Loading...
HomeMy WebLinkAbout107374 SIGNS NOW #69 - PURCHASE ORDER - 9117095Fort Collins Date: 11/30/2011 Vendor: 107374 SIGNS NOW #69 1438 RIVERSIDE AVE #102 FORT COLLINS Colorado 80524 PURCHASE ORDER PO Number Page 9117095 lofs This number must appear on all invoices, packing slips and labels. Ship To: TRANSFORT BUS FACILITY CITY OF FORT COLLINS 6570 PORTNER ROAD CITY OF FORT COLLINS Colorado Delivery Date: 11/30/2011 Buyer: JAMES HUME Note: Line Description Quantity UOM Unit Price Extended Ordered Price I Decals for new buses per quote 1115-2011 1 LOT LS 4,094.00 Federal funds will be used for this project. In addition to the City of Fort Collins Standard Purchase Order Terms and Conditions, the Federal Requirements listed below will apply. FEDERAL REQUIREMENTS: 1. NO FEDERAL GOVERNMENT OBLIGATION TO THIRD PARTIES The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. 2. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS (1) The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. § 3801 at seq . and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate. (2) The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. § 5307, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5307(n)(1) on the Contractor, to the extent the Federal Government deems appropriate. City of Fort Collins Director of Purchasing and Risk Management This order is not valid over $5000 unless signed by James B. O'Neill II, CPPO City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Phone:970-221-6775 Fax:970-221-6707 Email:purchasing@fcgov.com Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 rfi0jq?.f!,pv.,g ; Action Signs r '`rf f"'V 1`"i;,F 's`P^-"p; PO Box 270096 ���""�' w""�"'""• Fort Collins, CO 80527 Ph: (970)223-2124 Estimate M 2570 FAX: (970) 223-2810 Email: sales@myactionsigns.com -� Web: y W.myactionsigns.com Page 2 of 2 Quantity Unit Price Subtotal 4 Product RTA Cut Vinyl (Ready To Apply) 30 $1.65 $49.36 Description: unit numbers • 18-4 in x Sin, black unit numbers 4.51-1, Single Sided • 12-4 in x 6 in, white unit numbers 4.SH • HP Oracal Black, 64 Quantity Unit Price Subtotal 5 Product: RTA Cut Vinyl (Ready To Apply) 6 $8.82 $52S2 Description: Not responsible White • 6- 3 in x 27 in, , Single Sided • HP Oracal White, Quantity Unit Price Subtotal 6 Product: RTA Cut Vinyl (Ready To Apply) 13 $31.07 $403.94 Description: 12x45 HP Black film for windows with application tape. • 13-12 in x 45 in, , Single Sided • His Oracal Black, Quantity Unit Price Subtotal 7 Product Vehicle Graphic Installation 6 $225.00 $1,350.00 Description: Vehicle Graphic Installation 6- on • Location: Customer Location: 6570 Partner Rd Fort Collins co 80526 • 18 hr of Install Time. Line Item Total: $5,727.09 Discounts; $1 D0.98 Subtotal: $5.626.11 Payment Terms: Net 30; Balance duo In 30 days. Total: 35.626.11 Client Reply Request Estimate Accepted "As Is". Please proceed with Order. Other: Changes required, please contact me. SIGN: Date: Print Date: 111172011 9A6:15AM WSEi.`VERSe5lCfiwsSy;mypiR W naY,eGmF.A.YnaleUl.Nt Page 1 of 2 Sign A Rama 1600 East Mulberry Street # 1 Fort Collins, CO, 80524- USA Phone:(970)-204-1805 Fax:(970)-204-1765 www.signaramaforteollins.com orders@signaramafortcollins.com Quote Submitted To: CITYOFF016 Jim Hume City of Fort Collins - Transportation 281 N College Fort Collins, CO 80524- USA Quotation Number 016811 Phone: Fax: (970)416-2081 Email ihumeCv)o fcaov.com Job Name and Location Ext. City of Fort Collins - Transportation 281 N College Fort Collins, CO 80524- USA Quote Date Payment Terms Contact Page 11 /21 /2011 50% Dep - COD SAM Page 1 of 2 Quantity Description Unit Price Extended Price ALL GRAPHICS FOR UNIT #'S, TRANSFORT LOGOS & "NOT RESPONSIBLE... RTA (Ready to Apply) Graphics Height: 16 Ft 0 In Length: 1 Ft 0 In; SIDES: 1 Premium Cast Vinyl 13 BLOCKOUT VINYL RTA (Ready to Apply) Graphics Height: 0 Ft 12 In Length: 0 Ft 45 In; SIDES: 1 Premium Cast Vinyl CLEAN CITY DECALS - 40' BUSES RTA (Ready to Apply) FULL COLOR GRAPHICS Height: 0 Ft 18 In Length: 0 Ft 252 In; SIDES: 1 Full Color Premium Cast Vinyl with Air Release for Conformability ENHANCEMENTS: 1.Cold Cast Lamination -Gloss CLEAN CITY DECALS - 35' BUSES RTA (Ready to Apply) FULL COLOR GRAPHICS Height: 0 Ft 18 In Length: 0 Ft 112 In; SIDES: 1 Full Color Premium Cast Vinyl with Air Release for Conformability ENHANCEMENTS: 1.Cold Cast Lamination -Gloss Install vehicle graphic at customer's location in Fort Collins Area. $121.80 $121.80 • 10%discount off the list price $135.33, $30.03 $390.43 • 10%discount off me list price $33.37. $392.31 $3,138.48 • 10%discount off the list Once $435 90. $188.57 $754.27 • 10%tliscount off the list price $209.52. $65.00 $585.00 Quotation Number Quote Date Payment Terms Contact Page 016811 11/21/2011 56% Dep - COD SAM Page 2 of 2 Quantity Description Unit Price Extended Price Customer is responsible for proofreading. Please review your proof for cored spelling, punctuation, and color. A signed proof conSli ones customer's approval of design and gives SignA-Bama amboiry to begin production and bill for the completed design. Terms of Payment If you have not been approved for credit terms, 50%deposit Is due at time of order. Balance due upon pickup or instaladon. Any invoke not pad in full after 30 days Will be assessed a $25.00 late fee as well as finance charges of 1.5% per month or the maximum rate a fiable by lay. For: City of Fort Collins - Transportation Signature Taxable: $0.00 NonTaxable: $4,989.98 SalesTax: $0.00 Freight: $0.00 Misc: $0.00 Total: $4,989.98 Thank You Small Purchase of: Bus Decals CONTRACT CHECKLIST FOR SMALL PURCHASES Checklist Item Contract File Comments Location 7) Independent Cost Estimate JRH/Transfort/Bus Yes The City made and documented an Decals independent cost estimate before receipt of proposals. 