Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout157778 SCOTCHIES CLEANERS - CONTRACT - BID - 7037 DRY CLEANING SERVICES (2)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 Camelot Cleaners, 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. Scooe of Services. The Service Provider agrees to, provide services in
accordance with the scope of services attached hereto as Exhibit "A", consisting of two (2)
pages and incorporated herein by this reference.
2. Contract Period. 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 until
July 14, 2010, 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 four (4)
additional one year periods. Renewals and pricing changes shall be negotiated by and agreed
to by both parties. The Denver Boulder Greeley CPIU published by the Colorado State Planning
and Budget Office will be used as a guide. Written notice of renewal shall be provided to the
Service Provider and mailed no later than ninety (90) days prior to contract end.
3. 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.
4. 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
1
SA rev07/08
EXHIBIT B
INSURANCE REQUIREMENTS
1. The Service Provider will provide, from insurance companies acceptable to the
City, the insurance coverage designated hereinafter and pay all costs. Before
commencing work under this bid, the Service Provider shall furnish the City with
certificates of insurance showing the type, amount, class of operations covered, effective
dates and date of expiration of policies, and containing substantially the following
statement:
"The insurance evidenced by this Certificate will not be cancelled or materially
altered, except after ten (10) days written notice has been received by the City of Fort
Collins."
In case of the breach of any provision of the Insurance Requirements, the City, at its
option, may take out and maintain, at the expense of the Service Provider, such
insurance as the City may deem proper and may deduct the cost of such insurance from
any monies which may be due or become due the Service Provider under this
Agreement. The City, its officers, agents and employees shall be named as additional
insureds on the Service Provider's general liability and automobile liability insurance
policies for any claims arising out of work performed under this Agreement.
2. Insurance coverages shall be as follows:
A. Workers' Compensation & Employer's Liability. The Service Provider
shall maintain during the life of this Agreement for all of the Service Provider's
employees engaged in work performed under this agreement:
Workers' Compensation insurance with statutory limits as required
by Colorado law.
2. Employer's Liability insurance with limits of $100,000 per accident,
$500,000 disease aggregate, and $100,000 disease each
employee.
B. Commercial General & Vehicle Liability. The Service Provider shall
maintain during the life of this Agreement such commercial general liability and
automobile liability insurance as will provide coverage for damage claims of
personal injury, including accidental death, as well as for claims for property
damage, which may arise directly or indirectly from the performance of work
under this Agreement. Coverage for property damage shall be on a "broad form"
basis. The amount of insurance for each coverage, Commercial General and
Vehicle, shall not be less than $500,000 combined single limits for bodily injury
and property damage.
In the event any work is performed by a subcontractor, the Service Provider shall
be responsible for any liability directly or indirectly arising out of the work
performed under this Agreement by a subcontractor, which liability is not covered
by the subcontractor's insurance.
SA rev07/08
ACORD DATE (MM/DD/YYYY)
TM. CERTIFICATE OF LIABILITY INSURANCE 06/05/2009
PRODUCER Phone: (303)443-1586 Fax: (303)443-7601 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
MEYERSDINING PROPERTY CASUALTY LLC ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
3011 BROADWAY ST. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
BOULDER CO 80304 1 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE NAIC #
Agency Lic#: 86073
INSURED INSURER A: Hartford Casualty Insurance Company 29424
DEAN ARCHAMBO INSURER B:
DBA CAMELOT CLEANERS INSURER C:
2649 E. MULBERRY SUITE # 11A
FORT COLLINS CO 80524 INSURER D:
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
ADD•L
INSR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE MM/DD
POLICY EXPIRATION
DATE MMIDD
LIMITS
GENERAL LIABILITY
34SBAVR7773
08/29/08
08/29/09
EACH OCCURRENCE
$ 1,000,000
DAMAGE TO RENTED
PREMISES Ea occurence)
$ 300,000
X COMMERCIAL GENERAL LIABILITY
CLAIMS MADE OCCUR
MED. EXP (Any one person)
$ 10,000
A
PERSONAL & ADV INJURY
$ 1,000,000
GENERAL AGGREGATE
$ 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS-COMP/OP AGG.
$ 2,000,000
PRO -
17 POLICY JECT LOC
AUTOMOBILE
LIABILITY
COMBINED SINGLE LIMIT
ANY AUTO
(Ea accident)
$
BODILY INJURY
ALL OWNED AUTOS
SCHEDULED AUTOS
-
(Per person)
$
HIRED AUTOS
NON -OWNED AUTOS
BODILY INJURY
(Per accident)
$
PROPERTY DAMAGE
(Per accident)
$
GARAGE LIABILITY
AUTO ONLY =EA ACCIDENT
$
OTHER THAN EA ACC
$
ANY AUTO
AUTO ONLY: AGG
$
EXCESS / UMBRELLA LIABILITY
EACH OCCURRENCE
$
OCCUR ❑ CLAIMS MADE
AGGREGATE
$
DEDUCTIBLE
$
RETENTION $
$
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
TU-
we Y LIMIT OTHER
WC S LIMITS
E.L. EACH ACCIDENT
$
ANY PROPRIETOR/PARTNER/EXECUTIVE
E.L. DISEASE -EA EMPLOYEE
$
OFFICERIMEMBER EXCLUDED?
If yes, describe under
SPECIAL PROVISIONS below
E.L. DISEASE -POLICY LIMIT
$
OTHER:
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS
City of Fort Collins is named as additional insured as their interest may appear.
