HomeMy WebLinkAbout289879 UNITED MAILING - PURCHASE ORDER - 9122532City of
� F,.6rt Collins
PURCHASE ORDER
Date: 05/01/2012
Vendor: 289879
UNITED MAILING
4221-B S MASON ST
FORT COLLINS Colorado 80525-5964
PO Number Page
9122532 1of8
This number must appear
on all invoices, packing
slips and labels.
Ship To: ELECTRIC UTILITIES
CITY OF FORT COLLINS
700 WOOD ST
FORT COLLINS Colorado 80521
Delivery Date: 04/30/2012 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
Estimated Postage(ARRA Funded)
for Advanced Meter Project
1 LOT LS
15,000.00
Estimated Postage for Project related mailings of Postcards and Newsletters as requested. Mailing lists to be
provided digitally by Utilities. All pieces to be sorted, addressed, and postage paid by vendor.
2 Mailing Services (ARRA Funded)
for Advanced Meter Project.
1 LOT LS
5,000.00
Mailing Services for Project related Postcards and Newsletters as requested. Mailing lists to be provided
digitally by Utilities. All pieces to be sorted, addressed, and postage paid by vendor. Specifications, Quantities,
and Turnaround Times to be determined by authorized Utilities Representative.
Vendor selected per competitive bid process, request dated 01/30/12.
Prices per vendor bid dated 02/03/11.
Excluded Parties List Systems (EPLS) search completed on 0430/12.
The services captioned above involve American Recovery and Reinvestment Act of 2009 (ARRA) and SGIG
funding and the following terms and conditions apply:
FEDERAL REQUIREMENTS
To the extent applicable, the terms and conditions under federal law listed below are incorporated into this
Agreement.
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
BID SUMMARY
Mailing, Printing & Special Printing Services for the Utilities Advanced Meter Project.
Date: 12/06/12
Mailing Services
Sizes, Specs and Quantities: Per Quote Request dated 01/30/12
Vendor:
Mountain Media
Color Pro
Price/100
Meets Specs
Delivery
Min
Price/100
Meets Specs
Delivery
Min
YIN
Qty.
Y/N
Qty.
Item
Size
Postcards
6 x 4
$35.50
Y
3-5 days
100
$24.23
Y
1-2 days
500
5.5 x 8.5
$50.00
Y
3-5 days
100
$25.53
Y
1-2 days
500
Newsletters
8.5 x 11
$95.00
Y
3-5 days
100
$30.53
Y
1-2 days
500
11 X 17
No Bid
n/a
n/a
No Bid
n/a
n/a
n/a
Letters, Folded, Inserted into #10 Envelope (provided by Utilities.)
8.5 x 11
1 $10.00
3-5 days
$35.98
1-3 days
$60.00 List ProcessingFee Per Fulfillment Job
*Prices assuming
`De ends on volume
they print.
I
I
I
I
I
I
Vendor:
AlphaGraphics
United Mailing
Price/100
Meets Specs
Delivery
Min
Price/100
Meets Specs
Delivery
Min
Y/N
Qty.
Y/N
Qty.
Item
Size
Postcards
6 x 4
$12.70
Y
2-3 days
1,000
$3.50
Y
3 days
1500
5.5 x 8.5
$12.70
Y
2-3 days
1,000
$3.50
Y
3 days
1500
* Prices lower if qtys. over 1,000
$55 Min Order
Newsletters
8.5 x 11
A$55
$17.80
Y
3 days
1500
$6.00
Y
3 days
1000
11 X 17
$20.80
Y
3 days
1500
$7.00
Y
3 days
750
*Fold & Tabs.
Min Order
*Must be thinner than .009
Prices lower if qtys. over 1,000
Letters, Folded, Inserted into #10 Envelope (provided by Utilities.)
8.5 x 11
$16.65
Y
2-3 days
1000
$5.00
Y
3 days
1300
(Inserting only)
($65 Min Order)
8.5 x 11
$19.80
Y
2-3 days
1000
Insert & Seal
All prices before postage.
iwfNN)NG-
BID FORM
Job Name: Mailing Services
Item Price per 100 Delivery Min Qtv Max Qty.
Turnaround
Postcards — 6 x 4 inches $ $55.00 minimum order $0.035 ea. (Plus Postage Costs) 3 day turnaround
5.5 x 8.5 inches $ $55.00 minimum order $0.035 ea. (Plus Postage Costs) 3 day turnaround
$55.00 minimum order $0.06 ea. (Plus Postage Costs) includes tabbing
Newsletters — 8.5 x 11 Inches $ 3 day turnaround
$55.00 minimum order $0.07 ea. (Plus Postage Costs) includes tabbing
— 11 x 17 inches $ includes folding 3 day turnaround
A —
Letters, Folded, Inserted into #10 Envelope (provided by Utilities.) }�G
- 8.5 x 11 Inches $ $65.00 minimum order $0.05 ea. (Plus Postage Costs) 3 day turnaround
Prices must include sorting, addressing and postage. exl: Postage ranges between $0.242 - $0.278
Items bid meet or exceed the specifications listed on Page 2 without exception. Yes_ No_
If not, please list exceptions on a separate sheet and attach to your bid.
