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 (2)
City of art Collins PURCHASE ORDER PO Number Page 9122725 1o17 This number must appear on all invoices, packing slips and labels. Date: 05110/2012 Vendor: 102564 Ship To: ENGINEERING DIVISION DELLENBACH MOTORS CITY OF FORT COLLINS 3131 S COLLEGE AVE 281 N COLLEGE AVE FORT COLLINS Colorado 80525 FORT COLLINS Colorado 80521 Delivery Date: 05/10/2012 Buyer: JAMES HUME Note: Line Description Quantity Ordered UOM Unit Price Extended Price One - Vehicle lease rental 1 LOT LS 4,248.00 for 2012 payments 2 Three - Vehicle lease rentals 1 LOT LS 12,744.00 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 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 Invoice Address: City of Fort Collins Director of Purchasing and Risk Management This order is not valid over $5000 unless signed by Jaynes B. O'Neill ll, 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 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 $ b1 s. (DO Monthly total for four (4) pickups: $ a 4(pd . 00 Annual total for four (4) pickups: $Y r500,CO I1)0K A1lEr14(LAlLOW91`-JGE- 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 s if. cations and requirements, as stated or implied. ByT68ir RAOE Title: CL615T" CroNSutrq,�t Print Name:`[ 14 P}UL41- , Phone: Cf%6-D-)5-3791 Email: -�B ErL� C�dJ�-LEf�S (tJC� ,Cb►>1 q 70 -� !� -75 9y 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 Fleet/Non-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 Edition, (PEB) Custom Sport Truck Package or (PEF) Florida Edition.) TRANSMISSION MYC TRANSMISSION, 6-SPEED AUTOMATIC, ELECTRONICALLY CONTROLLED with overdrive and tow/haul mode (Included and only available with (LMG) or (LC9) Vortec 5.3L engines or (L9H) Vortec 6.2L V8 SFI engine.) GVWR C5W 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. CK10953, 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 1 LT 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 FleeUNon-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, P265ROR17 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 (L9H) 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 ��a_.v' C�C0 - I G, J 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.) • SidusXM 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 subscription 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 4.81- 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 monctube 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 stainless -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 • StabiliTrak, 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 RFQ 05042012 TYPE OF,PROCUREMENT Clause Professional Operations/ Rolling Stock Construction Materials & Services/A8r 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, >$100,000 >$100,000 >$100,000 >$100,000 >$100,000 Breaches, or Other Litigation Lobbying 4100,000 >$100,000 >$100,000 >$100,000 >$100,000 Clean Air >$100,000 >$100,000 >$100,000 >$100,000 >$100,000 Clean Water >$100,000 >$100,000 >$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 I 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 per year or more per year Conformance With ITS National ITS Projects ITS Projects ITS Projects ITS Projects ITS Projects Architecture ADA Access A & E All All All All Bus Testing All Pre -Award And Post Delivery All Audits 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 Provide oricina on the following items - Part No. and/or Description Price, each: Monthly rental rate for pickups as described above $ -I " Monthly total for four (4) pickups: $ A 2' Annual total for four 4 pickups: ()p p $ a��S 6 "' 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. Print Name: 61/ Phone d 7 Email: yt:r.i.� (ZA 1 o keAly.m . ` I c�)rr\ 1 PURCHASE ORDER PO Number Page City. Of 9122725 2 of 7 ' `t CollinsThis number must appear ` " J 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 comply shall constitute a material breach of this contract. U City of Fort Collins Director of Purchasing and Risk Management This order is not valid over $5000 unless signed by James B. O'Neill II, CPPO City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Phone:970-221-6775 Fax:970-221-6707 Email: purchasing@fcgov.com Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 PURCHASE ORDER PO Number Page City OfCollins ��� 9122725 s of 7 `t COI` l I n �+J This number must appear 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 closeout 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: C3. Oi'la-�nQ.4CI-- 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 a of 7 F^r} / OI lins This number must appear !t-J`' ` \� ` 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 912272er Page PO City Of 122725 5 °f 7 `t Collins oll I n C This number must appear ` �7 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. 