I.CR I Ir it m I C IIULUCK GANLaLLA 1 IUN
City of Fort Collins, Colorado
Purchasing Division
215 N. Mson, 2nd Floor
P.O. Box 580
Fort Collins, CO 80522
Fax # 970-221-6707
Attention: Ed Bonnette
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS
WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO
DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS
AGENTS OR REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
� ISfI� Jaf1�S r�
AGORD 25 (2001/08) Certificate # 9326 © ACORD CORPORATION 1988
EXHIBIT C
DRY CLEANING PRICES FOR 2008-2009 CONTRACT; CAMELOT CLEANERS
Item
Description
Price, each
1
Shirts, short -sleeve, uniformed officers. Clean
as specified by officer, mend as needed, press
$1.75
with military creases, return wrinkle -free on
hangers.
1A
Shirts, long -sleeve, uniformed officers. Clean
as specified by officer, mend as needed, press
$1.75
with military creases, return wrinkle -free on
han ers.
2
Shirts, plain clothes officers. Clean as specified
by officer, return wrinkle -free on hangers.
$1.75
3
Trousers, uniformed officers.
Clean as specified by officer, return wrinkle -free.
$2.75
4
Trousers, plain clothes officers.
Clean as specified by officer, return wrinkle -free.
$2.75
5
Jackets, uniformed officers.
Dry clean as specked by officer, return wrinkle-
$5.00
free on hangers with no mats in pile.
6
Sport Coats, plain clothes officers.
Dry clean as specified by officer, return wrinkle-
$2.75
free on hangers.
7
Hats, uniformed officers.
Dry clean hat as specified by officer.
$1.00
8
Neckties, uniformed and plain clothes officer.
Dry clean as specified by officer.
$1.00
9
Skirts, plain clothes officer.
Clean as specified by officer, mend as needed,
$2.75
return wrinkle -free on hangers.
10
Dresses, plain clothes officer.
Clean as specified by officer, mend as needed,
$5.00
return wrinkle -free on hangers.
11
Blouses, plain clothes officer.
Clean as specified by officer, mend as needed,
$1.75
return wrinkle -free on hangers.
SA rev07/08
Item
Description
Price, each
12
Vests, plain clothes officer.
Clean as specified by officer, mend as needed,
$1.00
return wrinkle -free on hangers.
13
Sweaters, uniformed officers.
Dry clean as specified by officer, return wrinkle-
$2.75
free on hangers with no mats in pile.
14
Sweaters, plain clothes officers.
,Dry clean as specified by officer, return wrinkle-
$2.75
free on hangers.
ALTERATIONS PRICES FOR 2008-2009 CONTRACT; CAMELOT CLEANERS
Description
Price, each
1 — Taking up and tapering of pants
$12.00
2 — Taking up and letting out waist
$12.00
3 — Shortening or lengthening trousers
$12.00
4 — Taking up and tapering of shirt body and sleeves
$14.00
5 — Taking up sleeve length
$10.00
SA rev07/08
BID PROPOSAL: Bid # 7037, Dry Cleaning Services Company Name Lre 1C,* ( tteane r.5
1. DRY CLEANING: Quantities are approximate annual estimates for bidding purposes
only. Actual quantities may be subdivided by multiple awards based on location.
Item
Description
Qty.
Price, each
Price, total
1
Shirts, short -sleeve, uniformed officers. Clean
as specified by officer, mend as needed, press
4000
$
$7;
with military creases, return wrinkle -free on
hangers.
I
Shirts, long -sleeve, uniformed officers. Clean
as specified by officer, mend as needed, press
4000
$ L�
$ -7�
with military creases, return wrinkle -free on
hangers.
2
Shirts, plain clothes officers. Clean as specified
by officer, return wrinkle -free on hangers.
4000
$
3
Trousers, uniformed officers.
S
Clean as specified by officer, return wrinkle -free.
3500
$ 2 •
$ 2 .��
4
-Trousers, plain clothes officers.
Clean as specified by officer, return wrinkle -free.
4000
$ 2 s
$ oOo .�
5
Jackets, uniformed officers.
Dry clean as specified by officer, return wrinkle-
100
$
$V-soo
free on hangers with no mats in pile.
6
Sport Coats, plain clothes officers.
�J
Dry clean as specified by officer, return wrinkle-
100
$2 .� s
$
free on hangers.
7
Hats, uniformed officers.
1
Dry clean hat as specified by officer.
(As
$ ,
Need),-
8
Neckties, uniformed and plain clothes officer.
C) a
Dry clean as specified by officer.
50
$
9
Skirts, plain clothes officer.
1
Clean as specified by officer, mend as needed,
(As
$
$ `L S
return wrinkle -free on hangers.
Need)
10
Dresses, plain clothes officer.
1
Clean as specified by officer, mend as needed,
(As
$ 5•vo
$ cj•o�
return wrinkle -free on hangers.
Need)
11
Blouses, plain clothes officer.
Clean as specified by officer, mend as needed,
300
$S
$'� Jti
return wrinkle -free on hangers.
N.
SA rev07/08
Item
Description
Qty.
Price, each
Price, total
12
Vests, plain clothes officer.
Clean as specified by officer, mend as needed,
50
$��
$ P)C?
return wrinkle -free on hangers.
13
Sweaters, uniformed officers.
50
Dry clean as specified by officer, return wrinkle-
$ I s"I , 5o
free on hangers with no mats in pile.
14
Sweaters, plain clothes officers.
200
'l -7 S
D6
Dry clean as specified by officer, return wrinkle-
$
free on hangers.
