HomeMy WebLinkAbout120116 BESTWAY CONCRETE CO - PURCHASE ORDER - 9123366Fort Collins
Date: 06/08/2012
Vendor: 120116
BESTWAY CONCRETE CO
PO BOX 309
MILLIKEN Colorado 80543-0309
PURCHASE ORDER PO Number Page
9123366 1 of 6
This number must appear
on all invoices, packing
slips and labels.
Ship To: TRAFFIC OPERATIONS
CITY OF FORT COLLINS
626 LINDEN STREET
FORT COLLINS Colorado 80524
Delivery Date: 06/08/2012 Buyer: JOHN STEPHEN
Note:
Line Description Quantity UOM Unit Price Extended
Ordered Price
Concrete for Mason Corridor
As Per Quote dated 5/15/2012
80 yards @ $95.00/yard
1 LOT LS
7,600.00
In addition to the City of Fort Collins Standard Purchase Order Terms and Conditions, the following Federal
clauses apply to this purchase order.
1. NO FEDERAL GOVERNMENT OBLIGATION TO THIRD PARTIES
(1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal
Government in or approval of the solicitation or award of the underlying contract, absent the express written
consent by the Federal Government, the Federal Government is not a party to this contract and shall not be
subject to any obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a party to
that contract) pertaining to any matter resulting from the underlying contract.
(2) The Contractor agrees to include the above clause in each subcontract financed in whole or in part with
Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify
the subcontractor who will be subject to its provisions.
2. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS
(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
c3. oi'1�:a2s�
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
Page 2 of 2
Additional Provisions
Bestway Concrete Company will deliver concrete as to the specifications ordered. The physical properties of the concrete are to be
measured at the point of discharge from our mixer truck unless otherwise agreed to by all parties prior to delivery. If the concrete is
pumped, placed in a bucket or other device or otherwise manipulated prior to placement, the quality will become the responsibility of
the contractor or subcontractor responsible for the placement.
• Prices do not include applicable sales tax.
• Prices do not include testing, please inquire with your sales associate for a testing price quote if required.
• This price quote expires 30 days from the above date.
• Concrete normal delivery hours are Monday - Friday 6:OOAM - 5:00 PM, Saturday 6:OOAM - 12:OOPM.
• Deliveries outside of normal delivery hours are subject to Plant opening fee of $2500.00 per occasion.
• Concrete prices are valid thru 03/31/12, with an escalator of $5.00 per cubic yard effective 04/l/13.
• This quote is contingent upon raw material availability.
• Bestway Concrete assumes no liability for products to which materials have been added that were not supplied by
Bestway Concrete.
' Extension of credit is subject to all terms of the Credit Application and Agreement.
• All invoices are due by the 1 Oth day of the month following the invoice date or subject to finance charges of 24% per annum.
` No retainage is to be withheld from payment to Bestway.
' Cancellation fees may apply for orders that are not canceled at least two hours prior to the scheduled delivery time.
Will call orders must be firmed up by 4:OOPM the day before the scheduled delivery time or the order will be canceled.
` A fee of $150.00 per occasion will be charged for orders less than 10 cubic yards that require an orderback.
Windsor, Firestone, Brighton Aggregate Dispatch: 970-587.7336
Brenda Watts Greeley Concrete 8 Aggregate Dispatch: 970-686.2720
Senior Sales Associate Windsor Dispatch: 970-686.5010
Mobile: 303-748-9125 Longmont Dispatch: 303-651.1779
Office: 970-587-7210 Brighton Dispatch: 303-637-0900
Fax: 970-587-7220 Milliken Dispatch: 970-587-9305
Email: Bwatts@,bestwayconcrete.com Denver Dispatch: 303-288.7029
General Sales Fax: 970-587-7245 Jeffco Dispatch: 303-554-0210
Jeffco Aggregate Dispatch: 303-655-8543
Please visit us at www.bestwayconcrete.com
Johnstown Ready Mix Concrete
A Division of Loveland Ready Mix Concrete, Inc
PO Box 299 - Loveland, CO 30539
Phone (970) 203-1144 - Fax (970) 667-0092
To: City of Fort Collins Bid Date: 5-31-2012
Subject: South Transit Center, Fossil Blvd/Mason corridor, Fort Collins CO.
Brittany:
We wish to quote the concrete on the above referenced project as follows:
No additional charges, fuel surcharge, minimum load charges, environmental fees, etc...
After hours plant opening fee (if necessary) S 2,500.00 per occasion
4000 PSI $99.40 per yd.' Description: 6% sk., Class BZ, Drilled Piers.
Non -chloride set accelerating admixture, type C S 5.25 per yd.' for I %
The above prices are net, sales tax not included, FOB job site.