Indicate turnaround delivery times:
NOTE: This will be an annual award for one (1) year. In addition, at the option of the City,
the award may be extended for additional one year periods not to exceed four (4).
Notice of renewal shall be provided to the Service Provider no later than thirty (30) days
prior to current award period end.
United Mailing
Vendor Name: 49o1 c Mason cr
970 267-3535 umailingggwestoffice.net
Address: Bryan Ray
Telephone #.
Respondent Name:
(Please Print)
Email:
Title:
By: Date:
(Signature)
Page 5 of 12
02/03/2012 10:34 FAX 9704933598 31OUNTAIN D[EDIA
LAB
BID FORM
Job Name: Mailing Services
Item Price per 100 Delivery Min, Qty. Max. Qtv.
Pp-rf- Turnaround
0
Postcards — 6 x 4 inches $ �� 5 ) O0
oQ
5.5 x 8.5 inches $
Newsletters — 8.5 x 11 inches $
— 11 x 17 inches $ NIA
Letters, Folded, Inserted into #10 Envelope (provided by Utilities.)
- 8.5 x 11 Inches $ C) 3 s
Prices must include sorting, addressing and postage. p O U sdkS51nc�C
Items bid meet or exceed the specifications listed on Page 2 without exception. Yes No —
If not, please list exceptions on a separate sheet and attach to your bid.
Indicate turnaround delivery times:
NOTE: This will be an annual award for one (1) year. In addition, at the option of the City,
the award may be extended for additional one year periods not to exceed four (4).
Notice of renewal shall be provided to the Service Provider no later than thirty (30) days
prior to current award period end.
Vendor Name:
Address:
Telephone #: 570 "TEmail: �Jr i/> 2 iil— V6e:P l4 - La's
Respondent Name: Title:
(Please Print)
�/j� �^
By: i—% V Dater
(Sigr�ree)
Page 5 of 12
02/03/2012 16:55 FAX 9704821593 COLOR PRO Zoos
Job Name: Mailing Services
BID FORM
Price Der 100
VA-eqm,, q P-Ae et/511
Turnaround
Postcards — 6 x 4 inches
$ C'71Z
Ll-wc
.'500
AA4
5.5 x 8.5 inches
$ oZS 55
J
_Z a
Soo
fl/09
Newsletters — 8.5 x 11 inches
$ J�O 53
� k,�r
Soo
/M
s +a6 — 11 x 17 inches
$ 30
1—Z d4
Sop
IM
molded +o le-hr raft.
Letters, Folded, Inserted into
#10 Envelope (provided
by Utilities.)
- 8.5 x 11 Inches $ -5 98 bt
d s
u
Prices must include sorting, addressing and postage/
loosfo�ya is AuScd on S cly�'f maTCAi P/'cso�t ,�%!
terns bid meet or exceed the specifications listed on Page 2 without exception, Yes_X No _
If not, please list exceptions on a separate sheet and attach to your bid.
Indicate turnaround delivery times � ,On (/Ol�in7� r uiGVfIK
_. g'tYS
NOTE: This will be an annual award for one (1) year. In addition, at the option of the City,
the award may be extended for additional one year periods not to exceed four (4).
Notice of renewal shall be provided to the Service Provider no later than thirty (30) days
prior to current award period end.
157
Vendor Name: CQ/U/ / e-0 _
Address:
Telepnor.
ere/"
Respondent name: &ak 'I itle:
(Please Print
By: ��� Date: % �Z
(Signature) —.-.— _....._..__.
Page 5 of 12
:. .-y,
Job Name: Mailing Services
Postcards — 8 x 4 inches $ $55.00 minimum order $0.035 ea. (Plus Postage Costs) 3 day turnaround
5.5 x 8.5 inches $
$55.00 minimum order $0.035 ea. (Plus Postage Costs) 3 day turnaround
$55.00 minimum order $0.06 ea. (Plus Postage Costs) includes tabbing
Newsletters — 8.5 x 11 inches $ 3 day turnaround
$55.00 minimum order $0.07 ea. (Plus Postage Costs) includes tabbing
— 11 x 17 inches $ includes folding 3 day turnaround
Letters, Folded, Inserted into #10 Envelope (provided by Utilities.)
- 8.5 x 11 Inches $ $65.00 minimum order $0.05 ea. (Plus Postage Costs) 3 day turnaround
Prices must include sorting, addressing and postage. FYI: Postage ranges between $0.242 - $0.278
Items bid meet or exceed the specifications listed on Page 2 without exception. Yes_ No_
If not, please list exceptions on a separate sheet and attach to your bid.
