Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
102564 DELLENBACH MOTORS - PURCHASE ORDER - 9122725
City of �.F.�ort Collins Date: 05/10/2012 Vendor: 102564 DELLENBACH MOTORS 3131 S COLLEGE AVE FORT COLLINS Colorado 80525 PURCHASE ORDER PO Number Page 9122725 1of7 This number must appear on all invoices, packing slips and labels. Ship To: ENGINEERING DIVISION CITY OF FORT COLLINS 281 N COLLEGE AVE FORT COLLINS Colorado 80521 Delivery Date: 05/10/2012 Buyer: JAMES HUME Note: Line Description Quantity UOM Unit Price Extended Ordered Price I One - Vehicle lease rental for 2012 payments 1 LOT LS 2 Three - Vehicle lease rentals 1 LOT LS for 2012 payments Rental of four 2012 Chevrolet 4wd Ext cab pickups. Term: 2 years Deliver vehicles to: Fleet Main Shop, 835 Wood Street, Fort Collins 4,248.00 12, 744.00 Federal funds will be used for this project. In addition to the City of Fort Collins Standard Purchase Order Terms and Conditions, the Federal Requirements listed below will apply to this order. Some or all of the following Federal clauses apply to work conducted under this agreement for the City of Fort Collins Transfort department. 1. NO GOVERNMENT OBLIGATION TO THIRD PARTIES No Obligation by the Federal Government. The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. 2. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS 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 42) Written Record of Procurement History Yes The file contains records detailing the history of this procurement. At a minimum, these records include: (1) the rationale for the method of procurement, (2) Selection of contract type, (3) reasons for contractor selection or rejection, and 4 the basis for the contract price. Excluded Parties Search Yes EPS run and include in the file Electronic Quote Company Name: 'Centennial Leasing Quote Number: 05042012 , Date: May 3, 2012 Ref: Small Purchase Quote Request THIS IS A PRICE QUOTATION -- NOT AN ORDER Specifications: Rental Pickups 2010 to 2012 model year Chevrolet Silverado 1500 4wd, extended cab pickups, white in color, with V8 engine, 6-speed automatic transmission, and 1 LT preferred equipment group, OR equivalent model from other manufacturers with similar equipment. Please supply pricing, via email per the Scope of Work, as requested below. Respond within TWO WORKING DAYS to: Jim Hume, Senior Buyer, email: jhume@fcgov.com Any questions regarding this inquiry should be directed to Jim Hume, 970-221-6776 Provide pricing on the following items: Part No. and/or Description Price, each: Monthly rental rate for pickups as described above $ (p J 5, C-0 Monthly total for four (4) pickups: $ a 4Vd . 00 Annual total for four (4) pickups: $ 'I� E5a0.00 I �)otl eye-a2AU-0wQ j6& 1 1 Bidder's Statement: I have read and fully understand all the specifications, and requirements set forth herein. I hereby agree to comply with all said spe ifications and requirements, as stated or implied. 11 \. ByTbgir Title: rL-eeT CpNSI Print Name:`[( 14 Phone: q-76-2-15-328' Email: �gp)06Lr C�►J� S �tJCZ ,C i7►�� q 7D ' ` •75 SC > SELECTED MODEL & OPTIONS SELECTED MODEL - 2012 Fleet/Non-Retail CK10753 4WD Ext Cab 143.5" LT Code Description CK10753 2012 Chevrolet Silverado 1500 4WD Ext Cab 143.5' LT SELECTED VEHICLE COLORS - 2012 Fleet/Non-Retail CK10753 4WD Ext Cab 143.5" LT Code Description Interior: Ebony Exterior 1: Summit White Exterior 2: No color has been selected. SELECTED OPTIONS - 2012 FIeeUNon-Retail CK10753 4WD Ext Cab 143.5" LT CATEGORY Code Description SUSPENSION PKG Z85 SUSPENSION PACKAGE, HANDLING/TRAILERING, HEAVY-DUTY includes 46 mm piston monotube shocks and 36mm front stabilizer bar (Includes 36mm front stabilizer bar when (NHT) Max Trailering Pack is ordered.) (STD) EMISSIONS FE9 EMISSIONS, FEDERAL REQUIREMENTS ENGINE LC9 ENGINE, VORTEC 5.3L VARIABLE VALVE TIMING V8 SFI FLEXFUEL WITH ACTIVE FUEL MANAGEMENT capable of running on unleaded or up to 85% ethanol (with gas - 315 hp [234.8 kW] @ 5200 rpm, 335 lb-ft of torque [452.2 N-m] @ 4000 rpm), aluminum block (On CK10543 or CK10753 retail orders require (PDU) All -Star Edition, (PDA) Texas TRANSMISSION Edition, (PEB) Custom Sport Truck Package or (PEF) Florida Edition.) MYC TRANSMISSION, 6-SPEED AUTOMATIC, ELECTRONICALLY CONTROLLED with overdrive and tow/haul mode (Included and only available with (LMG) or (LC9) Vortec 5.31- engines or (L9H) Vortec 6.2L V8 SFI engine.) GVWR 05W GVW R, 7000 LBS. (3175 KG) (STD) (Requires CC10753 models and (L9H) Vortec 6.2L V8 SFI engine and (NHT) Max Trailering Pack or CK10753, CK109,93, or CK10543 models. Standard on CK10753, CK10953, or CK10543 models.) AXLE GU6 REAR AXLE, 3.42 RATIO (Refer to Engine/Axle chart for availability.) (With (LC9) Vortec 5.3L V8 Engine, Requires (K5L) heavy-duty cooling package) PREFERRED EQUIPMENT GROUP 1LT LT PREFERRED EQUIPMENT GROUP includes standard equipment WHEELS Report content is based on current data version referenced. Any performance -related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 222.0, Data updated 4/24/2012 10:17:00 AM ©Copyright 1986-2005 Chrome Systems Corporation. All rights reserved. Customer File: May 02, 2012 10:52:46 AM Page 1 SELECTED MODEL & OPTIONS SELECTED OPTIONS - 2012 Fleet/Non-Retail CK10753 4WD Ext Cab 143.5" LT CATEGORY Code Description WHEELS PY9 WHEELS, 4 - 17" X 7.5" (43.2 CM X 19.1 CM) 6-LUG CHROME -STYLED STEEL includes chrome center caps (spare wheel will not cosmetically match the other 4 wheels) (STD) (Upgradeable to (P46) 4 - 17" x 7.5" (43.2 cm x 19.1 cm) 6-lug aluminum wheels, (N87) 4 - 18" x 8" (45.7 cm x 20.3 cm) aluminum wheels or (S80) 4 - 20" x 8.5" (50.8 cm x 21.6 cm) chrome clad aluminum wheels. Not available with (Z71) Off -Road Suspension Package.) TIRES QVL TIRES, P26517OR17 ALL -SEASON, BLACKWALL includes a blackwall spare tire (STD) (Requires 4WD models. Not available with (Z71) Off - Road Suspension Package or (WEA) Z71 Enhanced Package.) PAINT SCHEME ZY1 PAINT, SOLID , PAINT 50U SUMMIT WHITE SEAT TYPE AZ3 SEATS, FRONT 40/20/40 SPLIT -BENCH, 3-PASSENGER, DRIVER AND FRONT PASSENGER MANUAL RECLINING center fold -down armrest with storage, lockable storage compartment in seat cushion (includes auxiliary power outlet), adjustable outboard head restraints and storage pockets on Extended and Crew Cab models (STD) SEAT TRIM 