Loading...
HomeMy WebLinkAbout160325 CITY OF LOVELAND - PURCHASE ORDER - 9121011City of art Collins PURCHASE ORDER Date: 02/17/2012 Vendor: 160325 CITY OF LOVELAND DEPARTMENT OF PUBLIC WORKS -TRANSIT 410 E 5th ST LOVELAND Colorado 80537-5641 PO Number Page 9121011 1of7 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: 02/16/2012 Buyer: DAVID CAREY Note: THIS PURCHASE ORDER IS FOR THE PROCUREMENT OF GOODS AND/OR SERVICES, AS NEEDED, DURING THE CURRENT CALENDAR YEAR. DOLLAR AMOUNTS SPECIFIED ARE ESTIMATES AND NOT A PROMISE TO PURCHASE ANY MINIMUM AMOUNT OF SUCH GOODS AND/OR SERVICES. Line Description Quantity UOM Unit Price Extended Ordered Price Farebox Revenue Reimbursement 1 LOT LS 49,308.00 to COLT - 2012 Blanket P.O. City of Loveland Transit (C.O.L.T) EPLS search completed. Vendor selected and farebox reimbursements paid per Intergovernmental Agreement (IGA) dated 11/01/10. The following Federal Transit Administration (FTA) Contract Clauses apply, details attached: 1. NO GOVERNMENT OBLIGATION TO THIRD PARTIES 2. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS 3. ACCESS TO RECORDS AND REPORTS 4. FEDERAL CHANGES 5. TERMINATION 6. CIVIL RIGHTS REQUIREMENTS 7. DISADVANTAGED BUSINESS ENTERPRISE (DBE) 8. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS 9. GOVERNMENT -WIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT) 10. ENERGY CONSERVATION REQUIREMENTS 1. NO GOVERNMENT OBLIGATION TO THIRD PARTIES No Obligation by the Federal Government. Invoice Address: 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 City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Accounting Department Phone:970-221-6775 Fax: 970-221-6707 Email:purchasing@fcgov.com PO Box 580 Fort Collins, CO 80522-0580 capital maintenance item (as defined in 49U.S.C., Paragraph 5307 (a) ( 1) that is procured directly from the original manufactured or supplier of the item to be replaced and the grantee first certified in writing to the FT A: (i) that such manufacturer for supplier is the only source for such item; and (ii) that the price of such item is no higher than the price paid for such item by like customers. 39) Cost Analysis Required Cost analysis and profit negations were performed (initial award and modifications) Terms & Conditions negotiated And documented for price reasonableness per IGA dated 11/01/10. was established on the basis of a catalog or market price of a commercial product sold in substantial quantities to the general public or on the basis of prices set by law or regulation. 40) Evaluation of Options The option quantities or periods contained in the contractor's bid or offer were evaluated in order to determine contract award. (To be N/A eligible for Federal funding, options must be evaluated as part of the price evaluation of offers, or must be treated as sole source awards. 42) Written Record of Procurement History The file contains records detailing the history of this procurement. At a minimum, these records include: (1) the rationale for the method of Yes. procurement, (2) Selection of contract type, (3) reasons for contractor selection or rejection, and 4 the basis for the contract price. 43) Exercise of Options The grantee exercised an option on this contract adhering to the terms and conditions of the option stated in the contract and determined that the option price was better N/A than prices available in the market or that the option was a more advantageous offer at the time the option was exercised. If an option was not exercised under this contract, check NA. 44) Out of Scope Changes The grantee amended this contract outside the scope of the original contract. The amendment was treated as a sole source N/A procurement (complying with the FTA requirements for a justification, cost analysis and profit negotiation). 45) Advance Payment Provisions The contractor did not receive an advance NO -Payment made monthly per payment utilizing FTA funds and the contract does not contain advance payment provisions invoice. or, if it did, prior written concurrence was obtained from FTA. 46) Progress Payment Provisions The contract contains progress payments based on costs incurred (as opposed to percent of completion) and the contract contains a provision giving the grantee title to No. property (materials, work in progress, and finished goods) for which progress payments are made. The contract may contain other security in lieu of obtaining title. 