Loading...
HomeMy WebLinkAboutBID - 5643 INSERT MAILING AND COURIER SERVICE ANNUALCity of Fort Collins AdminiL ative Services Purchasing Division CITY OF FORT COLLINS ADDENDUM No. 4 INSERT MAILING & COURIER SERVICE BID #5643 SPECIFICATIONS AND CONTRACT DOCUMENTS Description of Bid #5643 Insert Mailing & Courier Service OPENING DATE: October 31, 2001, 2:00p.m. (Our Clock) To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. Please use the attached Addendum #4 Bid Schedule when submitting your bid. General Description of Anticipated Services: 1) Utility Bills: Average number per month is 55,000. Pick up materials at PRPA (Platte River Power Authority) or the appropriate City office. Bills require folding. Insert is pre-folded(may have more than one insert). The bill, insert, and return envelope are placed in the envelope. Envelope is sealed. Bundle, prepare for carrier route discount, mails on permit #1, complete the appropriate paperwork, and deliver to post office. Bills must be kept in exact order throughout the process. 2) Electronic Fund Transfer: Average number per month is 4,000. Pick up materials at PRPA deliver to City. Process the same as Utility Bills without return envelope. Pick up materials at City for mailing. Bundle, presort to qualify for automated 3 digit rate, complete appropriate paperwork and deliver to post office 3) Delinquency Notices: Average number per month is 5,000. Pick up materials at PRPA deliver to City. Fold notices. Insert notice and return envelope into envelope. Seal envelope. Pick up materials at City for mailing. Bundle, mails full rate, complete appropriate paperwork and deliver to post office. 4) Final Bills: Average number varies greatly depending on the time of year.. Pick up materials at PRPA deliver to City. Fold statement. Insert statement and return envelope into envelope. Seal envelope. Pick up materials at City for mailing. Bundle, presort to qualify for automated 3 digit rate, complete appropriate paperwork and deliver to post office. 5) New Customer Letter: Pick up from City. Fold personalized letter. Insert letter, water & wastewater rates, residential electric rate brochure into envelope. Seal envelope. Bundle, presort to qualify for automated 3 digit rate, complete appropriate paperwork and deliver to post office. A 215 North Mason Street • 2nd Floor • P.O. Box 580 • Fort Collins, CO 80522-0580 9 (970) 221-6775 • FAX (970) 221-6707 CITY OF FORT COLLINS BID PROPOSAL BID #5643 INSERT MAILING AND COURIER SERVICE BID OPENING: 2:00 P.m. (our clock) October 11, 2001 WE HEREBY ENTER OUR BID FOR THE CITY OF FORT COLLINS' REQUIREMENTS FOR INSERT MAILING AND COURIER SERVICE DURING 2002, PER THE BID INVITATION AND ANY REFERENCED SPECIFICATIONS: Provide all labor, material and equipment necessary to fold, insert, seal, label and deliver mail for 1 st class mail pre-sort, or for bulk mail, to the post office for the City of Fort Collins during the 2002 calendar year. In addition, at the option of the City, the Agreement may be extended for additional one-year periods not to exceed four (4) additional one-year periods. Pricing changes shall be negotiated by and agreed to by both parties in writing and may not exceed the Denver - Boulder CPI-U as published by the Colorado State Planning and Budget Office. Written notice of renewal shall be provided to the Service Provider and mailed no later than ninety (90) days prior to contract end. Additional courier services will also be required. General Description of Anticipated Services: 1) Utility Bills: Average number per month is 55,000. Pick up materials at PRPA (Platte River Power Authority) or the appropriate City office. Bills require folding. Insert is pre-folded(may have more than one insert). The bill, insert, and return envelope are placed in the envelope. Envelope is sealed. Bundle, prepare for carrier route discount, whenever possible, complete the appropriate paperwork, and deliver to post office. Bills must be kept in exact order throughout the process. 2) Delinquency Notices: Average number pe month is 5,000. Pick up material at appropriate City office. Fold notices. Insert notice and return envelope into envelope. Seal envelope. Bundle, prepare for 1 st class automation discount, complete appropriate paperwork and deliver to post office. 'IS-D3 _�'3) Sales and Use Tax Booklet: Mailing of 5;6@9 Sales and Use Tax booklets in February and 2,000 in November. Pick up material at Sales Tax Office, insert return envelopes, seal envelopes, sort by zip code. Bundle, prepare for 1st class automation mailing, complete appropriate paperwork, and deliver to post office. 4) Sales Tax Mailing: Yearly mailing of two -page letter to 7,000 vendors. Pick up material at Sales Tax Office, fold and insert letters, seal, attach labels, sort if necessary. Bundle, prepare for 1 st class automation mailing, complete appropriate paperwork, and deliver to post office. 