19C EBONY, PREMIUM CLOTH SEAT TRIM RADIO US8 AUDIO SYSTEM, AM/FM STEREO WITH MP3 COMPATIBLE CD PLAYER seek -and -scan, digital clock, auto -tone control, Radio Data System (RDS), speed -compensated volume and TheftLock (STD) ADDITIONAL EQUIPMENT KC4 COOLING, EXTERNAL ENGINE OIL COOLER heavy-duty air -to -oil, integral to driver side of radiator tank (Included and only available with (1-91-1) Vortec 6.2L V8 SFI engine or (K5L) Heavy Duty Cooling Package.) K5L HEAVY DUTY COOLING PACKAGE, HEAVY-DUTY includes (KC4) external engine oil cooler, (KNP) auxiliary external transmission oil cooler, electric fan and heavy-duty radiator (Included and only available with (Z82) Trailering package for MYC 6-speed transmission.) KNP COOLING, AUXILIARY EXTERNAL TRANSMISSION OIL COOLER, HEAVY-DUTY AIR -TO -OIL (Included and only available with (Z82) Trailering Package, (VYU) Snow Plow Prep Package or (L9H) Vortec 6.2L V8 SFI engine.) OPTIONS TOTAL Report content is based on current data version referenced. Any performance -related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 222.0, Data updated 4/24/2012 10:17:00 AM ©Copyright 1986-2005 Chrome Systems Corporation. All rights reserved. Customer File: May 02. 2012 10:50:18 AM Page 3 STANDARD EQUIPMENT STANDARD EQUIPMENT • 2012 Fleet/Non-Retail CK10753 4WD Ext Cab 143.5" LT ENTERTAINMENT • Audio system, AM/FM stereo with MP3 compatible CD player seek -and -scan, digital clock, auto -tone control, Radio Data System (RDS), speed -compensated volume and TheftLock • Audio system feature, speaker system (Includes 4 speakers on Regular Cab and 6 speakers on Extended and Crew Cab Models.) • SiriusXM Satellite Radio is standard on nearly all 2012 GM models. Enjoy a 3-month trial to the 'XM Select' package, with over 170 channels including commercial -free music, all your favorite sports, exclusive talk and entertainment. And now add premium channels to your trial at no -cost. Welcome to the world of satellite radio. (Not available with (UEO) OnStar, delete. Requires a subscrptlon sold separately by SiriusXM after the trial period. If you decide to continue your service at the end of your subscription, service will automatically renew and bill, at the rates in effect at the time of renewal, until you call SiriusXM at 1-866-635-2349 to cancel. See our Customer Agreement for complete terms at www.siriusxm.com. Available only to those at least 18 and older in the 48 contiguous USA and D.C.) EXTERIOR • Wheels, 4 - 17" x 7.5" (43.2 cm x 19.1 cm) 6-lug chrome -styled steel includes chrome center caps (spare wheel will not cosmetically match the other 4 wheels) (Upgradeable to (P46) 4 - 17" x 7.5" (43.2 cm x 19.1 cm) 6-lug aluminum wheels, (N87) 4 - 18" x 8" (45.7 cm x 20.3 cm) aluminum wheels or (S80) 4 - 20" x 8.5" (50.8 cm x 21.6 cm) chrome clad aluminum wheels. Not available with (Z71) Off -Road Suspension Package.) • Tires, P265/70R17 all -season, blackwall includes a blackwall spare tire (Requires 4WD models. Not available with (Z71) Off -Road Suspension Package or (WEA) Z71 Enhanced Package.) • Wheel, 17" (43.2 cm) steel spare (spare wheel will not cosmetically match the other 4 wheels) • Spare tire lock keyed cylinder lock that utilizes same key as ignition and door • Tire carrier, outside spare, winch -type mounted under frame at rear • Bumper, front chrome (Includes chrome bumper bar and end caps with painted silver lower section.) • Bumper, rear chrome, step -style with•pad • Air dam, Black • Moldings, bodyside, body -colored (Moldings are deleted if any SEO paint is ordered.) • Grille, chrome surround • Headlamps, dual halogen composite with automatic exterior lamp control and flash -to -pass feature • Lamps, dual cargo area lamps • Mirrors, outside heated power -adjustable, Black, manual -folding (Upgradeable to (DPN) outside vertical camper mirrors.) • Glass, Solar -Ray deep -tinted (all windows except light -tinted glass on windshield and driver- and front passenger - side glass) (With Regular Cab models, includes rear window. With Extended Cab models, includes rear and rear quarter windows. With Crew Cab models or (C49) rear -window defogger, includes light -tinted rear window.) • Wipers, front intermittent wet -arm with pulse washers • Door handles, Black • Pickup box, Fleetside Report content is based on current data version referenced. Any performance -related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 222.0, Data updated 4/24/2012 10:17:00 AM ©Copyright 1986-2005 Chrome Systems Corporation. All rights reserved. Customer File: May 02, 2012 10:50:18 AM Page 4 _........... . ....... STANDARD EQUIPMENT STANDARD EQUIPMENT - 2012 Fleet/Non-Retall CK10753 4WD Ext Cab 143.5" LT INTERIOR • Seats, front 40/20/40 split -bench, 3-passenger, driver and front passenger manual reclining center fold -down armrest with storage, lockable storage compartment in seat cushion (includes auxiliary power outlet), adjustable outboard head restraints and storage pockets on Extended and Crew Cab models • Seat trim, Premium Cloth • Seat adjuster, manual lumbar control on the driver -side • Seat, rear 60/40 folding bench (folds up), 3-passenger, folding (includes child seat top tether anchor) (Requires Extended or Crew Cab Models.) • Floor covering, color -keyed carpeting with rubberized vinyl floor mats (Extended and Crew Cab models also include rear floor mats) (May be substituted with (BG9) Black rubberized vinyl floor covering.) • Steering column, Tilt -Wheel, adjustable with brake/transmission shift interlock • Steering wheel, leather -wrapped with theft -deterrent locking feature • Instrumentation, analog with speedometer, odometer, fuel level, engine temperature, and tachometer (Includes voltmeter and oil pressure indicators.) • Driver Information Center with odometer, trip odometer and message center (monitors numerous systems depending on vehicle equipment level including low fuel, turn signal "on", transmission temperature and oil change notification) (Driver Information Center controls are operated through the trip odometer button unless (UK3) steering wheel mounted audio controls is ordered. On 1 LT, 1 SF and 1 LZ, includes 8-point compass and outside temperature.) • Warning tones headlamp on, key -in -ignition, driver and passenger buckle up reminder and turn signal on • Air conditioning, single -zone manual front climate control • Windows, power with driver Express -Down • Windows, power, rear access door (Requires Extended Cab Models.) • Door locks, power includes Remote Keyless Entry • Remote vehicle starter prep package includes Remote Keyless Entry with 2 transmitters, panic button and content theft alarm (To enable remote start capability, new key fobs and vehicle reprogramming are required. Please see dealer for details. Remote Keyless Entry does not lock/unlock tailgate.) • Cruise control, electronic with set and resume speed, located on steering wheel • Cup holders, front (Also includes rear cupholders on Extended and Crew Cab models.) • Power outlets, 2 auxiliary instrument panel -mounted with covers, 12-volt • Mirror, inside rearview manual day/night • Visors, driver and front passenger, sliding with clip and illuminated vanity mirror on driver and passenger -side, Opal Gray -colored • Assist handle, front passenger (Also includes rear assist handles in the headliner on Extended and Crew Cab Models.) • Coat hooks, rear driver and passenger side • Lighting, interior with dome and reading lights, illuminated entry feature and backlit instrument panel switches Report content is based on current data version referenced. Any performance -related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 222.0, Data updated 4/24/2012 10:17:00 AM ©Copyright 1986-2005 Chrome Systems Corporation. All rights reserved. Customer File: May 02, 2012 10:50:18 AM Page 5 STANDARD EQUIPMENT STANDARD EQUIPMENT - 2012 Fleet/Non-Retail CK10753 4WD Ext Cab 143.5" LT MECHANICAL • Engine, Vortec 4.81- Variable Valve Timing V8 SFI FlexFuel capable of running on unleaded or up to 85% ethanol (302 hp (225.2 kW] @ 5600 rpm, 305 lb-ft torque [411.8 N-m] @ 4600 rpm), iron block (Standard on all models except C"10953 Models. Not available on C'10953 models.) • Transmission, 4-speed automatic, electronically controlled with overdrive and tow/haul mode (On Crew Cab models, requires (1-20) Vortec 4.8L V8 SFI Flex -Fuel engine. Not available on C'10953 models.) • Rear axle, 3.42 ratio (Refer to Engine/Axle chart for availability.) (With (LC9) Vortec 5.31- V8 Engine, Requires (K5L) heavy-duty cooling package) • Suspension Package, Handling/Trailering, heavy-duty includes 46 mm piston monotube shocks and 36mm front stabilizer bar (Includes 36mm front stabilizer bar when (NHT) Max Trailering Pack is ordered.) • GVWR, 7000 lbs. (3175 kg) (Requires CC10753 models and (1-91-1) Vortec 6.21- V8 SFI engine and (NHT) Max Trailering Pack or CK10753, CK10953, or CK10543 models. Standard on CK10753, CK10953, or CK10543 models.) • Transfer case, electronic Autotrac with rotary dial controls (Requires 4WD models.) • Four wheel drive • Battery, heavy-duty 600 cold -cranking amps, maintenance -free with rundown protection and retained accessory power • Alternator, 145 amps • Recovery hooks, front, Black (Standard on 4WD models. Not available with (WEA) Z71 Appearance Package.) • Frame, fully -boxed, hydroformed front section • Suspension, front independent, coil over shock • Suspension, rear 2-stage multi -leaf springs, semi -elliptic • Steering, power, rack-and-pinion • Brakes, 4-wheel antilock, front disc/rear drum • Exhaust, aluminized stalnless-steel muffler and tailpipe Report content is based on current data version referenced. Any performance -related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 222.0, Data updated 4/24/2012 10:17:00 AM @Copyright 1986-2005 Chrome Systems Corporation. All rights reserved. Customer File: May 02, 2012 10:50:18 AM Page 6 STANDARD EQUIPMENT STANDARD EQUIPMENT - 2012 Fleet/Non-Retail CK10753 4WD Ext Cab 143.5" LT SAFETY • StabiiiTrak, stability control system with Proactive Roll Avoidance and traction control includes electronic trailer sway control and hill start assist • Daytime Running Lamps, with automatic exterior lamp control • Air bags, frontal, driver and right -front passenger with Passenger Sensing System (Always use safety belts and the correct child restraints for your child's age and size. Even in vehicles equipped with air bags and the Passenger Sensing System, children are safer when properly secured in a rear seat in the appropriate infant, child or booster seat. Never place a rear -facing infant restraint in the front seat of any vehicle equipped with an active frontal air bag. See the Owner's Manual and child safety seat instructions for more safety information.) • Air bags, head curtain side -impact, front outboard seating positions with rollover sensor (Head curtain side air bags are designed to help reduce the risk of head and neck injuries to front and rear seat outboard occupants on the near side of certain side -impact collisions. Always use safety belts and the correct child restraints for your child's age and size, even in vehicles equipped with air bags. Children are safer when properly secured in a rear seat in the appropriate infant, child or booster seat. See the Owner's Manual and child safety seat instructions for more safety information.) • Air bags, seat -mounted side -impact, driver and right -front passenger for thorax and pelvic protection (Head curtain side air bags are designed to help reduce the risk of head and neck injuries to front and rear seat outboard occupants on the near side of certain side -impact collisions. Always use safety belts and the correct child restraints for your child's age and size, even in vehicles equipped with air bags. Children are safer when properly secured in a rear seat in the appropriate infant, child or booster seat. See the Owner's Manual and child safety seat instructions for more safety information.) • OnStar, 6 months of Directions and Connections plan Includes Automatic Crash Response, Emergency Services, Crisis Assist, Stolen Vehicle Assistance including Stolen Vehicle Slowdown and Remote Ignition Block, Remote Door Unlock (requires power locks), Turn -by -Turn Navigation with Destination Download (requires navigation radio) and OnStar eNav (where available), OnStar Vehicle Diagnostics, Roadside Assistance, Remote Horn and Lights, and Hands Free Calling. (Visit onstar.com for details and system limitations.) • Automatic Crash Response (Deleted when (UEO) OnStar delete is ordered.) • Stolen Vehicle Assistance (Deleted when (UEO) OnStar delete is ordered.) • OnStar Turn -by -Turn Navigation (Deleted when (UEO) OnStar delete is ordered.) • Tire Pressure Monitor System (does not apply to spare tire) Report content is based on current data version referenced. Any performance -related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 222.0, Data updated 4/24/2012 10:17:00 AM ©Copyright 1986-2005 Chrome Systems Corporation. All rights reserved. Customer File: May 02, 2012 10:50:18 AM Page 7 FEDERALLY REQUIRED AND OTHER MODEL CLAUSES APPLICABILITY OF THIRD PARTY CONTRACT CLAUSES (excluding micro -purchases, except for construction contracts over $2,000) Solicitation: Pickup Rental RFO 05042012 TYPE OF PROCUREMENT . . Clause Professional Operations/ Rolling Stock Construction Materials & Services/A&;E Management Purchase Supplies No Federal Government Obligation To Third Parties X All All All All All (by Use of a Disclaimer False Statements or Claims X All All All All All Civil and Criminal Fraud Access To Third Party X All All All All All Contract Records Changes to Federal X All All All All All Requirements Termination X All All All All All Civil Rights Title VI, EEO, ADA X >$10,000 >$10,000 >$10,000 >$10,000 >$10,000 Disadvantaged Business X All All All All All Enterprises (DBEs) Incorporation of (FTA) Terms X All All All All All Suspension and Debarment X >$25,000 >$25,000 >$25,000 >$25,000 >$25,000 Buy America >$100,000 >$100,000 >$100,000 Resolution of Disputes, Breaches, or Other Litigation >$100,000 >$100,000 >$100,000 >$100,000 >$100,000 Lobbying >$100,000 >$100,000 >$100,000 >$100,000 >$100,000 Clean Air >$100,000 >$100,000 >$100,000 >$100,000 >$100,000 Clean Water >$100,000 >$100,OOo >$100,000 >$100,000 >$100,000 Caro Preference All All All Fly America Involves foreign Involves foreign air Involves foreign Involves foreign Involves foreign air transport or travel transport or travel air transport or air transport or transport or travel b air travel travel Davis -Bacon And Copeland Anti- >$2,000 (including Kickback Acts ferry vessels Contract Work Hours And Safety >$2,500 (except >$2,000 (including Standards Act X transportation >$2,500 ferry vessels) services Bonding $100,000 Seismic Safety A & E for New Buildings & New Buildings & Additions Transit Employee Protective Transit Operations Agreements Charter Bus All School Bus All Drug Use - Testing and Alcohol Transit Operations Misuse - Testing Patent Rights and Rights in Data Research & and Copyright Requirements Development Energy Conservation X All All All All All Recycled Products Contracts for items Contracts for items Contracts for items designated by designated by designated by EPA, when EPA, when EPA, when procuring $10,000 procuring $10,000 procuring $10,000 or more per year or more er ear or more er ear Conformance With ITS National Architecture ITS Projects ITS Projects ITS Projects ITS Projects ITS Projects ADA Access A & E All All All All Bus Testing All Pre -Award And Post Delivery Audits All Electronic Quote Company Name: Dellenbach Chevrolet Quote Number: 05042012 Date: May 3, 2012 Ref: Small Purchase Quote Request THIS IS A PRICE QUOTATION -- NOT AN ORDER Specifications: Rental Pickups 2010 to 2012 model year Chevrolet Silverado 1500 4wd, extended cab pickups, white in color, with V8 engine, 6-speed automatic transmission, and 1 LT preferred equipment group, OR equivalent model from other manufacturers with similar equipment. Please supply pricing, via email per the Scope of Work, as requested below. Respond within TWO WORKING DAYS to: Jim Hume, Senior Buyer, email: jhume@fcgov.com Any questions regarding this inquiry should be directed to Jim Hume, 970-221-6776 Prnviriw nririnn nn +ha Mllnwinn ifumc- Part No. and/or Description Price, each: Monthly rental rate for pickups as described above $ 1-4 1 -a .X x Monthly total for four (4) pickups: $ 1 IRS '"— Annual total for four 4 pickups: $ c Instructions Bidder's Statement: I have read and fully understand all the specifications, and requirements set forth herein. I hereby agree to comply with all said specifications and requirements, as stated or implied. y _ ......... Title: Print Name: ' � <. A� , ,v \<�i �. Phone Email: ye;r%.J� -3 lti.h..n .` - 1 City of �,.F.�or_t Collins PURCHASE ORDER PO Number Page 9122725 2 of 7 This number must appear on all invoices, packing slips and labels. Line Description Quantity UOM Unit Price Extended Ordered Price 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. ACCESS TO RECORDS AND REPORTS Access to Records - The following access to records requirements apply to this Contract: A. Where the Purchaser is not a State but a local government and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 18.36(i), the Contractor agrees to provide the Purchaser, the FTA Administrator, the Comptroller General of the United States or any of their authorized representatives access to any books, documents, papers and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. Contractor also agrees, pursuant to 49 C.F.R. 633.17 to provide the FTA Administrator or his authorized representatives including any PMO Contractor access to Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. B. The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. C. The Contractor agrees to maintain all books, records, accounts and reports required under this contract for a period of not less than three years after the date of termination or expiration of this contract, except in the event of litigation or settlement of claims arising from the performance of this contract, in which case Contractor agrees to maintain same until the Purchaser, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. Reference 49 CFR 18.39(i)(11). 