47) Time and Materials Contracts This is a time and materials contract; the grantee determined that no other type of No. contract is suitable; and the contract specifies a ceiling rice. 48) Cost Plus Percentage of Cost This is not a cost plus a percentage of cost No. type contract. 49) Liquidated Damages Provisions This contract contains liquidated damages provisions and the assessment for damages No. is specified in the contract at a specific rate per day for each day of overrun in contract time. 50) Piggybacking 1) The file contains: Assignability provisions. No 2) The procurement file contains: Price reasonableness determination. 56) Clauses This contract contains the appropriate FTA Yes. required clauses. Excluded Parties Search EPS run and include in the file. Yes, run 02/16/12. 1 F`ort Collins Date of Estimate: Contract Type: Existing Contract or PO (Y/N): Description of Goods (A) or Services (B): I have obtained the following estimate from; Published Price List / Past Pricing (date) Engineering or Techincal Estimate (performed by) Independent Third Party Estimate (performed by) Other (specifiy) Adjustment based on projected increase in COLT ridership Independent Cost Estimate 2/2/2012 Y Farebox Reimbursement to COLT 1/1/2011 - 12/31/2012 Cost Estimate Details: (Estimate calculated in US Dollars) Cost of Standard Items C:\Documents and Settings\dcarey\Local Settings\Temporary Internet Files\OLK3\ICE - 2012 COLT Relmbursement.XIsCOLT 2/7/2012 INTERGOVERNMENTAL AGREEMENT FOR FARE COLLECTION EQUIPMENT BETWEEN FORT COLLINS AND LOVELAND This Agreement is made this _� _ day of xkJ• 2010, between the City of Fort Collins, Colorado, a municipal corporation, and the City of Loveland, Colorado, a municipal corporation. 1. RECITALS I. WHEREAS, the parties desire to use the same on -board electronic farebox system for each of the transit systems of the City of Fort Collins and the City of Loveland; and 2. WHEREAS, the City of Fort Collins has its own treasury building, vaulting and data collection system that is compatible with the said fare collection system; and 3. WHEREAS, the parties have determined that significant economic and efficiency benefits will result from the shared use of a common treasury, vaulting, and data collection system. 11. CONSIDERATION 4. Now, therefore, in consideration of the mutual promises herein and other good and valuable consideration, receipt and adequacy of which is acknowledged, the parties agree as follows: III. TERMS 5. The City of Fort Collins shall provide the City of Loveland access to the external vaulting and data collection equipment associated with the Transfort treasury building located at 6570 Portner Road, Fort Collins, CO for the successful, efficient fare and data collection processes required by the City of Loveland. The City of Loveland will coordinate with the City of Fort Collins regarding the days and times access will be provided to the Transfort treasury building for deposits and data collection. 6. The City of Loveland's fare revenue deposited into the shared treasury will be counted by Transfort staff. The City of Fort Collins will maintain a 2.5% administration fee from the fares collected by the City of Loveland. The City of Loveland will invoice for the remaining fare revenues and will be reimbursed within 30 days of the said invoice, as reconciled with farebox data. 7. The City of Fort Collins shall provide the City of Loveland the ability to effect creation, changes, and other fare structure data system components as needed by the COLT transit system for efficient, effective fore collection reconciliation. 8. This Agreement shall commence on November 1, 2010, and shall continue in full force and effect until December 31, 2015, unless sooner terminated as herein provided. In addition, the parties may extend the Agreement for additional one year periods not to exceed one (1) additional one year period. A written addendum to this Agreement extending its terms in accordance with this Section 8 shall be executed by the parties no later than sixty (60) days prior to the end of each term of the Agreement. This Agreement is not a multi -year fiscal obligation of any of the parties hereto, and is subject to annual appropriation by the parties. 9. In the event a party has been declared in default, such defaulting party shall be allowed a period of thirty (30) days within which to cure said default. In the event the default remains uncorrected, the party declaring default may elect to terminate the Agreement and so notify the defaulting party in writing. Any amounts due the non -defaulting party shall be paid within fifteen (15) days of the date of notice of termination is received. 