make all arrangements for delivery, set up, and preparation for safe vehicle operations. City will not assume responsibility for receiving Buses or Product, unless otherwise indicated in the pertinent ordering documents. Contractor shall check with the City designated point of contact as identified in the ordering documentation to coordinate all necessary transportation and delivery arrangements prior to Product operations.

25. BUS DELIVERY NOTIFICATION Contractor shall notify the City no less than two (2) full business days prior to delivery of Buses or Equipment so City personnel can be available to allow access to their facility, verify items received, and perform any Services needed to prepare Equipment for safe operations.

26. INSPECTION/LATENT DEFECTS All Products are subject to inspection and test, as provide herein under the provision entitled Testing and lnspection. Products that do not meet specifications may be rejected. Failure to reject, however, does not relieve the Contractor of liability for latent or hidden defects subsequently revealed when Products are used after acceptance has occurred. If latent defects are found at any time during the term of this Contract, the Contractor shall repair or replace the defective Products. This remedy shall be in addition to any other remedies or obligations under this Contract or provided by law.

27. PRODUCT AVAILABILITY/SUBSTITUTION Substitution of a product, brand or manufacturer under this Contract is expressly prohibited unless approved in writing by City. City may, at its discretion, require the Contractor to provide a substitute item of equivalent or better quality subject to their written approval, for a price no greater than the Contract price, if the product for which a Contract Order was issued becomes unavailable to the Contractor.

Contractor shall provide City with the best products possible at any time during the term of this contract by making City aware of new products/replacement parts and technologies.

28. MAINTENANCE MANUALS

Within thirty (30) days after the last Bus is delivered, Contractor shall provide with each piece of Equipment an operations and maintenance (owner's) manual with wiring diagrams, parts list, and a copy of all warranties, along with related documents as per the manufacturer's standard practice.

29. ACCEPTANCE Following Delivery, all Products (to include diagnostic parts, but not Buses) shall be deemed accepted by City, at their sole discretion, following applicable operational testing to ensure Products meet expected and required OEM operating standards, requirements, and performance specifications, such that all components - integral and peripheral operate in the manner designed by the OEM, and for such period of time deemed reasonable and necessary by City ("Acceptance"). Within thirty (30) days after arrival at the designated point of delivery, each Bus shall undergo City tests. If the Bus passes these tests, acceptance of the Bus by City occurs on the thirtieth day after delivery. Acceptance may occur earlier if City notifies the Contractor of early acceptance or places the Bus in revenue service. If the Bus fails these tests, GILLIG requests a letter of discrepancies for resolution be issued by the thirtieth day after delivery.

Page 6 of 19

Page 9 of 60

Acceptance shall be documented in writing and sent to the Contractor via email, letter, or any other such writing as agreed upon by City and the Contractor. Warranty shall commence upon the date of Acceptance. Should Products/Buses be deemed by City to be not acceptable, then City shall reject Products/Buses, in writing, providing the Contractor with such details as needed in writing as to the reason why Products/Buses are deemed not to be acceptable/meet specifications.

30. WARRANTY/MAINTENANCE (Buses) Upon Acceptance of Buses by City, and to ensure the maximum safety, protection and satisfaction to City, and to their passengers, Contractor agrees that any new Bus shall be provided with an initial 1 year/50,000-mile (whichever comes first) bumper-to bumper new vehicle warranty (“Warranty"), as follows: Warranty is to include all Buses and integral and peripheral components, materials, parts, assemblies and subassemblies e.g., body, chassis, engine, transmission, cooling, drive train, suspension, electrical and manual controls, steering, starter and alternator, safety equipment, heater and air conditioning, etc. necessary to keep Bus in good operating condition and preserve its operating efficiency in accordance with all OEM technical specifications and operating standards. The rights and remedies provided herein are in addition to and do not limit those available to City by any other Contractual provision, or as provided in law.

Warranty/Maintenance repairs will be made onsite at 1260 Timberedge , Lawrence, KS 66049, unless it is required to involve an authorized dealer to make repairs. Normal warranty work (other than that work required to be performed by authorized dealers) will be performed by the City's maintenance department and reimbursed by GILLIG at the documented warranty labor rate of $75. If an authorized dealer charges a labor rate higher than $75, GILLIG shall reimburse the labor cost in full during the warranty period.

Warranty/Maintenance excludes the following normal wear items: tires, filter, and wiper blades, light bulbs (including headlamp assemblies), seals and gaskets, oil filters, air filters, fuel filters, bushings, belts, brake linings and brake drums. Selected optional component equipment e.g., cameras, radios, GPS, etc., may be provided with a separate Warranty/maintenance provision, but such Warranty/maintenance shall be provided solely in accordance with the pricing schedule in APPENDIX C: PRICING.

Warranty/Maintenance of Buses shall not include any work that is external to the Bus, the furnishing of supplies, or adding or removing accessories, attachments, or other equipment that is not provided under this Contract. Maintenance of Bus also shall not include repair of damage that is the direct result from the operational use by City or from accident, unless the accident is caused by negligent or intentional acts or omissions of Contractor or its agents.

Contractor shall not be responsible for the cost of any Warranty/Maintenance repair due to the direct result of City’s intentional failure to properly use, maintain, and care for the Products as outlined in the documentation or manuals provided by the Contractor. City is advised to maintain copies of all maintenance records and receipts for review by the Contractor.

All Warranty/Maintenance services to be performed on Buses shall be performed by qualified original equipment manufacturer (OEM) certified technicians to perform such services. Normal warranty work (other than that work required to be performed by authorized dealers) will be performed by the City’s maintenance department and reimbursed by GILLIG at the documented warranty labor rate of $75. If an authorized dealer is required to complete the warranty work and charges a labor rate higher than $75, GILLIG shall reimburse the labor cost in full during the warranty period. LTS reserves the right to require proof of certification prior to placing an order or performance of services and at any time during the term of the Warranty/Maintenance period, and any subsequent renewal period thereafter.

During the Bus pre-production meeting, the Contractor shall offer City the option to purchase additional warranties, in accordance with all contractual provisions herein, and in accordance with pricing as delineated herein on APPENDIX B: CONFIGURATION

Configuration included in Appendix C: Pricing.

Page 7 of 19

Page 10 of 60 APPENDIX C: PRICING. This can only be purchased at the pre- production meeting.

In those instances where it is necessary for the Contractor to return a Bus for depot maintenance repair and support, the Contractor shall be responsible for towing costs. Only new standard part or parts equal in performance to new parts, and certified as OEM-acceptable replacement parts shall be used in effecting repairs. Parts which have been replaced shall become the property of the Contractor. Replacement parts installed shall become the property of City. If the Equipment is out of service for more than seven consecutive calendar days, Contractor would then assist City by specifically calling the vendors directly to get them better focused on resolving City’s issues to ensure the Bus is repaired and returned in good working order as soon as possible.

Nothing herein shall be construed to waive or limit any rights or remedies otherwise available to City under any other provisions herein, or in Code.

All Warranty/Maintenance services to be performed on Equipment shall be performed by qualified OEM-certified technicians to perform such services. City reserves the right to require proof of certification prior to placing an order or performance of Services and at any time during the term of the Warranty/Maintenance period, and any subsequent renewal period thereafter.

31. CITY RESPONSIBILITIES DURING WARRANTY/MAINTENANCE A. A During any term of Warranty/Maintenance, City’s staff shall not perform maintenance or attempt repairs to Buses except for routine preventative maintenance, and/or as authorized in writing by Contractor. City will refrain from performing any maintenance and/or repairs which could void OEM Warranties. B. LTS shall permit Contractor access to Bus to be maintained, as agreed upon between the Contractor and City, subject to City’s site security policies. C. Upon request by Contractor, City is to provide Contractor with storage space for spare parts and supplies, as needed, including any heat, light, ventilation, electric current and outlets, and telephones (for local calls only) for use by Contractor's maintenance staff. D. LTS shall maintain Buses and Equipment in accordance with all OEM and Contractor-furnished specifications, manuals, and documents, or as otherwise agreed upon in writing between the Contractor and City.

32. ENGINEERING CHANGES Contractor sponsored modifications to Buses and/or engineering changes shall be made with the consent of City at no additional charge for a period of one (1) year from the date of acceptance. City reserves the right at all times to schedule these Contractor sponsored modifications and/or changes to minimize the impact on the daily operations of City.

33. DATA ACCESS RIGHTS City shall own all data produced by the Buses. City is willing to grant the Contractor a license to the data produced by the buses. The Contractor reserves the right to present data to third parties without the prior consent of City; provided, however, that City’s authorization to share such data shall be required if City is identified as the source of such data.

The Contractor shall provide City access to all data generated by the Buses at no additional charge for the duration of City’s ownership of the Buses. Data generated by the Buses includes CANbus, e.g. J1939, battery management system networks, etc., or other communication protocols. City reserves the right to grant access to operational and/or maintenance data stored on the bus, on charging equipment, on City servers, or on Contractor and supplier servers where such data is accessible by City through an on-line portal to third parties for the purposes of analysis and research, the results of which may be publicly presented.

The following data types are requested by City from the Contractor: • Electric bus energy consumption, in total and per major systems (e.g. propulsion, HVAC, electric heating, power steering, air compressor, dc-dc converter, etc.) • Distance traveled between charging sessions, with timestamp and GPS tracking • All charging sessions, with timestamp, initial SoC, final SoC, duration of charge, energy consumed • Odometer distance • Accumulated operating hours • Charging status (charger connected or not, plug-in or pantograph, charge power)

Page 8 of 19

Page 11 of 60 • Vehicle speed • Operation state (Proponent-defined, e.g. running, faulted, charging) • Traction motor speed • Traction motor/inverter power (sign indicates motoring/regeneration) and energy consumption • High voltage battery pack indicated state of charge and actual state of charge, if different • High voltage battery pack voltage • High voltage battery pack current • Battery energy throughput (in units of kWh) • Estimated battery health percentage • Drive/reverse switch position • Parking brake switch position • Day/run switch position • Accelerator pedal position • Brake pedal position or pressure • Heater, defroster, and/or air conditioning status (Proponent-defined • Total energy consumed, regenerated, and net • Motor torque (sign indicates regeneration or motoring) • Air system pressure • HVAC consumption • Interior temperature • Exterior temperature • Inclinometer/accelerometer • GPS position and altitude • Fault codes and troubleshooting/repair information for all sub-systems • Position of rear and front doors”

34. SUPPLIES Authorized charges may not include standard operational vehicle replacement supplies (e.g. tires, filters, belts, bulbs, etc.) unless such supplies are specifically agreed upon by City in advance in any duly executed order. All supplies used by City shall conform to the Contractor's published specifications provided to City upon Bus delivery or acceptance. At all times, City reserves the right to acquire such supplies from any source of its choice, but such supplies are required to conform to all OEM or Contractor provided technical specifications and documentation. The provision of such supplies from alternative sources by City shall under no circumstances void Contractor responsibilities for Warranty/Maintenance, as described herein, or as may otherwise be provided by the Contractor to City under this Contract.

35. CONTRACTOR/SUBCONTRACTOR LICENSE REQUIREMENT By its signature on this Contract, Contractor certifies and warrants that its firm, and any individual employees and/or subcontractor(s) is/are properly certified and/or licensed by the appropriate federal, state, or other regulatory authorities to provide all Products/services specified or fulfill the requirements delineated herein.

36. PRIME CONTRACTOR RESPONSIBILITIES The Contractor shall have prime responsibility for completely and solely supervising and directing all work performed, goods provided and/or services provided under this Contract, and for all subcontractors the Contractor may utilize. Subcontractors that perform work under this Contract shall be responsible to the prime Contractor. Contractor agrees that it shall be fully

Page 9 of 19

Page 12 of 60 and solely responsible for the acts and omissions of its subcontractors and of any persons employed by them as he is for the acts and omissions of his own employees.

37. SUBCONTRACTS No portion of the work shall be subcontracted without prior written consent of City. In the event that the Contractor desires to subcontract some part of the work specified herein, the Contractor shall furnish City the names, qualifications and experience of its proposed subcontractors. The Contractor shall, however; remain fully liable and responsible for the work to be done by its subcontractor(s) and shall assure compliance with all requirements of the Contract.

38. INSURANCE a) G eneral. Contractor shall secure and maintain, throughout the duration of this Contract, Insurance (on an occurrence basis unless otherwise agreed in writing) of such types and in at least such amounts as required herein. Contractor shall provide certificates of insurance and renewals thereof on forms approved by the City. The City shall be notified by receipt of written notice from the insurer at least thirty days prior to cancellation of any policy listed on the certificate.

b) N otice of Claim. Contractor, upon receiving notice of any claim in connection with its performance of services under this Contract, shall promptly notify the City, providing full details thereof, including an estimate of the amount of loss or liability.

c) R eduction of Policy Limits. Contractor shall monitor and promptly notify the City of any reduction in limits of protection afforded under any policy listed in the Certificate (or otherwise required by this Contract) if the Contractor’s limits of protection have been impaired or reduced to such extent that the limits fall below the minimum amounts required hereunder. In that event, Contractor shall promptly reinstate the original limits of liability required hereunder and shall furnish evidence thereof to the City.

d) I nsurance Required. Contractor agrees to secure and maintain the following insurance:

(i) G eneral Liability: The Contractor shall maintain insurance, protecting against any and all claims and demands arising from injury to person or persons, not in the employ of the Contractor, and against any and all claims and demands resulting from damage to any property due to any act or omission of the Contractor, its agents or employees, including contractual liability, in the operation of the work or in the execution of any contract. Such insurance shall remain in effect on portions of the work which have been completed and which may or may not be occupied or utilized by the City prior to the completion and acceptance of all the work included in the contract.

Minimum limits for Commercial General Liability insurance required are as follows:

Commercial General Liability:

(A) Each Occurrence $500,000 (B) General Aggregate Combined single limit $1,000,000 (C) Additionally, the policy must include the following: (1) Broad Form Contractual\Contractually Assumed Liability; (2) Independent Contractors (3) Name the City as an additional insured.

(ii) A utomobile Liability: The Policy shall protect Contractor against claims for bodily injury and\or property damage arising out of the ownership or use of all owned, hired, or non-owned vehicles and must include protection for either (A) any automobile or (B) all owned automobiles, if any, and all hired and non-owned automobiles. (C) The Policy must also name the City of Lawrence, Kansas, as an additional insured.

Limits: Each Accident, Combined Single Limits Page 10 of 19

Page 13 of 60 Bodily Injury and Property Damage: $500,000.00

(iii) Workers’ Compensation (Statutory Limits/Employer's Liability Limits): In accordance with the requirements of Kansas law.

e) I nsurance Ratings. For the purposes of this Custodial Services, Agreement, the City will only accept coverage from an insurance carrier that offers proof:

(i) (A) that it is licensed to do business in the State of Kansas; (B) that it carries a Best’s policyholder rating of A- or better; and (C) that it carries at least a Class VIII financial rating. OR (ii) that it is a company mutually agreed upon by the City and Contractor.

f) C ertificate of Insurance Forms. The parties agree that certification of insurance coverage under this Custodial Services Agreement shall be on forms acceptable to the City.

39. EXCLUSIVITY OF TERMS AND CONDITIONS No employee or agent of City shall be required to sign or execute any additional contract, license or other contractual document containing contractual terms and conditions. Any documents signed by persons other than the City of Lawrence, KS City Manager or his/her authorized designee shall have no validity or effect upon the Contract.

40. LOBBYING AND INTEGRITY Contractors are cautioned that communications with individuals other that the Contract Officer may result in incorrect and/or insufficient information being provided. In addition, the Contractor shall not, in connection with this or any other contract or agreement with City, directly or indirectly (1) offer, confer, or agree to confer any pecuniary benefit on anyone as consideration for any City employee’s decision, opinion, recommendation, vote, other exercise of discretion, or violation of a known legal duty, or (2) offer, give, or agree to give anyone any gratuity for the benefit of or at the direction or request of any City employee.

Upon request of City, Contractor shall provide any type of information City deems relevant to the Contractor's integrity or responsibility to provide the Products and Services described herein.

41. CONTRACTUAL DISPUTES This Contract, the rights and obligations of the parties, and any claim or dispute arising hereunder shall be construed in accordance with the laws of the State of Kansas. The parties agree that the appropriate venues for any legal actions arising out of this Agreement are the District Court of Douglas County, Kansas, or, if federal jurisdiction exists, the United States District Court for the District of Kansas.

42. BREACH A Contractor shall be deemed in breach of this Contract if the Contractor (a) fails to deliver goods or services on time as previously agreed upon between Contractor and City (b) fails to comply with any other term of the order or this Contract and fails to cure such noncompliance within ten (10) days (or such greater period as is acceptable to City following Contractor's receipt of a Show Cause Notice identifying such noncompliance; or (c) fails to provide a written response to City’s Show Cause Notice within ten (10) days after receiving same.

The Contractor shall not be in breach of this Contract if its default was due to causes beyond the reasonable control of, and occurred without any fault or negligence on the part of, both the Contractor and its subcontractors. Such causes may include, but are not restricted to, acts of God, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather.

In the event of breach, in addition to any other remedies provided by law, City may cancel its obligations with respect to any or all unaccepted Products or services. All costs for the return of Products shall be borne by the Contractor. In no event shall any failure by City to exercise any remedy available to it be construed as a waiver of or consent to any breach.

Page 11 of 19

Page 14 of 60 43. LATE DELIVERY PENALTY Delivery of Buses is required no earlier than March 1, 2022 and no later than May 1, 2022. For other Products and Services (i.e. repair parts, kits), delivery is 30 days after receipt of order. It is understood and agreed by the Contractor that time is of the essence in the delivery of Buses. In the event Buses are not delivered by the date specified and no acceptable substitute is provided, then there will be deducted, not as a penalty but as liquidated damages, the sum of $50 per day for each and every business day of delay beyond May 1, 2022; except that if the delivery be delayed by any negligence, or default on the part of City, public enemy, war, embargo, fire, or explosion not caused by the negligence or intentional act of the contractor or his supplier(s), or by riot, sabotage, or labor trouble that results from a cause or causes entirely beyond the control or fault of the contractor or his supplier(s), a reasonable extension of time as the procuring public body deems appropriate may be granted. Upon receipt of a written request and justification for any extension from the Contractor, City may extend the time for performance of the Contract or delivery of buses herein specified, at City’s sole discretion, for good cause shown. ꞏ

44. INDEMNIFICATION Contractor agrees to defend, indemnify, and otherwise hold harmless the City, its commissioners, officers, employees, and agents from claims, actions, damages, costs, liabilities, settlements, judgments, expenses, or lawsuits, including reasonable attorneys’ fees, but only to the extent that such are caused by Contractor’s willful misconduct, negligent or intentional non- performance under this Contract or by Contractor’s negligence in performing any action necessary for the performance under this Contract (For the purposes of this Section, Contractor means Contractor or any person acting in behalf of Contractor or for whom Contractor is responsible). Neither party shall be liable to the other party for incidental, indirect, special, or consequential damages.