9) Unreasonable Qualification No Requirements This solicitation did not contain unreasonable requirements placed on firms in order for them to qualify to do business. 1 2) Arbitrary Action No There was no arbitrary action in the procurement process. (An example of arbitrary action is when award is made to other than the contractor who most satisfied all the City Requirements as specified in the solicitation and as evaluated by staff.) 1 3) Brand Name Restrictions No Brand Name or Equal. When it is impractical or uneconomical to provide a clear and accurate description of the technical requirements of the property to be acquired, a "brand name or equal" description may be used to define the performance or other salient characteristics of a specific type of property. The City must identify the salient characteristics of the named brand that offerors must provide. When using a "brand name" specification, the City does not need to reverse -engineer a complicated part to identify precise measurements or specifications in order to describe its salient characteristics. FT A's "Best Practices Procurement Manual," (BPPM) contains additional information on preparation of specifications including examples with specific language. 1 4) Geographic Preferences No The solicitation contains no in -State or local geographic preference except where Federal statutes mandate or encourage them. 1 5) Contract Term Limitation Contract will expire upon The contract period of performance for rolling satisfactory installation of decals stock and replacement parts does not exceed five (5) years inclusive of options without prior written FTA approval. For all other types of contracts, the procurement file contains evidence that the contract term is based on sound business judgment. 23) Price Quotations Three quotes were received Price or rate quotations were obtained from an adequate number of qualified sources. 24) Clear, Accurate, and Complete Yes Specification A complete, adequate, and realistic specification or purchased description was available and included any specifications and pertinent attachments which define the items or services sought in order for the bidder to properly respond. 41 ) Cost or Price Analysis Price analysis based on previous Either a cost analysis or a price analysis was purchases performed and documented. The price was determined to be fair and reasonable. Price reasonableness based on: Price quotations. Previous purchase. Current price list or advertisement. Value Analysis — copy in file. 42) Written Record of Procurement yes History The file contains records detailing the history of this procurement. At a minimum, these records include: (1) the rationale for the method of procurement, (2) Selection of contract type, (3) reasons for contractor selection or rejection, and 4 the basis for the contract price. Excluded Parties Search Yes EPS run and include in the file 'L4 dif A Excluded Parties List >Advanced Search > Multiple Names > Exact Name and SSN/TIN > MYEPLS > Recent Updates > Browse All Records ril ° Page .. Tools - 30, Excluded Parties List System - mn Search Results for Parties Excluded by Firm, Entity, or Vessel: Signs Now As of 29-Nov-2011 12:53 PM EST Save to MyEPLS Your search returned no results. Back New Search Printer -Friendly > Search Help >Advanced Search Tips > Public User's Manual >FAQ >Acronyms > Privacy Act Provisions >News > System for Award Management (SAM) November 29, 2011 Bus Decal Procurement Independent Cost Estimate - on file Price Analysis Bids were received from three vendors. Action Signs $5,626 Sign -A -Rama $4,990 Signs Now $4,094 ICE result $6,298 Based on the bid pricing received from the three vendors and our own estimate, the price offered by Signs Now is fair and reasonable. EPLS See checklist Independent Cost Estimate Date of Estimate: 11/15/2011 Contract Type: Existing Contract or PO (Y/N): N Cky of Fort Collins Clean Air Decal Packages (6) for Description of Goods (A) or Services (B): Transfort Fleet Buses I have obtained the following estimate from; Published Price List / Past Pricing (date) 12/15/2010 Engineering or Techincal Estimate (performed by) Independent Third Party Estimate (performed by) Other (specifiy) Cost Estimate Details: Total with CPI Product Description Quanity Price Subtotal Increase Roll sign print Top clouds and logo 12 $ 406.35 $ 4,876.20 $ 4,973.72 3M 8518 Gloss 48" Laminate 3M 180C V3 Control / Tac 48" Stock Material RTA cut vinyl Black unit #'s 30 $ 4.57 $ 137.10 $ 139.84 HP Avery Black RTA cut vinyl Powered by Clean Natural Gas 12 $ 74.67 $ 896.04 $ 913.96 HP Avery Saphire Blue RTA cut vinyl Transfort Decal and 6 $ 22.13 $ 132.78 $ 135.44 HP Avery Saphire Not responsible for stolen bikes decal Blue RTA cut vinyl Not responsible for stolen bikes decal 6 $ 22.13 $ 132.78 $ 135.44 HP Avery White Roll sign Print This Vehicle Makes 0 $ 77.93 $ - $ - 3M 3200 reflective Frequent Stops vinyl Vehicle Graphic Customer Location 0 $ 421.88 $ $ - Install GRAND TOTAL $ 6,298.40 B CPI increase calculated at 2% C:\Documents and Settings\lliu\Desktop\scan\ICE - Decal Packages for Ops Services.xlsSheetl 12/2/2011 Nov 2211 10:12a SIGNS NOW 9704935363 p.1 Electronic Quote Company Name: signs Now Quote Number: 1115-2011 Date: November 15, 2011 Ref: Small Purchase Quote Request THIS IS A PRICE QUOTATION -- NOT AN ORDER Please supply pricing, per attached Scope of Work, as requested below. Respond within FIVE WORKING DAYS to: Jim Hume, Senior Buyer: fax, 970-221-6707 or email: )hume@fcgov_com Any questions regarding this inquiry should be directed to Mike Conley, 970-221-6625 Provide pricing for bus decals for six (6) buses - Four buses are forty (40) feet in length - Two buses are Thirty-five (35) feet in length The decals must be a single piece (not layered), made from 3M Control Tech 180cJ8519 laminate material. The two Clean Cities decals are located on either side of the upper compartment, which measures approximately 18" x 252" on the 40-foot buses and 18" x 112" on the 35-foot buses. Refer to the images for placement of these and the other decals. Needed, per bus: 1. Five (5) unit numbers: 3 in black, 2 in white, letter size: 4Mx'l" 2. Two (2) of the Clean Cities decals 3. One (1) white Transfort decal on the front of the bus 4. one (1) "Not responsible for lost, stolen, or damaged bicycles", decal, in write, letter size: 1 "x 6116" Besides the above, provide thirteen (13) window blackout pieces of black decal material, size: 12" x 45" Provide oricina on the following items: Qty Part No. and/or Description Price, each: Price, total: 30 Unit numbers, as specified $ , UQ $ cio, G 0, 8 Clean Cities decals - 40ft muses $ $ j uo, D D 4 Clean Cities decals - 35ft buses $ l 00 $ 00 6 White Transfort decals, as specified $ J $ 7): cc Nov 2211 10:12a SIGNS NOW 9704936363 p,2 6 Not responsible ..., as specified $ �I F c0 $ , 13 Window blackout pieces, 12" x 45" $ 3 • C $ 3 q � Total: $ M lei .:-0 Special Instructions (if any]: �. 5 4't 4[_ I L 0 0 A' 5 -Z Images of the needed decals are attached below. j Bidder's Statement: o -o► r s-gv f r I have read and fully understand all the specifications, and requirements set forth herein. I hereby agree to comply with all said specifications and requirements, as stated or implied, By: Title: Print Names ` � ! c� r Phone: 19-20 ~ J 9 3 •. 20 3 Email: PC-'te-- C'-. s`. ;kS,.vvo4v G^, C-0 Image #1: Transfort decal, unit number, "Nat responsible..." decals City Of PURCHASE ORDER PO Number Page 9117095 z of 6 ' `t Collins „s This number must appear 1 1 on all invoices, packing slips and labels. Line Description Quantity UOM Unit Price Extended Ordered Price 3. ACCESS TO RECORDS AND REPORTS Access to Records - The following access to records requirements apply to this Contract: A. Where the Purchaser is not a State but a local government and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 18.36(i), the Contractor agrees to provide the Purchaser, the FTA Administrator, the Comptroller General of the United States or any of their authorized representatives access to any books, documents, papers and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. Contractor also agrees, pursuant to 49 C.F.R. 633.17 to provide the FTA Administrator or his authorized representatives including any PMO Contractor access to Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. B. The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. C. The Contractor agrees to maintain all books, records, accounts and reports required under this contract for a period of not less than three years after the date of termination or expiration of this contract, except in the event of litigation or settlement of claims arising from the performance of this contract, in which case Contractor agrees to maintain same until the Purchaser, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. Reference 49 CFR 18.39(i)(11). 4. FEDERAL CHANGES Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Master Agreement between Purchaser and FTA, as they may be amended or promulgated from time to time during the term of this contract. Contractor's failure to so comply shall constitute a material breach of this contract. 