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 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 Of9122725 6 of 7 F6r} CollinsChis number must appear ,fit—,J`-' ` ' tJ 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 1. COMMERCIAL DETAILS. Tax exemptions. By statute the City of Two Collins is cscmpt from state and local cases. Our Exemption Number is 11. NONWAIVL'IC 98-01503. Federal E.seisc Tax Exemption Certificate of Registry 84-6000587 is registered with fhc Collector of Failure of the Poelhaar to insist upon strict performance of the terns and conditions hereof. Failure or delay to Internal Rev came, Denver, Colorado (Ref. Colorado Be, iced Statutes 1973, Chapter 39-26, 114 (a), exercise any rights or remedies provided herein ur by law, failure to promptly notify the Seller in the event of a breach, the acceptance of or pay meat for goods hereunder or approval of fhc design, shall not release the Seller of Goods Rejected. GOODS REJ ECI rD due to failure to meet speci tiew ions, either when shipped car due to defects of any of the warrant ies or obligatimu of this perhuse order and shall not be dsmed a waiver of any right ol'tile damage in transit, may be returned to you fur credit and are not to be replaced except alien receipt of written Purchaser to insist upon strip performance hercofm any of its rights or remedies as to any such goods, regardless instructions from the City of Fun Collins. of when shipped, received or accepted, as to any prior or subsequent deault hereunder. nor shall any purponed oral modification m ..scission of Wis purchase order by the Purchaser operate rs a waiver of any of the toms Inspection. GOODS are subject to the City of Eon Collins inspection on arrival. hereof. Final Acceptance. Receipt of the merchandise, services or equipment in response to this under can result in 12. ASSIGNMENT OF ANT'I'I RUST CLAIMS, authorized payment on the pan of the City of Fort Collins. IJuxever, it is to be acidcmuod that FINAL Seller and the Purchaser recognize that in actual economic practice, overcharges resulting fmm untimnt ACCEPTANCE is dependent upon completion of all applicable required iuslwetiun procedures. violatime,ore in Elci borne by the Purchaser. Theretolone, for good cause and as consideration for executing this purchase order, the Scllcr hereby uvigns to the Purchaser any and all claims it may now have or hereuncr Freight I'cmb. Shipments must be F.O.D., City of Fort Collins, 700 Wood St., Fun Cull it,,, CO 80534, unless acquired under federal or state antitrust laws fur such overcharges relating to the particular goods or services otherwise specified on this order. If perhission is given to prepay freight unit charge separately, the original freight purchased or acquired by the Purchaser pursualn to this purchase older. bill must accompany invoice. Additional charges for packing will not be uccepted. 13. PURCHASERS PERFORMANCE OF SELLERS OBLIGATIONS, Shipment Distance. Where nhanufacmmrs have distributing pumb in various puns of the country, shipmen is If the I'urehnacr directs the Seller m correct oo...nfumhing or defective goads by a date to be agreed upon by the expected front the nearest distribution point w it xa matiun, and excess freight will be deducted from Invoice when Purchaser and the Scllcr, and the Seller ihereutler Indicates its inability or unwillingness to comply, the Purchaser shipments are made from greater distance. 1113y cuusc the work to be perfbnacd by the nusl expeditious meats avai Fable to it, and the Seller shall pay all cost, associated with suchh work. Permits. Seller shall procure u1 sellers sole cast all necessary permits, cenifiemes reed licenses required by all applicable laws, regulations, ordinances and rules of the state, municipality, territory or political subdivision where the work is penonned, or squired by any other duly constituted public authority having jurisdiction over the work of acndur. Seller further agrees to hold the City of Fact Collins Immiless from and against all liability and loss incurred by them by reason of an asserted or established violation of any such laws, regulations, ordinances, rules and requirements. Authorimtion. All panics to this contract agree that the represcatulkes are, in fact, bona lids and possess full and complete authority to bind said parties. LIMITATION OF TERMS. This Pianhase Order expressly limits acceptance to the terns and conditions stated herein set forth and any supplementary m additional terms and conditions annexed hereto or incorporated herein by reference. Any additional or different teats and conditions proposed by'seller are objected to and hereby rejected. ?.DELIVERY. PLEASE ADVISE PURCHASING AGENT inunediawly if you cannot make complete shipment to arrive no your promised delivery date as noted Time is of the essence. Delivery and pedermmnce nwst be cIf ctid x'ithin the time stated on the purchase order ad the documents znuehN herein. No acts of the Purchasers including, without limitation, acceptance ofpaniul late dclwcries, shall operate as a waiver of this provision. In the event ofany delay, the Purchaser shall have, in addition to other legal and equitable remedies, the option ofplacing this order elsewhere and holding the Seller liable for damages. However, the Seller shall nut be liable for damages as a result of delays due to causes nut rcaoaubly foreseeable which are beyond its reasonable control and without its fault ofncgligeace, such acts at God, acts of civil or military authorities, govcmmemal priuritics, flocs, strikes, fund, epidemics, wars or riots provided that notice of the conditions causing such delay is given to the Purchaser within live (5) days of the time obeli the Seiler first received knowledge thereof. fit the event of any such delay, the date of delivery shall be extended for the period equal to the time actually lost by reason of the delay. 