Loveland Ready Mix Concrete, Inc.
Brad Fancher
Manager
Martin Marietta Materials
e ^
1800 H. Taft Hill Road, Fort Cotrins, CO 80521
Main Office: 970407-3600
Fax: 970407�3900
Proud to be American Owned and Operated
TO: City or Fort Collins DATE:
ATTN: Brittany Sorensen PROJECT: City of Fort Collins Caisson Work
PHONEIFAX: 970-416-2268 ADDRESS: Various Locations -Fort Collins
E-MAIL: bsorensenflafcaov.com
CONCRETE MATERIAL PRICE QUOTE
MIX#
MIX USE & TYPE
Strength @
28 Days
Slump
Air
WIC Ratio
Est.
Volume
PRICE/
Cubic Yard
CDOT Class BZ
4,000
6-8
1-3
0.45
60
$110.00
"Wait Time Included In Price"
Project Specific Notes and Comments:
All Concrete as bid is per 90 minute max delivery and 90 degree concrete temperature.
Price Escalators
Add $ 5.00 per cubic yard price increase 01-01-13
Add $ TBO per cubic yard price Increase 01-01-14
- Adtl $ 1.001
Per Cubic Yard Fuel Surcharge -Add to above pricing -varies with Fuel Cost Fluctuations
Incl. $ 1.751
Per Cubic Yard Environmental Fee
Adtl $ 3.001
Per Cubic yard for Winter Fee annually Nov 1 thru March 31.
Prices are F.O.B. lob site and do not include taxes.
TERMS: NET 30 DAYS, 18% APR Interest will be added to all past due aaounts.
Misc. Extra Charges:
Add $8.00 per cubic yard per each 1 % Non Chloride Accelerator
Add $3.50 per cubic yard per each 1 %Calcium Chloride
Add $3.50 per 20 minute increment of Retarder per cubic yard
Add $7.00 per cubic yard for Fibennesh 1.5 lbs.
Add $10.00 percubic yard for Saturday Premium Charge
Add $125.00 for orders of 4 cubic yards or less
Add $2.00 per minute for wait 8me after 7 minutes per yard -maximum 45 minutes
Add $250.00 per cubic yard of Pump Prime
Mahn Marlette Mat<ifale ^^
Quotation expires 30 days from above date
By:
Roper Marquiss - Northern Sales
970-556-0119 - Cell
Rooer.Maraulss(d)maninmadetta com
Martin Marietta Materials /w\
.d�.
P.O. Boz 30013
Raleigh, NC 27622-0013
Wsif oRoeRs`79f v .ma Rlnmarfo Ra.eom
SOLD TO:
FT COLLINS CRY TRAFFIC DIV
ATTN: DAWN HE ERSON
FORT COLLINS CO _2
Page 1 of I
FOR BILUNG QUESTIONS PLEASE CALL
303-6574000
JOB NAME: FT COLLINS TR^^AFFF(1IIC DIVISION
�Jf1. JU 1J'4�=p
006216 SHIPTO:
VARIOUS ADDRESSES
COLLEGE AND CONNIFER FTC IC BATCH
FORT COLLINS CO 80525
PAYMFNTTFRMS- NFT In nAVS-A/P
Omer NU. Customer PO Dest. Job No.
I
Dist Business
Busines. Unit Name
Gllst. No
Invoice Invoice No.
No. No,
Unit
Date
6846172 SO GOL i6 (679775CC0^_
TO I6119
Higdon Ready hliz
679775
M^.3112 '
10718818
Ship Dale
Prud"a
Desmplion
Quaintly
UM I
Unit Pnpe
Malenal
Freight
Freight
Taxes 8
TOTAL
CmiDargu No.
No.