Indicate turnaround delivery times:
NOTE: This will be an annual award for one (1) year. In addition, at the option of the City,
the award may be extended for additional one year periods not to exceed four (4).
Notice of renewal shall be provided to the Service Provider no later than thirty (30) days
prior to current award period end.
United Mailing
Vendor Name: 4J21 F Mason of
970 267-3535 umailing®gwestoffice.net
Address: Bryan Ray
Telephone #:
Respondent Name:
(Please Print)
By:
(Signature)
Email:
Title:
Page 5 of 12
Date:
BID FORM SI
ee- C--t,
Job Name: Mailing Services she+
Item Price per 100 Delivery Min. City. Max. Qty.
k( 6ej,,v-- �oi �-Turnaround
Postcards - 6 x 4 inches $ 2, +o Z .3 S (SOU W 1no k rcT c
5.5 x 8.5 inches $ Z.
Newsletters - 8.5 x 11 inches I $
1=atd ..s b-�'PJ
- 11 x 17 inches $
FvLA -� -6,6
Letters, Folded, Inserted into #10 Envelope (provided by Utilities.)
- 8.5 x 11 Inches $ 16, 65
$ )C1.130
Prices must include sorting, addressing and postage' r-4-1r. 4 Qa(�
Items bid meet or exceed the specifications listed on Page 2 without exception. Yes No_
If not, please list exceptions on a separate sheet and attach to your bid.
Indicate turnaround delivery times: See 40ve
NOTE: This will be an annual award for one (1) year. In addition, at the option of the City,
the award may be extended for additional one year periods not to exceed four (4).
Notice of renewal shall be provided to the Service Provider no later than thirty (30) days
prior to current award period end.
Vendor Name: AIIF, Y r,pkI <-S
Address: i (S E. 14v�ww+,j iZo,+ A, tkZZ', fG f a j—�l) ^sy C-O 9W?-5-
Telephone #: 9?v - Zz3 63f6
Email: W.yr
Respondent Name: Me-4- Title:
(Please Print
By: _L!/ Date: 1-1 V Z
(Signs ure)
` �? �I2ose M ��r�je� rv.r.s�vv--er- Lao6) 'I -lilt tP ce-;VC
Page 5 of 12
alpnographicso
DESIGN • COPY • PRINT - COMMUNICPTE
City of Fort Collins
PO Box 580
Fort Collins CO 80522
Phone: 970-221-6692
AlphaGraphics #480
115 E. Harmony Road Suite 220E
Ft. Collins, Colorado 80525
(970) 223-6316
Postage Range - Bulk rate presort standard (Postcard) $.242 to $.278
Postage Range - Bulk rate first class (Postcard) $.229 to $.255
Postage Range - Bulk rate presort standard (Newsletter) $.242 to 5.278
Postage Range - Bulk rate first class (Newsletter) $.35 to $.404
Postage Range - Bulk rate presort standard (#10 Envelope) $.242 to $.278
Postage Range - Bulk rate first class (#10 Envelope) 5.35 to $.404
Taken by: Matt
Account Type: Charge Account
E-Estimate
Doc No. E#17674
Date 2/3/2012
Customer P.O.
Thank you for the opportunity to earn your business. Our prices are
competitive with those who use the same quality materials and equipment. Subtotal
This Estimate is subject to verification of artwork and materials. If your
Estimate is older than 30 days, we will provide you with a new Estimate.
[Tax
Shipping
Total
David Carey
From: David Carey
Sent: Friday, February 24. 2012 5:44 PM
To: Diana Royval
Cc: Opal Dick
Subject: RE: Request for Quotation for Printing and Mailing Services, and Promotional Products for
Advanced Meter Project
Attachments: Advance Meter Project Printing Services POST CARDS Quote Summary 1 with Citizen
Quote.xls; Advance Meter Project Printing Services POSTERS Quote Summary 3.xls;
Advance Meter Project Printing Services NEWSLETTER Quote Summary 4.x1s; Advance
Meter Project Printing Services FLYERS HANDOUTS Quote Summary 5.xls; Advance Meter
Project Printing Services BILL INSERTS Quote Summary 2 with Citizen Quote.xls; Advance
Meter Project Special Printed VEHICLE ID SIGNS and BANNER Quote Summary 2.xls;
Advance Meter Project Mailing Quote Summary 2.xls
Diana,
Based on bid clarification information received from vendors, I am okay with awarding to the vendors
we discussed.