Total of all items
$ 9�.zs
2. ALTERATIONS:
Price for alteration services, as follows:
S'p 1 rat6.25
Description
Price, each
1 — Taking up and tapering of pants
$ 1 '2. 0
2 — Taking up and letting out waist
$ 11. o `�
3 — Shortening or lengthening trousers
$ I Z • 0 0
4 — Taking up and tapering of shirt body and sleeves
$
5 — Taking up sleeve length
$ i O .Co
Total
$ (D b fo
Total divided by 5 = Average Cost of Alterations
$ 12.0 6
3. TAILORING: (Must Check One)
Are tailoring services available at your place of business during normal busi5efs hours? Full
time (30-40 hours a week) . Part time ( under 30 hours per week) Not available
4. OWNERSHIP HISTORY: (Must Check One)
How long have the present owners operated the business? More than 5 years V. Between 2
and 5 years . Less than 2 years
5. LOCATION INFORMATION:
Main location, address and business hours:
Address: ?,(PA Q) C _MiAi%PYr,,l 0 A EovA Lo 1, r,S (O • S05z-I
Monday -Friday: CP AM to LA_ PM and Saturday: dDi eA AM to c] (_ PM
7
SA rev07/08
Please List the same information for any and all satellite locations where uniforms can be
returned to the officer, cleaned and ready for use, within two working days.
Use a separate sheet, if necessary.
Address: '-12-S S . Lerv\00.,,1 I^ 2 FoV4 Call (In S C,O gND_ Z `I
Monday -Friday: -1 AM to 1 PM and Saturday: B AM to � PM
Address: 'ZIPO a _t rv\ hc_y1 � i v\f_ FcN-� Col \ in S Co 2)052L4
Monday -Friday: -7 : 3 o AM to --j PM and Saturday: 8 AM to � PM
Address:
Monday -Friday: AM to PM and Saturday: AM to PM
6. BILLING CAPABILITY:
Service Provider must be able to provide accurate, detailed, itemized Monthly Statements.
Please enclose samples to illustrate your capabilities to do so.
REFERENCES:
On a separate sheet, submit the names, phone numbers, and contacts for three or more
business or governmental entities for which your company provides uniform dry cleaning
services.
8
SA rev07/08
Vendor Name: C i CAM — I CA �� -OLn r-S
Address: 2 .A91 E, M l.O b1r t l 11 Gk
'I--ov -� 66t t ,n 5 Co qbS ZL4
Telephone # (DI-1 QLAt9 2)-1QU FAX # '110 1q 1 I J'4/
e-mail address: t` I V h 1' OL () 35 (P m sir) . C.G✓Yl
Respondent Name T I X�l✓� Ay(�hcmuVU
(PI se tint)
By:
� -X—A hbafm aaRoynGt6
(Sign to
PLEASE GO TO www.fcgov.com/purchasing TO REGISTER IN OUR E-
PROCUREMENT SYSTEM FOR FUTURE BID OPPORTUNITIES! BE SURE TO
SELECT ALL APPROPRIATE COMMODITY CODESI
COMMODITY CODE USED FOR THIS BID IS:
954-20 DRY CLEANING SERVICES
SA rev07/08
Sheriff name
Badge number
Invoice
Amount
jason
adler
2016
13822
$
4.89
$
4.89
jeff
armentrout
400
13804
$
4.89
jeff
armentrout
400
13805
$
4.89
$
9.78
justin
atwood
208
14136
$
8.56
$
8.56
troy
badberg
98042
13634
$
6.12
troy
badberg
98042
13760
$
4.89
troy
badberg
98042
14206
$
4.89
troy
badberg
98042
14042
$
4.89
$
20.79
gerald
baker
94017
13618
$
4.90
gerald
baker
94017
13861
$
4.89
gerald
baker
94017
14157
$
4.89
$
14.68
berg
98038
24299
$
9.60
$
9.60
bill
berglin
1041
13697
$
4.89
bill
berglin
1041
14150
$
4.89
bill
berglin
1041
14150
$
3.06
$
12.84
berglund
98001
61616
$
4.80
$
4.80
darren
brand
440
13699
$
4.89
darren
brand
440
14209
$
4.89
$
9.78
mike
brooks
97021
13771
$
9.79
mike
brooks
97021
13869
$
9.79
$
19.58
cano
99052
61786
$
13.80
cano
99052
61417
$
7.80
cano
99052
60994
$
12.60
$
34.20
robert
coleman
2023
13730
$
9.18
robert
coleman
2023
13960
$
7.34
robert
coleman
2023
13961
$
5.51
robert
coleman
2023
13962
$
6.12
$
28.15
francis
connor
9839
13635
$
4.89
francis
connor
9839
13831
$
4.89
francis
connor
3839
14149
$
4.89
$
14.67
robert
cook
88027
13719
$
6.73
robert
cook
88027
13720
$
12.24
robert
cook
88027
13721
$
7.34
cook
8827
6776
$
25.80
$
52.11
coxon
3041
44065
$
9.60
coxon
341
24282
$
12.00
$
21.60
kindel
kindel
jim
jim
ken
ken
mike
mike
Chris
chris
chris
les
les
bryce
aaron
cross
cross
cross
cross
dakins
dakins
daniels
daniels
disner
disner
dunn
dunn
dunn
dunn
elliott
elliott
emarly
emmerling
emmerling
emmerly
emmerly
esters
esters
gilliland
gilliland
gilliland
godwin
godwin
griffin
gropp
hanrele
harkin
hebeth
hendrie
hendrie
hendrie
5004 24411, $
504 24398 $
504 24337 $
504 24312 $
99058 44037 $
99058 24355 $
94009 13660 $
94009 13911 $
92003 13859 $
92003 13860 $
38018 6804 $
38018 6620 $
38018 6486 $
38018 6369 $
9130 14175 $
9130 14176 $
6910 44075 $
3405 24324 $
48 24325 $
48 24409 $
3405 24410 $
9405 13818 $
9405 13987 $
9957 13700 $
9957 14041 $
9957 13870 $
244 13932 $
2044 14052 $
5033 14185 $
1019 13651 $
9829 24406 $
2014 62083 $
9829 24314 $
3040 6559 $
3040 6415 $
3040 6752 $
4.80
4.80
4.80
4.80
$ 19.20
6.60
6.60
$ 13.20
4.89
4.89
$ 9.78
9.18
9.18
$ 18.36
4.80
4.80
4.80
4.80
$ 19.20
3.06
12.85
$ 15.91
4.80
4.80
4.80
4.80
4.80
$ 24.00
3.06
6.73
$ 9.79
3.67
3.67
1.84
$ 9.18
6.73
8.56
$ 15.29
12.85
$ 12.85
1.84
$ 1.84
4.80
$ 4.80
10.80
$ 10.80
3.00
$ 3.00
4.80
4.80
4.80
$ 14.40
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 of Fort Collins
Attn: Purchasing
PO Box 580
Fort Collins, CO 80522
City of Fort Collins
Attn: Tricia Muraguri, Police
Services
PO Box 580
Fort Collins, CO 80522
Service Provider:
Camelot Cleaners
Attn: Barbara Archambo
2649 E. Mulberry #11 A
Fort Collins, CO 80524
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.