5. TERMINATION a. Termination for Convenience The City may terminate this contract, in whole or in part, at any time by written notice to the Contractor when it is in the Government's best interest. The Contractor shall be paid its costs, including contract close-out costs, and profit on work performed up to the time of termination. The Contractor shall promptly submit its termination claim to the City to be paid the Contractor. If the Contractor has any property in its possession belonging to the City, the Contractor will account for the same, and dispose of it in the manner the City directs. b. Termination for Default If the Contractor does not deliver supplies in accordance with the contract delivery schedule, or, if the contract is for services, the Contractor fails to perform in the manner called for in the contract, or if the Contractor fails to comply with any other provisions of the contract, the City may terminate this contract for default. Termination shall be effected by serving a notice of termination on the contractor setting forth the manner in which the Contractor is in default. The contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner of performance set forth in the contract. If it is later determined by the City that the Contractor had an excusable reason for not performing, such as a U City of Fort Collins Director of Purchasing and Risk Management This order is not valid over $5000 unless signed by James B. O'Neill II, CPPO City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Phone:970-221-6775 Fax:970-221-6707 Email: purchasing@fcgov.com Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 PURCHASE ORDER PO Number Page City Of 9117095 3 of 6 ` This number must appear F6rt Collins, 1 on all invoices, packing slips and labels. Line Description Quantity uOM Unit Price Extended Ordered Price strike, fire, or flood, events which are not the fault of or are beyond the control of the Contractor, the City, after setting up a new delivery of performance schedule, may allow the Contractor to continue work, or treat the termination as a termination for convenience. c. Opportunity to Cure The City in its sole discretion may, in the case of a termination for breach or default, allow the Contractor 30 days in which to cure the defect. In such case, the notice of termination will state the time period in which cure is permitted and other appropriate conditions t If Contractor fails to remedy to The City' s satisfaction the breach or default of any of the terms, covenants, or conditions of this Contract within [ten (10) days] after receipt by Contractor of written notice from the City setting forth the nature of said breach or default, the City shall have the right to terminate the Contract without any further obligation to Contractor. Any such termination for default shall not in any way operate to preclude the City from also pursuing all available remedies against Contractor and its sureties for said breach or default. d. Waiver of Remedies for any Breach In the event that the City elects to waive its remedies for any breach by Contractor of any covenant, term or condition of this Contract, such waiver by the City shall not limit the City's remedies for any succeeding breach of that or of any other term, covenant, or condition of this Contract. 6. CIVIL RIGHTS REQUIREMENTS Civil Rights - The following requirements apply to the underlying contract: (1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. (2) Equal Employment Opportunity - The following equal employment opportunity requirements apply to the underlying contract: (a) Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, the Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seq ., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. § 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (b) Age - In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. § § 623 and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees to refrain from discrimination 9m--.�, Q. Oi'W-sQ e_ City of Fort Collins Director of Purchasing and Risk Management This order is not valid over $5000 unless signed by James B. O'Neill 11, CPPO City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Phone:970-221-6775 Fax:970-221-6707 Email:purchasing@fcgov.com Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 PURCHASE ORDER PO Number Page City Of9117095 a of s C/' rt Cnumber must appear �—,J`-' ` Collins' t all invoices, packing slips and labels. Line Description Quantity UOM Unit Price Extended Ordered Price against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (c) Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. § 12112, the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. 7. DISADVANTAGED BUSINESS ENTERPRISE (DBE) a. This contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs. The national goal for participation of Disadvantaged Business Enterprises (DBE) is 10%. The agency's overall goal for DBE participation is 7.6 %. A separate contract goal has not been established for this procurement. b. The contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of this DOT -assisted contract. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as City of Fort Collins deems appropriate. Each subcontract the contractor signs with a subcontractor must include the assurance in this paragraph ( see 49 CFR 26.13(b)). The successful bidder/offeror will be required to report its DBE participation obtained through race -neutral means throughout the period of performance. 8. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1 F, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any City of Fort Collins requests which would cause the City of Fort Collins to be in violation of the FTA terms and conditions. 