Printing Services include producing:
➢ Postcards: Color Pro c1�2 2 5 3
➢ Posters: Color Pro
➢ Poster Mounting Only: AlphaGraphics — F),p, '* C//2 ? 53 3
➢ Newsletters: Color Pro. Price should include FSC stock per specifications since they said they
complied. pd. 9/a253/ "
➢ Various Flyers, Handouts: Color Pro b. 4' 9/,�2,S-3C
➢ Bill Inserts: GelerPIo (Quoted 80# stock, can provide 70#). Price should include FSC stock per
specifications since
the sgete7ried. - PV/S149' g` 913
Mailing Services: United Mailing - p p # g/ 22 53 2
Special Printed Promotional Items: SIGNARAMA P. �, 7' 9/22535-
Please advise how you want to handle the FSC stock and certification issues. If okay with you,
requisitions need to be created and approved, then I can convert into Blanket PO's with the required
Federal clauses added.
David
2/24/2012
Fort Collins
/�1^�
PURCHASE ORDER
PO Number Page
9122532 2 of a
This number must appear
on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
No Obligation by the Federal Government
(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 DOE. It is further agreed that the clause shall not be modified, except to identify
the subcontractor who will be subject to its provisions.
Federal Changes
Contractor shall at all times comply with all applicable DOE regulations, policies, procedures and directives,
including without limitation those listed directly or by reference in the Grant Agreement between the City of Fort
Collins (the City) and DOE, 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.
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
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 10 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
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
City of Fort Collins Director of Purchasing and Risk Management
This order is not valid over $5000 unless signed by James B. O'Neill ll, 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 9122532 3 of 8
' `t Collins
O`I I I ns This number must appear
{� on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
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.
Breaches and Dispute Resolution
Disputes - Disputes arising in the performance of this Contract which are not resolved by'agreement of the
parties shall be decided in writing by the authorized representative of the City's Director of Purchasing. This
decision shall be final and conclusive unless within ten (10) days from the date of receipt of its copy, the
Contractor mails or otherwise furnishes a written appeal to the Director of Finance. In connection with any such
appeal, the Contractor shall be afforded an opportunity to be heard and to offer evidence in support of its
position. The decision of the Director of Finance shall be binding upon the Contractor and the Contractor shall
abide be the decision.
Performance During Dispute - Unless otherwise directed by the City, Contractor shall continue performance
under this Contract while matters in dispute are being resolved.
Claims for Damages - Should either party to the Contract suffer injury or damage to person or property because
of any act or omission of the party or of any of his employees, agents or others for whose acts he is legally liable,
a claim for damages therefore shall be made in writing to such other party within a reasonable time after the first
observance of such injury of damage.
Remedies - Unless this contract provides otherwise, all claims, counterclaims, disputes and other matters in
question between the City and the Contractor arising out of or relating to this agreement or its breach will be
decided by arbitration if the parties mutually agree, or in a court of competent jurisdiction within the State in which
the City is located.
Rights and Remedies - The duties and obligations imposed by the Contract Documents and the rights and
remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and
remedies otherwise imposed or available by law. No action or failure to act by the City or Contractor shall
constitute a waiver of any right or duty afforded any of them under the Contract, nor shall any such action or
failure to act constitute an approval of or acquiescence in any breach thereunder, except as may be specifically
agreed in writing.
DOE Requirements
DOE requires specific contract terms for the purpose of making audit, examination, excerpts, and transcriptions.
Contractor is required to retain all required records for three years after the City makes final payments and all
other pending matters are closed.
Contractor shall submit all records, data, information and reports to the City required in the Agreement containing
Confidential Information which Contractor does not want disclosed to the public or used by DOE or any other
Governmental Authority for any purpose other than in connection with this Agreement and the Project, marked
conspicuously with the following notice or with a notice or label of substantially the same effect:
Notice of Restriction on Disclosure and Use of Data
The data contained in pages ----of this [designate material] have been submitted in confidence and contain
trade secrets or proprietary information, and such data shall be used or
disclosed only for evaluation purposes, provided that DOE shall have the right to use or disclose the data here to
the extent provided in the DOE Grant Agreement. This restriction does not limit the Federal government's right
to use or disclose data obtained without restriction from any source, including Contractor."
Cam, C3. Oi'le,-a2�
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
CI�/ Of 9122532 4 °f e
ortColli„s This number must appear
` ' 1on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
Intellectual Property
Contractor may copyright any work that is subject to copyright and is developed by Contractor under the
Agreement. To the extent specifically permitted under applicable law, DOE reserves a royalty -free, nonexclusive
and irrevocable right to reproduce, publish or otherwise use any copyrightable work developed by Contractor
under this Agreement for Federal purposes and to authorize others to do so. DOE has the right to: (1) obtain,
reproduce, publish or otherwise use the data first produced under this Agreement; and (2) authorize others to
receive, reproduce, publish or otherwise use such data for Federal purposes.
Debarment and Suspension
Contractor shall comply with requirements regarding debarment and suspension in Subpart C of 2 C.F.R. parts
180 and 901.