5) Electric Rates Mailing: Mailing of a brochure and a letter throughout the year. Approximately 25,000 mailed per year. Pick up material at Utility Billing. Fold letter, insert J letter and brochure into envelope seal. Bundle, prepare for 1 st class automation discount, complete appropriate paperwork, and deliver to post office. Samples of #1, and #5 have been provided. If you wish to see a sample of #3 or #4, please call James B. O'Neill at 221-6775. The City of Fort Collins bar codes the zip code on utility bills. Approximately 85-90% of the utility bills qualify for the carrier route postage discount under the U S Postal Rate Reclassification effective July 1, 1996. The majority of the utility bills are printed in carrier route sequence and in order for the City to achieve the maximum postage discount available, it is crucial that the contractor maintain the bills in this sequence during folding, inserting and sorting operations. The mailing contractor will be responsible for the preparation of all documentation required by the Post Office to obtain the carrier route discount at the time the City bills are presented for mailing. Mail that fails to qualify for carrier route rates must be submitted as a separate mailing or co - mingled for 1st class automation rates. Preference may be given to bidders who can co -mingle. Sorting may be necessary on occasion. (1) Envelopes will be supplied to the successful bidder ("contractor"). The contractor will be responsible for picking up the envelopes at the City's warehouse. Envelopes for utility bills and delinquent notices can be picked up any time. Envelopes for brochure mailings -must contact Joanne Agens in billing office prior to picking up at warehouse. Successful bidder must be able to manipulate palletized supplies and warehouse a minimum of 2 pallets at all times. Utility bills and delinquent notices will have the City's mailing permit printed on the envelope. Co -mingling of mail with other firm's mail may be considered, if is determined to be in the best interest of the City. Otherwise, the City's mail imprint is to be used.. The utility bills, brochures, and letters will be picked up by the contractor on a scheduled day. Same -day service is required. If due to an extenuating circumstance, same -day service is not possible, the contractor may be allowed to deliver mail to the post office at noon the day following pick-up. In such cases, prior approval must be obtained from the city representative, Joanne Agens. Include a brief explanation with your bid of how your firm will ensure that this deadline is met. 1 Can pick up envelopes at warehouse 700 Wood St for mailing #5. Utility billing envelopes are stored at the contractors' warehouse. Contractor maintains inventory and lets us know when to re -order. 4 BID SCHEDULE PICK-UP AND DELIVERY OF ALL MATERIAL SHALL BE INCLUDED IN THE PRICES GIVEN UTILITY BILLING NOTICES AND DELINQUENCY NOTICES $ /M (See "General Description of Services".) ADDITIONAL CHARGE TO SEAL ENVELOPE $ /M COST TO FOLD, INSERT, SEAL, ATTACH LABEL, AND PREPARE FOR FIRST-CLASS AUTOMATION MAILING $ /M COST OF ADDITIONAL INSERT REQUIRING FOLDING $ /M COST OF ADDITIONAL INSERT NOT REQUIRING FOLDING $ /M COST TO FOLD, STAPLE, SORT, AND MAIL FLAT SHEETS FIRST-CLASS AUTOMATION $ /M COST TO FOLD, STAPLE, SORT, AND BULK MAIL FLAT SHEETS $ /M COURIER SERVICE BETWEEN PRPA AND UTILITY BILLING OFFICE $ /time WAREHOUSING $ /pallet/M Will a City representative be allowed to inspect your facility, if requested? YES - NO FIRM NAME: Address: Phone/Fax: 5 SERVICES AGREEMENT THIS AGREEMENT made and entered into the day and year set forth below by and between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the "City" and , hereinafter referred to as "Service Provider". WITNESSETH: In consideration of the mutual covenants and obligations herein expressed, it is agreed by and between the parties hereto as follows: 1. Scope of Services. The Service Provider agrees to provide services in accordance with the scope of services attached hereto as Exhibit "A", consisting of ( ) page[s], and incorporated herein by this reference. 2. The Work Schedule. [Optional] The services to be performed pursuant to this Agreement shall be performed in accordance with the Work Schedule attached hereto as Exhibit "B", consisting of ( ) page[s], and incorporated herein by this reference. 3. Time of Commencement and Completion of Services The services to be performed pursuant to this Agreement shall be initiated within ( ) days following execution of this Agreement. Services shall be completed no later than Time is of the essence. Any extensions of the time limit set forth above must be agreed upon in a writing signed by the parties. 