Amount
Rate
Amaunl
Foes
OQ18l12
5191
COOT,CLASSBZ
-19002693
5.00
CY
91.50
457.50
457.50
'SUBTOTAL'
5.00
457.50
457.50
041IN12
5535
ENVIRONMENTAL SERVICE FEE
49002693
5.00
CY
1.751
8.75
8.'s
'SUHTOTAL'
Sao
a.75
8.75
0411&12
5329
FUEL SURCHARGE
49002.693
1.00
EA
01
'01
.01
'SUHTOTAL'
ico
.01
.01
Ou18713
5197
COOT,CLASBBZ
49002711
5.00
CY
91.50
457.50
457. SO
'SUBTOTAL'
I 5.00
457.50
4S7.50
04f18112
5635
ENVIRONMENTAL SERVICE FEE
49001711
5.00
CY
1.75
8.75
8,75
'SUBTOTAL'
5.00
8.75
8.75
04718712
5329
FUELSURCHARGE
49002711
1.00
EA
.01
.01
.01
'SUBTOTAL'
1.00
.01
.01
TOTAL
22.Oo
932.52
932.5]
INVOICE
u`
$932:52
DETACH and Include this Return POrtIOn
with Payment
Martin Marietta Materials /®�
VV
REMIT TO:
MARTIN MARIETTA MATERIALS
CUSTOMER NUMBER: 639775 FT COLLINS CITY - TR
PO BOX 848241
INVOICE NUMBER: 10318818
DALLAS TX 75284-8241
PAYMENT DUE $932.52
Please report any pnleneal ethics violations to the Marlin Mariana Motenals CoMorale Ethics OISoe 1-80&2094508 or see'.vww, martmmanetta,wha
For all other can stzlns call
the number above
PLEASE NOTIFY US OF ANY ALTERATIONS YOU MAKE TOWARDS THE INVOICE AMOUNT
REMIT 10 Im:ore lnttmn2s 570 :013611
LAFAROE WEST U.C. Stwo F,um RIDDEN ROM PLANT
DEPT'24
NORTH AMERICA PO BOX 112424
DALLAS TX 753122424
BILL TO :
„I,i11I,11EI,,,III.,IEI,EIIE
PO BOX 580
ATTN: DAWN HENDERSON
FORT COLLINS. CO 80522
United States
INVOICE
SHIP TO:
TRAFFIC,DR HATER DEPARTMENT
LEFIAY HARMONY FTC
COLLINS. CO 80521
OVERDUE INVOKES SUBJFCt IO MI LRESI AI I Y% PER AEON III MY„ PF:RABY.UL:I
PLEASE MCLUOE REMITTANCE INFORMATION WITH YOUR PAYMENT
DATE
CUSTOMER#
CUSTOMER PO
PROJECT: l DESCRIPTION
INVOICE #
PAGE
2011-12-08 I
6511354
8078
2112U71 ITRAFFIC OR WATER
22646076
V1
DEPARTMENT
TICKET DATE
TICKET p
OTY,
UDM
ITEM p
ITEM DESCRIPTION
uNIT NET
EXTENDED
TA%
SNPFFON
_.
PRICE
PRICE
CODE
La T"
Cc.ii m al :u'tcna-u..I'� �m u� n1,L .rr ILv ru l};. u�
�>,�siLilili.. ccuh A. cr.I ��fl'nlpllvC r�nlrmly aml
c,calc I quah fa,i :I i EpLcau.I-in cola aril.
2011-12-07
75145844
6000
CY
RMXDC40EF2G
4000,31-NAF,OOT
90.9500
1AI.,O
V060CE
40751
2011-12-07
751.15844
LOUR
EA
RIRSOG2
BAT CIE WEIGHTS
aUUO1
0.00
V0006
40751
2011-17-07
75141t844
6000
CY
RIR4880
ENVIRONMENTAL FEE (CYI
1.7500
10.50
VOGOG
40751
2011-12-07
75145844
TOO(,
EA
RIRdftDO
FUEL SURCHARGE (YARDI
0,0000
0 GO
VOGOG
40751
2011.12-07
7514587.2
6000
CY
RAIXDC40EE2G
4000.314NAE,DOT
M2500
54150
V0606
40751
2011-12-07
75145872
1000
EA
RIR5D(;2
BATCH WEIGHTS
0.0001
U,00
V0606
40751
2011-12-07
75145872
0000
CY'
RIR48BO
ENVIRONMENTAL FEE ICY)
I.7500
1050
VUGOG
40751
201112-07
7514587;.'
1000
EA
RIR4890
FUEL SURCHARGE (YARD)
0.0000
0.00
V0606
40751
2011-1207
75145873
GDGu
CY
RMXDC-IOEE2G
4000.314,NAE, DOT
90.2500
54150
V0606
40751
2011.12-07
15145873
1 000
EA
RIR5062
BATCH WEIGHTS
0 0001
U 00
V0606
40751
2011-12-07
75145873
6.000
CY
R24880
ENVIRONMENTAL FEE (CY)
17500
10.50
V0606
40751
2011-17-07
75145871
1000
EA
RIR4890
FUEL SURCHARGE(YARD)
00000
0,00
V0606
40751
Invoice Totals
�'�•� /n"
Summary
18000 R6iXDC-IDEE2G 4000,314 NAE.DOT
1G24,5U
Summary _
2000.RIRSO62 BATCH WEIGHTS
Summary
I 000 RIR4880 ENVIRONI.IENTM. FEE(CY)
3150
Excluded Parties List System
Page 1 of 1
Search - Current Exclusions 1 Resources
> Advanced Search
> Multiple Names
> Exact Name and SSN/TIN
> MyEPLS
> Recent Updates
> Browse All Records
View Cause and Treatment Code
Descriptions
> Reciprocal Codes
> Procurement Codes
> Nonprocurement Codes
Agency & Acronym Information
> Agency Contacts
> Agency Descriptions
> State/Country Code Descriptions
OFFICIAL GOVERNMENT USE ONLY
> Debar Maintenance
> Administration
> Upload Login
Search Results for Parties
Excluded by
Firm, Entity, or Vessel : Bestway Concrete &
Aggregate
State: COLORADO
Country : UNITED STATES
As of 00-Jun-2012 12:02 PM EDT
Save to MyEPLS
Your search returned no results.