5. Contract Sum. The City shall pay the Service Provider for the performance of this
Contract, per the attached Exhibit "C", consisting of two (2) pages, and incorporated herein by
this reference.
6. Cfty 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.
7. , 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.
8. 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
2
SA rev07/08
margret
margret
margret
dave
andy
andy
andy
andy
jason
lisa
travis
travis
travis
travis
travis
edward
edward
edward
edward
hodapp
hodapp
hodapp
johanson
johanson
johanson
johnson
josey
josey
josey
josey
karges
karges
karges
karges
kern
lalicker
lawson
lilicker
lilicker
lilicker
lobary
loberg
loose
loose
marsden
martin
martin
martin
matkin
matkin
maynard
maynard
maynard
maynard
mesecher
bobby moll
3017 6831 $
3017 6578 $
3017 6460 $
97 13731 $
97 14008 $
97 14212 $
98035 13747 $
81001 13655 $
81001 13656 $
81001 14153 $
81001 14154 $
252 6774 $
252 6737 $
252 6541 $
252 6418 $
9012 6825 $
98031 24286 $
4016 13946 $
98031 44094 $
98031 24391 $
98031 24340 $
96049 24382 $
96049 44093 $
201 44088 $
201 24330 $
9815 13772 $
5001 13841 $
5001 14004 $
5001 14211 $
9 13645 $
9 13852 $
81016 13750 $
81016 13941 $
8101 14167 $
81016 14106 $
5015 6611 $
9940 13624 $
1.80
4.80
4.80
$ 11.40
9.79
4.89
4.89
4.89
$ 24.46
11.01
12.85
9.18
9.18
$ 42.22
4.80
4.80
4.80
4.80
$ 19.20
4.80
$ 4.80
4.80
$ 4.80
14.07
$ 14.07
4.80
4.80
4.80
$ 14.40
4.80
9.60
$ 14.40
6.60
4.80
$ 11.40
15.91
$ 15.91
9.79
9.79
12.24
$ 31.82
4.89
4.89
$ 9.78
1.84
1.84
1.84
3.67
$ 9.19
4.80
$ 4.80
9.18
bobby moll
ferry
jerry
william
william
william
steve
steve
steve
steve
wait
wait
wait
wait
rhett
rhett
rhett
michael
michael
rob
morgan
morgan
morgan
nail
nail
nichols
nichols
nichols
panik
panik
panik
panik
pestridge
pestridge
pestridge
pestridge
phipps
purrier
purrier
purrier
rairdon
rairdon
richardson
richardson
richardson
richardson
richardson
richardson
richie
rigirozzi
rosendale
rosendale
rosendale
rosendale
mike sanchez
sanks
sanks
9940 13625 $
99013 13653 $
99013 13803 $
99013 6824 $
95049 6613 $
35049 6519 $
337 14034 $
337 14035 $
337 13687 $
96042 13636 $
96042 14075 $
96042 13996 $
96042 13795 $
8310 13740 $
8310 13819 $
8310 14152 $
8310 13974 $
263 61725 $
1009 13716 $
109 13993 $
1009 13838 $
8800 13647 $
8800 14108 $
14 6568 $
14 6498 $
14 6454 $
14 6384 $
14 6826 $
14 6610 $
2055 13718 $
2056 6555 $
99044 6434 $
99044 6543 $
99044 6662 $
99044 6757 $
6011 13798 $
5016 6382 $
5016 6750 $
9.18
$ 18.36
4.89
4.89
4.80
$ 14.58
4.80
9.60
$ 14.40
7.34
6.12
4.89
$ 18.35
4.89
4.89
4.89
1.84
$ 16.51
6.12
4.89
1.84
4.89
$ 17.74
8.40
$ 8.40
3.67
9.79
1.84
$ 15.30
11.01
14.68
$ 25.69
1.80
3.60
1.80
3.60
3.60
5.40
$ 19.80
3.06
$ 3.06
9.60
$ 9.60
4.80
4.80
4.80
4.80
$ 19.20
6.73
$ 6.73
3.00
5.40
phillip
phillip
kevin
kevin
kevin
rita
paul
paul
richard
richard
richard
richard
richard
tim
tim
tim
Jim
jim
jim
jennifer
jennifer
vandiepen
jeff
brian
brian
brian
brian
selg
selgren
servin
servin
servin
servin
Sims
Sims
Snyder
Snyder
Snyder
spear
spear
spear
spear
spear
strohl
strohl
strohl
Sullivan
Sullivan
Sullivan
van ort
van ort
vandiepen
vanfleet
walker
walker
walker
wangler
wangler
wangler
wangler
weiinck
Wilcox
Williamson
13639 $
601 14023 $
1025 13769 $
1025 13770 $
1025 14025 $
9623 14184 $
10138 13825 $
1038 14172 $
1024 6742 $
1024 6389 $
1024 3589 $
9601 13664 $
9601 13802 $
9601 13878 $
9601 14188 $
9601 14103 $
3042 13617 $
3042 13862 $
3042 14033 $
5 13633 $
5 14056 $
5 13868 $
50 13824 $
5 13910 $
9415 13989 $
9632 13661 $
5009 6711 $
5009 6712 $
5009 6473 $
8 13733 $
8 13831 $
8 14171 $
8 14189 $
303 24379 $
64012 44041 $
1022 6577 $
$ 8.40
1.84
$ 1.84
9.79
$ 9.79
12.24
5.51
19.58
12.85
$ 50.18
9.79
8.56
$ 18.35
4.80
3.00
3.00
$ 10.80
4.89
4.89
4.89
4.89
9.79
$ 29.35
9.79
6.73
4.89
$ 21.41
1.84
1.84
1.84
$ 5.52
4.89
4.89
$ 9.78
4.89
$ 4.89