45. KANSAS CASH BASIS LAW This Agreement must comply with the applicable provisions of the Kansas Cash-Basis Law of 1933, codified as amended at K.S.A. 10-1101 et seq. City is obligated only to make payments under this Agreement as may be lawfully made from funds budgeted and appropriated for the purposes set forth in this Agreement during the Customer’s current budget year. In the event that the Customer does not so budget and appropriate funds, the parties acknowledge and agree that they shall be relieved of all obligations under this Agreement without penalty. To the extent that the Customer does so budget and appropriate funds for the purposes set forth in this Agreement, the obligations of the parties shall remain ad provided herein.

46. TERMINATION FOR CONVENIENCE The parties may terminate this Contract at any time, for convenience, upon 30 days’ written Notice to the other party. In the event that the City terminates the Agreement, then the City shall pay Contractor for services satisfactorily performed by the Contractor prior to the date of termination. Under no circumstance, in the event of termination of this Contract will the Contractor be entitled to recover anticipated profits or consequential damages. The provisions regarding indemnity and insurance shall survive the termination of this Contract.

47. TERMINATION FOR DEFAULT In case of default by a Contractor for failure to deliver or perform in accordance with the contract specifications or terms and conditions, City may procure the articles or services from other sources and hold the defaulting Contractor responsible for any resulting additional purchase and administrative costs. City will repurchase competitively by re-solicitation. If the repurchase results in increased costs to City, a letter will be sent to the defaulted Contractor requiring payment for additional costs. When repayment is requested, the Contractor will be removed from the mailing list until the repayment has occurred. However, in the case of default, this Contract may be canceled at any time without the Contractor's consent. City also reserves the right to cancel all contracts with any Contractor who fails to perform for any one contract.

48. FINAL INSPECTION At the conclusion of any Services performed, Product delivered, or for any Equipment returned under Warranty/Maintenance from the Contractor, manufacturer or depot service, or repair or replacement, the Contractor shall demonstrate to City that the Services have been fully completed or the Product is fully operational and in compliance with OEM or contract specifications, requirements, and codes. Any deficiencies shall be promptly and permanently corrected by the Contractor at the Contractor's sole expense, prior to final acceptance of Product or of Services provided to City. ꞏ

Page 12 of 19

Page 15 of 60 49. SALES AND SUPPORT SERVICE The Contractor shall have a full time sales representative assigned to City to make regular calls to assist users, address problems, procurement concerns, and other matters. The Contractor shall apprise City of any quality issues including recalls, upgrades, and product warnings that may affect product performance and safety. All service representatives must have on-line access to information to provide immediate response to inquiries concerning the status of orders, delivery information, back-order information, statewide contract pricing, and general product information. Representatives shall be available by phone, fax or email. Such contact information shall be provided to City.

As necessary, Contractor shall improve their world class customer support and account management processes by adding new sales representatives, raising their quality assurance inspections per vehicle and hiring new staff engineers.

50. KITS Each Bus shall be equipped with a First Aid kit (large size) and a Blood borne Pathogen kit.

PERSONS SIGNING THIS CONTRACT ARE AUTHORIZED REPRESENTATIVES OF EACH PARTY TO THIS CONTRACT AND ACKNOWLEDGE THAT EACH PARTY AGREES TO BE BOUND BY THE TERMS AND CONDITIONS OF THE CONTRACT.

GILLIG LLC CITY OF LAWRENCE, KS

BY: BY:

NAME: __ _ NAME:

Printed Printed

TITLE: TITLE:

DATE: _ DATE:

Page 13 of 19

Page 16 of 60

APPENDIX A: LAWRENCE, KS E-BUS LOW-NO BID SPEC & GILLIG EBUS PERFORMANCE SPEC.

Page 14 of 19

Page 17 of 60 APPENDIX B: CONFIGURATION Configuration included in Appendix C: Pricing.

Page 15 of 19

Page 18 of 60 APPENDIX C: PRICING

Appendix C is hereby incorporated into and made an integral part of this contract between the City of Lawrence, KS and Gillig LLC. In the event of any discrepancy between this Appendix C and the Contract, the provisions of the Contract shall control.

Contractor agrees to meet the requirements stated in Grant No. 13050693 for the provision of Buses and all other Products and Services as delineated therein, in accordance with the following, or as otherwise stipulated in any Modification to this Contract.

LOW-NO APPLICATION BUDGET

Description Total Per Bus 40' Gillig Electric Bus $4,072,500 $814,500 Bus Configuration and Extended Warranty $625,000 $125,000 Paint/Wrap $75,000 $15,000 Delivery $50,000 $10,000 Workforce Training $20,000 $4,000

$4,842,500 $968,500

GILLIG PRICING BUDGET

Description Total Per Bus 40' Gillig Electric Bus $4,075,000 $815,000 Bus Configuration and Extended Warranty $571,675* $117,210* Paint/Wrap $38,250 $7,650 Delivery $50,465 $10,093 Workforce Training $20,000 $4,000

$4,769,765 $953,953 *CAD/AVL install was removed from Gillig configuration budget, as DoubleMap must perform the work directly. The total cost for this work is quoted at $43,835, or $8,767 per bus. That additional cost will bring the total project budget to $4,813,600.

GILLIG PRICING

ACTION DESCRIPTION COST BASE LOW FLOOR PLUS STYLING PACKAGE $ 815,000.00 BASE CUMMINS EV TRACTION MOTOR, INVERTERS & POWER MANAGEMENT SYSTEMS INCL BASE CUMMINS ESS WITH 6 BATTERY ENCLOSURES TOTALING 444 kWh CAPACITY INCL BASE (1) DEPOT PLUG-IN CHARGING PORT PER SAE J1772 DC CCS TYPE 1 ( SIDE) INCL BASE (2) DEKA GROUP 31 BATTERIES INCL BASE I/O MFD II ELECTRONIC DASH DISPLAY INCL BASE AXLE SEALS GREASE TO CHICAGO RAWHIDE INCL BASE MERITOR FRONT AND REAR AXLES INCL BASE LIFT-U LU18 WHEELCHAIR RAMP INCL BASE DOUGLAS STEERING COLUMN INCL BASE AIR OPERATED DISC BRAKES INCL BASE STABILITY CONTROL WITH AUTOMATIC TRACTION CONTROL INCL BASE THERMO KING TE14 ALL-ELECTRIC HVAC WITH SCROLL COMPRESSORS & R407C INCL

Page 16 of 19

Page 19 of 60 BASE LEVEL 2 INSULATION PACKAGE (BASE ON E-BUS) INCL BASE ELECTRIC HYDRAULIC PUMP INCL BASE BENDIX AD-IP AIR DRYER FOR E-BUS APPLICATION INCL BASE FRONT AND REAR DOORS AIR OPERATED FULL DRIVER CONTROL INCL BASE REAR DOOR 34" INCL BASE INTERIOR VERTICLE STANCHIONS SSTL INCL BASE PULL CORD ADA CHIME SYSTEM INCL BASE HEADLAMPS HALOGEN LOW BEAM AND HIGH BEAM INCL CHANGE DINEX I/O INTERIOR LED LIGHTS INCL BASE STANDARD REI PUBLIC ANNOUNCEMENT SYSTEM INCL BASE (1) ROOF HATCH (MANUAL) INCL BASE ALTRO FLOORING W/ FULL COMPOSITE SUB-FLOOR INCL BASE 24 UNIT FIRST AID KIT INCL BASE BLOOD BORNE PATHOGENS KIT INCL BASE WARRANTY (BASIC BUS) - 1 YEAR/50,000 MILES (WHICHEVER COMES FIRST) INCL BASE WARRANTY (BODY STRUCTURE) - 3 YEARS/150,000 MILES (WHICHEVER COMES FIRST) INCL BASE WARRANTY (STRUCTURE CORROSION) - 7 YEARS/350,000 MILES (WHICHEVER COMES FIRST) INCL BASE WARRANTY (TRACTION MOTOR) - 3 YEARS/100,000 MILES (WHICHEVER COMES FIRST) INCL BASE WARRANTY (ESS) - 6 YEARS/300,000 MILES (WHICHEVER COMES FIRST) INCL BASE WARRANTY (FRONT AXLE) - 5 YEARS/300,000 MILES (WHICHEVER COMES FIRST) INCL BASE WARRANTY (REAR AXLE) - 5 YEARS/300,000 MILES (WHICHEVER COMES FIRST) INCL BASE WARRANTY (HVAC) - 2 YEARS/UNLIMITED MILES (WHICHEVER COMES FIRST) INCL BASE WARRANTY (DOOR SYSTEMS) - 1 YEARS/UNLIMITED MILES (WHICHEVER COMES FIRST) INCL BASE WARRANTY (COMPOSITE FLOOR) - 12 YEARS/500,000 MILES (WHICHEVER COMES FIRST) INCL ADD 6 YEAR OPTIONAL EXTENDED CUMMINS ESS (BATTERY) WARRANTY $75,000.00 ADD VEEDER ROOT HUBOMETER W/O GUARD $78.00 CHANGE WHEELS FROM (6) ALUMINUM MACHINE FINISHED TO (7) FULL POLISH W/ DURABRIGHT $1,525.00 CHANGE GILLIG SUPPLIED TIRES (6) TO GILLIG SUPPLIED TIRES (7) $750.00 CHANGE DRIVERS HEATER BRUSH MOTORS TO BRUSHLESS MOTORS $407.00 ADD (2) DASH MOUNTED DRIVER'S FANS $194.00 ADD EBUS COLD WEATHER PACKAGE W/ FUEL/ELECTRIC FIRED AUX HEATER $5,125.00 ADD EBUS COLD WEATHER FRONT THRESHOLD HEATER AND REAR CURB SIDE HEATER $1,200.00 ADD INTERIOR SCHEDULE RACKS (OBIC 19/21 4P 1TAB) $375.00 ADD LED LIGHTS IN STREET SIDE ELECTRICAL EQUIPMENT BOX $50.00 CHANGE PASSENGER SEATS FROM GEMINI TO AMSECO INSIGHT W/1/2" PADDING W/STD ADA $7,380.00 ADD USB CHARGING PORTS MOUNTED TO SEATS (18 TOTAL USB CHARGING PORTS) $2,629.00 CHANGE DRIVER SEAT USSC 9100ALX W/ HEADREST W/ 3 PY BELT $244.00 ADD (6) NYLON GRAB STRAPS $126.00 CHANGE PASSENGER WINDOWS FROM FRAMED FULL FIXED TO FRAMED W/ UPPER TRANSOM $1,839.00 ADD (2) 4" RED LED REAR CAP GRILLE LOWER CENTER MOUNTED STOP LAMPS $103.00 ADD (2) 4" AMBER LED REAR CAP GRILLE LOWER CENTER MOUNTED TURN SIGNALS LAMPS $125.00 ADD LED LAMPS ABOVE BOTH DOORS FOR CURB LIGHTING $250.00 ADD LED LIGHTS TO HOUSE BATTERY COMPARTMENT $125.00 CHANGE 2-WAY RADIO POWER W/ ANTENNA PRE-WIRE ONLY $125.00 ADD FAREBOX PRE-WIRE ONLY W/ FAREBOX GUARD $203.00 CHANGE DESTINATION SIGNS FROM TWIN VISION (F,S,) TO LUMINATOR AMBER W/ REAR SIGN $1,380.00 ADD MOBILE VISION VIDEO (7) CAMERA W/ 2TB HDD $9,977.00 ADD 2 POSITION BIKE RACK SPORTWORKS DL 2 $1,378.00 CHANGE HEATED AND REMOTE SAFE FLEET MIRRORS $161.00 ADD AMEREX FIRE SUPPRESSION (W/O ESS BATTERY SUPPRESSION) $3,586.00 CHANGE FROM BASE OF (1) PAINT COLOR TO (4) PAINT COLOR $6,150.00 ADD CUSTOM GRAPHICS (LAWRENCE, KS DESIGN TBD) (BUDGETARY ONLY) $1,500.00 ADD EBUS TRAINING BUDGET (20,000 / 5 BUSES= 4000 EACH) $4,000.00 ADD DELIVERY $10,093.00 ADD (1) DEPOT PLUG-IN CHARGING PORT PER SAE J1772 DC CCS TYPE 1 (STREET SIDE, REAR) $2,875.00

LAWRENCE, KS CHANGES $128,860.00 2020 FTA LONO GRANT 40' LOW FLOOR PLUS BATTERY ELECTRIC BASE BUS $815,000.00 DELIVERY TO LAWRENCE, KS $10,093.00 LAWRENCE, KS 40' LOW FLOOR PLUS BATTERY ELECTRIC CURRENT PRICE (1-13-21) $953,953.00 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.

I. LOGISTICS

A. Buses

All Bus orders shall be delivered F.O.B. Destination. Prices include all standard freight costs.

B. Small Package Maintenance & Repair Parts (as applicable)

All maintenance and repair parts shall be delivered F.O.B. Destination.

Page 20 of 60

Prices shall include all standard freight cost. Additional shipping charges for rush over-size1 special orders or shipments made outside of the City may be the responsibility of the City. Shipping costs that are specified as other than standard shipping when an order is placed shall be quoted to the City prior to shipment.

Contractor must adhere to any and all security requirements at any facilities that are served.

A packing label must be on each box to include at a minimum name, City, address, and purchase order number (as applicable). A packing list must be included with each shipment to include, at a minimum, the line item description, quantity ordered, quantity included, backordered items purchase order number and City contact (as applicable) No minimum order limits apply.

Special order products or products ordered incorrectly by the City may incur a restocking fee if required by the manufacturer. ꞏ

Products judged by the City to be unacceptable may be rejected. All costs associated with rejection are the responsibility of the Contractor. Over-shipments will be accepted at the City's discretion. The Contractor hall be responsible for the disposition of all defective, damaged or rejected over-shipped products. Return authorization shall be provided by the Contractor within 14 calendar days of verbal notification.

IV. IIINVOICING AND PAYMENT

A. I Invoices

As applicable, all invoices shall be rendered promptly to any City after all Products and/or Services covered by the invoice have been provided. The Contractor shall invoice for Buses when they are shipped from the Gillig manufacturing plant; all other Products and Services shall be invoiced monthly in arrears. No invoice may include any cost other than those identified in the Contract or individual order referencing this Contract. Invoices shall provide at a minimum:

1. Name of City (the ordering entity) 2. City point of contact name 3. Description of the Products and/or Services provided 4. Invoice number 5. Invoice date 6. Monthly charges 7.. Contract Number 8. Purchase Order Number

Contractor shall render invoices for any City in accordance with the instructions contained in the order.

B. Methods of Payment i. Payment will be made in thirty (30) days or (45) days (as appropriate) after receipt of Products and/or Services or a valid invoice, whichever is later. Contractor shall submit a valid invoice to the invoice address designated in any order issued by an City in accordance with the invoice mailing instructions therein.

ii. Payment may be made by any other duly authorized official payment method as mutually agreed upon between any City and the Contractor for maintenance repair or services equipment under $5,000.

C. C redit {Equipment) Contractor shall accept and provide full credit for equipment based on the manufacturer's decision regarding such return and credit. Contractor shall act as an advocate in all instances.

V. C ITY POINTS OF CONTACT

Lawrence Transit

Adam Weigel1 Transit & Parking Manager 933 New Hampshire St. Lawrence, KS 66044

Page 21 of 60 Tel.: 785-764-4200 Email: [email protected]

VI. C ONTRACTOR POINTS OF CONTACT

Primary Contact/ invoice Questions

Joe Saldana1 Sales Gillig, LLC 451 Discovery Drive Livermore, CA 94551 Tel.: 510-303-0202 Email: [email protected]

VII. II. FTA / APTA REQUIREMENTS For Buses delivered to City under this Contract Contractor shall be in compliance with the following, or any then- current, requirements established by the Federal Transit Administration (FTA) and the American Public Transportation Association (APTA), and as published on the FTA's and APTA's current website, or any-then current website existing during the term of this Contract. Examples of current requirements* are noted below. (*Source: APTA Standard Bus Procurement Guidelines RFP1 Section 5: Federal Requirements, Published May 2013. Website: http://www.apta.com/resources/reportsandpublications/Pages/BusParatransit.aspx)

R 1. Access to Records FR1.1 Local Governments FR1.2 State Governments FR 2 Federal Funding, Incorporation of FTA Terms and Federal Changes FR 3 Federal Energy Conservation Requirements FR 4 Civil Rights Requirements FR 5 No Government Obligation to Third Parties FR 6 Program Fraud and False or Fraudulent Statements or Related Acts FR 7 Suspensions and Debarment . FR 8 Disadvantaged Business Enterprise (DBE) FR 9 Clean Water Requirements FR 10 Clean Air Requirements FR 11 Compliance with Federal Lobbying Policy FR 12 Buy America (FTA issued On September 1, 2016, policy guidance on phased increase in domestic content for manufacturers) FR 13 Testing of New Bus Models FR 14 Pre-Award and Post Delivery Audits FR 15 Cargo Preference FR 16 Fly America FR 17 Contract Work Hours and Safety Standards Act

Page 22 of 60 E-Bus Meeting Notes Revision Date: 3/10/21 1:20 pm

0. COVERSHEET ESTIMATE NUMBER & LINE 196515_1 CUSTOMER Lawrence STATE OF REGISTRATION KS ORDER QUANTITY 5 ORDER BID MODE No PCO MODE Yes BOM GROUP MATERIAL OUTPUT No ACTIVATION SERIAL NUMBER START 196515 SERIAL NUMBER RANGE 196515-196519 PROJECTED PRODUCTION SCHEDULE 3/28/2022 DATE PUBLIC TRANSPORTATION PROVIDED Yes BY, or ON BEHALF OF A STATE or LOCAL GOVERNMENT ? ADA COMPLIANCE Required - DEFAULTED ADA SERVICE TYPE Multi-Stop Or Fixed Route Service - DEFAULTED PASSENGER STOP REQUEST Required - DEFAULTED AUDIO/VISUAL INDICATOR SYSTEM PROJECT SALES MANAGER Tim McCunney ORDER TYPE New Order REFERENCE CONTRACT & DATE City of Lawrence, KS Lo-No contract ALL ELECTRIC BUS Yes ENERGY STORAGE SYSTEM 6 Battery Packs (74 kwh Ea.) - DEFAULTED LENGTH 40' TRACTION MOTOR Cummins TM4 BODY STYLE Low Floor Plus LOW FLOOR PLUS FAIRING Full Length Fairing - DEFAULTED ELECTRIC BUS ROOF CLOSEOUT Side Fairings Only - DEFAULTED FRONT DOOR 40" Slide-Glide - DEFAULTED REAR DOOR 34" Swing-Out WHEELCHAIR RAMP Lift-U® "Dual-Mode" LU18, Front Door Ramp MANUFACTURER / MODEL / LOCATION ITS NOT Required MULTIFUNCTION DISPLAY (MFD) I/O Controls MFD 2 Display @ Dash Panel 2 - DEFAULTED MFD CONFIGURATION Per MFD-74015-028 Configuration Detail MULTIPLEXING CONTROL SYSTEM I/O Controls G5 System - DEFAULTED INTERIOR PASSENGER LANGUAGE English & Spanish DECALS