3. WARRANTY. The Seller xammob that all goods, articles, materials :red work covered by this order will conform with applicable drawings, speeiticatioa, samples and/or other description given, will be tit for the purposes intended, and perfomhed with the highest degree of cam and competence in accordance with accepted standards for work of u similar nature. The Scllcr agrees to hold the purchaser harmless front any loss, damage or expense which the Purchaser nay suffer or incur on account of the Sellers breach of warranty. The Seller shall replace, repair or make good without cost to the purchaser, any defect or faults arising within one (I) year or within such longer period of time as may be prescribed by law or by the terns ofany applicable warranty provided by the Seller after the date of acceptance of the goods furnished hereunder (acceptance not to be unreasonably delayed), resulting from ingxrfect or defective work done or materials famished by the Seiler. Acceptance or use of goods by the Purchaser shall no: constitute a waiver ofany claim under this warranty. Except as otherwise provided in this purchase older, the Sellers liability hcrcundcr shall exund to all damages proxlmmely caused by the breach of any of the foregoing wamntic, or guarantees, but such liability shall in no event include loss of profits or loss of use. NO IMPLIED WARRANTY OR MERCHANTABILITY OR OF FFI NESS FOR PURPOSE SHALL APPLY. 4. CHANGES IN LEGAL TERMS. The Purchaser shay make changes to legal corms by written change order. 5. CHANGES IN COMMERCIAL TERMS. The Purchaser may make any changes to the terns, other than legal terms, including additimb to or deletions lions the quantities originally ordered in the specifications or drawings, by verbal or written clange order. If any such change affects the amount due or the time ofpercunnnnce hereunder, an equitable udjusl n uil shall be made. 6. TERMINATIONS. The Purchaser may at any lime by written change order, terminate this agreement as to city or all portions Of the goods then not shipped, subject to any equitable adjusuncnt between the panics as to any work or materials then in pros crew presided but be Purchaser slmll rem be liable for any claims him amiciWred prof us ern the uncanpleted portion of the goods and/or work, for incidental or consequential damages, and that no such adjustment be made in favor of fhc Seller with respect 10 airy goo& which are the Se11en nandud stock. No such lerminatiun shall relieve the Purchaser or the Seller of any of their obligations as to any goods ddivered hereunder. 7. CLAIMS FOR ADJUSTMENT. Any claim for adjustment nmst be asserted within thirty (30) days tram the date the change or rcnainaion is ordered. B. COMPLIANCE WITH LAW. The 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 which The goods are subject. The Seller shall execute and deliver such duconenu as nay be required to efiecl or evidenec compliance. All laws and regulations acquired to be incorporated in agreements of this character are hereby incorporated herein by this refrence.'flw Seller agrees to indemnify and hold the Purchaser harmless from all costs and danhagcs suffered by the Purchaser as a result of the Sellers failure to comply with such law. 9. ASSIGNMENT. Neither puny shall assign, transfer, or convey this order, or any monies due or to become due hereunder without the prior written consent of the other puny. 10, TITLE. The Seller wamms full, clear and unrestricted title to the Purchaser forall equipment, namrials, and items furnished in performance of this agreement, fox and clear of any and all liens, restrictions, resenatios, security interest encumbrances and claims of others. The Seller shall release the Purchaser and it, contractors of any tier from all liability and claims of ally nature resulting fan the performance fsuch work. This rcicuse shall apply ecen in the escort of fault of negligence of the party released and shall extend to the dimnos, 011ccrs and employees ol'such party. The Seller's contractual obligations, including warranty, shall not be deemed 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, the Scllcr shall indemnify and save harmless the Purchaser font 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 for any cost, expense or damage which it may be obliged to pay by Tea m of such infringemenl at any time during the pamocntiun or alter the completion of the work. In case said equipment, or any pan thereof or the intended use of the goods, is in such suit held to constitute infringement and the use of said equipntm or pan is enjoined the Scllcr shall, at its own expense and at its option, either procure for the Purchaser the right to continue using said equipnamc or pans, replace the same with substantially equal but monfnfriaging quipmenl, m mudify it so it become nuninfringing. 