9.79
$ 9.79
6.60
17.00
8.40
$ 32.00
4.89
4.89
4.89
3.67
$ 18.34
7.80
$ 7.80
4.80
$ 4.80
14.40
ted
ted
ted
ted
fames
kandace
robert
robert
robert
wilson
wilson
wilson
wilson
winride
wood
wulfert
yarberry
yone
yone
yone
york
8814
13713 $
8814
13895 $
8814
14020 $
8814
14161 $
503
24417 $
8810
14141 $
3
13876 $
8621
44069 $
4023
13768 $
4023
14091 $
4023
14169 $
9841
44046 $
$
14.40
4.89
4.89
7.95
$
17.73
4.89
$
4.89
4.80
$
4.80
15.91
$
15.91
7.95
$
7.95
9.60
$
9.60
6.73
6.73
6.73
$
20.19
12.60
$
12.60
$ 1,259.11 1259.11
$ 25.18 $ 25.18
Sheriff bill for February $ 1,233.93 $ 1,233.93
Sheriff name
Badge number
Invoice
Amount
jason
adler
2016
13822
$
4.89
$
4.89
jeff
armentrout
400
13804
$
4.89
jeff
armentrout
400
13805
$
4.89
$
9.78
justin
atwood
208
14136
$
8.56
$
8.56
troy
badberg
98042
13634
$
6.12
troy
badberg
98042
13760
$
4.89
troy
badberg
98042
14206
$
4.89
troy
badberg
98042
14042
$
4.89
$
20.79
gerald
baker
94017
13618
$
4.90
gerald
baker
94017
13861
$
4.89
gerald
baker
94017
14157
$
4.89
$
14.68
berg
98038
24299
$
9.60
$
9.60
bill
berglin
1041
13697
$
4.89
bill
berglin
1041
14150
$
4.89
bill
berglin
1041
14150
$
3.06
$
12.84
berglund
98001
61616
$
4.80
$
4.80
darren
brand
440
13699
$
4.89
darren
brand
440
14209
$
4.89
$
9.78
mike
brooks
97021
13771
$
9.79
mike
brooks
97021
13869
$
9.79
$
19.58
cano
99052
61786
$
13.80
cano
99052
61417
$
7.80
cano
99052
60994
$
12.60
$
34.20
robert
coleman
2023
13730
$
9.18
robert
coleman
2023
13960
$
7.34
robert
coleman
2023
13961
$
5.51
robert
coleman
2023
13962
$
6.12
$
28.15
francis
connor
9839
13635
$
4.89
Francis
connor
9839
13831
$
4.89
francis
connor
3839
14149
$
4.89
$
14.67
robert
cook
88027
13719
$
6.73
robert
cook
88027
13720
$
12.24
robert
cook
88027
13721
$
7.34
cook
8827
6776
$
25.80
$
52.11
coxon
3041
44065
$
9.60
coxon
341
24282
$
12.00
$
21.60
kindel
kindel
jim
jim
ken
ken
mike
mike
chris
Chris
chris
les
les
bryce
aaron
cross
cross
cross
cross
dakins
dakins
daniels
daniels
disner
disner
dunn
dunn
dunn
dunn
elliott
elliott
emarly
emmerling
emmerling
emmerly
emmerly
esters
esters
gilliland
gilliland
gilliland
godwin
godwin
griffin
gropp
hanrele
harkin
hebeth
hendrie
hendrie
hendrie
5004 24411 $
504 24398 $
504 24337 $
504 24312 $
99058 44037 $
99058 24355 $
94009 13660 $
94009 13911 $
92003 13859 $
92003 13860 $
38018 6804 $
38018 6620 $
38018 6486 $
38018 6369 $
9130 14175 $
9130 14176 $
6910 44075 $
3405 24324 $
48 24325 $
48 24409 $
3405 24410 $
9405 13818 $
9405 13987 $
9957 13700 $
9957 14041 $
9957 13870 $
244 13932 $
2044 14052 $
5033 14185 $
1019 13651 $
9829 24406 $
2014 62083 $
9829 24314 $
3040 6559 $
3040 6415 $
3040 6752 $
4.80
4.80
4.80
4.80
$ 19.20
6.60
6.60
$ 13.20
4.89
4.89
$ 9.78
9.18
9.18
$ 18.36
4.80
4.80
4.80
4.80
$ 19.20
3.06
12.85
$ 15.91
4.80
4.80
4.80
4.80
4.80
$ 24.00
3.06
6.73
$ 9.79
3.67
3.67
1.84
$ 9.18
6.73
8.56
$ 15.29
12.85
$ 12.85
1.84
$ 1.84
4.80
$ 4.80
10.80
$ 10.80
3.00
$ 3.00
4.80
4.80
4.80
$ 14.40
margret
margret
margret
dave
andy
andy
andy
andy
jason
lisa
travis
travis
travis
travis
travis
edward
edward
edward
edward
hodapp
hodapp
hodapp
johanson
johanson
johanson
johnson
josey
josey
josey
josey
karges
karges
karges
karges
kern
lalicker
lawson
lilicker
lilicker
lilicker
lobary
loberg
loose
loose
marsden
martin
martin
martin
matkin
m atkin
maynard
maynard
maynard
maynard
mesecher
bobby moll
3017 6831 $
3017 6578 $
3017 6460 $
97 13731 $
97 14008 $
97 14212 $
98035 13747 $
81001 13655 $
81001 13656 $
81001 14153 $
81001 14154 $
252 6774 $
252 6737 $
252 6541 $
252 6418 $
9012 6825 $
98031 24286 $
4016 13946 $
98031 44094 $
98031 24391 $
98031 24340 $
96049 24382 $
96049 44093 $
201 44088 $
201 24330 $
9815 13772 $
5001 13841 $
5001 14004 $
5001 14211 $
9 13645 $
9 13852 $
81016 13750 $
81016 13941 $
8101 14167 $
81016 14106 $
5015 6611 $
9940 13624 $
1.80
4.80
4.80
$ 11.40
9.79
4.89
4.89
4.89
$ 24.46