Date 03/10/2021 1:20:17PM Lawrence KS 196515 Page 1 of 35 Page 23 of 60 E-Bus Meeting Notes Revision Date: 3/10/21 1:20 pm

1. MOTOR (Redisplay - From Cove Page) TRACTION MOTOR Cummins TM4 MOTOR SHUTDOWN OVERRIDE Toggle Switch With Guard @ Side Panel 5 - DEFAULTED SWITCH ROAD GOVERNED SPEED 65MPH Governor - DEFAULTED COOLANT HOSE CLAMPS Oetiker - DEFAULTED COOLANT TYPE Fleet Charge® (Ethylene Glycol) 50/50 - DEFAULTED ELECTRONIC COOLING PACKAGE Modine System - DEFAULTED 2. TRANSMISSION SHIFT SELECTOR & TRANSMISSION SETTINGS TRANSMISSION SHIFT SELECTOR Arens 3 Button (Top R-N-D Bottom) @ Side Panel 4 - DEFAULTED TRANSMISSION SHIFT SCHEDULE Continuously Variable - DEFAULTED REGEN DISABLE CONTROL SWITCH Momentary Toggle Switch With Guard @ Side Panel 6 - Default REGEN DISABLE MOMENTARY With Ignition Switch In Off Position - Preferred Option CONTROL RESET FUNCTION EXTERIOR BACK-UP ALARM AUDIO Floyd Bell Mounted On Rear Corner Panel - DEFAULTED INDICATOR

3. DRIVELINE DRIVELINE Spicer® 1710 With Half Round Yokes @ Transmission & Axle - DEFAULTED DRIVELINE GUARD Required - DEFAULTED 4. FRONT AXLE FRONT AXLE MANUFACTURER & Meritor® FH-946™ - DEFAULTED MODEL FRONT BRAKES EX225H3 Disc - DEFAULTED FRONT BRAKE CHAMBERS MGM Type 24 - DEFAULTED WHEEL MOUNTING TYPE FOR FRONT Hub Piloted Wheel Mounting, 10 Hole, 335mm Bolt Center - DEFAULTED & REAR AXLES FRONT AXLE SEALS Grease Seals FRONT SUSPENSION GILLIG - DEFAULTED FRONT SHOCK ABSORBERS Koni EVO Series - DEFAULTED FRONT MUD FLAPS Behind Each Wheel, Masticated Rubber - DEFAULTED 5. REAR AXLE REAR AXLE MANUFACTURER & Meritor® 79163™ - DEFAULTED MODEL REAR BRAKES EX225H3 Disc - DEFAULTED REAR BRAKE CHAMBERS MGM MJB 2430ET - DEFAULTED (Redisplay - From Section 4) WHEEL MOUNTING TYPE FOR FRONT Hub Piloted Wheel Mounting, 10 Hole, 335mm Bolt Center - DEFAULTED & REAR AXLES REAR AXLE SEALS Chicago Rawhide Oil Seals (Scott-Seal) - Default MAXIMUM SERVICE GRADE Max 8% Grade - DEFAULTED REAR AXLE GEAR RATIO 5.63

Date 03/10/2021 1:20:17PM Lawrence KS 196515 Page 2 of 35 Page 24 of 60 E-Bus Meeting Notes Revision Date: 3/10/21 1:20 pm

REAR AXLE GEAR OIL and SAE 80W-90 Chevron® Multigear™ EP-5 - DEFAULTED FRONT/REAR AXLE SEAL OIL (If Applicable) REAR AXLE OIL DRAIN PLUG Magnetic Internal Hex Head Plug - DEFAULTED REAR AXLE OIL FILL PLUG Magnetic Internal Hex Head Plug - DEFAULTED REAR SUSPENSION Hendrickson LUXAIR® - DEFAULTED REAR SHOCK ABSORBERS Koni EVO Series - DEFAULTED REAR CENTER MUD FLAP Full Width, Masticated Rubber - DEFAULTED HUBODOMETER MANUFACTURER Veeder-Root®, 777 Series (Mechanical Version) HUBODOMETER GUARD NOT Required HUBODOMETER MOUNTING Curb Side Mounting - DEFAULTED LOCATION HUBODOMETER MILEAGE READING WithOUT Tenths ESC (ELECTRONIC STABILITY Required CONTROL) WABCO ABS Brake System - DEFAULTED AUTOMATIC TRACTION CONTROL Required (ATC)

6. WHEELS & TIRES WHEELS WHEEL SIZE 22.5" x 8.25" - DEFAULTED (Redisplay - From Section 4) WHEEL MOUNTING TYPE FOR FRONT Hub Piloted Wheel Mounting, 10 Hole, 335mm Bolt Center - DEFAULTED & REAR AXLES WHEEL MATERIAL Aluminum Wheels ALUMINUM WHEEL TREATMENT Alcoa® Dura-Bright® EVO WHEEL MANUFACTURER & FINISH Alcoa®, (6) Full Polished SPARE WHEEL One (Match Aluminum Wheels Specified On Bus) INNER DUAL WHEEL VALVE STEM 5.12" Extension - DEFAULTED EXTENSIONS TIRES TIRE PROCUREMENT GILLIG Provided - DEFAULTED TIRE BRANDING NOT Required - Default FRONT & REAR (SPARE ONLY WHEN Required - DEFAULTED SPECIFIED) TIRE SPECIFICATIONS TO BE THE SAME TIRE MANUFACTURER Firestone FRONT TIRE SIZE/TREAD/PLY 305/70R22.5, City Transport Radial (CTR) (L) REAR TIRE SIZE/TREAD/PLY 305/70R22.5, City Transport Radial (CTR) (L) TIRE & WHEEL BALANCING Front Wheels Only - Default SPARE TIRE One SPARE TIRE(S) SIZE/TREAD/PLY 305/70R22.5, City Transport Radial (CTR) (L) SPARE TIRE & WHEEL BALANCING NOT Required - Default SHIP SPARE TIRE(S) AND/OR Shipped Loose Inside Bus - Default WHEEL(S)

Date 03/10/2021 1:20:17PM Lawrence KS 196515 Page 3 of 35 Page 25 of 60 E-Bus Meeting Notes Revision Date: 3/10/21 1:20 pm

7. STEERING STEERING COLUMN Douglas Autotech, Single Tilt - DEFAULTED STEERING WHEEL 20" Non-Padded 3 Spoke Wheel With GILLIG Logo Horn Button - DEFAULTED STEERING BOX TRW TAS85 - DEFAULTED 8. HYDRAULICS Hydraulic System Includes Low Fluid Level Sensor & Indicator Lamp On Dash HYDRAULIC PUMP TYPE Concentric, Electric Driven 24v - DEFAULTED HYDRAULIC OIL Castrol® TranSynd® Synthetic - DEFAULTED HYDRAULIC RESERVOIR 5.1qt With Sight Tube - DEFAULTED HYDRAULIC RESERVOIR DRAIN PLUG Magnetic Internal Hex Head - DEFAULTED FRONT CHASSIS SECTION POWER Parker 540N-8-SL Pressure And Parker 53DM-10 Return Hose - STEERING PIPING DEFAULTED

9. FUEL SYSTEM FUEL TANK SIZE Net Usable, SSTL 14.8 Gallons 3CR12, SSTL Straps FUEL FILL LOCATION Curb Side - DEFAULTED CURB SIDE FUEL FILL DOOR Black Southco® Thumb Trigger Latch - DEFAULTED DIESEL FILL NECK STYLE & Gravity Fill - Flip Cap - Default CONTROLS DIESEL FUEL PIPING JUMPER HOSES FC350 Hose - Default DIESEL FUEL GAUGE NOT Required LOW DIESEL FUEL VISUAL Displayed On MFD Primary Screen - DEFAULTED INDICATOR LOW DIESEL FUEL LEVEL INDICATOR 3 Gallon Low Level Activation - DEFAULTED ACTIVATION SETTING

10.REAR RUN BOX & CONTROLS REAR RUN BOX BASIC CONTROLS Ignition Run Position Select Toggle Switch, EV System Start Button Switch, Diagnostic Connector - DEFAULTED ELECTRONIC COOLING PACKAGE FAN Fan Reverse Flow Momentary Toggle Switch & Amber LED Lamp - CONTROL(S) DEFAULTED REAR RUN BOX CONTROLS For Green LED Lamp (EV System Energized) & Red LED Lamp (EV POWER TRAIN Maintenance) - DEFAULTED REAR RUN BOX GAUGE(S) REAR RUN BOX AND/OR MOTOR Electrical Gauge(s) Only COMPARTMENT GAUGES REAR RUN BOX PROGRAMMABLE Ametek® C-Com 2G ELECTRICAL GAUGE REAR RUN BOX PROGRAMMABLE State Of Charge, Odometer, HVAC Hourmeter, 12v & 24v Equalizer, High ELECTRICAL GAUGE SETTINGS Voltage Battery Coolant Temperature, Heater Circuit Coolant Level (Passenger Heater Loop), ECP Coolant Level, And BTMS Coolant Level - DEFAULTED REAR RUN BOX CONTROLS REAR RUN BOX SIZE 8"W Box - DEFAULTED

11.AIR SYSTEM

Date 03/10/2021 1:20:17PM Lawrence KS 196515 Page 4 of 35 Page 26 of 60 E-Bus Meeting Notes Revision Date: 3/10/21 1:20 pm

AIR COMPRESSOR & DISCHARGE Powerex®, Electric Driven, 16.1 CFM, With #12 Hose - DEFAULTED HOSE AIR DRYER Bendix® AD-IP® - DEFAULTED SUSPENSION KNEEL & RAISE KNEEL & RAISE LOCATION Front Only - DEFAULTED KNEEL & RAISE CONTROL (1) Toggle Switch With Guard @ Dash Panel 1 - DEFAULTED EXTERIOR KNEELING/WHEELCHAIR Floyd Bell Mounted Curb Side Skirt Panel Aft Of Front Wheel - RAMP AUDIO INDICATOR DEFAULTED KNEELING EXTERIOR DECAL "KNEELING", Orange Letters On Black Background, Installed - INSTALLATION DEFAULTED SHOP AIR & TOWING CONNECTIONS SHOP AIR CONNECTION ARO® 23903-210 - DEFAULTED SHOP AIR CONNECTION LOCATION(S) Front Connection At Bumper Channel & Rear Connection At Curb Side Rear Outrigger - DEFAULTED FRONT AIR TOWING CONNECTION Amflo® CP1 - DEFAULTED AIR TANK DRAIN AIR TANK DRAIN VALVES Air Tank Drain Extension With 4 Manual Valves - DEFAULTED AIR TANK DRAIN VALVE DECAL "DRAIN AIR TANKS DAILY", Black Letters On White Background, English - DEFAULTED BRAKING SYSTEM BRAKE VALVE Bendix® E-8P - DEFAULTED PARKING BRAKE VALVE PP-1® Valve With Yellow Bendix® 1.75"W Handle @ Top Surface Of Side Console Aft Of Door Control - Default BRAKE INTERLOCK OVERRIDE Toggle Switch With Guard & Decal @ Front Electrical Panel - DEFAULTED CONTROL LOW AIR PRESSURE AUDIO WARNING With EV Ready - DEFAULTED ACTIVATION

12. FRAME FRAME MATERIAL 3CR12 Stainless Steel - DEFAULTED ELEVATED FRONT TOWING Required - DEFAULTED REAR SKID PLATE NOT Required - DEFAULTED INSULATION Level 2 - DEFAULTED BLUE BOARD BODY INSULATION FOAM 13. ENERGY STORAGE/BATTERIES/SHORE POWER/VEHICLE VOLTAGE INVERTER (Redisplay - From Cover Page) ENERGY STORAGE SYSTEM 6 Battery Packs (74 kwh Ea.) - DEFAULTED ENERGY STORAGE SYSTEM NET 80% - DEFAULTED USABLE ENERGY PERCENTAGE JUNCTION BOX Cummins High Voltage DC - DEFAULTED VOLTAGE CONVERTER Cummins DC/DC (12 & 24 Volt) - DEFAULTED BUS CHARGING (1) CCS Type1 Connector Located At Rear Curb Side - DEFAULTED BATTERIES BATTERY TYPE Group 31 - DEFAULTED BATTERY CONNECTIONS 3/8" Stainless Steel Top Stud BATTERY MANUFACTURER & MODEL (2) Deka® 700 CCA (DP31CS), Maintenance Free - Preferred Option BATTERY HOLD DOWN Stainless Steel Black Powder Coated - Default

Date 03/10/2021 1:20:17PM Lawrence KS 196515 Page 5 of 35 Page 27 of 60 E-Bus Meeting Notes Revision Date: 3/10/21 1:20 pm

BATTERY BOX - POWDER COATED Slide Out Tray, Steel Slides - DEFAULTED BATTERY CABLES 4/0 Cables Crimped Ends - DEFAULTED BATTERY CUTOFF SWITCH LOCK For Pad Lock WithOUT Independent Keying - DEFAULTED KNIFE SWITCH BATTERY VOLTAGE EQUALIZER Vanner® 60 Amp - Default BATTERY VOLTAGE EQUALIZER Crimped Ends - Default CABLE BATTERY JUMP CHARGE NOT Required - DEFAULTED

14.LOCKS & LATCHES EXTERIOR SKIRT PANEL LOCKS 5/16" Female Square Key Lock - DEFAULTED INTERIOR DESTINATION SIGN DOOR LOCKS (3) 5/16" Female Square Key Latches - DEFAULTED OVERHEAD SAWTOOTH (2) 5/16" Female Square Key Latches - DEFAULTED COMPARTMENT DOOR LOCKS FRONT DOOR OVERHEAD (2) 5/16" Female Square Key Latches - DEFAULTED COMPARTMENT LOCKS HVAC AIR INTAKE RETURN GRILLE (2) Southco® Compression Latches, With E3-26-829-15 (Barrel) Key - LOCKS DEFAULTED BULKHEAD ELECTRICAL (3) Southco® Compression Latches, With E3-26-829-15 (Barrel) Key - COMPARTMENT LOCKS DEFAULTED FORWARD AIR TANK COMPARTMENT (3) 5/16" Female Square Key Latches - DEFAULTED LOCKS AFT AIR TANK COMPARTMENT (3) Southco® Compression Latches, With E3-26-829-15 (Barrel) Key - LOCKS DEFAULTED DRIVERS BARRIER STORAGE BOX DRIVERS BARRIER STORAGE BOX 14.5"H x 21"W x 8"D, With Tapered Bottom - DEFAULTED DRIVERS BARRIER STORAGE BOX (1) Chrome Eberhard Thumb Trigger Latch - DEFAULTED LOCK

15. BODY SECTION SKIRT PANEL SUPPORT And ACCESS DOOR LOCKS & LATCHES BATTERY COMPARTMENT ACCESS Gas Spring - DEFAULTED DOOR SUPPORT BATTERY CUTOFF SWITCH ACCESS Required, With Black Southco® Thumb Trigger Latch - DEFAULTED DOOR AIR TANK DRAIN VALVE ACCESS Required, With Black Southco® Thumb Trigger Latch - DEFAULTED DOOR STREET SIDE RADIATOR ACCESS Gas Spring - DEFAULTED DOOR SUPPORT CURB SIDE ENGINE ACCESS DOOR Gas Spring - DEFAULTED SUPPORT CURB SIDE REAR CHARGE PORT Black Southco® Thumb Trigger Latch - DEFAULTED ACCESS DOOR REAR WHEELWELL SKIRT PANEL Mechanical Slide - DEFAULTED SUPPORT BUMPERS

Date 03/10/2021 1:20:17PM Lawrence KS 196515 Page 6 of 35 Page 28 of 60 E-Bus Meeting Notes Revision Date: 3/10/21 1:20 pm

FRONT BUMPER Black Energy Absorbing Unpainted - DEFAULTED REAR BUMPER Black Energy Absorbing Unpainted - DEFAULTED 16. WHEELCHAIR RAMP (Redisplay - From Cover Page) WHEELCHAIR RAMP Lift-U® "Dual-Mode" LU18, Front Door Ramp MANUFACTURER / MODEL / LOCATION The Lift-U® "Dual-Mode" LU18 Wheelchair Ramp Comes Standard With An Internal Ramp Cycle Counter WHEELCHAIR RAMP TRIM With 4" Yellow Stripe Down Centerline & With Yellow Powder Coated Ramp Plate Side Rails - DEFAULTED WHEELCHAIR RAMP PROGRAMMING Ramp Activates Only After Bus Is Kneeled - Preferred Option FRONT WHEELCHAIR RAMP Power & Operate Toggle Switches And Indicator Lamps @ Dash Panel 7 - CONTROLS DEFAULTED EXTERIOR KNEELING/WHEELCHAIR Floyd Bell Mounted Curb Side Skirt Panel Aft Of Front Wheel - RAMP AUDIO INDICATOR DEFAULTED WHEELCHAIR RAMP EXTERIOR "RAMP", Orange Letters On Black Background, Installed - DEFAULTED DECAL MOUNTING FRONT THRESHOLD AISLE BUMPER Black - DEFAULTED WHEELCHAIR RAMP MANUAL (1) J-Hook Tool Shipped Loose Inside The Drivers Barrier Storage Box - RELEASE TOOL DEFAULTED Wheelchair Ramp Manual Deploy Brake Interlock - DEFAULTED Stainless Steel Wheelchair Ramp Closeout - DEFAULTED

17. HVAC MAIN UNIT HEATER ONLY / HVAC UNIT Thermo-King MANUFACTURER HEATER ONLY / HVAC UNIT MODEL TE18 All Electric Unit HEATER ONLY / HVAC UNIT IntelligAIRE™ Display Module @ Overhead Panel 12 CONTROL(S) & LOCATION HEATER ONLY / HVAC EBM Brushless EVAPORATOR/CONDENSER MOTOR MANUFACTURER & TYPE HVAC A/C (AIR CONDITIONER) DETAILS HVAC A/C REFRIGERANT TYPE R407C HVAC REFRIGERANT PRESSURE NOT Required - DEFAULTED DISPLAY 2 Refrigerant Sight Glasses - DEFAULTED HVAC AIR INTAKE RETURN GRILLE Removable - DEFAULTED HVAC AIR RETURN FILTER Reusable Polypropylene At Return Air Grille - DEFAULTED HVAC AIR INTAKE Recycled Interior Air - DEFAULTED DRIVERS VENTILATION DRIVERS BOOSTER FAN DIFFUSER Mounted @ Overhead Panel 9 - DEFAULTED DRIVERS BOOSTER FAN CONTROL High/Off/Low Toggle Switch @ Dash Panel 3 - DEFAULTED

18. DRIVERS HEATER DRIVERS HEATER MANUFACTURER & MCC® Brushless Motors, Removable Filter, 62,000 BTU STYLE DRIVERS HEATER CONTROLS Electronic Controls (TEMP. SELECT, FLOW SELECT, HEATER/DEFROST FAN) @ Dash Panel 3 - DEFAULTED

Date 03/10/2021 1:20:17PM Lawrence KS 196515 Page 7 of 35 Page 29 of 60 E-Bus Meeting Notes Revision Date: 3/10/21 1:20 pm