Officials Not to Benefit
Contractor shall comply with the requirement that no member of Congress shall be admitted to any share or part
of this Agreement, or to any benefit arising from it, in accordance with 41 U.S.C. 22.
Civil Rights Requirements
The following requirements apply to the underlying contract
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 DOE may issue.
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 DOE 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
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
Accounting Department
City of Fort Collins Purchasing, PO BOX 580. Fort Collins, CO 80522-0580
PO Box 580
Phone:970-221-6775 Fax: 970-221-6707 Email:purchasing@fcgov.com
Fort Collins, CO 80522-0580
PURCHASE ORDER PO Number Page
City Of9122532 5 of 8
F6r} CollinsCThisnumbermustappear
,�—,J`-' ` ` J on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
any implementing requirements DOE 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 DOE may issue.
Subcontracts - The Contractor also agrees to include these requirements in each subcontract financed in whole
or in part with Federal assistance provided by DOE, modified only if necessary to identify the affected parties.
Cargo Preference Requirements
To the extent required under the ARRA or other applicable law for this Project, the Contractor agrees: a) to use
privately owned United States -Flag commercial vessels to ship at least 50 percent of the gross tonnage
(computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any
equipment, material, or commodities pursuant to the underlying contract to the extent such vessels are available
at fair and reasonable rates for United States -Flag commercial vessels; b) to furnish within 20 working days
following the date of loading for shipments originating within the United States or within 30 working days following
the date of leading for shipments originating outside the United States, a legible copy of a rated, "on -board"
commercial ocean bill -of -lading in English for each shipment of cargo described in the preceding paragraph to
the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590
and to the DOE recipient ( through the contractor in the case of a subcontractor's bill -of -lading.); and c) to
include these requirements in all subcontracts issued pursuant to this contract when the subcontract may
involve the transport of equipment, material, or commodities by ocean vessel.
Project Reporting and Information Requirements
Contractor and its personnel shall cooperate with and provide all records, data, information and reports
requested by the City, in the form and format and within the timeframes requested by the City, in order to enable
the City to comply with the DOE Grant Agreement reporting and information requirements for the Project.
Contractor shall also provide the City with any backup or additional documentation required by DOE or any other
Governmental Authority.
Final Cost Audit
In accordance with Applicable Law and the Federal Assistance Reporting Checklist, DOE F 4600.2, DOE
reserves the right under the DOE Grant Agreement to initiate a final incurred cost audit in connection with the
City' s Project. Contractor and its personnel shall cooperate with, and make all necessary AMI System and
Contractor cost data and documents available to the City and/or to any representative of DOE or any other
Governmental Authority for purposes of such audit.
Job Creation and Retention Reporting
Contractor shall provide the City with all AMI System and Contractor information, in the format and within the
timeframe, requested by the City to enable the City to complete and timely submit to DOE reports, information
and data regarding the City' s Project job creation and retention, including without limitation, monthly and/or
quarterly cumulative and/or current reports, as applicable, on AMI System and Contractor Services jobs created
and retained at the " contractor" or " Contractor" level by Contractor, as required for the City to comply with the
Federal Assistance Reporting Checklist, DOE F 4600.2 and the ARRA Section 1512 reporting requirements
under the DOE Grant Agreement.
Close -Out
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
PURCHASE ORDER PO Number Page
City Of///��� 9122532 6 of 8
ort Collins
This number must appear F
/_I!``�J`, ` ` on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
Contractor shall provide the City with all AMI System and Contractor information, in the format and within the
timeframe, requested by the City to enable the City to complete and timely submit to DOE reports, information
and data at the end of the DOE Grant Agreement performance period regarding Project completion. Contractor
will complete a final close-out report which shall include such information and detail as the City, DOE or any other
Governmental Authority shall request regarding the Project and Contractor services. If the AMI System and the
Contractor services are completed or terminated prior to Project completion, Contractor shall provide the City
with a final report of the AMI System and the Contractor services through the date of termination of this
Agreement.
" American Recovery and Reinvestment Act of 2009" Procurement Provisions:
This contract is funded by the " American Recovery and Reinvestment Act of 2009" (ARRA). In compliance with
the ARRA contractors and subcontractor must adhere to the following provisions:
ARRA TITLE XV-ACCOUNTABILITY AND TRANSPARENCY
BUY AMERICAN
SEC. 1605. USE OF AMERICAN IRON, STEEL, AND MANUFACTURED
GOODS. (a) None of the funds appropriated or otherwise made
available by this Act may be used for a project for the construction,
alteration, maintenance, or repair of a public building or public
work unless all of the iron, steel, and manufactured goods used
in the project are produced in the United States.
(b) Subsection (a) shall not apply in any case or category
of cases in which the head of the Federal department or agency
involved finds that-
(1) applying subsection (a) would be inconsistent with the
public interest;
(2) iron, steel, and the relevant manufactured goods are
not produced in the United States in sufficient and reasonably
available quantities and of a satisfactory quality; or
(3) inclusion of iron, steel, and manufactured goods produced
in the United States will increase the cost of the overall
project by more than 25 percent.