11.01
12.85
9.18
9.18
$ 42.22
4.80
4.80
4.80
4.80
$ 19.20
4.80
$ 4.80
4.80
$ 4.80
14.07
$ 14.07
4.80
4.80
4.80
$ 14.40
4.80
9.60
$ 14.40
6.60
4.80
$ 11.40
15.91
$ 15.91
9.79
9.79
12.24
$ 31.82
4.89
4.89
$ 9.78
1.84
1.84
1.84
3.67
$ 9.19
4.80
$ 4.80
9.18
bobby
jerry
jerry
william
william
william
steve
steve
steve
steve
walt
walt
walt
walt
rhett
rhett
rhett
michael
michael
rob
moll
morgan
morgan
morgan
nail
nail
nichols
nichols
nichols
panik
panik
panik
panik
pestridge
pestridge
pestridge
pestridge
phipps
purrier
purrier
purrier
rairdon
rairdon
richardson
richardson
richardson
richardson
richardson
richardson
richie
rigirozzi
rosendale
rosendale
rosendale
rosendale
mike sanchez
sanks
sanks
9940 13625 $
99013 13653 $
99013 13803 $
99013 6824 $
95049 6613 $
35049 6519 $
337 14034 $
337 14035 $
337 13687 $
96042 13636 $
96042 14075 $
96042 13996 $
96042 13795 $
8310 13740 $
8310 13819 $
8310 14152 $
8310 13974 $
263 61725 $
1009 13716 $
109 13993 $
1009 13838 $
8800 13647 $
8800 14108 $
14 6568 $
14 6498 $
14 6454 $
14 6384 $
14 6826 $
14 6610 $
2055 13718 $
2056 6555 $
99044 6434 $
99044 6543 $
99044 6662 $
99044 6757 $
6011 13798 $
5016 6382 $
5016 6750 $
9.18
$ 18.36
4.89
4.89
4.80
$ 14.58
4.80
9.60
$ 14.40
7.34
6.12
4.89
$ 18.35
4.89
4.89
4.89
1.84
$ 16.51
6.12
4.89
1.84
4.89
$ 17.74
8.40
$ 8.40
3.67
9.79
1.84
$ 15.30
11.01
14.68
$ 25.69
1.80
3.60
1.80
3.60
3.60
5.40
$ 19.80
3.06
$ 3.06
9.60
$ 9.60
4.80
4.80
4.80
4.80
$ 19.20
6.73
$ 6.73
3.00
5.40
phillip
phillip
kevin
kevin
kevin
rita
paul
paul
richard
richard
richard
richard
richard
tim
tim
tim
Jim
jim
jim
jennifer
jennifer
vandiepen
jell
brian
brian
brian
brian
selg
selgren
servin
servin
servin
servin
Sims
Sims
Snyder
Snyder
Snyder
spear
spear
spear
spear
spear
strohl
strohl
strohl
Sullivan
Sullivan
Sullivan
van ort
van ort
vandiepen
vanfleet
walker
walker
walker
wangler
wangler
wangler
wangler
weiinck
Wilcox
Williamson
13639 $
601 14023 $
1025 13769 $
1025 13770 $
1025 14025 $
9623 14184 $
10138 13825 $
1038 14172 $
1024 6742 $
1024 6389 $
1024 3589 $
9601 13664 $
9601 13802 $
9601 13878 $
9601 14188 $
9601 14103 $
3042 13617 $
3042 13862 $
3042 14033 $
5 13633 $
5 14056 $
5 13868 $
50 13824 $
5 13910 $
9415 13989 $
9632 13661 $
5009 6711 $
5009 6712 $
5009 6473 $
8 13733 $
8 13831 $
8 14171 $
8 14189 $
303 24379 $
64012 " 44041 $
1022 6577 $
$ 8.40
1.84
$ 1.84
9.79
$ 9.79
12.24
5.51
19.58
12.85
$ 50.18
9.79
8.56
$ 18.35
4.80
3.00
3.00
$ 10.80
4.89
4.89
4.89
4.89
9.79
$ 29.35
9.79
6.73
4.89
$ 21.41
1.84
1.84
$ 5.52
4.89
4.89
$ 9.78
4.89
$ 4.89
9.79
$ 9.79
6.60
17.00
8.40
$ 32.00
4.89
4.89
4.89
3.67
$ 18.34
7.80
$ 7.80
4.80
$ 4.80
14.40
ted
ted
ted
ted
fames
kandace
robert
robert
robert
wilson
wilson
wilson
wilson
winride
wood
wulfert
yarberry
yone
yone
yone
york
8814
13713 $
8814
13895 $
8814
14020 $
8814
14161 $
503
24417 $
8810
14141 $
3
13876 $
8621
44069 $
4023
13768 $
4023
14091 $
4023
14169 $
9841
44046 $
$
14.40
4.89
4.89
7.95
$
17.73
4.89
$
4.89
4.80
$
4.80
15.91
$
15.91
7.95
$
7.95
9.60
$
9.60
6.73
6.73
6.73
$
20.19
12.60
$
12.60
$ 1,259.11 1259.11
$ 25.18 $ 25.18
Sheriff bill for February $ 1,233.93 $1,233.93
neither assign any responsibilities nor delegate any duties arising under the Agreement without
the prior written consent of the City.
9. 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.
10. Warranly.
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.
11. Default. Each and every term and condition hereof shall be deemed to be a
material element of this Agreement. In the event either party should fail or refuse to perform
according to the terms of this agreement, such party may be declared in default thereof.
3
SA rev07/08
New Text Document
References for Camelot cleaners
sari mer County sheriff's office
498-5100
Darrell Frank
Marriott
226-5200
Hank vanorden
Cambria suites
267-9000
Scott Duarte
Hampton Inn