DRIVERS HEATER LEFT FOOT Required - DEFAULTED VENTILATION 19. COOLANT HEATER COOLANT HEATER MODEL Valeo, Dual Mode, Electric & Fuel-Fired, Thermo H (68,000 BTU Electric/104,000 BTU Diesel), 0-5,000 ft Altitude 20. DOOR THRESHOLD/UNDERSEAT HEATERS FRONT DOOR HEATER VENT Required - DEFAULTED DIFFUSER FRONT DOOR THRESHOLD HEATER Required FRONT DOOR THRESHOLD HEATER MCC® Single Speed Brushless Motors, 24v, 12,000 BTU - DEFAULTED TYPE REAR CURB SIDE FLOOR HEATER MCC® Single Speed Brushless Motor, 34,000 BTU, Transverse Mounted Forward Of Rear Door, With Rear Facing Louvers - Preferred Option REAR STREET SIDE FLOOR HEATER NOT Required - DEFAULTED REAR DOOR THRESHOLD WARM NOT Required - DEFAULTED WELCOME MAT HEATER CONTROLS HEATERS CONTROLLED BY A SHARED Required SWITCH OR HVAC SHARED HEATER CONTROL SELECTION HEATER CONTROLS THAT ARE Rear Curb Side Floor Heater Controlled By Drivers Heater SHARED VIA ONE CONTROL NON SHARED HEATER CONTROL SELECTION FRONT DOOR THRESHOLD HEATER Controlled By Independent ON/OFF Toggle Switch CONTROL FRONT DOOR THRESHOLD HEATER Dash Panel 1 - DEFAULTED SWITCH LOCATION 21. DASH FANS DASH FAN(S) Two MCC® 24v Fans With Dash Mounted Switch DASH FAN MOUNTING Left-Hand & Right-Hand Center Of Dash DASH FAN CONTROL (2) Toggle Switches HI/OFF/LOW Fan Control @ Dash Panel 1 - Default

22. FRONT DOOR (Redisplay - From Cover Page) FRONT DOOR 40" Slide-Glide - DEFAULTED FRONT DOOR DETAILS Vapor Air Open - Air Closed, Upper & Lower Glazing - DEFAULTED FRONT DOOR POSITION SWITCHES Proximity - DEFAULTED FRONT DOOR MOTOR Breakout Glass - DEFAULTED COMPARTMENT DUMP VALVE ACCESS FRONT DOOR HANDLES Stainless Steel - Default FRONT DOOR AIR RELEASE VALVE Lever Air Dump Valve @ Side Panel 6 - DEFAULTED FRONT DOOR INTERLOCK & Required (Door Opens Only @ Stop or Below 3 MPH) - Default OPERATION 23. REAR DOOR (Redisplay - From Cover Page) REAR DOOR 34" Swing-Out REAR DOOR DETAILS Vapor Air Open - Spring Close - DEFAULTED

Date 03/10/2021 1:20:17PM Lawrence KS 196515 Page 8 of 35 Page 30 of 60 E-Bus Meeting Notes Revision Date: 3/10/21 1:20 pm

REAR DOOR GLAZING Upper & Lower Glazing - DEFAULTED REAR DOOR SENSITIVE EDGE With Pneumatic Sensitive Edge And Mechanical Pressure Switch - DEFAULTED REAR DOOR SENSITIVE EDGE ALARM Alarm Activation In Closed Door Position Only - DEFAULTED PROGRAMMING REAR DOOR RESILIENT LOCK NOT Required REAR DOOR POSITION SWITCHES Proximity - Default REAR DOOR ACTIVATION Full Drivers Control - Default REAR DOOR HANDLES 14" Straight, Stainless Steel, Diagonal Mounted - Default REAR DOOR PASSENGER OPERATION NOT Required INDICATOR LAMP REAR DOOR CLOSING DELAY TIME Delay set to "2" Seconds - DEFAULTED (Via Sensitive Edge Door Activation &/Or Passenger Activated Door Control Activation) REAR DOOR EMERGENCY RELEASE Breakout Glass - DEFAULTED CABLE ACCESS REAR EXIT DOOR DECAL "EXIT DOOR", White Letters On Red Background, Mounted Above Rear Door - Default REAR DOOR WARNING DECAL "CAUTION - STAND BACK FROM DOOR", Black Letters On Yellow Background - DEFAULTED REAR DOOR PASSENGER SAFETY "CAUTION: DO NOT STAND IN DESIGNATED AREA - DO NOT LEAN DECALS AGAINST DOOR", Red Letters On White Background - DEFAULTED DRIVERS DOOR CONTROL(S) DOOR CONTROL 5 Position Vapor Analog Controller @ Side Panel 28 - DEFAULTED DOOR CONTROL HANDLE FINISH Nickel Plated - Default DOOR CONTROL HANDLE NOT Required - Default REMOVABLE POSITION DOOR CONTROL HANDLE LENGTH 2.25" - Default DOOR CONTROL HANDLE SHANK 2.78" - Default HEIGHT

24. WHEELWELL MOUNTED STORAGE BOX(ES) STREET SIDE FRONT WHEELWELL Yes STORAGE BOX STREET SIDE FRONT WHEELWELL STORAGE BOX DETAILS STREET SIDE FRONT WHEELWELL 44"H x 22.5"W x 20"D Box, With Upper Stove Pipe And Ventilation Screen - STORAGE BOX SIZE Default STREET SIDE FRONT WHEELWELL (1) Full Height - Default STORAGE BOX DOOR STREET SIDE FRONT WHEELWELL Forward Edge - Default STORAGE BOX DOOR HINGE LOCATION STREET SIDE FRONT WHEELWELL (1) Hudson Lock, With BH010 Key And (2) 5/16" Female Square Keys - STORAGE BOX LOCK/LATCH DEFAULTED STREET SIDE FRONT WHEELWELL Gray Exterior, White Interior - DEFAULTED STORAGE BOX COLOR

Date 03/10/2021 1:20:17PM Lawrence KS 196515 Page 9 of 35 Page 31 of 60 E-Bus Meeting Notes Revision Date: 3/10/21 1:20 pm

STREET SIDE FRONT WHEELWELL (4) Sliding Plywood Shelves - Default STORAGE BOX SHELVES STREET SIDE FRONT WHEELWELL NOT Required STORAGE BOX COOLING FANS STREET SIDE FRONT WHEELWELL (2) Grote® LED Strip Lamps, With Door Plunger Switch STORAGE BOX LIGHTING 25. POWER TRAIN COMPARTMENT DOOR REAR POWER TRAIN COMPARTMENT Curb Side Lower Mounted, With GILLIG Logo - DEFAULTED DOOR LICENSE PLATE FRAME & MOUNTING REAR POWER TRAIN COMPARMENT (2) 5/16" Female Square Key Locks - DEFAULTED DOOR LOCKS REAR POWER TRAIN COMPARTMENT Handle Required - DEFAULTED DOOR GRAB HANDLE/HAND HOLD REAR POWER TRAIN COMPARTMENT NOT Required - DEFAULTED DOOR GAS SPRING LOCK 26. AD FRAMES INTERIOR AD FRAME NOT Required - DEFAULTED EXTERIOR AD FRAME NOT Required - DEFAULTED

28. PASSENGER SEATS PASSENGER SEAT DETAILS PASSENGER SEAT MANUFACTURER American Seating PASSENGER SEAT MODEL (Passenger InSight® & Settee Seats) WHEELCHAIR RESTRAINT POSITIONS 2 Positions (1 Street Side & 1 Curb Side) - DEFAULTED QUANTITY & LOCATION FLOOR PLAN DETAILS 1st STEP & 2nd STEP (If Required) Perimeter (Longitudinal) & Forward Facing Seating - Default PASSENGER SEAT ORIENTATION CONFIGURATION 3rd STEP PASSENGER SEAT Perimeter (Longitudinal) & Forward Facing Seating - Default ORIENTATION CONFIGURATION 3rd STEP CURB SIDE LONGITUDINAL 3 SEAT QUANTY MOUNTED ON WHEELWELL 3rd STEP STREET SIDE LONGITUDINAL 3 SEAT QUANTY MOUNTED ON WHEELWELL 2ND STEP RAISED PLATFORM Street Side - Default 3RD STEP RAISED PLATFORM NOT Required PASSENGER SEAT MOUNTING PASSENGER SEAT MOUNTING STYLE Cantilevered - Default @ 1st STEP (Forward Facing Seats) PASSENGER SEAT MOUNTING STYLE T-Pedestal - DEFAULTED @ 2nd STEP PASSENGER SEAT MOUNTING STYLE T-Pedestal - DEFAULTED @ 3rd STEP PASSENGER SEAT SHELL COLOR 980 Gray

Date 03/10/2021 1:20:17PM Lawrence KS 196515 Page 10 of 35 Page 32 of 60 E-Bus Meeting Notes Revision Date: 3/10/21 1:20 pm

Passenger Seat Onsert Hardware Have Quick Release Spring Clips At All Seat Locations Except For Longitudinal Seat Backs. Longitudinal Seat Backs Have Onserts With A Screw Retainer. PASSENGER SEAT BOTTOM DETAILS PASSENGER SEAT BOTTOM 1/2" Polyurethane Padding CUSHION/INSERT MATERIAL PASSENGER SEAT BOTTOM Camira INSERT/COVER MATERIAL MANUFACTURER PASSENGER SEAT BOTTOM BAE309 INSERT/COVER COLOR PASSENGER SEAT BOTTOM DRAIN No HOLES PASSENGER SEAT BACK DETAILS PASSENGER SEAT BACK 1/2" Polyurethane Padding CUSHION/INSERT MATERIAL PASSENGER SEAT BACK Camira INSERT/COVER MATERIAL MANUFACTURER PASSENGER SEAT BACK BAE309 INSERT/COVER COLOR PASSENGER SEAT BACK SHROUD Thermoformed Plastic PASSENGER SEAT BACK PANEL 980C Gray COLOR PASSENGER SEAT ANTIMICROBIAL ClearRide - Default TREATMENT WHEELCHAIR RESTRAINT(S) WHEELCHAIR RESTRAINT #1 H - Sliding A.R.M.®, Curb Side WHEELCHAIR RESTRAINT #1 Q'Straint® MANUFACTURER WHEELCHAIR RESTRAINT #1 NOT Required - DEFAULTED WEBBING LOOPS WHEELCHAIR RESTRAINT #2 H3 - Sliding A.R.M.®, Street Side WHEELCHAIR RESTRAINT #2 Q'Straint® MANUFACTURER WHEELCHAIR RESTRAINT #2 NOT Required - DEFAULTED WEBBING LOOPS WHEELCHAIR RESTRAINT BELT Required REMOTE RELEASE For OTHER THAN Q'POD® WHEELCHAIR RESTRAINT BELT Q'Straint® Pull Handle Lever REMOTE RELEASE TYPE ADA PASSENGER SEAT DETAILS ADA PASSENGER SEAT MODEL InSight® Narrow ADA PASSENGER SEAT SHELL COLOR 980 Gray ADA PASSENGER SEATS BOTTOM DETAILS ADA PASSENGER SEAT BOTTOM 1/2" Polyurethane Padding CUSHION/INSERT MATERIAL ADA PASSENGER SEAT BOTTOM Camira INSERT/COVER MATERIAL MANUFACTURER

Date 03/10/2021 1:20:17PM Lawrence KS 196515 Page 11 of 35 Page 33 of 60 E-Bus Meeting Notes Revision Date: 3/10/21 1:20 pm

ADA PASSENGER SEAT BOTTOM BAE309 INSERT/COVER COLOR ADA PASSENGER SEAT BOTTOM No DRAIN HOLES ADA PASSENGER SEATS BACK DETAILS ADA PASSENGER SEAT BACK VR-50® CUSHION/INSERT MATERIAL ADA PASSENGER SEAT BACK Camira INSERT/COVER MATERIAL MANUFACTURER ADA PASSENGER SEAT BACK BAE309 INSERT/COVER COLOR ADA PASSENGER SEAT BACK Thermoformed Plastic SHROUD ADA PASSENGER SEAT BACK TRIM 980 Gray COLOR GRAB HANDLE & STANCHION DETAILS FRONT WHEELWELL STANCHIONS STREET SIDE FRONT WHEELWELL Stainless Steel - Default VERTICAL STANCHION STREET SIDE FRONT WHEELWELL Mounted Direct To Wheelwell - Default VERTICAL STANCHION LOWER MOUNTING CURB SIDE FRONT WHEELWELL Stainless Steel - Default VERTICAL STANCHION CURB SIDE FRONT WHEELWELL Mounted To Package Rack - Default VERTICAL STANCHION LOWER MOUNTING PASSENGER SEAT STANCHIONS 3rd STEP LONGITUDINAL SEAT Stainless Steel - Default STANCHION FINISH 3 PASSENGER LONGITUDINAL SEAT Required - DEFAULTED OPTIONAL STANCHION OTHER VERTICAL STANCHION FINISH Stainless Steel - Default @ SEAT LOCATIONS (SEE SEAT LAYOUT) ADDITIONAL GILLIG SAFETY REQUIREMENTS STREET SIDE FORWARD FACING Required SEATS IMMEDIATELY AFT OF THE ADA AREA STREET SIDE AFT OF ADA AREA Wheelchair Barrier - Default SAFETY REQUIREMENTS OTHER STREET SIDE BARRIER No REQUIRED BASED ON SEAT LAYOUT CURB SIDE FORWARD FACING SEATS Required IMMEDIATELY AFT OF THE ADA AREA CURB SIDE AFT OF ADA AREA Wheelchair Barrier - Default SAFETY REQUIREMENTS

Date 03/10/2021 1:20:17PM Lawrence KS 196515 Page 12 of 35 Page 34 of 60 E-Bus Meeting Notes Revision Date: 3/10/21 1:20 pm

OTHER CURB SIDE BARRIER No REQUIRED BASED ON SEAT LAYOUT WHEELCHAIR BARRIER COLOR 980 Gray To maximize occupant crash protection and reduce the potential for significant injury to passengers seated in the first forward facing seats immediately rearward of the ADA area, Effective 1/1/2015, GILLIG requires either 1) The placement of a barrier forward of these seats or 2)Use of a grab/stanchion pole for the aisle seat and wall grab handle for the outboard seat or 3) Seat belts on both these seats. PASSENGER STOP REQUEST PASSENGER STOP REQUEST Required - DEFAULTED AUDIO/VISUAL INDICATOR SYSTEM WHEELCHAIR RESTRAINT POSITION Universal Symbol Touch Pad On Flip-Up Seats, Provided With Seat Kit - PASSENGER SIGNALS Default PASSENGER SEAT MOUNTED USB Required MODULES PASSENGER SEAT MOUNTED USB 18 charging ports per layout MODULES QUANITY & LOCATIONS PASSENGER SEAT LAYOUT # or REI # ------

28a. DRIVERS SEAT DRIVERS SEAT MANUFACTURER United Safety & Survivability Corporation DRIVERS SEAT MODEL 9000 LX Series DRIVERS SEAT SLIDE & CONTROL 6.25" Air Release, With 1" Riser DRIVERS SEAT HEADREST Vinyl - Match Seat Color DRIVERS SEAT LUMBAR Air - Default DRIVERS SEAT SHOULDER BELT Fixed GUIDE DRIVERS SEAT BELT & SEAT 3 Point, Black Shoulder Belt, Detachable, With Street Side Retractors, CONTROLS Curb Side Controls DRIVERS SEAT FOAM Polyurethane Foam - DEFAULTED DRIVERS SEAT BACK PROTECTOR Plastic (ABS) Shell DRIVERS SEAT MATERIAL & COLOR Black Fabric - Preferred Option DRIVERS SEAT BOXING MATERIAL & Black Vinyl - Preferred Option COLOR DRIVERS SEAT ARM REST NOT Required - Default DRIVERS SEAT CUSHION ALARM NOT Required - DEFAULTED DRIVERS SEAT BELT ALARM NOT Required - DEFAULTED

29. PASSENGER SIGNALS (Redisplay - From Section 28) PASSENGER STOP REQUEST Required - DEFAULTED AUDIO/VISUAL INDICATOR SYSTEM (Redisplay - From Section 28) WHEELCHAIR RESTRAINT POSITION Universal Symbol Touch Pad On Flip-Up Seats, Provided With Seat Kit - PASSENGER SIGNALS Default PASSENGER STOP REQUEST SIGNAL Pull Cord - DEFAULTED STYLE @ SIDEWALL PULL CORD COLOR & TYPE Yellow Cord

Date 03/10/2021 1:20:17PM Lawrence KS 196515 Page 13 of 35 Page 35 of 60 E-Bus Meeting Notes Revision Date: 3/10/21 1:20 pm

DROP CORD COLOR & TYPE @ LOWER Yellow Cord SECTION @ MULLIONS REAR DOOR PASSENGER SIGNAL NOT Required - DEFAULTED STOP REQUEST SIGN VISUAL LED Back-lit, "STOP REQUESTED", Red Letters On Black Background, INDICATOR Flush Mounted - DEFAULTED STOP REQUEST VISUAL INDICATOR @ Amber LED Indicator Lamp Built-In To MFD - DEFAULTED DASH STOP REQUEST AUDIO INDICATOR Floyd Bell 2 Tone On 2 Horn Chime System Mounted @ Bottom Of Overhead Sawtooth - DEFAULTED STOP REQUEST AUDIO & VISUAL Momentary Toggle Switch @ Side Panel 5 - 2 Position "Single/Reset" - INDICATOR CONTROL Default

30. DRIVERS BARRIER DRIVERS BARRIER STYLE & COLOR Wraparound, Forward 7145 Black, Aft 8508 Gray - Default DRIVERS BARRIER GRAB HANDLE Stainless Steel 22.5" - Default (Redisplay - From Section 14) DRIVERS BARRIER STORAGE BOX 14.5"H x 21"W x 8"D, With Tapered Bottom - DEFAULTED DRIVERS BARRIER STORAGE BOX (1) Chrome Eberhard Thumb Trigger Latch - DEFAULTED LOCK 31. FRONT WHEELWELLS & FRONT DOOR MODESTY PANEL FRONT WHEELWELLS STREET SIDE FRONT WHEELWELL Square Top, Gray Royalite 8508 - Default CLOSEOUT STREET SIDE FRONT WHEELWELL Stainless Steel - Default CLOSEOUT KICK PANEL CURB SIDE FRONT WHEELWELL Square Top, Gray Royalite 8508 - Default CLOSEOUT CURB SIDE FRONT WHEELWELL Stainless Steel - DEFAULTED CLOSEOUT KICK PANEL FRONT DOOR MODESTY PANEL FRONT DOOR MODESTY PANEL Stainless Steel - Default STANCHION FRONT DOOR MODESTY PANEL 14% Graylite Polycarbonate 3/8" Panel - DEFAULTED 32. REAR DOOR AND/OR 3rd STEP MODESTY PANELS & STANCHIONS FORWARD OF REAR DOOR LOWER MODESTY PANEL FORWARD Half Panel - Preferred Option OF REAR DOOR STANCHION FINISH FORWARD OF Stainless Steel - Default REAR DOOR MODESTY PANEL LOWER MODESTY PANEL COLOR 4142-60 Matte Gray Glace - Preferred Option FORWARD OF REAR DOOR CURB SIDE @ 3rd STEP MODESTY PANEL @ CURB SIDE 3rd Modesty Panel Required - DEFAULTED STEP STANCHION FINISH @ CURB SIDE 3rd Stainless Steel - Default STEP With MODESTY PANEL LOWER MODESTY PANEL COLOR @ 4142-60 Matte Gray Glace - Preferred Option CURB SIDE 3rd STEP