9. GOVERNMENT -WIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT) This contract is a covered transaction for purposes of 49 CFR Part 29. As such, the contractor is required to verify that none of the contractor, its principals, as defined at 49 CFR 29.995, or affiliates, as defined at 49 CFR 29.905, are excluded or disqualified as defined at 49 CFR 29.940 and 29.945. The contractor is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it enters into. By accepting this purchase order, the vendor or contractor certifies as follows The certification in this clause is a material representation of fact relied upon by the City of Fort Collins. If it is later determined that the bidder or proposer knowingly rendered an erroneous certification, in addition to City of Fort Collins Director of Purchasing and Risk Management This order is not valid over $5000 unless signed by James B. O'Neill II, CPPO City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Phone:970-221-6775 Fax:970-221-6707 Email:purchasing@fcgov.com Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 PURCHASE ORDER PO Number Page rClt�/ of PURCHASE 9117095 So" 6 `t Collins This number must appear on all invoices, packing slips and labels. Line Description Quantity UOM Unit Price Extended Ordered Price remedies available to the City of Fort Collins, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 49 CFR 29, Subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. 10. ENERGY CONSERVATION REQUIREMENTS Energy Conservation - The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. City of Fort Collins Director of Purchasing and Risk Management This order is not valid over $5000 unless signed by James B. O'Neill II, CPPO City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Phone:970-221-6775 Fax:970-221-6707 Email:purchasing@fcgov.com Total Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 Purchase Order Terms and Conditions Page 6 of 6 I. COMMERCIAL DETAILS. Tax exemptions. By statute the City of Fort Collins is exempt fmm state and local taxes. Our Exemption Number is 98-04502. Federal Excise Tax Exemption Certificate of Registry 84-6000587 is regi.nern) with the Collector of Internal Res came, Denver. Colorado (Ref. Colorado Revised Statutes 1973. Chapter 39 26. 114 (a). Goods Rejected. GOODS REJECTED due to failure to meet specifications, either when sh ippcd or due to defects of damage in transit, may be rotamed to you for credit and am not to be replaced except upon receipt of written instructions form the City of Fort Collins. Inspection. GOODS are subject to the City of Fart Collins inspection on arrival. 11. NONWAIVER. Failure ofthe Purchaser to insist upon strict performance ofthe teats and conditions hcrcof, failure or delay to exercise any rights or remedies provided herein or by law, failure to promptly notify the Seller in the event of a breach. the acceptance ofor payment for goods hereunder or approval ofthc design, shall not release the Scllcr of any of the warranties or obligations of this purchase order and shall not he deemed a waiver of any right of the purchaser to insist upon strict performance hcrcof or any of its rights or remedies as to any such good, mgardless of when shipped, received or accepted, as to tiny prior or subsequent default Immormder, nor shall any purported oral modification or rescission of this purchase order by the Purchaser operate as a waiver of any of the teats hereof. Final Acceptance. Receipt of the merchandise, services or equipment in response to this order can result in 12. ASSIGNMENT OF ANTITRUST CLAIMS. authorized payment on the pan of the City of Fort Collins. However. it is to be understood that FINAL Seller and the Purchnscr recognize that in actual economic practice overcharges resulting fmm antitrust ACCEPTANCE, is dependent upon completion ofall applicable required inspection procedures violations arc in fact I mme by the Purchaser. Theretofore, for gued cause and as consideration for executing this purchase order, the Seller hereby assigns to the Purchaser any and all claims it may now have or hereafter Freight Terms. Shipments must be F.O.B.. City of Fort Collins, 700 Wood St.. Fort Collins, CO 805a_a_, unless acquired under federal or state antitrust laws for such overcharges miming to the particular good or services otherwise specified on this rude,. If permission is given to prepay freight and charge separately, the original freight purchased or acquired by the Pumhaserpurmant to this purchase ordm bill most accompany invoice. Additional charges for packing will not be accepted. 13, PURCHASERS PERFORMANCE OF SELLERS OBLIGATIONS. Shipment Distance. Where manufacturers have distributing points in various parts of the country, shipment is Ifthe Purchaser directs the Seller to correct nonconforming or defective goods by a date to be agreed upon by the expected fmm the nearest distribution point to destination, and excess freight will be deducted fount Invoice when Purchaser and the Seller, and the Seller thereafter indicates its inability or unwillingness to comply, the Purchaser shipments are made from greater distance. may cause the work to be performed by the most expeditious means available to it, and the Seller shall pay all costs associated with such work. Permits. Seller shall pencure at sellers sole cost all necessary permit, certificates and licenses required by all applicable