4. Contract Period. [Option 1] This Agreement shall commence upon the date of execution shown on the signature page of this Agreement and shall continue in full force and effect for one (1) year, unless sooner terminated as herein provided. In addition, at the option of the City, the Agreement may be extended for an additional period of one (1) year at the rates provided with written notice to the Professional mailed no later than ninety (90) days prior to contract end. 4. Contract Period. [Option 2] This Agreement shall commence 2000, and SA 10/97 M shall continue in full force and effect until , 2000, unless sooner terminated as herein provided. In addition, at the option of the City, the Agreement may be extended for additional one year periods not to exceed _ (_) additional one year periods. Pricing changes shall be negotiated by and agreed to by both parties and may not exceed the Denver - Boulder CPI-U as published by the Colorado State Planning and Budget Office. Written notice of renewal shall be provided to the Service Provider and mailed no later than ninety (90) days prior to contract end. 5. Delay. If either party is prevented in whole or in part from performing its obligations by unforeseeable causes beyond its reasonable control and without its fault or negligence, then the party so prevented shall be excused from whatever performance is prevented by such cause. To the extent that the performance is actually prevented, the Service Provider must provide written notice to the City of such condition within fifteen (15) days from the onset of such condition. [Early Termination clause here as an option. 6. Early Termination by City/Notice. Notwithstanding the time periods contained herein, the City may terminate this Agreement at any time without cause by providing written notice of termination to the Service Provider. Such notice shall be delivered at least fifteen (15) days prior to the termination date contained in said notice unless otherwise agreed in writing by the parties. All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to the following addresses: City: Service Provider: SA 10/97 7 In the event of early termination by the City, the Service Provider shall be paid for services rendered to the date of termination, subject only to the satisfactory performance of the Service Provider's obligations under this Agreement. Such payment shall be the Service Provider's sole right and remedy for such termination. 7. Contract Sum. The City shall pay the Service provider for the performance of this Contract, subject to additions and deletions provided herein, the sum of ($ ) [Option Cost Breakdown is attached Exhibit "C"] Dollars 8. City Representative. The City will designate, prior to commencement of the work, its representative who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the services provided under this agreement. All requests concerning this agreement shall be directed to the City Representative. 9. Independent Service provider. The services to be performed by Service Provider are those of an independent service provider and not of an employee of the City of Fort Collins. The City shall not be responsible for withholding any portion of Service Provider's compensation hereunder for the payment of FICA, Workmen's Compensation or other taxes or benefits or for any other purpose. 10. Personal Services. It is understood that the City enters into the Agreement based on the special abilities of the Service Provider and that this Agreement shall be considered as an agreement for personal services. Accordingly, the Service Provider shall neither assign any responsibilities nor delegate any duties arising under the Agreement without the prior written consent of the City. 11. Acceptance Not Waiver. The City's approval or acceptance of, or payment for any of the services shall not be construed to operate as a waiver of any rights or benefits provided to the City under this Agreement or cause of action arising out of performance of this Agreement. SA 10/97 8 12. Warran . (a) Service Provider warrants that all work performed hereunder shall be performed with the highest degree of competence and care in accordance with accepted standards for work of a similar nature. (b) Unless otherwise provided in the Agreement, all materials and equipment incorporated into any work shall be new and, where not specified, of the most suitable grade of their respective kinds for their intended use, and all workmanship shall be acceptable to City. (c) Service Provider warrants all equipment, materials, labor and other work, provided under this Agreement, except City -furnished materials, equipment and labor, against defects and nonconformances in design, materials and workmanship/workwomanship for a period beginning with the start of the work and ending twelve (12) months from and after final acceptance under the Agreement, regardless whether the same were furnished or performed by Service Provider or by any of its subcontractors of any tier. Upon receipt of written notice from City of any such defect or nonconformances, the affected item or part thereof shall be redesigned, repaired or replaced by Service Provider in a manner and at a time acceptable to City. 13. Default. Each and every term and condition hereof shall be deemed to be a material element of this Agreement. In the event either parry should fail or refuse to perform according to the terms of this agreement, such party may be declared in default thereof. 