(c) If the head of a Federal department or agency determines
that it is necessary to waive the application of subsection (a) based
on a finding under subsection (b), the head of the department
or agency shall publish in the Federal Register a detailed written
justification as to why the provision is being waived.
(d) This section shall be applied in a manner consistent with
United States obligations under international agreements.
ECONOMIC STABILIZATION CONTRACTING
SEC. 1611. HIRING AMERICAN WORKERS IN COMPANIES
RECEIVING TARP FUNDING. (a) SHORT TITLE. -This section may
be cited as the " Employ American Workers Act" .
(b) PROHIBITION.-
(1) IN GENERAL. -Notwithstanding any other provision of
law, it shall be unlawful for any recipient of funding under
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
City Of PURCHASE ORDER PO Number Page
9122532 7 of a
`t This number must appear
Collins1 on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
title I of the Emergency Economic Stabilization Act of 2008
(Public Law 110-343) or section 13 of the Federal Reserve
Act (12 U.S.C. 342 et seq.) to hire any nonimmigrant described
in section 101 (a)(1 5)(h)(i)(b) of the Immigration and Nationality
Act (8 U.S.C. 1101(a)(15)(h)(i)(1b)) unless the recipient is in
compliance with the requirements for an H-1 B dependent
employer (as defined in section 212(n)(3) of such Act (8 U.S.C.
1182(n)(3))), except that the second sentence of section
212(n)(1)(E)(ii) of such Act shall not apply.
(2) DEFINED TERM. -In this subsection, the term " hire"
means to permit a new employee to commence a period of
C3. O✓la:sQ JJ�
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 8 of 8
L COMMERCIAL DETAILS.
Tax exemptions. Hy stamtc the City of Fort Collins is exempt from state and local taxes. Our Exemption Number is
98-114502. Federal Excise Tax Exemption Cenifcate of Registry 84-OW587 is registered with the Collector of
Internal Revenue, Denver, Colomdo (Re F. Colorado Revised Statutes 1973. Chapter 39-26, 114 (a),
Goods Rejected. GOODS REJECTED due to failure to meet specification, either when shipped metric to defects of
damage in transit. may be returned to von for credit and arc not to be replaced except upon receipt of written
instructions from the City of Fon Collins.
Inspection. GOODS aresubject to the City of Fort Collins inspection on arrival.
11. NONWAIVER.
Failure of the Purchaser to insist upon strict performance of the terms and conditions hereof failure or delay to
exercise any rights or remedies provided hcrcin or by Ina, failure to promptly notify the Seller in the event of n
breach, the ncceryacc of or 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 be deemed a waiver of any right of the
purchaser to insist upon strict performance hermf or any of its rights or remedies as many such goods, regardless
of when shipped, received or accepted, as to any print or subsequent default hereunder, nor shall any purported
ram] nmdifeation or rescission of this purchase order by The Purchaser operate as a waiver of any of the terms
hermf.
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. Howcver, it is to be understood that FINAL Seller and the Purchaser recognize that in actual economic practice overcharges resulting fmm antitrust
ACCEPTANCE is dependent upon completion ofall applicable required inspection procedures. violations arc in fact borne by the Purchaser. Theretofore, for grad cause and as consideration for executing this
purchase order, the Seller hereby assigns to the Purchaser any and all claims it True now have or hereafter
Freight Tcros. Shipments must be F.O.B., City of Fort Collins, 700 Wood St.. Fort Collins, CO 80522. unless acquired under federal or state antitrust laws for such overcharges relating to the panieulnr goods or services
othcnrise specified on this aide,. If permission is given to mcpay freight and charge separately, the original freight pnrchosed or acquired by the Purchaser pursuant to this purchase order.
bill most accompany invoice. Additional charges for packing will not be accepted.
13, PURCI IASERS PERFORMANCE OF SELLERS OBLIGATIONS.
Shipment Distance. Where manufaturers have distributing points in various pans of the country, shipment is If the Purchaser directs the Seller to correct nonconforming or defective goads by a date to he agreed upon by the
expected from the nearest distribution point to destination, and excess freight will be deducted ratio Invoice when Purchaser and the Seller, and the Seller thereafter indicates its inability or unwillingness to comply. the Purchaser
shipments ore made fmm greater distance, may cause the work to be performed by the most expeditious meats mailable to it, and the Seller shall pan all
costs associated with such work.
Permits. Seller shall procure at sellers sale cost all necessary pemhiR. certificates and licenses required by all
applicable laws, regulations ordinances and rates of the state, municipality, territory or political aabrlirision mhcrc
the work is perforated. or acquired by any other duly constituted public authority hmingprisdiction over the work
of vendor. Seller father agrees to hold the City of Fort Collins harmless from and against all liability and loss
incurred by them by reason of an asscrual or established violation crony such laws, regulations, ordinances, rules
and requirements.