laws, regulations, ordinances and rates of the state. municipality, territory or political subdivision where the work is perforated, or required by any other duly constituted public authority having jurisdiction over the work of vendor. Seller father agrees to hold the City of Fort Collins harmless tram and against all liability and loss incurred by them by reason of an asserted or established violation of any such laws, regulations, ontinances. riles and requirements. Authorization. All parties to this contract agree that the representatives are, in fact. bow fide and possess full and complete authority to bind said panics. LIMITATION OF TERMS. This Purehazc Order expressly limits acceptance to the terms and conditions stated herein set forth and any supplementary or additional term, and conditions annexed hereto or incorporated herein by reference. Any additional or different lams and conditions proposed by seller are objected to and hereby rejected. 2. DELIVERY. PLEASE ADVISE PURCHASING AGENT immcdiatcly if you cannot make complete shipment to arrive on your promised delivery date as noted. Time is of the essence. Delivery and performance must be effected within the time stated on the purchase order and the documents attached hereto. No acts of the Pumhascrs including, without limitation, acceptance of partial late deliveries, shall operate as a waiver of this provision. In the event of any delay, the Purchaser shall have, in addition to other legal and equitable remedies, the option of placing this order elsewhere and holding the Seller liable for damages. However, the Seller shall not be liable for damages as a result of delays due to causes not reasonably foreseeable which arc beyond its reasonable control and without its fault of negligence, such acts of God, acts of civil or military authorities, governmental priorities, fires, strikes. word, epidemics, wars or rims provided that notice of the conditions causing such delay is given to the Purchaser within five (5) days of the time when the Seiler first received knowledge thereof In the event of any such delay, the date of delivery shall he extended for the period equal to the time actually lost by reason of the delay. 3. WARRANTY. The Seller warrants that all goods, articles, materials and work covered by this order will conform with applicable drawings. specifications, samples and/or other descriptions given, will be fit for the purposes intended, and Performed with the highest degree of care and competence in accordance with accepted standards for work of a similar nature. The Seller agrees to hold the purchaser harmless fmm any loss, damage of expense which the Purchaser may suffer or incur on account of the Scllcrs breach of waranry. The Scllcr shall replace, repair or make good, without cast to the purchaser, any defects or faults arising within one (1) year or within such longer period of time as may be prescribed by law or by the terms of any applicable warranty pmvidcd by the Seller after the date of acceptance of the goods furnished hereunder (acceptance not to be unreasonably delayed), resulting fmm imperfect or defective work done or matmals furnished by the Seiler. Acceptance or use of goods, by the Purchaser shall not constitute a waiver of any claim under this warranty. Except as otherwise provided in this purchase order, the Scllcrs liability hereunder shall extend to all damages proximately caused by the breach of any of the foregoing warranties or guamntecs, but such liability shall in no event include loss of profits or loss of use. NO IMPLIED WARRANTY OR MERCHANTABILITY OR OF FITS F_SS FOR PURPOSE SHALL APPLY. 4. CHANCES IN LEGAL TERMS. The Purchaser may make changes to legal mons by written change order. 5. CHANGES IN COMMERCIAL TERMS. The Purchnscr may make any changes to the terms, other than legal terms, including additions to or deletions final the quantities originally ordered in the specifications or drawings, by verbal or written change order. If any such change affects the amount due or the time of perfornance hereunder, an equitable adjustment shall be made. b. TERMINATIONS. The Purchaser may at any time by written change order, terminate this agreement as to any or all portions of the good then not shipped, subject to any equitable adjustment between the panics as to any work or materials then in progress provided that the Purchaser shall not be liable for any claims for anticipated pmlits on the uncompleted portion of the good and/or work, for incidental or consequential damages, and that no such adjustment be made in favor of the Seller with respect to any goods which are the Sellers standard stock. No such termination shall relieve the Purchaser fir the Seller of any of their obligations as to any goods delivered hernia der. 7. CLAIMS FOR ADJUSTMENT. Any claim for adjustment must be assorted within thirty (30) days form the date the change or termination is ordered. S. COMPLIANCE WITH LAW. The Seller warrants that all goods mid hereunder shall have been produced, sold, delivered and furnished in strict compliance with all applicable laws and regulations to which the goods are subject. The Seller shall execute and deliver such documents as may be required to