14. Remedies. In the event a party has been declared in default, such defaulting party shall be allowed a period of ten (10) days within which to cure said default. In the event the default remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek damages; (b) treat the Agreement as continuing and require specific performance; or (c) avail himself of any other remedy at law or equity. If the non -defaulting party commences legal or equitable actions against the defaulting party, the defaulting party shall be liable to the non - defaulting party for the non -defaulting parry's reasonable attorney fees and costs incurred because of the default. 15. Binding Effect. This writing, together with the exhibits hereto, constitutes the entire SA 10/97 M agreement between the parties and shall be binding upon said parties, their officers, employees, agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal representatives, successors and assigns of said parties. 16. Indemnity/Insurance. a. The Service Provider agrees to indemnify and save harmless the City, its officers, agents and employees against and from any and all actions, suits, claims, demands or liability of any character whatsoever brought or asserted for injuries to or death of any person or persons, or damages to property arising out of, result from or occurring in connection with the performance of any service hereunder. b. The Service Provider shall take all necessary precautions in performing the work hereunder to prevent injury to persons and property. c. Without limiting any of the Service Provider's obligations hereunder, the Service Provider shall provide and maintain insurance coverage naming the City as an additional insured under this Agreement of the type and with the limits specified within Exhibit _, consisting of (_) pages[s], attached hereto and incorporated herein by this reference. The Service Provider before commencing services hereunder, shall deliver to the City's Director of Purchasing and Risk Management, 256 West Mountain Avenue, Fort Collins, Colorado 80521 one copy of a certificate evidencing the insurance coverage required from an insurance company acceptable to the City. 17. Entire Agreement. This Agreement, along with all Exhibits and other documents incorporated herein, shall constitute the entire Agreement of the parties. Covenants or representations not contained in this Agreement shall not be binding on the parties. 18. Law/Severability. The laws of the State of Colorado shall govern the construction interpretation, execution and enforcement of this Agreement. In the event any provision of this Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, such holding shall not invalidate or render unenforceable any other provision of this Agreement. SA 10/97 IN 19. Special Provisions. [Optional] Special provisions or conditions relating to the services to be performed pursuant to this Agreement are set forth in Exhibit _, consisting of ( ) page[s], attached hereto and incorporated herein by this reference. ATTEST: City Clerk APPROVED AS TO FORM: Assistant City Attorney CITY OF FORT COLLINS, COLORADO a municipal corporation By: John F. Fischbach City Manager By: James B. O'Neill II, CPPO, FNIGP Director of Purchasing and Risk Management Date: [Insert Corporation's name] or [Insert Partnership name] or [Insert individual's name] Doing business as [insert name of business] By: PRINT NAME CORPORATE PRESIDENT OR VICE PRESIDENT Date: ATTEST: (Corporate Seal) CORPORATE SECRETARY SA 10197 11 6) Property Owner Notice: Pick up from City. Personalized letter, folded, inserted into #10 Envelope. Bundle, presort to qualify for automated 3 digit rate, complete appropriate paperwork and deliver to post office. 7) Sales and Use Tax: Mailing of 2,500. Pick up from Sales Tax Office. Mailed approximately November to December. Consisting of 1 81/2 x 11 sheet and one regular window envelope inserted into a #10 envelope, seal. Bundle, presort to qualify for automated 3 digit rate, complete appropriate paperwork and deliver to post office. 