10. Liability of the parties shall be apportioned as follows: a. The City of Fort Collins shall be responsible for any and all claims, damages, liability and court awards, including costs, expenses, and attorney fees incurred, as a result of any action or omission of the City of Fort Collins or its officers, employees, and agents, in connection with the performance of this Agreement. b. The City of Loveland shall be responsible for any and all claims, damages, liability and court awards, including costs, expenses, and attorney fees incurred, as a result of any action or omission of the City of Loveland or its officers, employees, and agents, in connection with the performance of this Agreement. d. Nothing in this Section 10 or any other provision of this Agreement shall be construed as a waiver of the notice requirements, defenses, immunities, and limitations the City of Fort Collins, and the City of Loveland, may have under the Colorado Governmental Immunity Act (Section 24-10-101, 10A C.R.S., et sea.) Or to any other defenses, immunities, or limitations of liability available to any party by law. 11. This Agreement embodies the entire agreement of the parties. The parties shalt not be bound by or be liable for any statement, representation, promise, inducement or understanding of any kind or nature not set forth herein. 12. No changes, amendments or modifications of any of the terms or conditions of this Agreement shall be valid unless reduced to writing and signed by all parties, except as provided herein. 13. This Agreement shall be governed by and interpreted and enforced in accordance with the laws of the State of Colorado. hr addition, the parties hereto acknowledge that there are legal constraints imposed upon the parties by the constitutions, statutes, and rules and regulations of the State of Colorado and of the United States, and by their respective Charters and Codes, and that, subject to such constraints, the parties intend to carry out the terms and conditions of this Agreement. Notwithstanding any other provisions of this Agreement to the contrary, in no event shall the parties hereto exercise any power or take any action which shall be prohibited by applicable law. Whenever possible, each provision of this Agreement shall be interpreted in such a manner so as to be effective and valid under applicable law. Venue for any judicial proceeding concerning this Agreement shall be in the District Court for Larimer County, Colorado. 14. Any provision rendered null and void by operation of law shall not invalidate the remainder of this Agreement to the extent that this Agreement is capable of execution. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date first above written. CITY OF FORT COLLINS, COLORADO oration APPROV S TO FORM: Deputy City Attorney CITY OF LOVELAND, COLORADO a municipal corporation By: William D. Cahill, City Manage ` A ES"r: `U�Gumnnh�� City Clerk 3 �cv � A A EPLS Search Results Page 1 of 1 E11-1,PLSS ExcludedI Parties List System, Search Results Excluded By Firm, Entity, or Vessel : City of Loveland State: COLORADO as of 16-Feb-2012 5:42 PM EST Your search returned no results. https://www.epi s. gov/epls/search.do,j sessionid=81 F88EFDF 17EE7A39E3165 EC759263 B... 2/ 16/2012 EPLS Search Results Page 1 of 1 -I P"LS-­ Exelud'edParties;Iist System Search Results Excluded By Firm, Entity, or Vessel : City of Loveland Transit State: COLORADO as of 16-Feb-2012 5:43 PM EST Your search returned no results. https://www. epls. gov/epls/search.do?full name=City+of+Love land+Transit&status=curre... 2/ 16/2012 Fort Collins PURCHASE ORDER PO Number Page 9121011 2of7 This number must appear on all invoices, packing slips and labels. Line Description Quantity UOM Unit Price Extended Ordered Price (1) 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) The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. 2. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS Program Fraud and False or Fraudulent Statements or 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 et 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. (3) The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions. 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 Stale 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)l, 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. 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 9121011 3 of 7 This number must appear F6rt Collins 1 �7 on all invoices, packing slips and labels. Line Description Quantity UOM Unit Price Extended Ordered Price 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). D. FTA does not require the inclusion of these requirements in subcontracts. 