Date 03/10/2021 1:20:17PM Lawrence KS 196515 Page 14 of 35 Page 36 of 60 E-Bus Meeting Notes Revision Date: 3/10/21 1:20 pm

UPPER MODESTY PANEL @ CURB SIDE NOT Required - DEFAULTED 3rd STEP STREET SIDE @ 3rd STEP MODESTY PANEL @ STREET SIDE 3rd Modesty Panel NOT Required - Only Stanchion Mounted to Seat (See Seat STEP Layout) - DEFAULTED STANCHION FINISH @ STREET SIDE Stainless Steel - Default 3rd STEP/2nd STEP TRANSITION POSITION WithOUT MODESTY PANEL REAR DOOR THRESHOLD REAR DOOR THRESHOLD PASSENGER Stainless Steel - Default HANDRAIL FINISH AT FORE & AFT POSITION OF DOOR

33. DRIVERS COAT HOOK DRIVERS COAT HOOK Zinc Double Hook With Tie Back Directly Mounted To B-Post Closeout Forward Facing - DEFAULTED 34. DISPLAY/SCHEDULE/REGISTRATION/CARD HOLDER DISPLAY/SCHEDULE HOLDER #1 Required DISPLAY/SCHEDULE HOLDER #1 Transit Information Products MANUFACTURER TRANSIT INFORMATION PRODUCT #1 OBIC 19/21 4P 2L MC, Black DISPLAY/SCHEDULE HOLDER #1 1 - DEFAULTED QUANTITY DISPLAY/SCHEDULE HOLDER #1 Centered, Aft Side Of Street Side Front Wheelwell Storage Box LOCATION REGISTRATION/PERMIT/CARD HOLDER STORAGE TRAY DRIVERS/OPERATOR NAMEPLATE HOLDER PAPER TOWEL DISPENSER/HOLDER CLIPBOARD HOLDER 35. INTERIOR PASSENGER ASSISTS DASH MOUNTED GRAB RAIL Stainless Steel - Default (Redisplay - From Section 28) OTHER VERTICAL STANCHION FINISH Stainless Steel - Default @ SEAT LOCATIONS (SEE SEAT LAYOUT) OVERHEAD LUGGAGE LOFT NOT Required OVERHEAD GRAB RAILS Stainless Steel Throughout Bus Required (3rd Step 3" Drop) - Default OVERHEAD GRAB STRAP(S) Black Nylon Flexible Strap 11" (Fixed Mounted) OVERHEAD GRAB STRAP(S) 6 QUANTITY OVERHEAD GRAB STRAP(S) Installed per Seat Layout Location - DEFAULTED MOUNTING

36. WINDSHIELD WINDSHIELD GLAZING STYLE 2-Piece Glazing - DEFAULTED WINDSHIELD TINT BAND Street Side Tint Band Only - Default WINDSHIELD WIPER CONTROLS (1) Intermittent Rotary Switch @ Dash Panel 3 - DEFAULTED 37. WINDOWS & DOOR GLAZING PASSENGER WINDOWS

Date 03/10/2021 1:20:17PM Lawrence KS 196515 Page 15 of 35 Page 37 of 60 E-Bus Meeting Notes Revision Date: 3/10/21 1:20 pm

MANUFACTURER Arow Global PASSENGER WINDOW EGRESS Passenger Windows Non-Egressable At 3rd Step And Minimum Egressable LOCATIONS At 1st & 2nd Steps (Per DB-260.009) - DEFAULTED PASSENGER WINDOW FRAME COLOR Black Anodized - DEFAULTED PASSENGER WINDOW GLAZING Welded Spline - Evolution Series ATTACHMENT PASSENGER WINDOW FRAME STYLE Upper Transom, Lower Fixed PASSENGER WINDOW GLAZING Laminated (Preferred Safety Glass Glazing Option) MATERIAL PASSENGER WINDOW GLAZING NOT Required GUARDS PASSENGER WINDOW GLAZING Gray @ 39% - 49% COLOR & TRANSMISSIVITY TRANSOM LOCKS NOT Required - Default Allen Head Set Screws Are Provided On All Functional Transom Window Latches To Allow The Ability To Disable The Latch Function. PASSENGER WINDOW GUARDS @ 3rd Flat Bar With Offset - DEFAULTED STEP INTERIOR PASSENGER LANGUAGE English & Spanish DECALS PASSENGER WINDOW EGRESS I.D. Polycarbonate - DEFAULTED DECALS PASSENGER WINDOW EGRESS "EMERGENCY EXIT, PULL RED HANDLE DOWN, PUSH WINDOW OUT OPERATIONAL INSTRUCTION DECALS TO OPEN", Red Letters On Aluminum Plate - DEFAULTED DRIVERS WINDOW DRIVERS WINDOW FRAME STYLE Fore & Aft Sliders - DEFAULTED DRIVERS WINDOW EXTERIOR Forward Edge Of Fore Slider Window Glazing - DEFAULTED HANDLE DRIVERS WINDOW GLAZING Laminated (Preferred Safety Glass Glazing Option) MATERIAL DRIVERS WINDOW GLAZING COLOR Green Auto Tint With 70% - 78% - DEFAULTED & TRANSMISSIVITY DRIVERS SLIDER WINDOW INTERIOR Fore Glazing WithOUT Lock And Aft Glazing With Lock - DEFAULTED HANDLE DRIVERS SLIDER WINDOW ROCKER With Allen Head Lock - DEFAULTED HANDLE DRIVERS SLIDER WINDOW GLAZING Fore And Aft Glazing Stops - DEFAULTED STOPS DRIVERS WINDOW EGRESS FEATURE Non-Egressable - DEFAULTED DOOR GLAZING FRONT DOOR GLAZING Laminated Green Tint With 73% - DEFAULTED MATERIAL/COLOR,TINT & TRANSMISSIVITY REAR DOOR GLAZING Laminated Gray Tint With 39% - 49% - DEFAULTED MATERIAL/COLOR,TINT & TRANSMISSIVITY

38. FOG LAMP/DRIVING LAMP/HEADLAMP HEADLAMPS

Date 03/10/2021 1:20:17PM Lawrence KS 196515 Page 16 of 35 Page 38 of 60 E-Bus Meeting Notes Revision Date: 3/10/21 1:20 pm

HEADLAMPS Hamsar® Incandescent Low Beam Upper/Outer & High Beam Center/Middle 90mm - DEFAULTED HEADLAMP PROGRAMMING Activated Thru Ignition Switch In Day Run Position With Parking Brake Off (Reduced Voltage) or With Wipers On (NOT Reduced Voltage) HEADLAMP HIGH/LOW BEAM Maintained Button Toe Switch, Floor Bracket Mounted - DEFAULTED CONTROL SWITCH 39. EXTERIOR LAMPS REAR STOP/TAIL/TURN/BACKUP 3 Lamp System LAMP SYSTEM STOP / TAIL / TURN LAMP 7" Round Dialight LED MANUFACTURER and SIZE TAIL LAMP DAYRUN FEATURE No BACKUP LAMPS 4" Round Clear Dialight LED - DEFAULTED LAMP POSITIONS FROM TOP to Red, Amber, Clear (White) BOTTOM FRONT TURN SIGNALS Amber Dialight LED - DEFAULTED SIDE TURN SIGNAL MANUFACTURER Dialight LED, Series 18 - DEFAULTED & TYPE SIDE TURN SIGNAL FRONT WHEEL Required - DEFAULTED FORWARD MOUNTING LOCATION SIDE TURN SIGNAL REAR WHEEL Required - DEFAULTED FORWARD MOUNTING LOCATION TURN SIGNAL / HAZARD CONTROLS & AUDIO INDICATORS TURN SIGNAL SWITCH CONTROL Momentary Button Toe Switches Floor Bracket Mounted - DEFAULTED TURN SIGNAL AUDIO INDICATOR NOT Required ACTIVATION DEVICE HAZARD SYSTEM AUDIO INDICATOR Buzzer Via Visual Indicator Bar Audio Indicator - DEFAULTED ACTIVATION DEVICE HAZARD AUDIO / TURN SIGNAL Hazard Audio Via Switch Control / No Turn Signal Audio - DEFAULTED AUDIO FUNCTIONS HAZARD SWITCH CONTROL Toggle Switch @ Side Panel 5 - DEFAULTED HAZARD SWITCH EXTENSION Red Switch Extension - DEFAULTED CURB LAMPS Dialight LED With Chrome Housing At Front & Rear Doors FRONT DOOR PORCH LAMPS (2) Dialight LED With Black Housing Mounted Above Bottom Edge Of Roof Rail REAR DOOR PORCH LAMPS (2) Dialight LED With Black Housing Mounted Above Bottom Edge Of Roof Rail PORCH LAMPS DRIVERS OVERRIDE Automatic Independently With Front And Rear Door Curb Lamps - Default CONTROL KNEELING & WHEELCHAIR RAMP (1) 2" Amber Dialight LED Lamp Located Aft Of The Front Door - LAMP DEFAULTED MARKER & CLEARANCE LAMPS FRONT & REAR MARKER & Dialight LED, Series 45 Lamps - DEFAULTED CLEARANCE LAMPS LOWER SIDE MARKER MOUNTED @ Amber Dialight LED, Series 45 - DEFAULTED SKIRT PANEL MARKER LAMP DAYRUN FEATURE No REAR AUXILIARY LAMPS

Date 03/10/2021 1:20:17PM Lawrence KS 196515 Page 17 of 35 Page 39 of 60 E-Bus Meeting Notes Revision Date: 3/10/21 1:20 pm

REAR CAP GRILLE LOWER CENTER (2) 4" Red Dialight LED Lamps MOUNTED AUXILIARY "STOP" SIGN/STOP LAMP(S) UPPER REAR CAP GRILLE AUXILIARY (2) Turn Signal 4" Amber Dialight LED Lamps LAMPS UPPER REAR CAP GRILLE AUXILIARY Upper Lamp @ Corner Per DB-230 LAMP LOCATION EXTERIOR LAMP TEST ACTIVATION Via Programming Through The Left & Right Turn Signal Switches - Default COMPARTMENT LAMPS REAR POWER TRAIN COMPARTMENT (4) Peterson LED 12" Strip Lamps - DEFAULTED LAMPS REAR POWER TRAIN COMPARTMENT (1) Maintained Toggle Switch Located At Rear Run Box - Default LAMPS CONTROL BATTERY BOX COMPARTMENT LAMP Required BATTERY COMPARTMENT LAMP DETAILS SKIRT PANEL MOUNTED LAMP (1) Peterson LED 12" Strip Lamp @ Inside Surface Of Skirt Panel And Activated By Skirt Panel Mounted Tilt Switch - Preferred Option

40. INTERIOR LAMPS MAIN LAMP KIT REQUIREMENTS INTERIOR LAMP & AIR DUCT TYPE Standard Lamp & Air Duct Kit - DEFAULTED INTERIOR LAMP ILLUMINATION TYPE LED Lamps - Default INTERIOR LAMP KIT I/O Controls MANUFACTURER (Redisplay - From Section 35) OVERHEAD LUGGAGE LOFT NOT Required INTERIOR LAMP ACCESS DOOR Phillips Head - DEFAULTED LOCKS INTERIOR LAMP LENS COLOR Blue At All Street Side Aft Of #1 & All Curb Side INTERIOR EXTINGUISHABLE LAMP #1 Street Side & All Curb Side - Default POSITIONS INTERIOR EXTINGUISHABLE LAMP With Front & Rear Doors Closed - Default ACTIVATION INTERIOR LAMP DIMMING Full Brightness With Door(s) Open And Dimming To Minimum Brightness CONTROLS With Door(s) Closed - Default INTERIOR LAMP POWER CONTROL Via Multiplexing With Ignition Switch In Any Position - Default INTERIOR LAMP SWITCH All/Off/Normal Toggle Switch @ Side Panel 5 - DEFAULTED OTHER INTERIOR LAMP REQUIREMENTS DRIVERS COURTESY/MAP LAMP Peterson LED Lamp Mounted At Overhead Panel 10, With Base Mounted Switch (Ignition Power) - DEFAULTED FRONT THRESHOLD LAMPS Dialight LED With Black Housing FORWARD AIR TANK COMPARTMENT (2) 6" Truck-Lite® Incandescent Lamps - Default LAMPS INTERIOR REAR STEP LAMPS LED Lamps With Yellow Powder Coated Housing - DEFAULTED

41. PLEASURE & VOICE (2-WAY) RADIO PLEASURE RADIO PLEASURE RADIO NOT Required - DEFAULTED

Date 03/10/2021 1:20:17PM Lawrence KS 196515 Page 18 of 35 Page 40 of 60 E-Bus Meeting Notes Revision Date: 3/10/21 1:20 pm

VOICE RADIO (2-WAY) VOICE RADIO (2-WAY) PROCUREMENT Customer to Provide & Install Stand Alone Radio & INSTALLATION VOICE RADIO (2-WAY) POWER SUPPLY 12v-30A Battery Power (With Knife Switch) & 12v-10A Ignition Power - WIRING Preferred Option VOICE RADIO (2-WAY) POWER SUPPLY Street Side Front Wheelwell Storage Box & Right-Hand Side Of Dash WIRING ROUTING TERMINATION VOICE RADIO (2-WAY) ANTENNA Customer Provided & Installed PROCUREMENT & INSTALLATION VOICE RADIO (2-WAY) ANTENNA Cable Only Routed To Right-Hand Side Of Dash CABLE ROUTING TERMINATION VOICE RADIO (2-WAY) CABLE RG-58/U WithOUT Connector - Preferred Option AUXILIARY POWER SUPPLY

42. PA (PUBLIC ADDRESS)/VOICE ANNUNCIATOR PA SYSTEM REI - DEFAULTED PA MOUNTING LOCATION Air Tank Compartment - DEFAULTED PA REMOTE VOLUME CONTROL Rotary Switch @ Side Panel 6 - DEFAULTED LOCATION VOICE ANNUNCIATOR VOICE ANNUNCIATOR NOT Required - Default PASSENGER SPEAKERS INSIDE SPEAKERS 6 Speakers - DEFAULTED OUTSIDE SPEAKER/LOCATION(s) (1) Speaker Mounted Curb Side Skirt Panel Aft Of Front Wheel - DEFAULTED SPEAKER SELECT CONTROL Toggle Switch (Inside/Both/Outside) @ Side Panel 6 - DEFAULTED MICROPHONES HAND/LAPEL MICROPHONE NOT Required CONNECTION LOCATION BOOM MICROPHONE Soundview SVA505F (24") With Remote Mounted Switch - Preferred Option BOOM MICROPHONE LOCATION Overhead Panel 10 - DEFAULTED BOOM MICROPHONE CLIP LOCATION Mounted On Side Surface Of Overhead Sawtooth - DEFAULTED LAPEL/BOOM MICROPHONE REMOTE Momentary Button Toe Switch, Floor Bracket Mounted - Preferred SWITCH Option

43. DESTINATION/BACKLIT SIGNS DESTINATION/BACKLIT LOGO SIGN Luminator Technology Group MANUFACTURER FRONT SIGN GLAZING Laminated - Default SIGN STYLE SMT (Surface Mount Technology) - DEFAULTED OCU Independent Control OCU MOUNTING LOCATION Overhead Panel 11 - DEFAULTED ETHERNET I.P. ADDRESS FOR NOT Required EXTERNAL CONNECTION OCU/MCU Has RS232, J1708 FRONT SIGN Amber, 16 Row X 160 Column, Horizon Gen 4 - Default CURB SIDE SIGN Amber, 8 Row X 96 Column, Exterior Viewable

Date 03/10/2021 1:20:17PM Lawrence KS 196515 Page 19 of 35 Page 41 of 60 E-Bus Meeting Notes Revision Date: 3/10/21 1:20 pm

CURB SIDE SIGN LOCATION Number 15 Window Position - DEFAULTED STREET SIDE SIGN NOT Required - DEFAULTED SIDE SIGN GLAZING MASKING Required, Applied To All Side Signs - DEFAULTED REAR SIGN Amber, 16 Row X 48 Column - Preferred Option

44. FAREBOX / DRIVERS STEP FAREBOX PROCUREMENT & Customer Provided & Installed INSTALLATION FAREBOX MANUFACTURER & MODEL Diamond Model XV FAREBOX ELECTRICAL FAREBOX INTERNAL LAMP Automatic With Front Door Open & Night or Park Ignition - DEFAULTED ACTIVATION FAREBOX MOUNTING & GUARD FAREBOX STANCHION MOUNTING Stainless Steel - Default FINISH FAREBOX PEDESTAL WIDTH 14.42" Wide - Default FAREBOX PEDESTAL COVER AND Altro Black Flooring With Yellow Vinyl Nosing - Default TRIM EDGING FAREBOX GUARD Provide & Install FAREBOX GUARD FINISH Stainless Steel - Default 45. TRANSFER CUTTER TRANSFER CUTTER PROCUREMENT & NOT Required INSTALLATION

46. MANUAL PASSENGER COUNTER MANUAL PASSENGER COUNTER NOT Required 47. DASH BRACKET DASH BRACKET Provide & Install DASH BRACKET TELESCOPIC ARM NOT Required - Default DASH BRACKET TYPE Base Only - Default TOTAL NUMBER OF PREVIOUSLY 0 SELECTED ITEMS FOR GILLIG TO MOUNT ON DASH BRACKET

48. FLOOR PANELS FLOOR PANEL MATERIAL Full Composite - DEFAULTED (Redisplay - From Section 28) WHEELCHAIR RESTRAINT POSITIONS 2 Positions (1 Street Side & 1 Curb Side) - DEFAULTED QUANTITY & LOCATION 1st STEP & 2nd STEP (If Required) Perimeter (Longitudinal) & Forward Facing Seating - Default PASSENGER SEAT ORIENTATION CONFIGURATION 3rd STEP PASSENGER SEAT Perimeter (Longitudinal) & Forward Facing Seating - Default ORIENTATION CONFIGURATION 2ND STEP RAISED PLATFORM Street Side - Default 3RD STEP RAISED PLATFORM NOT Required TRANSMISSION ACCESS PANEL NOT Required

Date 03/10/2021 1:20:17PM Lawrence KS 196515 Page 20 of 35 Page 42 of 60 E-Bus Meeting Notes Revision Date: 3/10/21 1:20 pm