4. FEDERAL CHANGES 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 comoly shall constitute a material breach of this contract. c3. oi�:s�es� 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 Of9122725 3 of 7 ' `t Collins oll` i ns This number must appear 1 on all invoices, packing slips and labels. Line Description Quantity UOM Unit Price Extended Ordered Price 5. TERMINATION a. Termination for Convenience The City may terminate this contract, in whole or in part, at any time by written notice to the Contractor when it is in the Government's best interest. The Contractor shall be paid its costs, including contract close-out costs, and profit on work performed up to the time of termination. The Contractor shall promptly submit its termination claim to the City to be paid the Contractor. If the Contractor has any property in its possession belonging to the City, the Contractor will account for the same, and dispose of it in the manner the City directs. b. Termination for Default If the Contractor does not deliver supplies in accordance with the contract delivery schedule, or, if the contract is for services, the Contractor fails to perform in the manner called for in the contract, or if the Contractor fails to comply with any other provisions of the contract, the City may terminate this contract for default. Termination shall be effected by serving a notice of termination on the contractor setting forth the manner in which the Contractor is in default. The contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner of performance set forth in the contract. If it is later determined by the City that the Contractor had an excusable reason for not performing, such as a strike, fire, or flood, events which are not the fault of or are beyond the control of the Contractor, the City, after setting up a new delivery of performance schedule, may allow the Contractor to continue work, or treat the termination as a termination for convenience. c. Opportunity to Cure The City in its sole discretion may, in the case of a termination for breach or default, allow the Contractor 30 days in which to cure the defect. In such case, the notice of termination will state the time period in which cure is permitted and other appropriate conditions If Contractor fails to remedy to the City' s satisfaction the breach or default of any of the terms, covenants, or conditions of this Contract within [ten (10) days] after receipt by Contractor of written notice from the City setting forth the nature of said breach or default, the City shall have the right to terminate the Contract without any further obligation to Contractor. Any such termination for default shall not in any way operate to preclude the City from also pursuing all available remedies against Contractor and its sureties for said breach or default. d. Waiver of Remedies for any Breach In the event that the City elects to waive its remedies for any breach by Contractor of any covenant, term or condition of this Contract, such waiver by the City shall not limit the City' s remedies for any succeeding breach of that or of any other term, covenant, or condition of this Contract. 6. CIVIL RIGHTS REQUIREMENTS Civil Rights - The following requirements apply to the underlying contract: (1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. (2) Equal Employment Opportunity - The following equal employment opportunity requirements apply to the underlvinq contract: City of Fort Collins Director of Purchasing and Risk Management This order is not valid over $5000 unless signed by James B. O'Neill 11, CPPO City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Phone:970-221-6775 Fax:970-221-6707 Email: purchasing@fcgov.com Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 PURCHASE ORDER PO Number Page City OfCollins ��� nC 9122725 4 of 7 Fort / olliThis number must appear] / Fort v J on all invoices, packing slips and labels. Line Description Quantity UOM Unit Price Extended Ordered Price (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. (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% . 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 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 9122725 5 of 7 Flirt Collins This number must appear ,�`J-' ` on all invoices, packing slips and labels. Line Description Quantity UOM Unit Price Extended Ordered Price 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) 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 the City of Fort Collins. If it is later determined that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to the City of Fort Collins, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 49 CFR 29, Subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. 10. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (1) Overtime requirements - No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages - In the event of any violation of the clause set forth in paragraph (1) of this c3. on=.�-ems 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 Of9122725 6 of 7 F^r} C0tt' n CJ This number must appear ,�—J`-' ` on all invoices, packing slips and labels. Line Description Quantity UOM Unit Price Extended Ordered Price section the contractor and any subcontractor responsible therefore- shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3) Withholding for unpaid wages and liquidated damages - The City of Fort Collins shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. 11. ENERGY CONSERVATION REQUIREMENTS Energy Conservation - The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. City of Fort Collins Director of Purchasing and Risk Management This order is not valid over $5000 unless signed by James B. O'Neill II, CPPO City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Phone:970-221-6775 Fax:970-221-6707 Email:purchasing@fcgov.com Total $16,992.00 Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 Purchase Order Terms and Conditions Page 7 of 7 I. COMMERCIAL DETAILS. Tax exemptions. By treble the City of Fon Collins is exempt from state and local taxes. Our Exemption Number is 11. NON WAI VER. 98-04502. Federal Excise Tax Exemption Cur ilieute of Registry 84-60cal is registered with the Collector of Failure of Ike• Purchaser to insist upon strict performance of the terms and conditions hereof. failure or delay to Internal Revenue, Denver, Colorado (lief. Colorado Revised Sources 1973, Chapter 34-26, 114 re), cxcrcis, any rights or remedies provided herein or by law, failure to promptly notify the Seller in the event of a beach, the ctu,pwace ofor payment for goods hereunder or approval office design, shall not retcac the Seller of Goods Rejected GOODS REJECTED due a failure to meet sp,,ifcitions, either when shipped or due to ddecs of any of the wary nn's or obligations of this purchase order and shall not be declared a waiver of any right of the damage in union. may be returned to you