4. FEDERAL CHANGES 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 (General Provision) 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 [Breach or Cause] (General Provision) 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 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 (General Provision) The City in its sole discretion may, in the case of a termination for breach or default, allow the Contractor [an appropriately short period of time] 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 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. 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 CIi7/ Of///��� 9121011 ' °f 7 Flirt Collins This number must appear ,�—,J`_' ` ` , 1 on all invoices, packing slips and labels. Line Description Quantity UOM Unit Price Extended Ordered Price 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. e. Termination for Default (Supplies and Service) If the Contractor fails to deliver supplies or to perform the services within the time specified in this contract or any extension or if the Contractor fails to comply with any other provisions of this contract, the City may terminate this contract for default. The City shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of the default. The Contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner or performance set forth in this contract. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the City. 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 against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. C3. 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 PURCHASE 9121011 s of 7 `t Collins This number must appear on all invoices, packing slips and labels. Line Description Quantity UOM Unit Price Extended Ordered Price (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 (3) The Contractor also agrees to include these requirements in each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties. 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 9.9 %. 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. c. The contractor is required to pay its subcontractors performing work related to this contract for satisfactory performance of that work no later than 30 days after the contractor' s receipt of payment for that work from the City of Fort Collins . In addition, is required to return any retainage payments to those subcontractors within 30 days after incremental acceptance of the subcontractor s work by the City of Fort Collins and contractor' s receipt of the partial retainage payment related to the subcontractor' s work. d. The contractor must promptly notify City of Fort Collins whenever a DBE subcontractor performing work related to this contract is terminated or fails to complete its work, and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. The contractor may not terminate any DBE subcontractor and perform that work through its own forces or those of an affiliate without prior written consent of City of Fort Collins. 8. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS 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 E, 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 (name of grantee) requests which would cause (name of grantee) to be in violation of the FTA terms and conditions. 9. GOVERNMENT -WIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT) 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 C117/Of9121011 6of7 F/' rt CThis number must appear ,�—,J`'- ` CollinsJ on all invoices, packing slips and labels. Line Description Quantity UOM Unit Price Extended Ordered Price Suspension and Debarment 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 signing and submitting its bid or proposal, the bidder or proposer certifies as follows: The certification in this clause is a material representation of fact relied upon by {insert agency name}. If it is later determined that the bidder oriproposer knowingly rendered an erroneous certification, in addition to remedies available to {insert agency name}, 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. t3. oi'la o4 �s� 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 $49,308.00 Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 Purchase Order Terms and Condition, Page 7 of 7 1, COMMCI,CIAI. Dr. IAILS. To, s,,raiarb, Ily umbe it,City 1 Flat Collins 1 f at sun, andl uul.. Our I I Number is II, NONNAIVER 98W0.Too er.ILxs'T. Lcuc,a 1 Certificate of llcbstl 84(000587 is registered call line Csllwrr of Failure 11h.Punh'vwrt-insist upon stra performance of the form, and condition, Len.