Back New Search
>Search Help
> Advanced Search Tips
> Public User's Manual
>FAQ
> Acronyms
> Privacy Act Provisions
> News
System for Award Management
> (SAM)
Reports
>Advanced Reports
> Recent Updates
> Dashboard
Archive Search - Past Exclusions
> Advanced Archive Search
> Multiple Names
> Recent Updates
> Browse All Records
Contact Information
> For Help: Federal Service Desk
https://www.epts.gov/epls/search.do-,jsessionid=302A5B8B3122FF48055C459F638AAED3 6/8/2012
Small Purchase of:
CONTRACT CHECKLIST FOR SMALL PURCHASES
Checklist Item
Contract File
Comments
Location
7) Independent Cost Estimate
The City made and documented an
£ 5-
independent cost estimate before receipt of
proposals.
9) Unreasonable Qualification .
Requirements
N 49
This solicitation did not contain unreasonable
requirements placed on firms in order for
them to qualify to do business.
1 2) Arbitrary Action
There was no arbitrary action in the
A, v'
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
Brand Name or Equal. When it is impractical
or uneconomical to provide a clear and
accurate description of the technical
u�
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
The solicitation contains no in -State or local
Nv
geographic preference except where Federal
statutes mandate or encourage them.
1 5) Contract Term Limitation
The contract period of performance for rolling
stock and replacement parts does not exceed
_
five (5) years inclusive of options without prior
written FTA approval. For all other types of
contracts, the procurement file contains
evidence that the contract term is based on
sound business 'ud ment.
23) Price Quotations
Price or rate quotations were obtained from
rZ5
an adequate number of qualified sources.
24) Clear, Accurate, and Complete
Specification
A complete, adequate, and realistic
specification or purchased description was
available and included any specifications and
pertinent attachments which define the items
or services sought in order for the bidder to
properly respond.
41 ) Cost or Price Analysis
Either a cost analysis or 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.
42) Written Record of Procurement
History
The file contains records detailing the history
�) 4
of this procurement. At a minimum, these
records include:
(1) the rationale for the method of
��•
procurement,
�dw ��SPorSi`V•t �£$Prn4�f
(2) Selection of contract type,'
(3) reasons for contractor selection or
rejection, and
���
4 the basis for the contract price.
Excluded Parties Search
ch
EPS run and include in the file
A J.
PURCHASE ORDER PO Number Page
City Of9123366 2 of 6
`t CollinsCThis number must appear
" J on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
claim, statement, submission, or certification to the Federal Government under a contract connected with a
project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority
of 49 U.S.C. § 5307, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49
U.S.C. § 5307(n)(1) on the Contractor, to the extent the Federal Government deems appropriate.
(3) The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with
Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify
the subcontractor who will be subject to the provisions.
3. ACCESS TO RECORDS AND REPORTS
Access to Records - The following access to records requirements apply to this Contract:
A. Where the Purchaser is not a 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).
D. FTA does not require the inclusion of these requirements in subcontracts.
4. FEDERAL CHANGES
Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives,
including without limitation those listed directly or by reference in the Master Agreement between Purchaser and
FTA, as they may be amended or promulgated from time to time during the term of this contract. Contractor's
failure to so comply shall constitute a material breach of this contract.