49. FLOOR COVERING and TRIM FLOOR COVERING MANUFACTURER TransitFlor® FLOOR COVERING COLOR TONE Single Color Tone Throughout Bus - DEFAULTED STANDEE LINE COLOR Yellow - Default DOOR NOSING COLOR Yellow Non-Abrasive Surface - Default AISLE FLOOR MATERIAL TYPE Ribbed Fore-Aft - Non Textured - DEFAULTED UNDERSEAT FLOOR MATERIAL TYPE Smooth - DEFAULTED WHEELCHAIR RESTRAINT POSITION Smooth - DEFAULTED FLOOR TYPE AISLE FLOOR COLOR 766 Slate Grey (PGF) UNDERSEAT - WHEELCHAIR 766 Slate Grey (PGF) RESTRAINT POSITION FLOOR COLOR DRIVERS PLATFORM AREA TRIM Yellow Altro At Foot Area And Black Vinyl At Seat Platform Area - EDGING DEFAULTED DRIVERS PLATFORM FOOT AREA TFM27892 Black 2.7mm - DEFAULTED COVER COLOR DRIVERS HEEL PLATE @ THROTTLE & 8.8" x 5.5" Diamond Tread Aluminum Plate - DEFAULTED BRAKE PEDAL 2nd STEP (Theater Step) TRIM EDGING Yellow Vinyl - DEFAULTED 3rd STEP TRANSITION PANEL TRIM Black Vinyl - DEFAULTED EDGING LOW FLOOR TO REAR DOOR Black Vinyl - Default TRANSITION TRIM EDGING REAR WHEELWELL TRIM EDGING Black Vinyl - DEFAULTED SETTEE KICK PANEL COVERING Match Floor Covering Material - DEFAULTED

50. INTERIOR PANELS UPPER SIDEWALL PANEL COLOR @ 1500-60 Matte Gray - Preferred Option WINDOW MULLION LOWER SIDEWALL PANEL MATERIAL Melamine - DEFAULTED TYPE LOWER SIDEWALL PANEL COLOR @ 4142-60 Matte Gray Glace - Preferred Option BOTTOM OF WINDOW LINE TO SEAT RAIL DRIVERS CEILING MELAMINE PANEL 1500-60 Matte Gray - Preferred Option COLOR PASSENGER CEILING PANEL COLOR 1500-60 Matte Gray - Preferred Option (All Alike AFT of Drivers Panel) CEILING PANEL RETAINER STRIP Required - DEFAULTED INTERIOR BULKHEAD TRIM TYPE Melamine - Default INTERIOR BULKHEAD MELAMINE 4142-60 Matte Gray Glace - Preferred Option COLOR 51. ROOF HATCH ROOF HATCH LOCATION Rear - Default REAR ROOF HATCH TYPE Transpec®, Manual Open/Close Opaque Hatch - Default 52. FRONT WHEELWELL HANDRAILS, PACKAGE RACKS & OTHER TRIM ITEMS STREET SIDE

Date 03/10/2021 1:20:17PM Lawrence KS 196515 Page 21 of 35 Page 43 of 60 E-Bus Meeting Notes Revision Date: 3/10/21 1:20 pm

(Redisplay - From Section 31) STREET SIDE FRONT WHEELWELL Square Top, Gray Royalite 8508 - Default CLOSEOUT STREET SIDE FRONT WHEELWELL 36" Stainless Steel - Default HORIZONTAL AISLE GRAB RAIL (Redisplay - From Section 28) STREET SIDE FRONT WHEELWELL Stainless Steel - Default VERTICAL STANCHION CURB SIDE (Redisplay - From Section 31) CURB SIDE FRONT WHEELWELL Square Top, Gray Royalite 8508 - Default CLOSEOUT CURB SIDE FRONT WHEELWELL 3.5"H (Front & Sides) 8.75"H (Window Side) x 42.5"W x 21.2"D, Stainless PACKAGE RACK Steel - Default (Redisplay - From Section 28) CURB SIDE FRONT WHEELWELL Stainless Steel - Default VERTICAL STANCHION

53. STREET SIDE EXTERIOR MIRROR(S) STREET SIDE MIRROR Safe Fleet MANUFACTURER STREET SIDE MIRROR MOUNTING High Mounted LOCATION STREET SIDE MIRROR MOUNTING G4 Dovetail Auto Return - Default TYPE STREET SIDE GLAZING SIZE 10"x11" 2-Piece Flat Faced & Convex STREET SIDE MIRROR ARM COLOR 7.5" Black Powder Coated Cast Aluminum and MATERIAL STREET SIDE MIRROR ARM DETENT 90° - DEFAULTED STREET SIDE GLAZING ADJUSTMENT Remote Flat Face & Remote Convex STREET SIDE GLAZING HEATING Heated Flat Face & Heated Convex ELEMENT STREET SIDE MIRROR ARM GREASE Required - DEFAULTED FITTING STREET SIDE MIRROR INDICATOR NOT Required - Default LAMP STREET SIDE ELECTRICAL Molded 9 Pin Connector - DEFAULTED CONNECTION FOR ANY MIRROR PAINT REQUIREMENT SEE SECTION 71 54. CURB SIDE EXTERIOR MIRROR(S) CURB SIDE MIRROR MANUFACTURER Safe Fleet CURB SIDE MIRROR MOUNTING TYPE G4 Dovetail Auto Return - Default CURB SIDE GLAZING SIZE 10"x11" 2-Piece Flat Faced & Convex CURB SIDE MIRROR ARM COLOR AND 15.8" Black Powder Coated Cast Aluminum MATERIAL CURB SIDE GLAZING ADJUSTMENT Remote Flat Face & Remote Convex CURB SIDE GLAZING HEATING Heated Flat Face & Heated Convex ELEMENT CURB SIDE MIRROR ARM DETENT 15° - DEFAULTED

Date 03/10/2021 1:20:17PM Lawrence KS 196515 Page 22 of 35 Page 44 of 60 E-Bus Meeting Notes Revision Date: 3/10/21 1:20 pm

CURB SIDE MIRROR ARM GREASE Required - DEFAULTED FITTING CURB SIDE MIRROR INDICATOR NOT Required - Default LAMP CURB SIDE ELECTRICAL CONNECTION Molded 9 Pin Connector - DEFAULTED FOR ANY MIRROR PAINT REQUIREMENT SEE SECTION 71 HEATED GLAZING ACTIVATION Independent Toggle Switch, With 15 Minute Shutdown Timer - DEFAULTED HEATED GLAZING SWITCH Toggle Switch @ Side Panel 6 - Preferred Option REMOTE GLAZING CONTROLS (2) Joystick Switches, WithOUT Neutral Switch Position @ Side Panel 6 - Preferred Option 55. INTERIOR MIRRORS INTERIOR REAR VIEW MIRROR Safe Fleet, 8.25" x 16" Flat Face - DEFAULTED CENTER MOUNTED BELOW FRONT SIGN ADDITIONAL INTERIOR MIRRORS Safe Fleet, 6" Flat Face Mirror At Bottom Of Front Destination Sign Compartment And Rosco®,12" Convex Mirror At Rear Door Stanchion - DEFAULTED

56. STANCHION DETAILS (RE-DISPLAYED FROM PREVIOUS SECTIONS) FRONT DOOR HANDLES Stainless Steel - Default REAR DOOR HANDLES 14" Straight, Stainless Steel, Diagonal Mounted - Default DRIVERS BARRIER GRAB HANDLE Stainless Steel 22.5" - Default FRONT DOOR MODESTY PANEL Stainless Steel - Default STANCHION STANCHION FINISH FORWARD OF Stainless Steel - Default REAR DOOR MODESTY PANEL REAR DOOR THRESHOLD PASSENGER Stainless Steel - Default HANDRAIL FINISH AT FORE & AFT POSITION OF DOOR STANCHION FINISH @ CURB SIDE 3rd Stainless Steel - Default STEP With MODESTY PANEL STANCHION FINISH @ STREET SIDE Stainless Steel - Default 3rd STEP/2nd STEP TRANSITION POSITION WithOUT MODESTY PANEL DASH MOUNTED GRAB RAIL Stainless Steel - Default OVERHEAD GRAB RAILS Stainless Steel Throughout Bus Required (3rd Step 3" Drop) - Default OTHER VERTICAL STANCHION FINISH Stainless Steel - Default @ SEAT LOCATIONS (SEE SEAT LAYOUT) STREET SIDE FRONT WHEELWELL 36" Stainless Steel - Default HORIZONTAL AISLE GRAB RAIL STREET SIDE FRONT WHEELWELL Stainless Steel - Default VERTICAL STANCHION CURB SIDE FRONT WHEELWELL 3.5"H (Front & Sides) 8.75"H (Window Side) x 42.5"W x 21.2"D, Stainless PACKAGE RACK Steel - Default CURB SIDE FRONT WHEELWELL Stainless Steel - Default VERTICAL STANCHION

Date 03/10/2021 1:20:17PM Lawrence KS 196515 Page 23 of 35 Page 45 of 60 E-Bus Meeting Notes Revision Date: 3/10/21 1:20 pm

57. MULTIPLEXING CONTROL & MISC ELECTRICAL MULTIPLEXING CONTROL SYSTEM I/O Controls G5 System - DEFAULTED MULTIPLEXING SYSTEM SHUTDOWN 5 Minutes - DEFAULTED TIME SETTING (Redisplay - From Section 40) INTERIOR LAMP POWER CONTROL Via Multiplexing With Ignition Switch In Any Position - Default

58. SUN SHADE DRIVERS WINDSHIELD SUN SHADE Auto-Motion Shade®, Cord Release, 1/2 Mesh Upper & 1/2 Solid Lower, Horizontal Split (43.2"W x 22.6"H) - DEFAULTED DRIVERS SIDE WINDOW SUN SHADE Auto-Motion Shade®, Cord Release, 15" Mesh & 26" Solid, Vertical Split (43.2"W x 16"H) - Default 59. FIRE ALARM, DETECTION, & SUPPRESSION SYSTEM FIRE SUPPRESSION SYSTEM Amerex V30, With 5 Power Train Compartment Nozzles, Circuit Monitor @ B-Post - Preferred Option FIRE SUPPRESSION CHEMICAL ABC Dry Chemical - DEFAULTED FIRE SUPPRESSION BATTERY Built-In 24 Hour Battery With Additional 72 Hour Battery In Street Side BACK-UP Front Wheelwell Storage Box - DEFAULTED FIRE SUPPRESSION SENSORS (2) Linear Heat Detectors On PTC Rack & Powertrain Compartment, And (1) Spot Sensor @ Traction Motor Inverter - DEFAULTED FIRE SUPPRESSION SYSTEM ENGINE 15 Seconds - DEFAULTED SHUTDOWN SETTING FIRE SUPPRESSION MANUAL Switch @ Side Panel 6 - DEFAULTED ACTIVATION SWITCH FIRE ALARM AUDIO INDICATOR Bell Mounted At Bottom Flat Surface Of Overhead Sawtooth – DEFAULTED FIRE ALARM & DETECTION SYSTEM HVAC Compartment Linear Fire Wire & Spot Sensor @ Battery Box Compartment - DEFAULTED 60. TRAFFIC LIGHT PREEMPTION SYSTEM TRAFFIC LIGHT PREEMPTION SYSTEM NOT Required - DEFAULTED SOURCE

61. VIDEO SURVEILLANCE SYSTEM VIDEO SURVEILLANCE SYSTEM Seon MANUFACTURER SEON VIDEO SURVEILLANCE SYSTEM Complete Camera Installation PACKAGE Microphone & Infrared Features Will Be Integrated Into Cameras Where Possible Unless A Special Requirement Is Noted In A Misc Text Box/Area Or A Undefined. SEON CAMERA @ 1a POSITION UNDEFINED IP Camera DETAILS for UNDEFINED CAMERA or 2.8mm, C3Q9PD03A, Dome, POE, IP CABLES @ 1a POSITION MICROPHONE @ 1a POSITION Required - Built-In Camera INFRARED @ 1a POSITION Required - Built-In Camera Camera 1a Is Interior Mounted, Behind & Above Driver, Under Air Tank Closeout. Camera Views Farebox & Entrance Door. SEON CAMERA @ 2a POSITION UNDEFINED IP Camera DETAILS for UNDEFINED CAMERA or 4.0mm, C3Q9PD04A, Dome, POE, IP CABLES @ 2a POSITION MICROPHONE @ 2a POSITION Required - Built-In Camera

Date 03/10/2021 1:20:17PM Lawrence KS 196515 Page 24 of 35 Page 46 of 60 E-Bus Meeting Notes Revision Date: 3/10/21 1:20 pm

INFRARED @ 2a POSITION Required - Built-In Camera Camera 2a Is Interior Mounted, Under Air Tank Closeout, Centerline Of Bus. Camera Views Aisle To Rear Of Bus. SEON CAMERA @ 3 POSITION UNDEFINED IP Camera DETAILS for UNDEFINED CAMERA or 2.8mm, C3Q9PD03A, Dome, POE, IP CABLES @ 3 POSITION MICROPHONE @ 3 POSITION Required - Built-In Camera INFRARED @ 3 POSITION Required - Built-In Camera Camera 3 Is Interior Mounted, Street Side On Ceiling Panel, At Rear Door. Camera Views Rear Exit Door. SEON CAMERA @ 4a POSITION UNDEFINED IP Camera DETAILS for UNDEFINED CAMERA or 4.0mm, C3Q9PD04A, Dome, POE, IP CABLES @ 4a POSITION MICROPHONE @ 4a POSITION Required - Built-In Camera INFRARED @ 4a POSITION Required - Built-In Camera Camera 4a Is Interior Mounted, On Ceiling Panel Forward Of Rear Door, Centerline of Bus. Camera Views Aisle Rear. SEON CAMERA @ 7a POSITION UNDEFINED IP Camera DETAILS for UNDEFINED CAMERA or 2.8mm, C3Q9PD03AF, Dome, POE, IP CABLES @ 7a POSITION Camera 7a Is Interior Mounted, Under Front Destination Sign Compartment. Camera Views Through Front Windshield. SEON CAMERA @ 8 POSITION UNDEFINED IP Camera DETAILS for UNDEFINED CAMERA @ 8 4.0mm, C3W9PD04E, Wedge, POE, Exterior, IP POSITION Camera 8 Is Exterior Mounted, Curb Side Roof Rail, Above Front Door. Camera Views Rearward. SEON CAMERA @ 9 POSITION UNDEFINED IP Camera DETAILS for UNDEFINED CAMERA @ 9 4.0mm, C3W9PD04E, Wedge, POE, Exterior, IP POSITION Camera 9 Is Exterior Mounted, Street Side Roof Rail, Above Drivers Window. Camera Views Rearward. ALL CAMERA'S POSITIONS PER Required - DEFAULTED 19-58148R000 TOTAL NUMBER OF RECORDABLE 7 CAMERAS SELECTED With INSTALL PER 19-58148R000 COMPONENT REQUIREMENTS DETAILS for UNDEFINED SEON DVR TH8, (8) Channel DVR, With 2TB HDD MODEL SEON DVR POWER SUPPLY Battery Power (With Knife Switch) - DEFAULTED SEON DVR MOUNTING LOCATION On Top Tray/Shelf Of Street Side Front Wheelwell Storage Box - Default SEON EVENT SWITCH and/or LED Green Status Indicator Lighted Event Switch @ Side Panel 6 STATUS INDICATOR SEON IMPACT SENSOR External SEON WLAN Required SEON WLAN MODEL 2.4 GHz, Smart-Reach® Lite SEON WLAN ANTENNA MOUNTING GILLIG Installed Antenna & Cable - DEFAULTED SEON WLAN ANTENNA LOCATION Roof Mounted Antenna - Preferred Option SEON GPS ANTENNA Required SEON GPS ANTENNA MOUNTING GILLIG Installed Antenna & Cable - DEFAULTED SEON GPS ANTENNA MOUNTING Street Side Front Cap Inside Of Destination Sign Compartment - Default LOCATION

Date 03/10/2021 1:20:17PM Lawrence KS 196515 Page 25 of 35 Page 47 of 60 E-Bus Meeting Notes Revision Date: 3/10/21 1:20 pm

SEON VIDEO SURVEILLANCE SYSTEM "FOR YOUR SAFETY AND SECURITY THIS BUS MAY BE UNDER DISCLAIMER DECAL AUDIO/VIDEO SURVEILLANCE", White Letters On Red Background, 8.13"W x 3.62"H, English & Spanish - Default SEON VIDEO SURVEILLANCE SYSTEM 1 - DEFAULTED DISCLAIMER DECAL QUANTITY SEON VIDEO SURVEILLANCE SYSTEM Installed at GILLIG - DEFAULTED DISCLAIMER DECAL MOUNTING VIDEO SURVEILLANCE SYSTEM Aft Air Tank Closeout Curb Side - Default DISCLAMER DECAL MOUNTING LOCATION MISC VIDEO SURVEILLANCE SYSTEM 16Ch POE Network Switch - Required SEON NOTES FOR ANY VIDEO SURVEILLANCE PAINT REQUIREMENT SEE SECTION 71 62. REAR VIEW BACK-UP CAMERA/MONITOR SYSTEM REAR VIEW BACK-UP CAMERA NOT Required - DEFAULTED 63. PASSENGER INFORMATION VIDEO MONITOR DISPLAY SYSTEM PASSENGER INFORMATION VIDEO NOT Required - DEFAULTED MONITOR DISPLAY SYSTEM

64. EXTERIOR TRIM WIPER MOTOR ACCESS COVER Allen Head Fasteners - Default HARDWARE FRONT LICENSE PLATE FRAME & NOT Required - No Mounting Provisions HARDWARE REAR LICENSE PLATE FRAME & Mounting Hardware With GILLIG Frame - DEFAULTED MOUNTING 65. BIKE RACK FRONT BUMPER MOUNTED BIKE Required RACK FRONT BUMPER MOUNTED BIKE RACK DETAILS FRONT BIKE RACK MANUFACTURER Sportworks® DL2 & MODEL FRONT BIKE RACK BUMPER GILLIG to Provide & Install Bumper Mounting Brackets BRACKET PROCUREMENT & INSTALLATION FRONT BIKE RACK PIVOT PLATE GILLIG to Provide & Install Pivot Plate PROCUREMENT & INSTALLATION FRONT BIKE RACK ASM GILLIG to Provide & Install Rack Assembly PROCUREMENT & INSTALLATION FRONT BIKE RACK ASM Black Powder Coated COLOR/FINISH 66. SAFETY EQUIPMENT FIRE EXTINGUISHER Amerex 5 lbs. (B402), ABC Rated, With Hose - DEFAULTED FIRE EXTINGUISHER LOCATION Mounted Horizontally Behind Drivers Seat - Default SAFETY TRIANGLE Grote®, (3) Triangles With Box - DEFAULTED SAFETY TRIANGLE LOCATION Mounted On Wheelwell Closeout Behind Drivers Seat - Default

67. DASH APPLICATIONS NOT PREVIOUSLY SELECTED DASH LAYOUT REI ------

Date 03/10/2021 1:20:17PM Lawrence KS 196515 Page 26 of 35 Page 48 of 60 E-Bus Meeting Notes Revision Date: 3/10/21 1:20 pm