fur credit and are not to be replaced except upon receipt of written Purchuscr to insist upon strict performance luercof or any of its rights or rcmcdics us a any tech goods, regardless ittsoncli... s from the City of Fort Collins. of when shipped, received or accepted, is to any prior or subsequent default hereunder, nor Sbull ally purpumd unit raodiBern ion or ewissnal of this purchase order by the Purchaser operate as a waiver ofany of the tents I nspcetion. GOODS are subject to the City of Pon Collins inspection on arrival. hereof: Final Acceptance. Receipt of the merchandise, services or equipment in response to this order can result in 12, ASSIGNMENT OF AN'HfRUS'r CLAIMS. authorized payment on the pan of the City of Fun Collins. However, it is to be understood chat FINAL Seller acid the Purchaser recognize that in scroll economic practice, overcharges resulting from antitrust ACCEPTANCE is dependent upon completion ufull applicable required inspection procedures. violations arc in fact borne by the Purchaser. Thcrcw h rc Ibr good cause and as corwidcration for executing this purchase order, the Seller hereby assigns to the 1'uroliel any and all'loin it may now have or hereafter Freight Tees. Shipments most be F.O.D., City of Fen Collins, 700 Wood St.. Too Collins, CO 80522, unless acquired under federal or state antitrust laws for such overcharges relating to the particular goods or services otherwise specified no this order. If permission is given to prepay freight and charge separately, the original freight puwhacd or acquired by the Pumhascr pursuant to this inclose order. bill must accompany invoice. Additional charges for packing will not be accepted. 13. PURCHASERS PERFORMANCE OF SELLERS OBLIGATIONS. Shipment Distance Where manufacturers have distributing points in various pans of the country, shipment is If flue P.Cl oscr divas the Scllcr m consect nonconfonning or defective goods by a date t. be agreed upon by the cxpcetcd front the nearest distribution point to destitution, and excess freight will be deducted fruit, Invoice when Patchacr aid the SCIIC,, and the Seller ihetcafter indicates is inability or movillingneas to comply, the Purchaser shipments arc made from greater distanceonly cause the work to be performed by Ibe must expeditious means available a it, and the Scllcr shut[ pay all cosh associated with such work. Permits. Scllcr shall procure cal sell'. scale cost ill nemry perms, e,nllicees and licctscs required by all applicable Imes, regulations, ordinances and rules afire state, municipally, tenuity car political subdivision where the work is performed, or required by any other duly constituted public authority having jurisdiction over the work of vendor. Seller mother agrees to bold the City of Fon Collins harmless from and tigainst all liability and Inns incurred by them by reason of an ussmd or established violation of any such laws, regulations, ordinances, rules and mquirtments. Authorivtion. All panics to this contract agree that the representatives are, in fact. bona tide and possess full and complete authority to bind said panics. LIMITATION OF TERMS. This Purchase Order expressly limits acceptance to [tic terns and conditions stated herein set f anh and any supplementary or additional terns and conditions annexed heron or incorporated Inerein by rcfcrae,. Any additional or different Icons and conditions proposed by'scller arc objected to and hereby rejected. 2. DELIVERY. PLEASE ADVISE PURCHASING AGENTimmediately if you cannot make complete shipment to arrive on your promised delivery Jute as noted. Tina is of the essence. Delivery and performance must be effected within the tittle stated on 16c purchase order and the do:unicmn aruched herein. No acts of the Purchasers including, without Institution, acceptance of partial late dCliverics, shall operate as a waiver of this pmv isien. III the event of any delay, the Purelwscr shall have, in addition to other legal and equitable remedies, the option ofplacing this order clsewherc and holding the Seller liable for damages. However, the Seller shall not be liable for damages as a result of delays due to causes not rtasonably foreseeable which me beyond is reasonable control and without its fault of negligence, such acts ofGod, acts of civil or military authorities, go anon, tal priorities, lircs, strikes, flood, epidemics, wars or riots provided that notice of the conditions causing such delay is given to the Pumhascr within live (5) days of the time when the Seller tint received knowledge thereof. In the event of any such delay, the date of cclivery shall be extended for the period equal an the time actually lost by reason ofthe delay. 3. WARRANTY. The Seller variants that all goods, articles, materials and work covered by this order will conform with applicable drawings, specifications, samples and/or other descriptions given, will be lit for the purposes intended, and p'rlbnneJ with the highest degree of care acid competence in accordance with accepted standards for work of a similar nature. The Seller agrees to hold the purchaser harmless from any loss, dunuge or expense which the Purchaser may suffer or incur on account ol'the Sellers breach of waronly. The Seller shall replace, repair or make good, without cost to the purchaser, any dcleen or faults arising within one (1) year car within such longer period o1' little as may be prescribed by law or by the terns of any applicable warranty' provided by the Scllcr alit, the dote of acceptance of the goods furnished hereunder (acceptance not to be unreasonably deluyed), resulting from imperfect or dClective work done or materials furnished by the Seller. Acnptance or use of goods by lice Purchaser shall not constitute a waiver ofany claim under this warranty. Except us otherwise provided in this purchase order, the Sellers liability hereunder shall extend to all damages proximately caused by the breach of any of the foregoing Warr oics or guaranecs. but such liability shall in nu event include loss of pmfits or loss of use. NO IMPLIED WARRANTY OR MERCHANTABILITY OR OF FITNESS FOR PURPOSE SHALL APPLY. 4. CHANGES IN LEGAL TERMS. The Pumhascr ntay make changes to legal renns by written change ri 5. CI IANGES IN COMMERCIAL I CRMS. 