5. TERMINATION
a. Termination for Convenience The City may terminate this contract, in whole or in part, at any time by written
notice to the Contractor when it is in the Government's best interest. The Contractor shall be paid its costs,
including contract close-out costs, and profit on work performed up to the time of termination. The Contractor
shall promptly submit its termination claim to the City to be paid the Contractor. If the Contractor has any
property in its possession belonging to the City, the Contractor will account for the same, and dispose of it in the
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
City of
/11* ,wort Collins
PURCHASE ORDER
PO Number Page
9123366 3 of 6
This number must appear
on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
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
underlying contract:
(a) Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as amended,
42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, the Contractor agrees to comply with all
applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations,
"Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41
C.F.R. Parts 60 et seq ., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as
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
Fort Collins
PURCHASE ORDER
PO Number Page
9123366 4of6
This number must appear
on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
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 %. A separate contract goal [has not] been established for this procurement.
b. The contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of
this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and
administration of this DOT -assisted contract. Failure by the contractor to carry out these requirements is a
material breach of this contract, which may result in the termination of this contract or such other remedy as City
of Fort Collins deems appropriate. Each subcontract the contractor signs with a subcontractor must include the
assurance in this paragraph ( see 49 CFR 26.13(b)).
The successful bidder/offeror will be required to report its DBE participation obtained through race -neutral means
throughout the period of performance.
c. The contractor is required to pay its subcontractors performing work related to this contract for satisfactory
performance of that work no later than 30 days after the contractor' s receipt of payment for that work from the
City of Fort Collins . In addition, is required to return any retainage payments to those subcontractors within 30
days after incremental acceptance of the subcontractor' s work by the City of Fort Collins and contractor' s receipt
of the partial retainage payment related to the subcontractor s work.
d. The contractor must promptly notify City of Fort Collins whenever a DBE subcontractor performing work
related to this contract is terminated or fails to complete its work, and must make good faith efforts to engage
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
City of
art Collins
PURCHASE ORDER
PO Number Page
9123366 5of6
This number must appear
on all invoices, packing
slips and labels.
Line Description WUU.ILILY UOM Unit Price """'
Ordered Price
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
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 4220.1F, are hereby incorporated by reference. Anything to the contrary herein
notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other
provisions contained in this Agreement. The Contractor shall not perform any act, fail to perform any act, or
refuse to comply with any City of Fort Collins requests which would cause the City of Fort Collins to be in violation
of the FTA terms and conditions.
9. GOVERNMENT -WIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT)
This contract is a covered transaction for purposes of 49 CFR Part 29. As such, the contractor is required to
verify that none of the contractor, its principals, as defined at 49 CFR 29.995, or affiliates, as defined at 49 CFR
29.905, are excluded or disqualified as defined at 49 CFR 29.940 and 29.945.
The contractor is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply
with 49 CFR 29, Subpart C in any lower tier covered transaction it enters into.
By accepting this purchase order, the vendor or contractor certifies as follows
The certification in this clause is a material representation of fact relied upon by the City of Fort Collins. If it is
later determined that the bidder or proposer knowingly rendered an erroneous certification, in addition to
remedies available to the City of Fort Collins, the Federal Government may pursue available remedies, including
but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements
of 49 CFR 29, Subpart C while this offer is valid and throughout the period of any contract that may arise from
this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier
covered transactions.
10. ENERGY CONSERVATION REQUIREMENTS
Energy Conservation - The contractor agrees to comply with mandatory standards and policies relating to
energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy
Policy and Conservation Act.
City of Fort Collins Director of Purchasing and Risk Management
This order is not valid over $5000 unless signed by James B. O'Neill II, CPPO
City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580
Phone:970-221-6775 Fax:970-221-6707 Email:purchasing@fcgov.com
Total $7,600.00
Invoice Address:
City of Fort Collins
Accounting Department
PO Box 580
Fort Collins, CO 80522-0580
Purchase Order Terms and Conditions
Page 6 of 6
1. COMMERCIAL DETAILS.
Tax exemptions. By statute the City of Fan Collins is exempt farm scam and local taxes. Our Exemption Number is 11. NONWAIVER.
98-04502. Federal Excise Tax Exemption Certificate of Registry 84-6000587 is registered with the Collector of Failure of the Purchaser to insist upon strict performance of the terms and conditions hereof, failure or delay to
Internal Revenue, Denver, Colorado (Ref. Colorado Revised Statutes 1973, Chapter 39-26, 114 (a). exercise any rights or remedies provided herein or by law, failure to promptly notify the Seller in the event of a
breach, the acceptance of or payment for goads hereunderor approval of the design, shall not release the Seller of
Goods Rejected. GOODS REJECTED due to failure to meet specifications, either when shipped or due to defects of any of the warranties or obligations of this purchase order and shall not be deemed a waiver of any right of the
damage in mount, may be returned to you for credit and are not to be replaced except upon receipt of written purchaser to insist upon strict performance hereof or any of its rights or remedies as to any such goods. regardless
instructions from the City of Fan Collins. of when shipped, received or accepted, as to any prior or subsequent default hereunder, nor shall any purported
and modification or rescission of this purchase order by the Purchaser operate as a waiver of any of the terms
Inspection. GOODS are subject in the City of Fan 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 ANTITRUST CLAIMS.