225-2400
Ryan Foltz
Hilton Garden Inn
225-2900
Phil Koepf
Page 1
12. Remedies. In the event a party has been declared in default, such defaulting
parry 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 party's reasonable attorney fees and
costs incurred because of the default.
13. Binding Effect. This writing, together with the exhibits hereto, constitutes the
entire 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.
14. 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 B,
consisting of one (1) page, 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, P. O. Box 580 Fort Collins, Colorado 80522 one copy of a
4
SA rev07/08
certificate evidencing the insurance coverage required from an insurance company acceptable
to the City.
15. 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.
16. 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.
17. Prohibition Against Employing Illegal Aliens. Pursuant to Section 8-17.5-101,
C.R.S., et. seq., Service Provider represents and agrees that:
a. As of the date of this Agreement:
1. Service Provider does not knowingly employ or contract with an illegal
alien who will perform work under this Agreement; and
2. Service Provider will participate in either the a -Verify program created
in Public Law 208, 104th Congress, as amended, and expanded in Public Law
156, 108th Congress, as amended, administered by the United States
Department of Homeland Security (the "e-Verify Program") or the Department
Program (the "Department Program"), an employment verification program
established pursuant to Section 8-17.5-102(5)(c) C.R.S. in order to confirm the
employment eligibility of all newly hired employees to perform work under this
Agreement.
b. Service Provider shall not knowingly employ or contract with an illegal alien to
perform work under this Agreement or knowingly enter into a contract with a subcontractor that
knowingly employs or contracts with an illegal alien to perform work under this Agreement.
c. Service Provider is prohibited from using the a -Verify Program or Department
Program procedures to undertake pre -employment screening of job applicants while this
Agreement is being performed.
d. If Service Provider obtains actual knowledge that a subcontractor performing
work under this Agreement knowingly employs or contracts with an illegal alien, Service
Provider shall:
5
SA rev07/08
1. Notify such subcontractor and the City within three days that Service Provider
has actual knowledge that the subcontractor is employing or contracting with an
illegal alien; and
2. Terminate the subcontract with the subcontractor if within three days of
receiving the notice required pursuant to this section the subcontractor does not
cease employing or contracting with the illegal alien; except that Service Provider
shall not terminate the contract with the subcontractor if during such three days
the subcontractor provides information to establish that the subcontractor has not
knowingly employed or contracted with an illegal alien.
e. Service Provider shall comply with any reasonable request by the Colorado
Department of Labor and Employment (the "Department") made in the course of an
investigation that the Department undertakes or is undertaking pursuant to the authority
established in Subsection 8-17.5-102 (5), C.R.S.
f. If Service Provider violates any provision of this Agreement pertaining to the
duties imposed by Subsection 8-17.5-102, C.R.S. the City may terminate this Agreement. If this
Agreement is so terminated, Service Provider shall be liable for actual and consequential
damages to the City arising out of Service Provider's violation of Subsection 8-17.5-102, C.R.S.
g. The City will notify the Office of the Secretary of State if Service Provider
violates this provision of this Agreement and the City terminates the Agreement for such breach.