Anihorization. All panics to this contract agree that the representatives are, in fact, bona fide and presses full and
complete authority to bind said panics.
LIMITATION OF TERMS. This Purchase Order cxpresly limits acceptance to the terms and conditions stated
hcrcin set forth and any supplementary or additional toms and conditions annexed hereto or incepican al herein by
reference. Any additional or different tears and conditions purposed be seller arc objected m and hereby rejected.
2. DELIVERY.
PLEASE ADVISE PURCHASING AGENT immcdintcly ifyou cannot make complete shipment to amvc on your
promised delivery date as noted. Time is of the essence. Delivery, and performance must he effecter within the time
stated on the purchase order and the documents attached hereto. No acts of the I'mchacrs including, wi that
limitio nn, acceptance of panial 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 ram reasonably foreseeable which arc beyond its rcmonable control and without its fault of negligence.
such acts of Gad. act, ofcivil or military authorities. gmemme tal priorities. fires, strikes Bond, epidemics, wars or
rims provided that notice of the conditions causing such dclav is given to the Purchaser within five (5) days mf the
time ahrn the Seller first received knowledge thereof. In the event orally such delay. The date of dclis'cry shall be
cxtanded for the period equal to the timeactually lost by reason of the dclay.
3. WARRANTY.
The Seller w'mmnts that all gads, 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 rnrpases intended, and
perfumed with the highest degree of care and competence in accordance with accepted standards for mark of a
similar nature. The Seller agrees to hold the purchaser harmless from any loss, damage or expense which file
Purchaser may suffer or incur on account of the Sellers breach unworn nty. The Seller shall replace. repair or make
good, without cost 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 ofany applicable warranty rankled by the Seller a0cr the date of
acceptance of The goods famished hereunder (acceptance not to be unreasunnbly delayed), resulting from imperfect
or dcfcmiac work done or materials famished by the Seller. Acceptance or use of gods by the Purchaser shall not
constitute a waiver ofany claim under this warranty. Except as otherwise provided in this purchase order. The Sellers
liability hereunder shall extend to all damages proximately caused by the breach crony of The foregoing warranties
or ghmmmms, but such liability shall in ran event include lass ofpro5ts or loss cruse. NO IMPLIED WARRANTY
OR MERCHANTABILITY OR OF FITNESS FOR PURPOSE SHALL APPLY.
4. CHANGES IN LEGAL TERMS.
The Purchaser may make changes to legal tans by written change order.
5. Cl IANC ES IN COMMERCIAL TERMS.
The Purchaser may make any changes to the terms. other than legal terns, including additirns to or deletions fmm
the quantities originally ordered in the spceificainm ar drawings, by vethal m written chnngc order. If any such
change affects the amount due or the time of acrfomhanee hereunder, an equitable adjustment shall be made.
6. TERMINATIONS.
The Purchaser may at any time by written change order, mmiaate this agreement as to any ar all Portions of the
pads then net shipped. subject to any equitable adjustment between the panics is to any work or materials then in
progress provided that the Purchaser shall not be liable for any claims for anticipated profits on the uncompleted
portion of the goods 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 Scllcrs standard stock. No such termination shall relieve
the Purchaser or the Seller crony of their obligations as to any galls delivered heramder.
7. CLAIMS FOR ADJUSTMENT.
Any claim for adjustment must be asserted within thirty (30) days from the date the change or termination is
ordered.
S. COMPLIANCE WITH LAW.
The Seller warrants that all gods sold hereunder shall have been produced, sold, delivered and famished in strict
compliance with all applicable Imes and regulations to which the goods are subject. The Seller shall execute and
deliver such documents as may be required In effect or evidence compliance. All laws and regulations required To be
incorporated in agreements of this character arc hereby incorporated hcrcin by this reference. The Seller agrees to
indemnify and hold the Purchaser handess from all costs and damages suffered by the Purchaser as a result of the
Scllcrs failure in comply with such law.
9. ASSIGNMENT.
Neither pony shall assign, Transfer, or convey this order, or any monies due or to become due hereunder without the
prior written consent of file other party.
10. TITLE.
The Scllcr wamnts full, clear and unrestricted title to the Purchaser for all equipment. materials, and items famished
in Performance of this agreement. free and clear of any and all liens, restrictions, reserrations security interest
encumbrances and claims of others.
The Seller shall release the Purchaser and its contractors of any Her from all liability and claims of any nature
resulting from the performance ofsuch work.
This release shall apply even in the event of fnn1T of negligence of the party released and shall extend to the
directors, omcert. and employees ofsuch pony.