FRONT MAIN DASH ENCLOSURE With Wiring Pass Thru Hole TOE SWITCH BRACKET 4 Switch Bracket With Left-Hand & Right-Hand Turn Signal Switch @ Outer Lower And Boom Microphone Switch @ Right Upper & High Beam Switch Left Upper - Preferred Option DASH PANEL BACKLIGHTING Incandescent On Dash Panel 3 And Side Panel 5 - DEFAULTED DASH PANEL LAMP CONTROL Dimmer Control Rotary Rheostat @ Dash Panel 3 - DEFAULTED SWITCH IGNITION SELECTOR SWITCH 4 Position Ignition Rotary Switch & Push Button System Start EV Switch @ Side Panel 5 - DEFAULTED (Redisplay - From Section 36) WINDSHIELD WIPER CONTROLS (1) Intermittent Rotary Switch @ Dash Panel 3 - DEFAULTED CRIME ALARM SWITCH - GILLIG Switch @ Side Of Side Console - Preferred Option SUPPLIED CRIME ALARM FUNCTION Destination Sign(s) Only DESTINATION SIGN CRIME ALARM All Sign(s) - Preferred Option DISPLAY SIGN LOCATION 68. DRIVERS AREA INSTRUMENTATION (Redisplay - From Cover Page) MULTIFUNCTION DISPLAY (MFD) I/O Controls MFD 2 Display @ Dash Panel 2 - DEFAULTED PARKING BRAKE, KNEELING,DISPLAYED ON MFD PRIMARY SCREEN. MFD CONFIGURATION Per MFD-74015-028 Configuration Detail MFD DAY/NIGHT SCREEN MODE Manual Via Ignition Switch in Day/Night Run Positions - Preferred Option DRIVER/MAINTENACE MODE SWITCH Street Side Front Wheelwell Storage Box - DEFAULTED LOCATION INDEPENDENT GAUGE(S) Or GAUGE DISPLAYS AIR SYSTEM PRESSURE GAUGE Displayed On MFD Primary Screen 12volt VOLTMETER GAUGE Displayed On MFD Secondary Screen 24volt VOLTMETER GAUGE Displayed On MFD Secondary Screen SPEEDOMETER Displayed On MFD Primary Screen, With Analog & Digital Display Reading OVERHEAD & SIDE CONSOLE/PANEL AUXILIARY MOUNTING REQUIREMENTS STORAGE CLOSEOUT @ OVERHEAD No SAWTOOTH 69. OPTIONAL COMPONENTS MOUNTED AT DASH AREA THROTTLE & BRAKE PEDAL FIXED THROTTLE PEDAL 41° Pedal - DEFAULTED FIXED BRAKE PEDAL 41° Pedal - DEFAULTED

69a. APC/ITS TELEMATICS SYSTEM Required - DEFAULTED TELEMATICS SYSTEM SUBSCRIPTION Complementary One Year - DEFAULTED APC (AUTOMATIC PASSENGER COUNTER) APC NOT Required - DEFAULTED (Redisplay - From Cover Page) ITS NOT Required

69b PRE-TRIP INSPECTION SYSTEMS

Date 03/10/2021 1:20:17PM Lawrence KS 196515 Page 27 of 35 Page 49 of 60 E-Bus Meeting Notes Revision Date: 3/10/21 1:20 pm

PRE-TRIP INSPECTION SYSTEM NOT Required

70. DECALS EXTERIOR DECALS THAT HAVE BEEN PREVIOUSLY SELECTED AIR TANK DRAIN VALVE DECAL "DRAIN AIR TANKS DAILY", Black Letters On White Background, English - DEFAULTED KNEELING EXTERIOR DECAL "KNEELING", Orange Letters On Black Background, Installed - INSTALLATION DEFAULTED WHEELCHAIR RAMP EXTERIOR "RAMP", Orange Letters On Black Background, Installed - DEFAULTED DECAL MOUNTING EXTERIOR DECALS NOT PREVIOUSLY SELECTED BATTERY DISCONNECT SWITCH "BATTERY DISCONNECT", Red Letters On White Background, Installed - EXTERIOR DECAL DEFAULTED WHEELCHAIR SYMBOL DECAL (1) 4.70"H x 4.50"W, White Symbol On Blue Background, Mounted On Midrail Aft Of Front Door - Default INTERIOR DECALS THAT HAVE BEEN PREVIOUSLY SELECTED INTERIOR PASSENGER LANGUAGE English & Spanish DECALS REAR EXIT DOOR DECAL "EXIT DOOR", White Letters On Red Background, Mounted Above Rear Door - Default REAR DOOR WARNING DECAL "CAUTION - STAND BACK FROM DOOR", Black Letters On Yellow Background - DEFAULTED REAR DOOR PASSENGER SAFETY "CAUTION: DO NOT STAND IN DESIGNATED AREA - DO NOT LEAN DECALS AGAINST DOOR", Red Letters On White Background - DEFAULTED Decals Selected In Section 37 PASSENGER WINDOW EGRESS I.D. Polycarbonate - DEFAULTED DECALS PASSENGER WINDOW EGRESS "EMERGENCY EXIT, PULL RED HANDLE DOWN, PUSH WINDOW OUT OPERATIONAL INSTRUCTION DECALS TO OPEN", Red Letters On Aluminum Plate - DEFAULTED Decals Selected In Section 61 SEON VIDEO SURVEILLANCE SYSTEM "FOR YOUR SAFETY AND SECURITY THIS BUS MAY BE UNDER DISCLAIMER DECAL AUDIO/VIDEO SURVEILLANCE", White Letters On Red Background, 8.13"W x 3.62"H, English & Spanish - Default SEON VIDEO SURVEILLANCE SYSTEM 1 - DEFAULTED DISCLAIMER DECAL QUANTITY SEON VIDEO SURVEILLANCE SYSTEM Installed at GILLIG - DEFAULTED DISCLAIMER DECAL MOUNTING VIDEO SURVEILLANCE SYSTEM Aft Air Tank Closeout Curb Side - Default DISCLAMER DECAL MOUNTING LOCATION INTERIOR DECALS NOT PREVIOUSLY SELECTED DRIVERS INSTRUCTIONS & WARNING Black Letters On White Background, English - DEFAULTED DECAL STANDEE LINE DECAL "Passengers Are Not Permitted to Stand Forward of Yellow Line While Bus Is In Motion", White Letters On Black Background - Default INTERIOR SYMBOL DECALS (2) ISO Symbols, No Smoking/Eating/Drinking/Radio, Red & Blue Artwork on White Background - DEFAULTED INTERIOR SYMBOL DECALS (1) @ Rear Bulkhead Electrical Panel Door & (1) @ Aft Air Tank Enclosure MOUNTING LOCATION Below Stop Request/Information Sign - DEFAULTED

Date 03/10/2021 1:20:17PM Lawrence KS 196515 Page 28 of 35 Page 50 of 60 E-Bus Meeting Notes Revision Date: 3/10/21 1:20 pm

VEHICLE HEIGHT DECAL "Caution Clearance Height 11ft 11in", Black Letters On Yellow Background, English - DEFAULTED INTERIOR REAR STEP STANCHION "WATCH YOUR STEP", White Letters On Red Background - DEFAULTED DECALS INTERIOR REAR STEP FLOOR DECALS "WATCH YOUR STEP", White Letters On Red Background - DEFAULTED ADA PRIORITY SEATING DECALS "PLEASE OFFER THESE SEATS TO THE ELDERLY AND PERSONS WITH DISABILITIES", Black Letters On Clear Background, English & Spanish - Default WHEELCHAIR SECUREMENT DECALS "WHEELCHAIR SEATING AREA SECUREMENTS ARE LOCATED BELOW THESE SEATS", Black Letters On Optically Clear Background - Default PASSENGER STOP REQUEST DECALS "PULL TO SIGNAL", White Letters On Blue Background - DEFAULTED

71.PAINT & GRAPHIC DETAILS ESTIMATE NUMBER & LINE 196515_1 CUSTOMER Lawrence STATE OF REGISTRATION KS SERIAL NUMBER RANGE 196515-196519 ORDER QUANTITY 5 LENGTH 40' Exterior Paint & Graphic Details Per Approved Paint Layout PAINT REQUIREMENT DETAILS PAINT MANUFACTURER Axalta - DEFAULTED CLEAR COATING NOT Required - Default DETAILS for UNDEFINED BUS PAINT Dark Blue 856515-EX COLOR BUS PAINT COLOR Green 856514-EX PAINT PASSES 3 METALLIC (With Clear Coat) PAINT ON No ROOF or FAIRINGS LOW FLOOR PLUS FAIRING And Green 856514-EX ELECTRIC BUS ROOF CLOSEOUT PAINT COLOR SPECIAL GRILLE PAINT COLOR No AXLE HUB COLOR Silver (Aervoe® #310) PAINT EXTERIOR SIDE CAMERA'S NOT Required - DEFAULTED CURB SIDE EXTERIOR MIRROR PAINT NOT Required - DEFAULTED STREET SIDE EXTERIOR MIRROR NOT Required - DEFAULTED PAINT EXTERIOR GRAPHIC DETAILS EXTERIOR GRAPHICS Yes ROOF EXTERIOR BUS NUMBER DETAILS ROOF EXTERIOR BUS NUMBER No EXTERIOR BUS NUMBER DETAILS EXTERIOR BUS NUMBER Yes EXTERIOR BUS NUMBER RANGE 909-911 EXTERIOR BUS NUMBER QUANTITY 4 - DEFAULTED

Date 03/10/2021 1:20:17PM Lawrence KS 196515 Page 29 of 35 Page 51 of 60 E-Bus Meeting Notes Revision Date: 3/10/21 1:20 pm

EXTERIOR BUS NUMBER SIZE 5" EXTERIOR BUS NUMBER COLOR White (Helvetica) EXTERIOR BUS NUMBER LOCATION Ref Layout INTERIOR BUS NUMBER DETAILS INTERIOR BUS NUMBER Yes INTERIOR BUS NUMBER RANGE 909-911 INTERIOR BUS NUMBERS QUANTITY, (2) Helvetica Font - (1) White, Centered On Destination Sign Door & (1) COLOR & LOCATION Black, At Aft Air Tank Closeout Curb Side - DEFAULTED INTERIOR BUS NUMBER SIZE 3" - Default

72.SHIP LOOSE ITEMS SHIP SPARE TIRE(S) AND/OR Shipped Loose Inside Bus - Default WHEEL(S) STANDARD KEY SETS QUANTITY 1 - DEFAULTED (PER BUS) WHEELCHAIR RAMP MANUAL (1) J-Hook Tool Shipped Loose Inside The Drivers Barrier Storage Box - RELEASE TOOL DEFAULTED

72C. DELIVERY DETAILS CUSTOMER Lawrence STATE OF REGISTRATION KS SERIAL NUMBER RANGE 196515-196519 BUS WASHED Required - Default RE-DISPLAYED FROM PREVIOUS SELECTIONS REAR AXLE DETAILS REAR AXLE GEAR OIL SAE 80W-90 Chevron® Multigear™ EP-5 - DEFAULTED TIRE DETAILS FRONT TIRE MANUFACTURER Firestone FRONT TIRE SIZE/TREAD/PLY 305/70R22.5, City Transport Radial (CTR) (L) FRONT TIRE MAXIMUM RATED 68 SPEED (MPH) REAR TIRE MANUFACTURER Firestone REAR TIRE SIZE/TREAD/PLY 305/70R22.5, City Transport Radial (CTR) (L) HYDRAULIC SYSTEM DETAILS HYDRAULIC OIL Castrol® TranSynd® Synthetic - DEFAULTED SHIP LOOSE ITEMS SHIP SPARE TIRE(S) AND/OR Shipped Loose Inside Bus - Default WHEEL(S) STANDARD KEY SETS QUANTITY 1 - DEFAULTED (PER BUS)

73. PUBLICATIONS NAME ON MANUAL COVER Lawrence Transit BUS ORDER DETAILS ORDER QUANTITY 5 LENGTH 40' SERIAL NUMBER START 196515

Date 03/10/2021 1:20:17PM Lawrence KS 196515 Page 30 of 35 Page 52 of 60 E-Bus Meeting Notes Revision Date: 3/10/21 1:20 pm

SERIAL NUMBER RANGE 196515-196519 EXTERIOR BUS NUMBER RANGE 909-911 GILLIG MANUALS TRAINING DVD's GILLIG Supplied CD QUANTITY 2 DRIVER MANUAL LAMINATED 0 QUANTITY DRIVER MANUAL PAPER QUANTITY 0 ELECTRICAL MANUAL LAMINATED 0 QUANTITY ELECTRICAL MANUAL PAPER 0 QUANTITY PARTS MANUAL LAMINATED 0 QUANTITY PARTS MANUAL PAPER QUANTITY 0 SERVICE MANUAL LAMINATED 0 QUANTITY SERVICE MANUAL PAPER QUANTITY 0 VENDOR MANUALS MOTOR Cummins TM4 POWER TRAIN MANUAL QUANTITY 2 REAR AXLE MANUALS REAR AXLE MANUFACTURER & Meritor® 79163™ - DEFAULTED MODEL REAR AXLE MANUAL QUANTITY 2 BRAKES MANUALS WABCO ABS Brake System - DEFAULTED FRONT AXLE BRAKES EX225H3 Disc - DEFAULTED REAR AXLE BRAKES EX225H3 Disc - DEFAULTED BRAKE MANUAL QUANTITY 2 WHEELS MANUALS WHEEL MATERIAL Aluminum Wheels WHEEL MANUFACTURER & FINISH Alcoa®, (6) Full Polished WHEEL MANUAL QUANTITY 2 DESTINATION/BACKLIT LOGO SIGN MANUALS DESTINATION/BACKLIT LOGO SIGN Luminator Technology Group MANUFACTURER DESTINATION/BACKLIT LOGO SIGN 2 MANUAL QUANTITY WHEELCHAIR RAMP MANUALS WHEELCHAIR RAMP Lift-U® "Dual-Mode" LU18, Front Door Ramp MANUFACTURER / MODEL / LOCATION WHEELCHAIR RAMP MANUAL 1 QUANTITY Lift-U Wheelchair Ramp Manuals Are Produced In Digital Format Only And Distributed Directly From Lift-U. HVAC MANUALS

Date 03/10/2021 1:20:17PM Lawrence KS 196515 Page 31 of 35 Page 53 of 60 E-Bus Meeting Notes Revision Date: 3/10/21 1:20 pm

HEATER ONLY / HVAC UNIT Thermo-King MANUFACTURER HEATER ONLY / HVAC MANUAL 2 QUANTITY DRIVERS HEATER MANUALS DRIVERS HEATER MANUFACTURER & MCC® Brushless Motors, Removable Filter, 62,000 BTU STYLE DRIVERS HEATER MANUAL 2 QUANTITY DRIVERS SEAT MANUALS DRIVERS SEAT MANUFACTURER United Safety & Survivability Corporation DRIVERS SEAT MODEL 9000 LX Series DRIVERS SEAT MANUAL QUANTITY 2 FIRE SUPPRESSION MANUALS FIRE SUPPRESSION SYSTEM Amerex V30, With 5 Power Train Compartment Nozzles, Circuit Monitor @ B-Post - Preferred Option FIRE SUPPRESSION MANUAL 0 QUANTITY MISC VENDOR MANUAL NOTES Provide Electronic Vendor Manuals ONLY wherever possible

74.WARRANTY BASIC BUS WARRANTY BASIC BUS STANDARD WARRANTY 12 Months/50,000 Miles - DEFAULTED BODY STRUCTURAL WARRANTY BODY STRUCTURAL STANDARD 36 Months/150,000 Miles - DEFAULTED WARRANTY STRUCTURAL INTEGRITY/CORROSION WARRANTY STRUCTURAL INTEGRITY/CORROSION 84 Months/350,000 Miles - DEFAULTED STANDARD WARRANTY WATER LEAKS WARRANTY WATER LEAKS STANDARD 12 Months/50,000 Miles - DEFAULTED WARRANTY POWER TRAIN WARRANTY MOTOR Cummins TM4 POWER TRAIN STANDARD 36 Months/100,000 Miles - DEFAULTED WARRANTY ELECTRONIC COOLING PACKAGE WARRANTY ELECTRONIC COOLING PACKAGE Modine System - DEFAULTED ELECTRONIC COOLING PACKAGE 36 Months/Unlimited Miles - DEFAULTED STANDARD WARRANTY AIR COMPRESSOR WARRANTY AIR COMPRESSOR & DISCHARGE Powerex®, Electric Driven, 16.1 CFM, With #12 Hose - DEFAULTED HOSE AIR COMPRESSOR STANDARD 12 Months/5,000 Hours - DEFAULTED WARRANTY BATTERY PACKS WARRANTY ENERGY STORAGE SYSTEM 6 Battery Packs (74 kwh Ea.) - DEFAULTED BATTERY PACKS STANDARD 72 Months/300,000 Miles (80% Of Original Usable Capacity) - DEFAULTED WARRANTY

Date 03/10/2021 1:20:17PM Lawrence KS 196515 Page 32 of 35 Page 54 of 60 E-Bus Meeting Notes Revision Date: 3/10/21 1:20 pm

BATTERY PACKS EXTENDED 72 Months/200,000 Miles (80% Of Original Usable Capacity/Pack Depth WARRANTY Charge 80%) AXLE WARRANTY FRONT AXLE MANUFACTURER & Meritor® FH-946™ - DEFAULTED MODEL REAR AXLE MANUFACTURER & Meritor® 79163™ - DEFAULTED MODEL FRONT AXLE STANDARD WARRANTY 60 Months/300,000 Miles - Default REAR AXLE STANDARD WARRANTY 60 Months/300,000 Miles - Default AXLE BRAKE WARRANTY AXLE BRAKE STANDARD 24 Months/100,000 Miles - DEFAULTED WARRANTY SHOCK ABSORBERS WARRANTY FRONT SHOCK ABSORBERS Koni EVO Series - DEFAULTED FRONT SHOCK ABSORBER 36 Months/300,000 Miles - DEFAULTED STANDARD WARRANTY REAR SHOCK ABSORBERS Koni EVO Series - DEFAULTED REAR SHOCK ABSORBER STANDARD 36 Months/300,000 Miles - DEFAULTED WARRANTY AIR DRYER WARRANTY AIR DRYER Bendix® AD-IP® - DEFAULTED AIR DRYER STANDARD WARRANTY 12 Months/100,000 Miles - DEFAULTED HYDRAULIC PUMP WARRANTY HYDRAULIC PUMP TYPE Concentric, Electric Driven 24v - DEFAULTED HYDRAULIC PUMP STANDARD 24 Months/Unlimited Miles - DEFAULTED WARRANTY WHEELCHAIR RAMP WARRANTY WHEELCHAIR RAMP Lift-U® "Dual-Mode" LU18, Front Door Ramp MANUFACTURER / MODEL / LOCATION WHEELCHAIR RAMP STANDARD 24 Months/Unlimited Miles - DEFAULTED WARRANTY HVAC WARRANTY HVAC UNIT MANUFACTURER Thermo-King HVAC STANDARD WARRANTY 24 Months/Unlimited Miles - DEFAULTED COOLANT HEATER MODEL Valeo, Dual Mode, Electric & Fuel-Fired, Thermo H (68,000 BTU Electric/104,000 BTU Diesel), 0-5,000 ft Altitude AUXILIARY COOLANT HEATER WARRANTY AUXILIARY COOLANT HEATER 24 Months/Unlimited Miles - DEFAULTED STANDARD WARRANTY PASSENGER DOOR SYSTEM WARRANTY PASSENGER DOOR SYSTEM 12 Months/Unlimited Miles - DEFAULTED STANDARD WARRANTY PASSENGER SEATS WARRANTY PASSENGER SEAT MODEL (Passenger InSight® & Settee Seats) PASSENGER SEATS STANDARD 60 Months/Unlimited Miles - DEFAULTED WARRANTY DRIVERS SEAT WARRANTY