SA rev07/08
CITY OF FORT COLLINS,_COLORADO
a municipal corporation
BY
Jam 'Neill II, CPPO, FNIGP
Dire o f Purchasing and Risk Management
Date:
PRINT NAME
Jbaic1 - a, 'how
CORPORATE PRESIDENT OR VICE PRESIDENT
Date: � // — ® 9
ATTEST: i Corporate Seal)
CORPOR j SECRETARY
SA rev07/08
EXHIBIT A
SCOPE OF WORK — DRY CLEANING SERVICES
1. General: This specification covers the dry cleaning requirements of the City of Fort
Collins Police Department (FCPD). Services under this agreement shall be provided
only to authorized department personnel. Any requests for pricing changes will only
be reviewed annually during the contract renewal period. Price adjustments shall be
negotiated by and agreed to by both parties. The Denver Boulder Greeley CPIU
published by the Colorado State Planning and Budget Office will be used as a guide.
2. Assignment & Equipment: Assignment or transfer of this agreement shall not be
allowed without written approval by the City of Fort Collins. Service Provider shall
have necessary equipment to provide dry cleaning of clothing and shall not employ a
third party for this operation. The City reserves the right to inspect equipment on the
bidder's premises.
3. Quantities: The quantities listed are approximate annual quantities, based on past
purchase records. The actual number of items cleaned may vary, as the City
reserves the right to make Split Awards for this Bid to multiple locations around Fort
Collins.
4. Pickup and Delivery: Uniforms and apparel will be delivered to and picked up from
the vendors by authorized police department personnel (or representatives
designated by the officer to the FCPD Representative) only. The Officer (or their
designee) is to sign the ticket upon pickup for the Service Provider's records.
5. Unlisted Items: The City shall only pay for the cleaning of items listed in Exhibit C
of this Service Agreement.
6. Lost or Damaged Items: If the officer determines that an item has been lost or
damaged by the Service Provider, the City of Fort Collins reserves the right to reduce
the bill by the current replacement value for that item. If lost article is not located by
the end of the current billing cycle, payment for that billing cycle will be reduced by
the current replacement cost of the lost article.
7. Minimum Specifications:
Shirts, Uniformed Officers - Items are to be cleaned as specified by the officer, mended
as needed, and returned wrinkle -free and with all buttons firmly in place. Uniform shirts
must be pressed with military creases and returned on hangers.
Shirts, Plain Clothes Officers - Items are to be cleaned as specified by the officer,
mended as needed and returned wrinkle -free and with all buttons firmly in place. Return
on hangers.
Trousers, Uniformed Officers - Items are to be cleaned as specified by officer, mended
as needed, returned wrinkle -free and with all buttons firmly in place.
Trousers, Plain Clothes Officers - Items are to be cleaned as specified by the officer,
mended as needed, returned wrinkle -free and with all buttons firmly in place.
SA rev07/08
Jackets, Uniformed Officers - Items are to be dry cleaned, mended as needed, returned
wrinkle -free and with no mats in pile. Return on hangers. Dry clean on an as needed
basis.
Sport Coats, Plain Clothes Officers - Items are to be dry cleaned, mended as needed,
returned wrinkle -free and with all buttons firmly in place. Return on hangers.
Caps, Uniformed Officers - Items are to be dry cleaned on an as needed basis
Neckties, Uniformed and Plain Clothes Officers - Items are to be dry cleaned on an as
needed basis.
Skirts, Dresses, Blouses, Etc. - Plain Clothes Female Officers - Items are to be cleaned
as specified by the officer, mended as needed and returned wrinkle -free and with all
buttons firmly in place. Return on hangers.
8. Alteration Service: Service Providers shall perform quality alteration services as
requested by authorized personnel. Alteration service shall consist of: (1) taking up
and tapering of pants; (2) taking up or letting out waist; (3) shortening or lengthening
trousers; (4) taking up and tapering of shirt body and sleeves; and (5) taking up
sleeve length. The City of Fort Collins reserves the right to employ other firms for
such alteration services, as needed.
9. Normal Service: All uniforms and plain clothes attire worn in lieu of uniforms must
be ready for use within two (2) working days from the time delivered to Service
Provider. The City of Fort Collins may deduct 5% of officer's billing for each
additional day should the cleaning time exceed two (2) working days. A schedule of
business closures due to holidays, normal days closed, etc. must be furnished in
writing by the Service Provider to the FCPD representatives.
10. Complaint Forms: Service Provider must provide Complaint Forms to the
designated FCPD representatives, when requested. Service Provider must report
to the FCPD representatives in writing on Corrective Action taken within ten
(10) working days of notification of problem.
11. FCPD Representatives: Primary FCPD Representative will be Tricia Muraguri
(tmurag uri(cD_fcgov.com; 221-6541); primary Billing contact will be Stephanie Gundry
(sgundrya-foov.com ; 224-6041); backup will be Joe Fletcher (fetcher(&fcgov.com;
221-6279). Primary Service Provider Representative will be Barbara Archambo
(barbaraA35(a-msn.com ; 419-8700).
12. Billing: Service Provider will e-mail a copy of the Monthly Billing Statement in
electronic format (preferably MS Excel) to sgundrv(&fcgov.com , with. a copy to
purchasing(a�fcgov.com . If there is no activity for the month, Service Provider will
please send a courtesy e-mail stating that there was no activity for this period.
SA rev07/08