[ Blum or delayw Internal Reload, Denver. Colorado (IOU C'olood,13N6cd Soutar, 1973. Chapter 39"24, IH(a). exercise any rights or Tvinoie, provided herein or by Our, failure a. mmptl, minify the Scllcr in Ne,s.nt ofa breach. i, aeeeptanev of or payment fur goods herewtder or approval of the design, shift not release the Seller of Gams Rejected GOODS RGIECI ED due a tailor, to color 1peditieutides, either when shipped or due to dolmas of ally of the x r obligations of this pLocatedbusc meet and shall not be Located a w of any right of,hc dam.,, n tracer. only be re red 1. you fur room, .. d aid nm to be npla<eJ a «Pr ufwt r re, of .foment pu,haa sill upon shin perfurnunee hannf orally adds rights orcerneJic, as to anysuch goods, regardless instructions l}.a. the City of Fort Collins. lot when zliq tee received acepdrr , as to any prior subsequent dcraufl laau,nder.nr. shall any purpided foal mdilicution or r ou-mn of W., pu.clue order bythe Pumhawr operate ns a owner of any of the corns Inpcctiun. GOODS ill object fa the City of Fun Culling in,,,6un at, ano.l. Fare. Final Acce,mnce. Receipt of the rnerchmalw, o a egdipnmcan r ol in O,sur>e 10 this order each in 12, ASSIGNMLN'I' OF AN'I I I RU.S I' CLAIMS. vutha.nd paym the pun of the City of I'an lmmrcr, Collins. lunderstood!u be undeauunderstood!tm hFINAL Seller and the PorcIaN dral,cro, Char I. O11m, .I , c pra,o ..barges resulting had mtana, ACCEPTANCE isd,,ndent after completion droll applicable occurred ingrnw' ien paeJa:a, vidfuiionn art in fact bum, by the P.ab rum Th.nbefore. for good came and as consid,rmien for,.,twin, this purchase Or the Seller hereby assign, to NC Purciu>a, any and all claims it may ... have of [.escaper Freight Terns. Shipmmn. adds, be TO T. City of Pon Collin, 7W World M., Fort Collins. CO 80522. unless acquired under federal for slam an urdst Imes for such ovcrchergm ruling to the particular good, or services ahem a.rycilid On this order. I fpen is Skeen top¢pay freight and char,, sepanRmnm ly. the original heighl purchased or acquired by the Purchaser puro this purchm,notch. bill first ritualisticit %nice. Additional charges fur puck ing.'ill Out be ;accepted 13. PU RCHASERS PERFORMANCE OF SELLERS OBLIGATIONS. Shipment Di>mr[c.Where nun.lucamn luxe dionlauda, poims in various pins of rho country. shilnnenlu If the Purchaser direct. NC Seller 1.cocert atnbofoming or D11denvegwd, by a dale to be agreed upon by Be csperlcJ treat then ..I diaribulion prim fo d"tirlsoma. and cxcc,, Height will b EdeuDd from Be, mu when Purchase and the Sailer. and the Seller damaffcr indicates as inadclay or cars, diingne,s to comply. the Purchaser shipment, are nude front grater divance. may cause the wud. nobe olonmd by the min, expeditious mean maabfe to it, and the Seller shell pay at emu ussuiaoJ.fill such xo.k. Permit. Salter shall practice a, sellers sale cot all acceircer, prmib, eenifcat,, and lie nucs required by .11 applicable lax regulation, onfireacce, and falls Of,howtc, aduniopdily. Rrrimry or puflie.1 subilk6im I %% hoc du work is prinrmd, or required by any other July' o u,nmreJ public auifuriy tiun haleingjamo .,or the work of vend.,. SIR, further zgres I. hold Ibe City of fen Collins hvml— floor me against all liabilityand loss incurred by thcnt by reason ed an asserted or cluMishcJ violation orally such lax,, regulation, oeimdecs, roles and rcquirmcnb. Autharrohnion . All peones to Nis contract agree that the representative, arc, in Le. bend titlepmcv and . full and omplete achuri, to hard said panic, LIMITATION OF TERMS. This Yuoch— Order exprosely hunts acceptance to the bered, and conditions mated Intent set tomb and any wiMlenunmry or addirioml Runt.ad cunWifimt anneod he.,. Or incsir co foel h,seio by rebuhntt. Any additional or Jinvorn mint and ewWiti.ns proposed be seller arc objected! it, and hereby rejected. s_. DELIVERY. PLEASE ADVISE PURCHASING AGENT' immediately ly if you cannot bake c.mplcll shipn od he dome en your promised delivery Jac as aced. Tinto is of the essence. Dcivm, and Ihaturnmae wst be effected W Ohio the time stated on the purchase order and tire dismounts attached broad. No act of the Purchasers including, bound limitation, race punn of partial w, aefiv,de,, shml ,,all as. waiver ur Nis pro, War, Ib he clear ofully decor. [lie Purchaser shall hold, in addition to other legal and equitable remedies, the option of p6crg this order olsexhere and holding the Seller liable hour danuge.. However, the Sallee shall nor be liable for Jubaga as a result of delays due 1. causes min oweroubl, rurw,abm which a,, bcyrandIs .liable aanvil md"WE Its tail, ,I gligenca, uch or. ofOd, all, fcii,lmmilim, neflocard-, toonanuccul prioritiestir . strikes. fluid.epid,a d rinpboid d mbar ..If,, of the ... Mnsan iecing such delay is gi%cnto ate Purchaser within five (5) days of the oh -the Seller lint —tic W knowledge thereof Ill In, occur of any such delay, the date of ruble,Jull be extended finite pried Call to the time actually lost by reason of the relay. 