effect or evidence compliance. All laws and regulations required to be incorporated in agreements of this character arc hereby incorporated herein by this reference. The Seller agrees to indemnify and hold the Purchaser homeless fmm all costs and damages suffered by the Purchaser as a result of the Sellers failure to comply with such law. 9. ASSIGNMENT. Neither party shall assign, transfer. or convey this order, or any monies due or to bttome due hereunder without the prior written consent ofthe other party. I O. TITLE. The Seiler warrants full, clear and unrestricted title to the Purchaser for all equipment, materials, and items furnished in performance of this agreement. free and clear of any and all liens, restrictions. ¢.xcrvmions, senmty interest encumbrances and claims of others. The Seller shall release the Purchaser and its contractors of any tier farm all liability and claims of anv nature resulting from the performance of such work. This release shall apply even in the event of fault of negligence of the party released and shall extend to the directors, officers and employees of such party. The Scllcr, continental obligations. including warranty, shall not be deemed to be reduced, in any way, because such work is perforated or caused to be performed by the Purchaser. 14. PATENTS. Whenever the Seller is required to use any design, device, material or process covered by letter, patent, trademark or copyright, the Scllcr shall indemnify and mve harmless the Purchaser fmm any and all claims for infringement by reason of the use of sash patented design, device, material or process in connection with the contmcq and shall indemnify the Purchaser for any cost, expense or damage which in may be obliged no pay by reason ofsuch infringement at any time during the prosecution or after the completion of the work. In case said equipment, or any part thereof or the intended use of the goofs, is in such suit held to constitute infringement and the use of .said equipment or pan is enjoined, the Seiler shall, at its own expense and at its option, either procure for the Purchaser the right to continue using said equipment or parts, replace the same with substantially equal but noninfringing equipment. or modify it sn it becomes noninfringing. 15. INSOLVENCY. If the Seller shall become insolvent Or bankrupt, make an assignment for the benefit of creditors, appoint a receiver or mace for any of the Sellers property, or business, this order may forthwith be canceled by the Purchaser without liability. 16. GOVERNING LAW. The definitions ofterms used or the interpretation ofthe agreement and the rights ofall panics hereunder shall be consnmad underand gov'cmed by the laws ofthc State of Colomdo, USA. The following Additional Conditions apply only in cases where the Seller is to perform work hereunder. including the services of Sellers Repmcentntive(sl, On the pmmises nfothets. 17. SELLERS RESPONSIBILITY. The Seller shall cam on said work at Seller's own risk until the same is fully completed and accepted, and shall, in case of any accident, destruction or injury no the work and/or materials before Sclices final completion and acceptance, complete the work at Sellers own expense and to the satisfaction ofthe Purchaser. When materials and equipment am furnished by others for installation or erection by the Seller. the Seller shall receive, unload, store and handle same at the site and become responsible therefor as though such materials and/or equipment were being furnished by the Scllcr under the order. 18, INSURANCE. The Seller shall, at his own expense, provide for the payment of workers compensation, including occupational disease benefits. to its employees employed on or in connection with the work covered by this purchase order. and/or no their dependents in accordance with the laws of the state in which the work is to be done. The Seller shall also carry comprehensive general liability including, but not limited to, contractual and automobile public liability insurance with hodily injury and death limit of at least S300.000 for any one person, 5500.1100 for any one accident and property damage limit per accident of 5400010, The Seller shall likewise require his contractors, if any, to provide for such compensation and insurance. Before any of the Sellers or his contractors employees shall do nny work upon the premises of others, the Scllcr shall furnish the Purchaser with a certificate that such compensation and insumncc have been provided. Such certificates shall specify the date when such compensation and insurance have been pmvidcd. Such certificates shall specify the date when such compensation and insurance expires. The Seiler agrees that such compensation and insurance shall be maintained until afer the entire work is completed and accepted. 