'I Le Purchaser may make any changes to the terns, other than legal terns, including millions to or deletions treat the quantities originally ordered in the specifications or drawings, by verbal or written change order. If any Such change allects the amount due or the time ofperfonnoeC hereunder, ate equitable adjustment shut] be made. 6. TERMINATIONS. The Purchaser may at any time by written lunge c rdcn terminate this agreement as to any or all portions of the goods then not shipped, subject to any equitable adjustment between the panics a to any work or materials then in progres provided than the Purchaser sbull nut 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,h, Seller with respcar ro any new, which arc the Sellers ounti rd stock. No such termination shall relieve the Purchuscr or the Seller of any of their obligations as to any goods delivered hereunder. 7. CLAIMS FOR ADJUSTMENT. Any claim for adjustment must be asserted within thirty (30) days from the date the change or terninntion is ordorcd. 8. COMPLIANCE WITH LAN'. 'I he Seller warrants that all goods sold hereunder shall have been produced, sold, delivered and furnished in strict compliance with all applicable laws and regulations to n'hich the goods are subject. The Seller shall execute and deliver such documents as may be required to vH«t or evidence compliance All lows and regulations required to be incorporated in agccments of this character are hereby incorporated herein by this ¢Icr,,,c,. The Seller agrees to indemnify and hold the Purchaser harmless Runt all eosn and damages suffered by the Purchaser as a .,.It of be Sellers failure to comply with such law. 9. ASSIGNMENT. Neither parry shall assilm, transfer, or convey this order, or any monies due or to become due hercnder without the prior written consent of the other puny. 10. TIT LE. The Scllcr wamanu full, clear .,,it unrestricted till, to the Purchaser for all equ iplawnt, materials, and items fumishcd in performance of this agreement, free and clear of any and all lions, restrictions, rcseCall ..u, security interest c,cunbmnces and 'lama of olhcn. The Seller shall release the Purchaser and its cmc rumors of any her from all liability unit claims of any ,.lure resulting Rum the perfonnacse of such work. 'Phis release shall apply even in the event of fault of negligence of the puny released acid shall extend to the direct... olliccn .,,it cci.pho is of such party. The Sellers contractual obligation, including w'annually, shall not be domed to be reduced, in any way, because such work is performed or caused to be performed by the Purchaser. 14. PATENTS. Whenever the Seller is required to use any design, device, material or process covered by letter, patent, trademark or copyright, it,, Scllcr shall indcmni fy and save harmless the Purchaser from any and all claims for in fiingenwnt by reason o1'the use of such p.lcntcd design, device, material or process in connection with the contract, and shall indennify the Purchaser for my cost, expense or damage which it may be obliged to pay by reason of such iithingencent at any time during the proseculion car caller the completion of the work. In case said equipment, or top' pun thereof or the intended use of the goods, is in such suit held to constitute infinci cmenl and the use of mid equipment or putt is cripi"cd, the Seller shall, at is own expense and at its option, either procure for the Purcbacr the right to continue using said equipment or pans, replace the same with substantially equal but "..,infringing equipment, or modify it so it becomes noamiim'ing. 15. INSOLVENCY. II'[he Scllcr shall become insolvent or bankrupt, make an assignment for the benefit of Creditors, appoint a receiver or trustee for any of the Sellers propny or bnsincss, this order may forthwith be canceled by the Purchaser without liability. 16. GOVERNING LAW. 'Ile dctiuitiwn of urns used or the interpretation of the agreement and the rights ufull pries hereunder shall be construct undcr:md governed by the laws of the State of C'olomdo, USA. 'I'Ie Alllowing Additional Conditions apply only ill cases where the Seller is it) perl'unn work hereunder, including the services ol'Seflers Reprewitatec(s), can the premises ofotlwn. 17. SELLERS RESPONSIBILfI'Y. 'I'Iw Scllcr shill carry on said work at Sellers own risk until the sans is fully completed and accepted, and shall, in case of any accident, destruction or injury to the work and/or materials before Seller's final emnFiction and acceptance, complete the work at Seller's unfit cxponse and to the satisfaction of the Purchaser. When materials and equipment are fumishcd by othcn fur installation or cralioa by the Seller, the Seller shall receive, unload. star, and handle same at the site and become responsible therefor as though such malerials and/or equipment were, being furnished by the Seller under [be order. 18. INSURANCE. The Seiler shall, .l his own c,gwmw, provide for the payment of, .,kC. Compensation, including occupational disease benefits, Io its employees employed on or in connection with the work covered by this purchase order, unit/or fit their dependents in accordance with the laws of the state in which tlm work is It be June. Thu Seller Shull also curry comprehensive general liability including, but not limited to, c..uractual and outonmolite public liability insurance with bodily injury .,,it death Iirais o1' at [cast S300,000 for any one person, S500,000 for any one accident and property damage limit per accident of S4UL000. The Seller shall likewise require his contractors, if any, to provide for such conipensaliun and insurance Before any of the Seller or his contractors employees shall do any ..,it upon the premises of othc., the Seller shall burnish the Purchaser with a Certificate flat melt comperuniiun and insurance have been provided Such certilieaws shall specify the date ,%]tell such eornpc,satioc and insurance have been provided. Such certificates shall specify lire date when such compensation and insurance expire. The Seller agrees that such compensation and i"suranec shall be nraintai"rd until afar the 'aline work is Completed and accepted. 