3. WARRANTY. The Seller w s that all Surdw s, abides, mtrele iils are walk cted e by Ihis .,it,, wlll cantor ,'hit apprOibl, allowing,spediliea wept. under other d,,Qripliones good, will be tit for the pdpuss intended, and perlunnd with the highest degree Of care add omnipotence Or accordance.Ilh accepted svndinds fur work.1 u miter e. The Soft,, agrees w held ,tic prcde. furnace- front any loss. damageoreapero .had, the Purchaser may ,ufDror incur) account of the Sellers breach of warranty. The Seller, hall replace, repair or ducke good withou So, a.Ne purchaser, air, a.fmrs or fauns arising within a.e(1)year or within such longer Perin) of lime as may be prescribed by law or by the Rrnd of any applicable wmurmny provided by the Scllcr after the date of acceptance of the good, firricalluad beet ndu (a.up an,, all, to be u u dannably delayed), no-Ifin, fr'omu,omf or d,welie, wink Jon, Or ailauuH tarnished by till Seller, Aoxopuraceor use of goods by the Purchaser shall not constitute u %veer of ary claim under fills warranty. Except as otherwise provided in noe s purchase ,el, the Shc... labildy he¢ImJu shill,.,teed to all damages pusiuumly..... d by dn, breach ofany of Ole foregoing warranties or gno... da-, bin such liability shall in uo gem Incfud, lass of,...dint or loss at use NO IMPLIED WAR BAN'I Y OR M ERCHAN'FAB I L ITY OR OF fl I'NESS FOR PURPOSE SO IAl. I. APPLY. q. CHANGES IN LEGAL 'ITEMS . Tire Purchaser amy nuke changes m legal Ron by without changr oea. 5. CHANGES IN COMMERCIAL I LRMS. 'IIIY 'troy rrake ylId,frs In it, woun, oche, Chef I,balc including carillon, i on, dJctnotlie the Protonic, wholly ofolcood in the politicanion, r drvviy. by vull or w'beh dean, odor lfay soh ,hung,,disc Ibe amuan due or the time oI perfamhmtee hereunder, ant equitable adjm.mnn shall be nude. b.TERMINATIONS. 'Hire I ha, any in any time b..T... l manic older, uniociall Thisf,vc x.a,toanytit all potosofnke gmd,thcnhocs6ppul subotttn atryequ'rbladjusmnn between the pulos as only work trt t-Chetin prub e.s n'av-d,d ul e 1 ^Iw.er J all nu, To I'uble ter t y cl:- s tr lino ed pre t t a fi:et nPRrd Portion of file foxes mad,al' worA, lot ur..... a trot tlauagtl. and than n melt adho,in I be Inaac in Timor uftbr Suite,, Or re""a In any goods xllke arc the Sellers „hndvd sack. No such umadamion scull nrowe the Phodnon or tire Seller if any lacir oblifaf ids:, a, la ally bled, acfivned LemunJc,. 9. CLAIMS FOR ANUS'I MEN'1, Any claim lie abrouncd ntmt be nstcm[d wrural Barry (30) days Brain the Jute file change for fermaimion is nodded, 8_COMPLIANCE W1I II LAN. "file Seller xnrrvnrs that all grads sold hereaWn shall ham been produced sold, delivered and fumisbcd in uric onidiance wish all applicable laws and mgo6Eos 1. whidl It., —it, all s.bj,,,. The Seller shall circuit, and Jelivsuch due antra, auy be aquircJ wetted or evidence compliance. All ax and regulations required to be oogwmmd to ngme ul this dac mmr are hereby uniformed iroed lacteal by Ihis mlerena. TLe Seller agrees to indemnify and hold the... hanales lion all costs and Jubnges suffered by the Pardmacr as a retail of the slit", mild, to comply' Itic such law. 9. ASSIGNMEN T. Neitbrr piny shall assign, conafCr, or can this order, or any counties due or to brume due hereunder v, thom [tic prior Willard Consent of the other piny. IO. TITLE. The Seller form,full, clear and unrestricted tide to the Purchaser far all equipment, oulefulb, and isms furnished n pultubriance of lhi, agreement, lice and clear of mry and all Bred, restriction, ocenatiem, security martial unetimbmnces and claims afalbm. Tire Sella shall « Icme the Purchaser and its contractor, of any liar from all londily and chains of any n tun ....Iran, from the ftundocc Ne of such is on. 