15. INSOLVENCY. If the Seller shall been.. insolvent or bankrupt, make an assignment fur the beaetit of creditors, appoint a receiver or trustee for any ot'the Scllcrs property or business, this order may forthwith be canceled by the Purchaser w'ilhout liability. 16. GOVERNING LAW. The definiiims of terns used or Ihc interpn1ation call die ngrcemcat and the rights ofall parties hereunder shell be consumed under and governed by the Imes of the State of Columdo, USA. The following Additional Conditions apply only in cases xhee the Seller is to pertirmt work hcrcundeq including the services of Sellers Repnsentatise(s), on the premises ofodurs. 17. SELLERS RESPONSIBILI"I'Y. 'Ihc Seller shall easy on said work m Selves own risk until the same is fully completed and accepted and shall, in case of any accident, destruct all, or injut'y to the work andor camellia], before Seller's final completion and acc epanec, complete the work at Seller's own expense and to the satisfaction of the Purchaser. When materials and equipment arc famished by others for installation or erection by the Seiler, the Seller shall receive, unload, store and handle same at the site and beanoc responsible therefor as though such materials and/or equipment were being famished by the Seller under the oiler. 18. INSURANCE. The Seller scull, at his own expense, provide for the payment of w'urkas compensation, including Occupational disease benelis, to its employees employed ore or in connection with the work covered by this purchase order, and/or to their dependents in accordance with the Imes of the sate in which the work is to be dune. The Seller shall also curry comprehensive general liability including, but not linhifcd In. contractual and automobile public liability insurance with bodily injury and death limits of at least S300,0h0 for any one person, S500,000 for any one accident and property damage limit per accident of S400,000. The Seller shall likewise require his contractors, Wary, to provide for such eompcnwliun and insurance. Before any of the Sellers or his contractors employees shall do any work upon the premises of tithers, the Seller shall furnish the Purchaser with a cenillcmc that such compensation and insurance have been provided Such ecniticates shall specify the date when such compensation and insurance have been provided. Such certificates Shull specify the date rotten such compensation and insurance expires. The Seller agrees that such compensation and insurance shall be maintained until after fhc cattle walk is complete and accepted. 19. PRU"I'ECI'ION AGAIN) IACCIDENTS AND DAMAGES, The Scllcr hereby assume the emir, resporsibility and liability fur any and all dmnagq loss or injury ofany kind or nature whufsacver to persons Or property, caused by or resulting from the execution of the work provided for in this purchase enter or in connection hercwifh.'I"lie Seller will indemnify and hold bootless the Purchaser and any or all of the Purchase, of iccn, .gals and employees from and against any and all claims, losses, damages, charges or expenses, whether direct or indirect, u d whether to persons or property to w'hich the Purchaser may be put or subject by reason of may act, anion, neglect, omission or default on the pan of the Seller, any of his contractom, or any of the Sellers or contractors olliceb, agents or employees. In case any suit or other proceedings shall be brought against the Purchaser, or its in icers, agents or employes at ally time on account or by reason ol'aly act, action, neglect, ontissiot cr default of the Seller of any of his contractors or any of its or their officers, agents or employees as ufuresam, the Seller hereby agrees to assunhe the defense thereof and to defend the same at the Sellers own expense, to pay any and all costs, charges. attomevs Pecs and other evpcnses. any and all judgments that may be incurred by or obtained against the Purchaser or any of its or their officers, agent, or en.pluyccs in such suits or other proceedings, and in case judgment or other lien be placed upon or obtained against the property of the Purchaser, or said parties in or as a result ofsuch suits or other proceedings, the Seller will at once cause the some tu be dissolved acid diwh:aged by giving bond ar mherwisc. The Seller and his canlmeprs shall take all s,ccly precautions, furnish and install all guards necessary for fhc prevatfion of accident,, comply with all laws and regulations with regent to salcry including but without [initiation, the Occupational Salley and Health Act of 1970 and all mles tad regulations issued pursuant dwacto. Revised 03ROW 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 BExcluded Parties List System - Windows Intemet Explorer provided -by Crry bf,Fort Collins >Ad¢mced Sead, n 1 >Seacb Help - Search Resuits for Parties Excluded by I MIA'p Names Fi.,Ente,, or Veaul: pelledbach Chevrolet i .Ad,.ed Search T" > As of Oa .,-2012 2:17 PM EDT >PuOic UseYS Manual >M7EPLS Save to MVEPLS - i >FAQ >Recent Updates ->Acmny+ns >&aase A2Recerds Youreurchreturned no resuhs r >?heaeY Ad Prodsbns ' >IJews Back New Search Pdmer-Friendly �' ySyetem for Award Manager ra >RxProcal Codes >Procwemem Cafes _II 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.