19. PRO I'ECI'ION AGAINST ACCIDENTS AND DAMAGES. The Seller hereby ussun ci, the entire responsibility and liability for any and all dunage, loss or injury of any kind or nature w'hanoCrer to persons o1 property caused by or resulting from the execution of the work provided for in Ibis purchase order or in connection herewith.'Ihe Scllcr wit[ indemnity unit hold limitless the Purchaser and any or all of the Purchasers olliccn, agents and employees from and against any and all Claims, losses, damage, charge, or expenses, whether direct car indircel, and whether to persons or property to which the Purchuscr may be put err ,uhj Cut by reason of mry act, action, neglect, omission or default on the part of the Scllcr, any of his contractors, or any Of the Sellers or Contractors olliccn, agents or enlployecS. In case any suit or other proceedings still[ be brought against lire Purchaser, or its officers, agents or en,pluy'ces at any time on account or by reason of any net, action, neglect, omission or defrch of the Seller of uny of his contractors or any of its or their olliccn, agents or employers as aforesaid, the Seller hereby agrees to assume the defense thereof and to defend the same al the Scllcrs own expense, to pay any and all costs, charges, attorneys lies and other expenses, tiny and all judgnwns that may be incumd by or obtained against the Purchaser or any of is or their officer,. agents or employees in such min or other proceedings, and in case judgment or other lien be placed upon or obtained against the property of the Purchaser, or said panics in or as a result of such suits or other proceedings, the Seller will at owe Cause the sauce to be dissolved and discharged by giving bond or Other, ise. The Seller and his contractors shall lake all safety precautions, famish and install all guards necessary for the prevention of accident,, comply with all laws and regulations with regard to safety including, but ,vithoug limitation, the Occup timwl Sulby and Health Act of 1970 and all talcs and regulations issued Fusion therem. 1(,vised 03/2010 Independent Cost Estimate Rental Pickups for Engineering Engineering will require four rented pickups for use by contractual personnel in carrying out their duties related to various Engineering projects. We investigated purchasing new vehicles. The need for the pickups will end with the completion of the Mason Corridor project, so renting them was the best option. The City recently entered into a two-year agreement with a local dealer to rent a Chevy Traverse for $588 per month. Based on a comparison of vehicle prices, late model pickups should rent for $450 to $590 per month. Price Analysis: Quotes were solicited from local leasing firms and automobile dealers. Two quotes were received. Dellenbach Chevrolet $472 per month for 2012 Silverado 1500 pickups. Centennial Leasing $615 per month for 2012 Dodge Ram 1500 pickups. The chosen vendor was Dellenbach Chevrolet. Their pricing, compared to our estimate and the other quote, is fair and reasonable. EPLS, Dellenbach Chevrolet IExcluded Patties List System -Windows Internet Explorer provided•6y Clty of FortColllne� ' •3A;�t'+ I� OX k,- E h..PS:hWmv Opt$ goNepts searrn_dojs ,;ionid=83D02199DF7931L6568AB73BD7688783 Fda:Edrc-.Yew•sFawrites_Taols': Help �n''�i: r . to "�' ?' • �`-• '- "`.p- v A.,.,: O Excluded PTties System ij List it-r�/ I / I 1' E-,&( ud'edl RagU es, [Li'sL S;ysteint � .A ox d Search - Search Res b for Pardee Eacleded by • xseace Help �,i >Mutipk Names Firm, Enttty,drV el: Dellenpach ChevroNt 1 'A ced Seach Try, . bad flame and SSrVnN - As of el-May-201 Z 2:17 PM EDT l >Puhic Useh Alamo - >MyEPLS Saw to MyEPLS -' >FAQ _ I_1;1 >ReceN UpdAd I ' >Acron, s �Bro»ze Atl Records Your search remmed no results. ! >Prrwy Act Provisions it Back New Search Pdnter-nendty System for Awad ManagetneN >(SAAq; a1� >ReciproccmCcs >ProcaemeN Cedes Small Purchase of: Rental Pickups RFQ 05042012 CONTRACT CHECKLIST FOR SMALL PURCHASES Checklist Item Comments 7) Independent Cost Estimate Yes The City made and documented an independent cost estimate before receipt of proposals. 9) Unreasonable Qualification Requirements No This solicitation did not contain unreasonable requirements placed on firms in order for them to qualify to do business. 1 2) Arbitrary Action No There was no arbitrary action in the procurement process. (An example of arbitrary action is when award is made to other than the contractor who most satisfied all the City Requirements as specified in the solicitation and as evaluated by staff.) 1 3) Brand Name Restrictions Yes - specified "or equal" Brand Name or Equal. When it is impractical or uneconomical to provide a clear and accurate description of the technical requirements of the property to be acquired, a "brand name or equal" description may be used to define the performance or other salient characteristics of a specific type of property. The City must identify the salient characteristics of the named brand that offerors must provide. When using a "brand name" specification, the City does not need to reverse -engineer a complicated part to identify precise measurements or specifications in order to describe its salient characteristics. FT A's "Best Practices Procurement Manual," (BPPM) contains additional information on preparation of specifications including examples with specific language. 1 4) Geographic Preferences No The solicitation contains no in -State or local geographic preference except where Federal statutes mandate or encourage them. 1 5) Contract Term Limitation N/A The contract period of performance for rolling stock and replacement parts does not exceed five (5) years inclusive of options without prior written FTA approval. For all other types of contracts, the procurement file contains evidence that the contract term is based on sound business judgment. 23) Price Quotations Two quotes were received Price or rate quotations were obtained from an adequate number of qualified sources. 24) Clear, Accurate, and Complete Specification Yes A complete, adequate, and realistic specification or purchased description was available and included any specifications and pertinent attachments which define the items or services sought in order for the bidder to properly respond. 41 ) Price Analysis Yes A price analysis was performed and documented. The price was determined to be fair and reasonable. Price reasonableness based on: Price quotations. Previous purchase. Current price list or advertisement. Value Analysis — copy in file.