'I his rledse shall apply cro. a. the ,,car of lush of negligence Of the piny released and shall uO.J ,o the clinican..Nicene low cmpfoyu. of such puny. I It, Sellers contraction obligatioti, including warrant, shall nor be divined to be reduced, in any way. because such .snk i. prremr lo, rood to be petl.rmed by the Picichas.,. If. PATENTS. Win ...n.. the Seller is required to use any design, do%ill, amerial or Process car Old by Iener, patent, tmdentarl, of cup,gb, the Seller hall indemnify sal idle, harmless the Punctim r from any and all c6iads for infringement by reason of the use of such panned design, doe nablonal or pro, wBE the and shall inJ,nadily the Puahav+far airy had, o,pude or a mr, .Inch it may be obliged to pay by ,.a. mful intiingemun at any time during the prosecution or alter the completion of Ne work. In case said eeuipi um, or any pan thereof of the intended use of the goods, is in such suit held to cmdndR unaccented and he use of said equipment or pan is enjoined, the Seiler shall, a it own c,pnt, and at it epuidr, either procure fur the Patchas.. tht, right to canine, using mid ,gunned ., pans, rylacc the same with wtchunidfy calla[ be, noninllinging Nalual or mdidy it as it balms nuninlringing_ 15. INSOLVENCY. If the Seller .hull furnace inmlv,m or bahkmp, mail, air rui,rancom for Be benefit of creditors. tWound a receiver or trustee fur an of the Scqlers pepeny or busims, this order may forthwith be canceled by the Purchaser a'ilhou, liability. Ill GOVERNING LAW. 'I he dclucanmu oftcm..sod or the int,,rOd ion hh, ct,ho,nnhic, a,ad ill' rights of all pare, henund,, foul be. nmuued weer and governed by the Los of the Sate ufCrumdd. USA. The following AJJiti.wl Conditions apply only in c where thr Seller is la perform work hereunder. including the sets iecs.1 Sellers Repmuutn,Ssk on the Prr Lees 0 others. 19 S W I ER$ RESPONSIBI L I'll. I he SiIr.ml I any bit lead book a, Sol tern vo. if risk unil file since is fully c'.hpinJ and accepted, and shall, III case of any aceldonc , Jos injury to the work and/or materials before Sellers felon contplefi.n and cecpa umpldt, the work Sclkr's.xr cxpcncand to 'tic ounleclion of the Padre,,,. When mac.iuls and cyli,an ate for rished by ,,hers for nsullationor erwtier by the Seller, the Seller shall weene, unlook and handle youll at the site and became rocs) -die thamfes as though troll dtmriab author equipment well being forickhed by the Solar anJer [tie order. IS. INSURANCE. The Sol,, shall, tit his own cxpcn q provide for the pdyadcnt of worker, umpeowaol, incafing leccap cioud disc a, bend's, I,, its unpinycc employed o oxhh Ile %work uttered by this pall—d banker, fall, and/or f,, th , all m.den¢ in accordance -1h It., lut�sof i1 a Hoar In which We work is to be do.,, The Seller .hull a l y cmrprcb t6vr ycu.vl liability mluding bur no, I m(led .... mcluul add at uubilc public ].ability moduralwo GO bully itjuy and aaoO triad arm lima S3W0any00 for one Peron S500000 fbr any tt'Walmd pepeny dome,, limit per aeciJcn, of SJ00,000. The Seller shall likewise rc,ui,, his ommctors, it any, to provide for such cumpc.suIion art it c. Beforeanyof the Sefton orla's codmu.n mployez shall do any week .'sonthe pat a.1.then, the Surlier shill fanatic the Parchasrnnlh n ccnif,ur fur such unipmeadual add -rimmano, Ill e, been pu,dDd. Such ell Cat, fill ,p G), nu date whou well coullsecrution and insurance have area Oro,ded Such en I Cm,s shall specify the dale who n such c1 bperrutien and ,stir IIe brim out, chat run e.o po.m.h and insurance hall be ainumnedand after lLe ,nun w-k is cmupl,wd slid vcc<ptW. I9. PRO CC`I ]ON AGAINST ACCIDENTS AND DAMAGESI Lc Seller hereby assumes the.ntlm resporlidaly and liability for any and all damage, loss or injury ofany kind her after p o. pruny cased by Or whexecution in& tom the exution ofihe work pal fin in ,his Purd ,mdo, of in ccmmaian herewith. The Seller will indemnify and hold harmless fin PimM1Cwr and any Or At of the Puntrsxm unirrm, agents and andoyrrs fear and ali> any and all ,lies, losses, da..ago , charges onr.vpcn wb„hr, dire'Or incline, and whether to pen st or property to which the Purchaser may be put D subject by re of fly act, wfion, ncglcc..missiet or default on the pan of the Seller, any of his unmmerx, or ally of the Smer, or conobacters bhi,ed, talent,cmployre.. III case any suit or other preeChn,shall be brought u.....I he Purchaser, or is o0ncerd agents or employees at any nine account or by Ommuofany arc, action, ncgkrl, rra,,i.n.l defauh of the Sd1C, ofany of his contractors or any ofits or their office . agents or el„Ploy., aforesaid, the Scller hereby agrees In assume the donne, thereof and to dd'llad au aid nshe Schc, rspmdc no Puy