19. PROTECTION AGAINST ACCIDENTS AND DAMAGES. The Seller hereby swum" the entire responsibility and liability for any and all damage, loss or injury ofany kind or nature whatsoever to persons or pmperty caused by or resulting fmm the execution ofthe work provided for in this purchase order or in connection herewith. The Seiler will indemnify and hold hnrailess the Purchaser and any or all of the Purchasers officers, agents and employees fmm and against any and all claims, losses, damages, charges or expenses, whether direct or indirect, and whether to persons or property to which the Purchaser may be put or subject by reason of any act, action, neglect, omission or default on the part of the Seller, any of his contractors. or any of the Sellers or contractors offtects, agents or employees. In case any suit or other Proceedings shall be brought against the Purchaser, or its officers, agents or employees at any time on account or by reason of any act, action, neglect, omission or default of the Seller of any of his contractors or any of its or their officers, agents or employees as aforesaid, the Seller busby agrees to assume the defense thereof and to defend the some at the Scllcrs own expense, to pay any and all costs. charges, attorneys fees and other expenses. any and all judgments that may be untamed by or obtained against the Purchaser or any of its or their officers. ,agents or employees in such suits or other proceedings, and in case judgment or other lien be placed upon or obtained against the Property ofthe Purchaser, or said panics in or as a result of such suits or other proceedings. the Seller will at once cause the same to be dissolved and discharged by giving band or otherwise. The Seller and his contractors shall lake all safety precautions, famish and install all guards necessary for the prevention of accidents. comply with all laws and regulations with regard to safety including, but without limitation, the Occupational Safety and Health Act of 1970 and all rules and regulations issued pursuant thereto. Revised 03/2010 Electronic Quote Company Name: Action signs Quote Number: 1115-2011 Date: November 15, 2011 Ref: Small Purchase Quote Request THIS IS A PRICE QUOTATION -- NOT AN ORDER Please supply pricing, per attached Scope of Work, as requested below. Respond within FIVE WORKING DAYS to: Jim Hume, Senior Buyer: fax: 970-221-6707 or email: jhume@fcgov.com Any questions regarding this inquiry should be directed to Mike Conley, 970-221-6625 Provide pricing for bus decals for six (6) buses - Four buses are forty (40) feet in length - Two buses are Thirty-five (35) feet in length The decals must be a single piece (not layered), made from 3M Control Tech 180c/8519 laminate material. The two Clean Cities decals are located on either side of the upper compartment, which measures approximately 18" x 252" on the 40-foot buses and 18" x 112" on the 35-foot buses. Refer to the images for placement of these and the other deca Is. Needed, per bus: 1. Five (5) unit numbers: 3 in black, 2 in white, letter size: 4"x 1/2" 2. Two (2) of the Clean Cities decals 3. One (1) white Transfort decal on the front of the bus 4. One (1) "Not responsible for lost, stolen, or damaged bicycles", decal, in white, letter size: 1 "x 5/16" Besides the above, provide thirteen (13) window blackout pieces of black decal material, size: 12" x 45' Provide pricing on the follnwinn itame- Qty Part No. and/or Description Price, each: Price, total: 30 Unit numbers, as specified $ 1. 65 $49. 36 8 Clean Cities decals - 40ft buses $ 717.81 $ 2871.25 4 Clean Cities decals - 35ft buses $405.85 $ 811.69 6 White Transfort decals, as specified $ 14.49 $ 89.35 6 Not responsible ..., as specified $ 8.82 $ 52 . 92 13 Window blackout pieces, 12" x 45" $ 31. 07 $ 403.94 Total: $ 4276.11 Special Instructions if any): 'installation ADD $225.00/$1350.00 Images of the needed decals are attached below. Gran ota Bidder's Statement: I have read and fully understand all the specifications, and requirements set forth herein. I hereby agree to comply with all said specifications and requirements, as stated or implied. By: Randy L r �" " 2 ICh _.;,;`^,� �',�,�•°-J• Owner Title: PdntName: Randy Lerich Phone: 970.690.0791 Email: randy@myactionsigns.com Image #1: Transfort decal, unit number, "Not responsible ..." decals 2 iG�fl1{7°1vr -• Action Signs .'.�+ PO BOX 270096 �• •'"Y"`R`• Fort Collins, GO 80527 Estimate #: 2570 Ph: (970)223-2124 r FAX: (970) 223-2810 Email: sales@myactionsigns.com � Web: W .myactionslgns.com Page l of 2 Created Date: 9212011 2:13:02PM Prepared For. City of Fort Collins Salesperson: House Account Contact: Mike Conley ,Transfort Service Manager Email: Office Phone: (970) 221-6625 Phone: NIA Office Fax: (970) 224-6110 Fax: NIA Emall: mconley®fcgov.com, ktormaschy@fcgov.wm Entered by: Randy Ledch Address: PO Box 580 Fort Collins, CO 80522 Description: Bid 1115-2011 Quantity Unit Price Subtotal 1 Product: Roll Sign Print 4 $717.81 $2,871.25 Description: Clean Cifies 408 • 4- 242 in x 33 in Single Sided Print(s) made from 3M 180C V3 Control Tao 36" stock material • Laminated with 3M 8518 Gloss 36" on face Quantity Unit Price Subtotal 2 Product: Roll Sign Print 2 $405.85 $811.69 Description: Clean Cilies 35ft • 2- 126 in x 33 in Single Sided Print(s) made from 3M 180C V3 Control Tac 36" stock material • Laminated with 3M 8518 Gloss 36" on face uuannry Unit Price Sublets 3 Product: RTA Cut Vinyl (Ready To Apply) 6 $14.49 $86.95 Description: Transron Logo White • 6. 6.S In x 26 in, , Single Sldad • HP Oracal White, Print Data, 11/172011 9:46:15AM 1\SERVERSBN,`/Aous§Cm4dYteporlsWtYonEsllmale01.ry1