The Seller's contraction] obligations, including mamnrv, shall not be deemed to be reducaL in anymay. because
such mark is perfumed or caused to be performed by the Purchaser.
14. PATENTS.
'A'henwcr the Seller is required to nsc any design, device, material or process covered by letter, patent. trademark
or copyright, the Seller shall indemnify and save hnrmless the Purchaser from any and all claims for infringement
by reason of the use of such patented design. device, material or process in connection with the contract, and
shall indemnify the Purchaser rotary cost, expawc or dmmrgc which it may be obliged to pay by reason of such
infringement at any time during the prosecution or abler the completion of the work. In ease said equipment. or
any part thereof or the intended use of the goods, is in such suit held to constitute infringement and the use of
said equipment or pan is enjoined, the Seller shall. rat its own expense and of its option, either procure for the
Purchaser the right to continue using said equipment or parts, replace the same with substantially equal but
no unfringing equipment. or madifv it so 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 trustee for any of the Sellers property or business, this order may forthwith he canceled by the
Purcloncr without liability.
16. GOVERNING LAW.
The definitions oftcros used or the interpretation Turbo agreement and the rights ofall panics hereunder shall be
construed under and governed by the laws ofthe State of Calomdo, USA.
The alloming Addoinnal Conditions apply only in eases where the Seller is In perform work hereunder,
including the services of SCBcrs Rcprcscatalive(s), ran the premises of others.
17. SELLERS RESPONSIBILITY.
The Seller shall carry on .said work at Scllcrs oxen risk until the sate is fully completed and accepted, and shall,
in Case of any accident destruction ar injury to The work and/or materials before Sellcr:s final completion and
acceptance, complete the work at Scllcrs can expense and to flaw satisfaction of the Purchaser. When materials
and equipment arc famished by others for installnum or erection by the Seller. the Seller shall receive, unload.
store and handle same at the site and become respausible therefor as though such materials and/or equipment
were being furnished by the Seller under the order.
19. INSURANCE
The Seller shall, at his men expense. provide for The payment of workers compensation, including occupational
d isense benefits, to its employees cntplayed on or in eon rection with the work covered by Ih is purchase order,
andlor In their dependents in recondaacc with the Inwrs of the state in which the work is to he dare. The Seller
shall also carry camprchensive general liability including, but not limited to, contractual and monambile public
liability insurance with bodily injury and death limits of rat least S300.000 for any one person, $500,000 for any
one accident and property damage limit per accident of S400,000. The Seller shall likewise require his
contractors, irony. to provide for such compensation and insurance. Before am, of the Sellers or his contractors
employees shall do any work upon the premises ofothers, the Seller shall famish the Purchaser with a cliff
that such compensation and insurance have been provided. Such certificates shall specify the date when such
compensation and insurance have been provided Such certificates shall specify the date when such compensation
and insurance expires. The Seller agrees that such compensation and insurance .shall be maintained until afcr the
entire work is completed and accepted.
19. PROTECTION AGAINST ACCIDENTS AND DAMAGES.
T'he Seller hcrchy assumes the entire re,pansihility and liability for any moral) damage, loss or injury ofarty kind
or nature wh.t,m%cr to persons or property caused by or resulting from the execution of the work provided for in
this purchase under or in connection herewith. Tlie Seller will indemnify and hold harmless the Purchaser and any
or all of the Purchasers officers, agents and employees form and against no, and all claims, losses, damages,
charges or espense.s. whether direct or indirect and whether to persons or property to which the Purchaser may
he pm 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 Scllcrs or contractors officers, agents or employees. In case any suit or other
proceedings shall be brought against the Purchaser, or its officers, agents or employees moray It on account or
by reason of any act, action, neglect, amission or default of the Seller of any of his contractors many of its or
their officers, agents or employees as aforesaid. the Seller hereby agrees to assume the defense thcrcof and to
defend the came at the Sellers own expense, to pay any and all costs charges, attorneys fees and other expenses.
any and all judgments that may be incurred 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 Iicn be placed upon or
obtained against the property of the Purchase, oar said ponies in at as a result of such suits or other proceedings.
the Seller will at once cause the saw to be dissolved and discharged by giving bond or otherwise. The Seller and
his contractors shall lake all safety prceautimn, furnish and instal) all guards necessary far the prevention of
accident,. comply with all laws and regulations with regard to safety including, but without limitation, the
Occupational Safety and Health Act of 1970 and all roles and rcaulations is ued pursuant tbcTctn.
Revised 03/2010
EPLS Search Results
Page 1 of 1
I_I,PL,S�-- - ---- - - - --
Excltdedi Parties; List System,
Search Results Excluded By
Firm, Entity, or Vessel : United Mailing
State: COLORADO
as of 30-Apr-2012 8:05 PM EDT
Your search returned no results.
https://www.epls. gov/epls/search. do?full_name=United+Mailing&status=current&state=2... 4/30/2012