authorized payment on the pan of the City of Fan Collins. However, it is to be understood that FINAL Seller and the Purchaser recognize that in actual economic practice, overcharges resulting from antitrust
ACCEPTANCE is dependent upon completion of all applicable required inspection procedures. violations are in fact home by the Purchaser. Theretofore, for goad cause and as consideration for executing this
purchase order, the Seller hereby assign; to the Purchaser any and all claims it may now have or hereafter
Freight Tarns. Shipments must be F.O.B., City of Fan Conim, 700 Wood St., Fan Collins, CO 80522, unless acquired under federal or state antitout laws for such overcharges relating to the particular goods or services
otherwise specified on this order. If permission is given to prepay freight and charge separately, the original freight purchased or acquired by the Purchaser pursuant to this purchase order.
bill must accompany invoice. Additional charges far 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 the Purchaser directs the Seller to correct nonconforming or defective goods by a date to be agreed upon by the
expected from the ocarest distribution point to destination, and excess freight will be deducted farm Invoice when Purchaser and the Seller, and the Seller thereafter indicates its inability or unwillingness to comply, the Purchaser
shipments are made from greater distance. may cause the work to be performed by the most expeditious means available to it, and the Seller shall pay all
costs associated with such work.
Permits. Seller shall procure at sellers sole cost all necessary permits, certificates and licenses required by all
applicable laws, regulations, ordinances and rules of the stare, municipality, territory or political subdivision where
the work is performed, or required by any other duly constituted public authority having jurisdiction over the work
of vendor. Seller further agrees to hold the City of Fan Collins harmless tram and against all liability and loss
incurred by them by reason of an asserted or established violation of any such laws, regulations, ordinances, roles
and requimnrnts.
Authorization. All parties to this contract agree that the representatives arc, in fact, bona fide and possess full and
complete authority to bind said panics.
LIMITATION OF TERMS. This Purchase Order expressly limits acceptance to the terns and conditions stated
herein set forth and any supplementary or additional terms and conditions annexed hereto or incorporated herein by
reference. Any additional m different tams and conditions proposed by sellerare objected to and hereby rejected
2. DELIVERY.
PLEASE ADVISE PURCHASING AGENT immediately if you cannot make complete shipment to arrive on your
promised delivery date as noted. Time is of the essence. Delivery and performance must be effected within the time
stated on the purchase order and the documens attached hereto. No acts of the Purchasers including, without
limitation, acceptance of partial late deliveries, shall operate as a waiver of this provision. In the event of any delay,
the Purchase, 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 not he liable for damages as a result of delays
due to causes not reasonably foreseeable which are beyond its reasonable control and without its fault of negligence,
such acts of -God, acts of civil ar military authorities, governmental priorities, fires, strikes, flood, epidemics, wars or
riots provided that notice of the conditions causing such delay is given to the Purchaser within five (5) days of the
time when the Seller first received knowledge thereof. In 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 warrants that all goods, articles, materials and work covered by this order will conform with applicable
drawings, specifications, samples and/or other descriptions given, will be fit for the purposes intended, and
performed with the highest degree of care and competence in accordance with accepted standards far work of a
similar nature. The Seller agrees to hold the purchaser harmless from any loss, damage or expense which the
ma Purchaser y suffer mTh or incur on account of the Sellers breach of wa ah. e Seller shall replace, repair or make
good, without cost to the purcham, any defects or faults arising within one (1) year or within such longer period of
time as may be prescribed by law or by the terms of any applicable warranty provided by the Seller after the date of
acceptance of the goods furnished hercurtdtt (acceptance not to be unreasonably delayed). resulting from imperfect
or defective work done or materials furnished by the Seller. Acceptance or use of goods by the Purchaser shall not
constitute a waiver of any claim under this wamnty. Except as otherwise provided in this purchase order, the Sellers
liability hereunder shall extend in all damages proximately caused by the breach of any of the foregoing warranties
or guarantees, bar such liability shall in no event include loss of profits or loss of use. NO IMPLIED WARRANTY
OR MERCHANTABILITY OR OF FITNESS FOR PURPOSE SHALL APPLY.
4. CHANGES IN LEGAL TERMS.
The Purchaser my make changes to legal terns by written change order.
5. CHANGES IN COMMERCIAL TERMS.
The Purchaser may make any changes to the tents, other than legal terms, including additions to or deletions from
the quantities originally ordered in the specifications or drawings, by verbal or wnum change order. If any such
change affects the amount due or the time of performance hereunder, an equitable adjustment shall be made.