8) Monthly returns.: 2,500 mailed in January. Pick up from Sales Tax Office. Separate into groups of 12 forms, insert 12 forms, 12 return envelopes into 9/12 envelope, seal. Bundle, presort to qualify for automated 3 digit rate, complete appropriate paperwork and deliver to post office. 9) Quarterly returns: 2,500 mailed in January. Pick up from Sales Tax Office. Separate into groups of 4 forms, insert 4 forms, 4return envelopes into 9/12 envelope, seal. Bundle, presort to qualify for automated 3 digit rate, complete appropriate paperwork and deliver to post office. 10) Sales Tax Mailing: Yearly mailing of two -page letter to 7,000 vendors. Pick up material at Sales Tax Office, fold and insert letters, seal, address, sort if necessary. Bundle, prepare for 1st class automation mailing, complete appropriate paperwork, and deliver to post office. If you have any questions please contact James B. O'Neill II, CPPO, FNIGP, Director of Purchasing and Risk Management, at 970-221-6775. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. 2 FIRM NAME: INSERT MAILING & COURIER SERVICE #5643 ADDENDUM #4 BID SCHEDULE UTILITY BILLING: REGULAR. FOLD STATEMENT, INSERT STATEMENT, REPLY ENVELOPE, NEWSLETTER, AND 1 ADDITIONAL INSERT SEAL MAILS ON PERMIT #1 $ /M ELECTRONIC FUNDS TRANSFER. SAME AS ABOVE WITHOUT RETURN ENVELOPE SEAL MUST BE PRESORTED TO QUALIFY FOR AUTOMATED 3 DIGIT RATE.$ /M FINAL BILLS. FOLD STATEMENT, INSERT STATEMENT, REPLY ENVELOPE, SEAL MUST BE PRESORTED TO QUALIFY FOR AUTOMATED 3 DIGIT RATE. $ /M DELINQUENT NOTICE. FOLD STATEMENT, INSERT STATEMENT, REPLY ENVELOPE, SEAL MUST BE PRESORTED TO QUALIFY FOR AUTOMATED 3 DIGIT RATE. $ /M PROPERTY OWNER NOTICE. FOLD STATEMENT, INSERT STATEMENT, SEAL MAILS AT FULL RATE. $ /M NEW CUSTOMER LETTERS. FOLD PERSONALIZED LETTER, INSERT LETTER, WATER & WASTEWATER RATES, RESIDENTIAL ELECTRIC RATE BROCHURE, SEAL MUST BE PRESORTED TO QUALIFY FOR AUTOMATED 3 DIGIT RATE. $ /M ADDITIONAL INSERT REQUIRING FOLDING $ /M ADDITIONAL INSERT NOT REQUIRING FOLDING $ /M 'cl COST TO ADDRESS, TAB, SORT LETTER SIZE SELF MAILER. NOT REQUIRING FOLDING $ /M COST TO ADDRESS, TAB, SORT LETTER SIZE SELF MAILER REQUIRING FOLDING $ /M SALES TAX MAILINGS: 2,500 MAILED APPROXIMATELY NOVEMBER TO DECEMBER, CONSISTING OF 1 81/2 X 11 SHEET AND ONE REGULAR WINDOW ENVELOPE INSERTED INTO A #10 ENVELOPE. SEAL $ /M MONTHLY RETURNS. 2,500 MAILED IN JANUARY: SEPARATE INTO GROUPS OF 12 FORMS, INSERT 12 FORMS, 12 RETURN ENVELOPES INTO 9/12 ENVELOPE. SEAL $ /M QUARTERLY RETURNS. 2,500 MAILED IN JANUARY: SEPARATE INTO GROUPS OF 4 FORMS, INSERT 4 FORMS, 4 RETURN ENVELOPES, INTO 9/12 ENVELOPE. SEAL $ /M COURIER SERVICE: PRPA TO VENDOR PRPA TO UTILITY BILLING UTILITY BILLING TO VENDOR WAREHOUSING Will a City representative be allowed to inspect your facility, if requested? FIRM ADDRESS: PHONE/FAX: $ /Ea. Trip $ /Ea. Trip $ /Ea. Trip $ /pallet/M YES_ NO n City of Fort Collins Adminis _alive Services Purchasing Division CITY OF FORT COLLINS ADDENDUM No. 3 BID #5643 INSERT MAILING & COURIER SERVICE SPECIFICATIONS AND CONTRACT DOCUMENTS Description of Bid #5643 Insert Mailing & Courier Service OPENING DATE: October 15, 2001, 2:00p.m. (Our Clock) To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. The bid opening date has been changed from October 15, 2001 to October 31, 2001, 2:00p.m. (Our Clock). Additional bid information will be made available on October 18, 2001. If you have any questions please contact James B. O'Neill II, CPPO, FNIGP, Director of Purchasing and Risk Management, at 970-221-6775. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. 215 North Mason Street • 2nd Floor • P.O. Box 580 • Fort Collins, CO 80522-0580 • (970) 221-6775 • FAX (970) 221-6707 City of Fort Collins Admini:, _alive Services Purchasing Division CITY OF FORT COLLINS ADDENDUM No. 2 INSERT MAILING & COURIER SERVICE BID #5643 SPECIFICATIONS AND CONTRACT DOCUMENTS Description of Bid #5643 Insert Mailing & Courier Service OPENING DATE: October 11, 2001, 2:00p.m. (Our Clock) To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. The bid opening date has been changed from October 11, 2001 to October 15, 2001, 2:00p.m. (Our Clock). Please use the attached Addendum #2 Bid Schedule when submitting your bid. If you have any questions please contact James B. O'Neill II, CPPO, FNIGP, Director of Purchasing and Risk Management, at 970-221-6775. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. 215 North Mason Street • 2nd Floor • P.O. Box 580 • Fort Collins, CO 80522-0580 • (970) 221-6775 • FAX (970) 221-6707 City of Fort Collins AdminiL ._alive Services Purchasing Division CITY OF FORT COLLINS ADDENDUM No. 1 September 28, 2001 SPECIFICATIONS AND CONTRACT DOCUMENTS Description of Bid #5643, Insert Mailing & Courier Services OPENING DATE: 2:00 p.m., October 11, 2001 To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. Samples not attached to original bid. Page 4, paragraph 2 - Samples of #1 and #5 have been provided. If you wish to see a sample of #3 or #4, please call James B. O'Neill at (970) 221-6775. Please call James B. O'Neill at (970) 221-6775 to request a copy of Samples of #1 and #5. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. 215 North Mason Street a 2nd Floor • P.O. Box 580 • Fort Collins, CO 80522-0580 9 (970) 221-6775 • FAX (970) 221-6707 City of Fort Collins Adminis...tive Services Purchasing Division CITY OF FORT COLLINS INVITATION TO BID BID #5643 INSERT MAILING AND COURIER SERVICE BID OPENING: OCTOBER 11, 2001, 2:OOP.M. (our clock) Sealed bids will be received and publicly opened at the office of the Director Of Purchasing and Risk Management, PO Box 580, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80522, at the time and date noted on the bid�roposal and/or contract documents. If delivered, they are to be sent to 215 North Mason Street, 2" Floor, Fort Collins, Colorado 80524. If mailed, the address is P.O. Box 580, Fort Collins, 80522-0580. Bids must be received at the Purchasing Office prior to 2:00p.m. (our clock), October 11, 2001. A copy of the Bid may be obtained as follows: Call the Purchasing Fax -line, 970-416-2033 and follow the verbal instruction to request document #25643. (The bid number must be preceded by a 2 when using the Fax -line.) 2. Download the Bid from the Purchasing Webpage, Current Bids page, at: www.fcgov.com/purchasing. 3. Come by Purchasing at 215 North Mason St., 2nd floor., Fort Collins, and request a copy of the Bid. Special Instructions All bids must be properly signed by an authorized representative of the company with the legal capacity to bind the company to the agreement. Bids may be withdrawn up to the date and hour set for closing. Once bids have been accepted by the City and closing has occurred, failure to enter into contract or honor the purchase order will be cause for removal of supplier's name from the City of Fort Collins' bidders list for a period of twelve months from the date of the opening. The City may also pursue any remedies available at law or in equity. Bid prices must be held firm for a period of forty-five (45) days after bid openings. Submission of a bid is deemed as acceptance of all terms, conditions and specifications contained in the City's specifications initially provided to the bidder. Any proposed modification must be accepted in writing by the City prior to award of the bid. Only bids properly received by the Purchasing Office will be accepted. All bids should be clearly identified by the bid number and bid name contained in the bid proposal. No proposal will be accepted from, or any purchase order awarded, to any person, firm or corporation in default on any obligation to the City. Bids must be furnished exclusive of any federal excise tax, wherever applicable. 215 North Mason Street • 2nd Floor • P.O. Box 580 • Fort Collins, CO 80522-0580 • (970) 221-6775 • FAX (970) 221-6707 Bidders must be properly licensed and secure necessary permits wherever applicable Bidders not responding to this bid will be removed from our automated vendor listing for the subject commodities. The City may elect where applicable, to award bids on an individual item/group basis or on a total bid basis, whichever is most beneficial to the City. The City reserves the right to accept or reject any and all bids, and to waive any irregularities or informalities. Sales prohibited/conflict of interest: no officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision - making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity, favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited. Freight terms: unless otherwise noted, all freight is F.O.B. Destination, Freight Prepaid. All freight charges must be included in prices submitted on proposal. Discounts: any discounts allowed for prompt payment, etc., must be reflected in bid figures and not entered as separate pricing on the proposal form. Purchasing restrictions: your authorized signature of this bid assures your firm's compliance with the City's purchasing restrictions. A copy of the resolutions are available for review in the Purchasing Office or the City Clerk's Office. Request Resolution 91-121 for cement restrictions. Collusive or sham bids: any bid deemed to be collusive or a sham bid will be rejected and reported to authorities as such. Your authorized signature of this bid assures that such bid is genuine and is not a collusive or sham bid. Bid results: for information regarding results for individual bids send a self-addressed, self -stamped envelope and a bid tally will be mailed to you. Bid results will be posted in our office 7 days after the bid opening. am s B. O'Neill II, CPPO, FNIGP for of Purchasing and Risk Management 2