Date 03/10/2021 1:20:17PM Lawrence KS 196515 Page 33 of 35 Page 55 of 60 E-Bus Meeting Notes Revision Date: 3/10/21 1:20 pm

DRIVERS SEAT MODEL 9000 LX Series DRIVERS SEAT STANDARD 12 Months/Unlimited Miles - DEFAULTED WARRANTY INTERIOR LIGHTING SYSTEM & AIR DUCT WARRANTY INTERIOR LAMP KIT I/O Controls MANUFACTURER INTERIOR LIGHTING SYSTEM & AIR 144 Months/500,000 Miles - DEFAULTED DUCT STANDARD WARRANTY DESTINATION SIGN WARRANTY DESTINATION/BACKLIT LOGO SIGN Luminator Technology Group MANUFACTURER FRONT SIGN Amber, 16 Row X 160 Column, Horizon Gen 4 - Default FRONT SIGN STANDARD WARRANTY 72 Months/Unlimited Miles - DEFAULTED CURB SIDE SIGN Amber, 8 Row X 96 Column, Exterior Viewable CURB SIDE SIGN STANDARD 72 Months/Unlimited Miles - DEFAULTED WARRANTY REAR SIGN Amber, 16 Row X 48 Column - Preferred Option REAR SIGN STANDARD WARRANTY 72 Months/Unlimited Miles - DEFAULTED SUBFLOOR WARRANTY FLOOR PANEL MATERIAL Full Composite - DEFAULTED SUBFLOOR STANDARD WARRANTY 144 Months/500,000 Miles - DEFAULTED RUBBER FLOOR WARRANTY FLOOR COVERING MANUFACTURER TransitFlor® RUBBER FLOOR STANDARD 144 Months/Unlimited Miles - DEFAULTED WARRANTY EXTERIOR MIRROR WARRANTY STREET SIDE MIRROR Safe Fleet MANUFACTURER CURB SIDE MIRROR MANUFACTURER Safe Fleet EXTERIOR MIRROR STANDARD 12 Months/Unlimited Miles - DEFAULTED WARRANTY MULTIPLEXING WARRANTY MULTIPLEXING CONTROL SYSTEM I/O Controls G5 System - DEFAULTED MULTIPLEXING STANDARD 24 Months/Unlimited Miles - DEFAULTED WARRANTY FIRE SUPPRESSION WARRANTY FIRE SUPPRESSION SYSTEM Amerex V30, With 5 Power Train Compartment Nozzles, Circuit Monitor @ B-Post - Preferred Option FIRE SUPPRESSION STANDARD 36 Months/Unlimited Miles - DEFAULTED WARRANTY PAINT WARRANTY PAINT MANUFACTURER Axalta - DEFAULTED PAINT STANDARD WARRANTY 48 Months/Unlimited Miles (Months 25-48 Are Prorated) – DEFAULTED TOWING CONTRACT WARRANTY Customer To Pay - Default DETAILS LABOR RATE CONTRACT WARRANTY $55 / HR LABOR RATE ANNUAL ADJUSTMENT NOT Required THIRD PARTY SERVICE PROVIDER NOT Required - Default

Date 03/10/2021 1:20:17PM Lawrence KS 196515 Page 34 of 35 Page 56 of 60 E-Bus Meeting Notes Revision Date: 3/10/21 1:20 pm

75.TRAINING BASIC BUS TRAINING Provided By GILLIG Field Service Rep At Post Delivery Inspection - DEFAULTED MAINTENANCE TRAINING (i.e. Air & Required - By GILLIG Hydraulic System, Passenger Doors, Suspension, Body) NUMBER OF MAINTENANCE (2) 24 Hour TRAINING HOURS NUMBER OF MAINTENANCE UP TO 12 TRAINING STUDENTS ELECTRICAL SYSTEMS TRAINING Required - By GILLIG NUMBER OF ELECTRICAL TRAINING (2) 24 Hour HOURS NUMBER OF ELECTRICAL TRAINING UP TO 12 STUDENTS TRAINING DVD's GILLIG Supplied

76.SPARE INFORMATION BUS SPARES No

Date 03/10/2021 1:20:17PM Lawrence KS 196515 Page 35 of 35 Page 57 of 60 APTA Whitebook TS# (where relevant) Item Requirement GILLIG Acceptance or Deviation Gillig Spec. Language (for Reference) Notes 5.3 Service Life Service life shall meet or exceed 12 years/500,000 miles Acceptance GILLIG meets or exceeds Service life requirements of 12 Years/500,000 miles 5.5 Interchangability Parts from buses of the same type within the same order Deviation GILLIG agrees that all buses to be manufactured within a should be interchangeable given production run will be duplicates in design, manufacture, installation, etc.

However, if the purchase encompasses multiple years, GILLIG requests approval that such optional coaches to the initial purchase may include product improvements initiated by both the manufacturer and by vendors without obligation to retrofit.

6.2 Bus Width Bus width shall not exceed 102" Acceptance Gillig width: 102" 6.3 Bus Height Bus height including roof mounted items shall not exceed 140" Acceptance Gillig height: 134"

6.4 Step Height Un-kneeled step height shall not exceed 16.5" at either door Acceptance Gillig step height un-kneeled: 15.3"

6.5 Underbody Clearance Underbody clearance shall not be less than the customer's Deviation It will be an indistinct marginal difference of slightly less most recently delivered Gillig bus of similar size. clearance on the E-Bus as compared to the agency's previous buses 6.6 Ramp Clearances Approach and departure angles shall be 8.6° or greater. Acceptance Approach: 8.6 Breakover angle shall be 8.0° or greater. Breakover: 9.9 6.7 Ground Clearance Ground clearance shall not be less than the customer's most Deviation It will be an indistinct marginal difference of slightly less recently delivered Gillig bus of similar size. clearance on the E-Bus as compared to the agency's previous Diesel buses 6.9 Interior Headroom Interior headroom shall not be less than the customer's most Acceptance GILLIG meets requirement recently delivered Gillig bus of similar size. 7.1 Top Speed The bus shall be capable of achieving and maintaining 65 MPH Acceptance GILLIG meets requirement for 5 mi. on flat ground with all accessories operating.

7.2 Startability and Gradeability The propulsion system shall enable the bus to start from a full Acceptance GILLIG meets requirement stop, achieve, and maintain a speed of 40 mph on a 2.5 percent ascending grade and 10 mph on a 10 percent ascending grade.

7.3 Acceleration The bus shall be able to accelerate to 10 mph in 5 s, 20 mph in Acceptance 10mph in 3s 10 s, 30 mph in 18 s, 40 mph in 30s, 40 mph in 30 s, and 50 20mph in 7s mph in 60s or faster at GVWR. 30mph in 12s 40mph in 19s 50mph in 29s 9.2 Protection of The propulsion system shall employ fully automated protection Acceptance Yes, bus has shutdown override switch for 30 second Equipment/Override against equipment damage (e.g. limits designed to protect intervals against overheating) and an emergency operator override to be used in the event of an emergency that requires moving the bus from a hazardous circumstance or location.

9.2 Regenerative Braking The design of the regenerative braking system shall effectively Acceptance Regen programming is calibrated to provide the balance the requirements for maximum fuel efficiency, maximum amount of energy recovery while maximizing increasing brake liner life, and providing consistent driving driveablity and passenger comfort. dynamics. 10.1 Component Thermal Active fully-automated cooling systems shall be provided for Acceptance GILLIG meets or exceeds this requirement Management major power-handling propulsion sytem components such as traction motors, inverters, and converters.

11 Hill Hold An automated hill hold system shall be provided capable of Acceptance Reference attached document detailing GILLIG Hill Hold holding the bus loaded to GVWR on a hill of 20% grade. features See Appendix H

14 Mounting All electrical/electronic hardware shall: Acceptance GILLIG meets or exceeds this requirement – be accessable and replaceable, – be resistant to tampering from passengers, when mounted in the interior of the vehicle. – be mounted in a protective enclosure, when mounted on the exterior of the vehicle and not designed to be installed in an exposed environment. – be mounted in such a manner as to protect it from the environment. – comply with the shock and vibration requirements of SAE J1455 including its mounting. 36 Turning Radius The turning radius of the bus shall be no greater than the Deviation The wheelbase of the E-bus is slightly different than the customer's most recently delivered Gillig bus of similar size. Diesel buses and the turn radius angles will be nominally different (less than an inch difference at all angles). Reference Turn Radius document. See Appendix I

54 HVAC Performance Air conditioner shall provide a minimum 20° F drop in Acceptance GILLIG meets or exceeds this requirement temperature measured at the vents compared to the cabin temperature in outside ambient temperatures where cooling is required. Heater shall provide a minimum of 30° F rise in temperature meased at the vents compared to the cabin temperature in outside ambient temperatures where heating is required. 59 Heater Coolant Hose Material All coolant hoses forward of the firewall shall be designed to Acceptance GILLIG meets or exceeds this requirement last for the life of the bus. 5.8.1 Interior Noise Interior noise levels shall be no louder than the customer's Acceptance Noise levels are reduced compared to Diesel most recently delivered Gillig bus of similar size.

5.8.2 Exterior Noise Exterior noise levels shall be no louder than the cutomer's Acceptance Noise levels are reduced compared to Diesel most recently delivered Gillig bus of similar size.

5.9.1 Materials Bus shall be in compliance with the fire safety practices of Acceptance GILLIG meets or exceeds this requirement FMVSS 302.

Page 58 of 60 9.3.5 Energy Storage System The ESS shall include an active fully automated battery thermal Acceptance GILLIG meets or exceeds this requirement management system. The ESS shall include a battery management system capable of monitoring and maintaining the pack and its component cells within the design operating limits of the pack. The ESS shall include sufficient interlocks, fusing, and automated disconnects necessary to enforce adherence to the packs design limits. The battery management system shall be capable of balancing the voltage and/or SOC of the packs cells without intervention of the transit agency (exception: PM balancing charges are permitted if they are dislcosed in the PM schedule.) The ESS should be designed and installed in such a way that in the unlikely event of thermal runaway, fumes and smoke are directed away from the driver and passenger areas and the doors so as not to hinder emergency egress.

9.3.5 Energy Storage System The bus shall support SAE J1772 DC charging using a Type 1 Acceptance GILLIG meets or exceeds this requirement (Charging) “J1772” CCS/Combo connector. The bus shall be immobilized during charging or anytime a charging cable is plugged in. If overhead charge support is included, it shall comply with SAE J3105 pantograph down.

Information Requests APTA Item Element (bold items need input from Gillig Response Gillig Spec. Language (for Reference) Whitebook TS# GILLIG) (where relevant) 5.1 Weight Provide curb weight Estimated Curb Weight: 33,600 pounds Weight of bus depends on numerous factors regarding options customers include in the bus. 5.1 Capacity Provide GVWR 45,000 pounds Front Axle: 16,000 lbs Rear Axle: 29,000 lbs 5.1 Capacity Provide maximum passenger load The maximum passenger load is dependent on Seated: 38 + 1 driver customer seat model selection, ADA Securements Standee: 37 selected and seating layout. 5.10 Fire suppression Describe any fire suppression systems and explain any Fire suppression system is designed to afford Amerex V-25, 4 Power Train Compartment Nozzles, limitations related to battery fires passengers additional time to deboard the bus Circuit Monitor @ and is not designed to extingush a batttery fire. B-Post (Preferred Location) Currently there is no fire suppression available for the ESS (Batteries). 5.11 Respect for the Environment Describe the plan for reusing or recycling any hazardous waste, See spec note in next cell: GILLIG and Cummins have developed a safe and effective especially battery components battery disposal agreement that offers “Cradle-to-Grave” battery disposal. 5.4 Maintenance and Inspection Provide PM schedule See attached PM schedule Ref Attached See Appendix E

5.6 Training Provide description of training included with the bus and any GILLIG will have a representative visit the Beyond PDI, GILLIG and Cummins do offer in depth optional training available agency's local Cummins distributor to align PDI training courses that would include both on the bus and (Post Delivery Inspection) after delivery. This classroom for an additional fee. Ref attached. would be a detailed orientation on the Battery See Appendix F technology, vehicle safety, system overview, diagnostincs/troubleshooting and general shop talk. This is included as part of the order.

5.6 Manuals & Schematics Provide the following: GILLIG provides as built manuals. Manuals are not •Bus schemacs made until the first bus of a fleet is completed on •Energy Storage System schemacs our production line. This ensures the most •Operator instrucons accurrate up to date information in our manuals. •Training materials •Final parts •Spare parts •Component repair •Diagnos c procedures •Preventa ve maintenance •First responder reference sheets

5.6.1 Technical/Service Provide description of any in-person support provided at the GILLIG rep would visit the agency's local Cummins Beyond PDI, GILLIG and Cummins do offer in depth Representatives transit agency, the duration of the support and any associated distributor to align PDI (Post Delivery Inspection) training courses that would include both on the bus and costs after delivery. This would be a detailed classroom for an additional fee. Ref attached. orientation on the Battery technology, vehicle See Appendix F safety, system overview, diagnostincs/troubleshooting and general shop talk. This is at no cost part of the order and would typically be at least 2 weeks (longer if necessary).

5.7 Operating Environment Provide any ambient temperature limits, humidity limits, At ambient temperature above 120 degrees F, The altitude limits or other environmental limits that may impact EV system will remain bus performance operational with controlled derate to allow vehicle operation. At altitude above 5000Ft the bus will use a different auxiliary coolant heater, but functionality would not change.

6.1 Bus Length Provide bumper to bumper bus length 490.57" (40Ft 10.57in) Gillig Standard Low Floor Diesel, CNG, Hybrid buses are 491.4"

Page 59 of 60 8 Charging Provide a description of charging speed and any factors that Charging speed is dictated by the customer Sol of 355.2 kWh and at EoL is 284.2 kWh. Accessory may influence charging speed (e.g. auxiliary energy use, selected Charger Output. The BTMS is sized to energy consumption will vary with ambient temperature ambient temperature, battery degradation, etc.) handle all charge rates up to an ambient of 120F. and customer selected options: Having accessories on during charging should not increase the charge time unless the charger or EXAMPLES charge inlet does not have adequate capacity. Accessory Load Ambient Temp 4.5kWh 60F or 0 w/diesel coolant htr 12.5 kWh 100F for cooling 28.5kWh 0F w/o diesel coolant htr Energy Consumption will vary with route type Example Altoona Cycle Est. 6 pack at 60F ambient Manhattan (urban) 2.55 kWh/mile Orange County (Arterial) 2.03 kWh/mile UDDS heavy truck (Commuter) 1.89kwh/mile

9 Derating/Load Shedding Provide a description of any load shedding/derating strategies At severly reduced level SoC to conserve the Reference attached derate chart. implement in the bus and the associated SOCs where these remaining range a load shedding feature will turn See Appendix G strategies are employed. off non essential loads specifically the HVAC passenger cooling or heating. Blowers will continue to function. Also driver warnings will inform the driver of the low SoC condition.

9.2 Usable ESS Capacity Provide in kWh the nameplate ESS capacity and the maximum 6 Battery Packs @ 74 kwh @ SOL= 444KW capacity expected to be used in passenger service. The Usable capacity: 59.17 kWh per pack @ SOL= passenger service capacity should exclude any top end capacity 355KW that is inaccessible to the charger as well as capacity with derated performance. 9.2 SOC Meaning Provide a description of the meaning of the dashboard The Dash Mounted MFD will show 100% to 0% indicated SOC. For example, some bus OEMs indicate absolute SOC. This is for the available Useable SOC. The SOC while others provide a SOC to the driver where 100% actual batteries will not use the top and bottom means "full" and 0% means "stop driving." ends of it's usage in order to protect the batteries. The batteries never actually go to 100% or 0% as a form of battery protection, and the MFD SOC displayed will indicate 100% for full useable to 0% for stop driving.

9.2 Regenerative Braking Provide a description of any circumstances that result in Regeneration is controlled by throttle position to noticeable changes in driving feel (e.g. at high state of charge). allow full use of regen before and during brake Regeneration should be fully integrated with ABS and traction application. At high SoC when the battery can not control systems to maximize safety while also avoiding accept regen energy regen will be reduced unnecessary loss of range. resulting in change in driver feel. A dash warning will inform the driver when regen is limited.

9.2 Charging Receptacles Provide a description of the number and location of charge (1) CCS Type1 Connector Located At Rear Curb GILLIG does offer a 2nd CCS Type1 charging receptacle as receptacles. Side as GILLIG's standard offering an option at the front streetside area or the rear streetside area. Or in place of a 2nd CCS Type1 charging receptable, GILLIG can offer an inductive charger by momentum Dynamics or can offer overhead charge rails.

9.2 Energy Saving Measures During Describe operations and management of auxiliary system The bus must be turned off to allow charging to Charging functions during charging: start. Once charging has started, the bus will turn Can the bus be charged while it is powered on? on by the charging system and any accessories Can the bus be charged while it is powered off? could be turned on except propulsion and the air Provide a description of any automated battery or cabin compressor. Once charging is complete the preconditioning available. charging system will automatically turn off which Provide a description of any energy saving measures related to would also turn off any accessories which were bus state during or after charging. turned on. No cabin preconditing features are currently available. During charging energy saving is provided by automatically turning the interior lights off after 10 minutes. After charging is complete energy savings is provided by automicatlly turning off high and low voltage to prevent power draw while parked.

9.2 ESS End-of-life Determination Provide an explanation for how battery end of life is The Cummins system calculates the battery SoH determined especially for the purposes of potential warranty (state of health). Cummins will be able to or battery lease claims, including any quantitative diagnostics. monitor SoH to determine End of Life of the batteries. 11 Hill Hold Describe the ability to adjust hill hold function after delivery. Reference attached document detailing GILLIG See Appendix H Hill Hold features 14.1 Service Provide a list of all special tools, fixtures or facility GILLIG's E-Bus does not require any special requirements recommended for servicing. tooling. The bus is designed to be serviceable using standard type tools that the customer would have and use currently on their previous GILLIG buses 21 Altoona testing Provide the status and anticipated completion data for Altoona GILLIG Altoona testing is approximately 77% testing. complete with anticipated completion date in late February, 2021 25 Towing Describe any differences in towing requirements or operations No Change. GILLIG's towing procedure will remain as compared to the most recently delivered GILLIG bus of the same on the Electric bus as it is on the current similar size. buses.

Page 60 of 60