6. TERMINATIONS.
The Purchaser may at any time by written change order, terminate this agreement as to any or all portions of the
goods than not shipped, subject to any equitable adjusment between the panics as to any work or materials then in
progress provided that the Purchaser shall not be liable for any claims for anticipated 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 c f the Seller with respect to any goods which arc the Sellers standard stock. No such termination shall relieve
the Purchaser in the Seller army of their obligations as to any goods delivered hereunder.
7. CLAIMS FOR ADJUSTMENT.
Any claim for adjustment most be asserted within thirty (30) days farm the date the change or termination is
ordered
8. 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 documents as may be required to cffect or evidence compliance. All laws and regulations required to be
incorporated in agreements of this character arc hereby incorporated herein by this reference. The Seller agrees to
indemnify and hold the Purchaser harmless from all costs and damages suffered by the Purchaser as a result of the
Sellers failure to comply with such law.
9. ASSIGNMENT.
Neither party shall assign, transfer, or convey this order, or any monies due or to become due hereunder without the
prior written consent of the other parry.
10. TITLE.
The Seller warns full, clear and unrestricted title to the Purchaser for all equipment, materials, and items furnished
in performance of this agreement, free and clear of any and all liens, restrictions, reservations, security interest
encumbrances and claims of others.
The Seller shall release the Purchaser end its contactors of any tier from all liability and claims of any nature
resulting from the performance of such work.
This release shall apply even in the event of fault of negligence of the pony released and shall extend to the
directors, officers and employees ofsuch party.
The Sellers 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 Purchases.
14. PATENTS.
Whenever the Seller is required to use any design, device, material or process covered by letter, patent, trademark
or copyright, the Seller shall indemnify and save harmless the Purchaser from any and all claims for infringement
by reason of the use of such patented design, device, material or process in connection with the contact, and
shall indemnify the Purchaser for any cost, expense or damage which it may be obliged to pay by reason of such
infringement at any time during the prosecution or after 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 equipment or pan is enjoined, the Seller shall, at its own expense and at its option, either procure for the
Purchaser the right to continue using said equipment or pans, replace the same with substantially equal but
nownfringing equipment, or modify it so it becomes noninfringing.
15. INSOLVENCY.
If the Seller shall become insolvent or bankrupt, make an assignment for the benefit of creditor, appoint a
receiver or trustee for any of the Sellers property or business, this order may forthwith be canceled by the
Purchaser without liability.
16. GOVERNING LAW.
The definitions of terns used or the interpretation of the agreement and the rights of all parties hereunder shall be
construed under and governed by the laws of the State of Colorado, USA.
The following Additional Conditions apply only in cases where the Seller is to perform work hereunder,
including the services of Sellers Rep mmustive(s), on the premises ofolhers.
17. SELLERS RESPONSIBILITY.
The Seller shall carry on said work at Sellers own risk until the same 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 completion and
acceptance, complete the work at Seller's own expense and to the satisfaction of the Purchaser. When materials
and equipment are furnished by others for installation or erection by the Seller. the Seller shall receive, unload,
store and handle same at the site and become responsible therefor as though such materials and/or equipment
were being furnished by the Seller under the order.
18. INSURANCE.
The Seller shall, at his own expense, provide for the payment of workers compensation, including occupational
disease benefits, to its employees employed on car in connection with the work covered by this purchase order,
andfor to their dependents in accordance with the laws of the state in which the work is to be done. The Seller
shall also may comprehensive general liability including, but not limited to, contactual and automobile public
liability insurance with bodily injury and death limits of at least S300.000 for any one person, S500,0m for any
one accident and property damage limit per accident of S400,000. The Seller shall likewise require his
contractors, if any, to provide for such compensation and insurance. Before any of the Sellers or his contactors
employees shall do any work upon the premises archers, the Seller shall famish the Purchaser with a certificate
that such compensation and insurance have been provided. Such certificates shall specify the date when such
compensation and insurance have been provided. Such certificates shall specify the date when such compensation
and insurance expires. The Seller agrees that such compensation and insurance shall be maintained until after the
entire work is completed and accepted.