any and all cast,, clurges, attorneys tics and other cxpcn any and all jud... s that nay be it and by or obtained .Fair l the PurcLawr o rely of its or Waif ulbc,.. n agents o rnpfoyel, in such oil, or other prouvdings, and it a mm jud,.or other lien be placed upon or .blamed ayi.... e peprty office Pur'hadel, ell said pan sell ofsach suits or other proceeding, ,If, Seller will an all .use the samel. be disoNed and diwfur,rd by giving bind or when re. The Seller and his mammon shift mike all safely precautions, furnish and inns, all ,turd, necessary for the prevention of «Idenb, comply with all laws and rcgumon will) «gaN to SIR, including, buy wilhour limiutiuq the Occupational Sir,,, and Health An of 1970 and all roles and regulations issued pu mad thereto. Resistant 03C010 Title: Farebox Revenue Reimbursement to C.O.L.T. Date: February 16, 2012 CONTRACT CHECKLIST FOR NON-COMPETITIVE PROPOSALS (SOLE SOURCE) Checklist Item Contract File Comments Location 7) Independent Cost Estimate See I.C.E. dated 02/02/12 and The City made and documented an attached Intergovernmental independent cost estimate before receipt of IGA reement Ag ( ) dated 11/01/10. proposals. 10) Unnecessary Experience and Excessive Bonding Unnecessary experience and excessive No bonding requirements were not included in this solicitation or contract documents. 11) Organizational Conflict of Interest (OCI) If there is an apparent or potential OCI the solicitation contains provisions to eliminate or mitigate the conflict (e.g. by inserting a clause No that prohibits the contractor from competing for the follow-on contract to the current design or research contact) and OCI Certification is submitted by the contractor. 12) Arbitrary Action There was no arbitrary action in the procurement process. (An example of arbitrary action is when award is made to No other than the contractor who most satisfied all the City requirements as specified in the solicitation and as evaluated by staff. 13) Brand Name Restrictions 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 No 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. 14) Geographic Preferences The solicitation contains no in -State or local No geographic preference except where Federal statutes mandate or encourage them. 15) Contract Term Limitation The contract period of performance for rolling stock and replacement parts does not exceed five (5) years inclusive of options without prior No written FTA approval. For all other types of contracts, the procurement file contains evidence that the contract term is based on sound business judgment. 18) Award to Responsible Contractor The City made a determination that it was awarding to a responsible contractor considering such matters as contractor integrity, compliance with public.policy, record of past performance, and financial and 1. Y technical resources. 2. Y 1. Appropriate Financial, equipment, facility 3. Y and personnel. (Y/N) 4. Y 2. Ability to meet delivery schedule. (Y/N) 5. Y 3. Satisfactory period of performance. (Y/N) 4. Satisfactory record of integrity, not on declined or suspended listings. (Y/N) 5. Receipt of all necessary data from vendor. (Y/N) 19) Sound and Complete Agreement This contract is a sound and complete agreement. In addition, it includes remedies Blanket P.O. # 9121011 Issued. for breach of contract and provisions covering termination for cause and convenience. 24) Clear, Accurate, and Complete Specification A complete, adequate, and realistic specification or purchased description was Yes available and included any specifications and pertinent attachments which define the items or services sought in order for the bidder to propedy respond. 38) Sole Source if other Award is Infeasible The contract file contains documentation that award of a contract was infeasible under small purchase procedures, sealed bids, or competitive proposals and at least one of the following circumstances applies: (1) The item was available only from a single 1. Farebox Revenue source. (Verify prices are no higher than price Reimbursement to City of for such item by likely customers.) Loveland Transit (2) Public exigency for the requirement did (C.O.L..T.) not permit a delay resulting from a competitive solicitation. (3) An emergency for the requirement did not See IGA dated 11/01 /10. permit a delay resulting from a competitive solicitation. (4) The FT A authorized noncompetitive negotiations. (5) Competition was determined inadequate after solicitation of a number of sources. 6 The item procured was an associated