19. PROTECTION AGAINST ACCIDENTS AND DAMAGES.
The Seller hereby assumes the entire responsibility and liability for any and all damage, loss or injury ofany kind
car nature whatsoever to persons or property caused by or resulting from the execution of the work provided for in
this purchase order ar in connection herewith. The Seller will indemnify and hold hamless the Parchmar and any
or all of the Purchasers officers, agents and employees from and against env and all claims, losses, damages,
charges or expenses, whether direct or indirect, and whether to persons or property to which the Purchaser may
be put or subject by reason of any act, action, neglect, omission or default on the pan of the Seller, any of his
contactors, or any of the Sellers or contactors officers, agents or employees. In case any suit in other
proceedings shall be brought against the Purchaser, or its officers, agents or employees at any time on account or
by reason of any act, action, neglect, omission or default of the Seller of any of his contractors or any of its or
their officers, agents ar employees as aforesaid, the Seller hereby agrees to assume the defense thereof and to
defend the same at the Sellers own expense, to pay any and all costs, charges, attorneys fees and other expenses,
any and all judgments that may be incurred by or obtained against the Purchaser or any of its or their officers,
agents or employees in such suits or other proceedings, and in case judgment or other 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 once cause the same to be dissolved and discharged by giving bond or otherwise. The Seller and
his contactors shall take all safety precautions, famish and install all guards necessary for the prevention of
accidents, comply with all laws and regulations with regard to safety including, but without limitation, the
Occupational Safety and Health Act of 1970 and all rules and regulations issued pursuant thereto.
Revised 03/2010
cityo
Fort Collins
Date of Estimate: 592012
Contract Type: Material Bid
Existing Contract or PO (Y/N): N
Independent Cost Estimate
Description of Goods (A) or Services (B): Provide concrete per City of Fort Collins (CDOT) specifications for the Mason two-way conversion
I have obtained the foliowinn estimate from: Prior City of Fort Collins Traffic Operations Jobs
Published Price List / Past Pricing (date) Current as of 5/92012
Engineering or Technical Estimate (performed by) Britney Sorensen
Independent Third Party Estimate (performed by) Britney Sorensen
Other (specify)
Cost Estimate Details:
(Estimate calculated in US Dollars)
Quantity
Cost($/ea)
cost($/ea)
Cost($/ea)
Product
Engineenn9
Estimate
Data Source 1:
City of Fort Collins
Prior Purchase
Data Source 2: City
of Fort Collins Prior
Quote
BZ Concrete
80
$ 100.00
$ 93.25
$ 92.00
Total
s 8.000.00
$ 7,460.00
$ 7,360.00
Source Notes
1: Prior City of Fon Collins purchase from Marlin Marietta Materials for concrete (4/18112)
2: Prior City of Fart Collins purchase from Latarge for concrete (1217/11)
Signature of Prepares
City of
Fort Collins
Traffic
Operations
Price Analysis Worksheet
Name of Contractor: Bestway Concrete & Aggregate
Analysis: The price submitted by Bestway is reasonable. Total bid values between the next lowest
quote, Johnstown Ready Mix, and Bestway differed by less than five percent ($4.40). The highest bid
(Martin Marietta Materials) was 16% higher ($15.00) than low bid. The current bid ($95.00) reflects a
steady price for the concrete since our last purchase ($93.25).
Price Analysis was conducted based on one or more of the following (documentation attached).
® Written quotations from 2 or more vendors
Bestway $7,600.00
Johnstown Ready Mix $7,952.00
Martin Marietta Materials $8,800.00
❑ Documented phone quotations (indication contact person, phone number)
❑ Published price lists from 2 or more vendors
® Previous purchases by Fort Collins of same or similar items(s) from this or another vendor
Previous Purchase
Quantit
Price
Current Low Bid
Cost Difference
Martin Marietta
1 ards
$ 93.25
$ 95.00
$ 1,75
Lafarge
1 18 yards
1 $ 92.00
$ 95.00
$ 3.00
® Comparison to in-house estimate
Estimate Quanti
Concrete 1
❑ Other
LIl:J
5.00
BESTWAY CONCRETE & AGGREGATE
301 Centennial Drive
Milliken, CO 80543
Page 1 of 2
Project Quote Sheet - All Addendums Have Been Reviewed
Company:
City of Fort Collins
Date:
5/15/2012
Address:
Bsorensen afcaov.com
Phone:
970-416-2268
Fax:
Attention:
Britney
Mobile:
Please accept this quote for concrete and/or aggregate requirements on the following project.
Project Name: Mason Street Corridor
Location: Fort Collins, Co -
Concrete Items
Prices are based on an approximate quantity of
80+/- cubic yards,
Additional Fees
Fibermesh 300
Calcium Chloride
Non Chloride Accelerator
Solomon Standard Colors
Saturday Premium Charge
Concrete Minimum Load Fee (Any load less than 4 cubic yards)
Color Washout Fee
Winter Fee effective November 1st through March 31st.
Fuel Surcharge
Truck time after 6 minutes per cy
$7.00
1.51b
$3.00
1 %
$7.50
1%
$4.00
lb.
$6.00
CY
$125.00
truck
$60.00
truck
$3.00
CY
$10.00
truck
$2.00
MIN