HomeMy WebLinkAbout502551 ROSENBAUER SOUTH DAKOTA LLC - PURCHASE ORDER - 9123077F6rtCity of
Collins
Date: 05/30/2012
Vendor: 502551
PURCHASE ORDER
ROSENBAUER SOUTH DAKOTA LLC
100 3RD ST
LYONS South Dakota 57041
PO Number Page
9123077 1of7
This number must appear
on all invoices, packing
slips and labels.
Ship To: POUDRE FIRE AUTHORITY - AD
102 REMINGTON
FORT COLLINS Colorado 80524
Delivery Date: 05/24/2012 Buyer: JAMES HUME
Note:
Line Description Quantity UOM Unit Price Extended
Ordered Price
2 - Rosenbauer tankers 1 LOT LS 371,496.00
on Freightliner M2 112 chassis
per quote 10026-0010 dated 5-7-12 and the agreement dated 5-17-12
Attn: Lyle Achziger
Dept: Poudre Fire Authority
Coordinate delivery of vehicles and title documents with Poudre Fire Authority
PO revised to add Rosenbauer South Dakota as the vendor. 5-30-12/jrh
FEDERAL REQUIREMENTS
To the extent applicable, the terms and conditions under federal law listed below are incorporated into this
Agreement.
No Obligation by the Federal Government
(1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal
Government in or approval of the solicitation or award of the underlying contract, absent the express written
consent by the Federal Government, the Federal Government is not a party to this contract and shall not be
subject to any obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a party to
that contract) pertaining to any matter resulting from the underlying contract.
(2) The Contractor agrees to include the above clause in each subcontract financed in whole or in part with
Federal assistance provided by FEMA. It is further agreed that the clause shall not be modified, except to
identify the subcontractor who will be subject to its provisions.
Federal Changes
Contractor shall at all times comply with all applicable FEMA regulations, policies, procedures and directives,
including without limitation those listed directly or by reference in the Grant Agreement between Poudre Fire
Authority (PFA) and FEMA, as they may be amended or promulgated from time to time during the term of this
contract. Contractor's failure to so comply shall constitute a material breach of this contract.
Termination
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
F6rtCity of
Collins
PURCHASE ORDER
PO Number Page
9123077 2of7
This number must appear
on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
a. Termination for Convenience PFA 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 PFA to be paid the Contractor. If the Contractor has any property in
its possession belonging to PFA, the Contractor will account for the same, and dispose of it in the manner PFA
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, PFA 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 PFA 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, PFA, 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 PFA in its sole discretion may, in the case of a termination for breach or default, allow
the Contractor 10 days in which to cure the defect. In such case, the notice of termination will state the time
period in which cure is permitted and other appropriate conditions
If Contractor fails to remedy to PFA'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 PFA setting forth
the nature of said breach or default, PFA 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 PFA 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 PFA elects to waive its remedies for any breach by
Contractor of any covenant, term or condition of this Contract, such waiver by PFA shall not limit PFA's remedies
for any succeeding breach of that or of any other term, covenant, or condition of this Contract.
Breaches and Dispute Resolution
Disputes - Disputes arising in the performance of this Contract which are not resolved by agreement of the
parties shall be decided in writing by the authorized representative of PFA. This decision shall be final and
conclusive unless within ten (10) days from the date of receipt of its copy, the Contractor mails or otherwise
furnishes a written appeal to PFA. In connection with any such appeal, the Contractor shall be afforded an
opportunity to be heard and to offer evidence in support of its position. The decision of the PFA representative
shall be binding upon the Contractor and the Contractor shall abide be the decision.
Performance During Dispute - Unless otherwise directed by PFA, Contractor shall continue performance under
this Contract while matters in dispute are being resolved.
Claims for Damages - Should either party to the Contract suffer injury or damage to person or property because
of any act or omission of the party or of any of his employees, agents or others for whose acts he is legally liable,
a claim for damages therefore shall be made in writing to such other party within a reasonable time after the first
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
F6rtCity of
Collins
PURCHASE ORDER
PO Number Page
9123077 3of7
This number must appear
on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
observance of such injury of damage.
Remedies - Unless this contract provides otherwise, all claims, counterclaims, disputes and other matters in
question between PFA and the Contractor arising out of or relating to this agreement or its breach will be decided
by arbitration if the parties mutually agree, or in a court of competent jurisdiction within the State in which PFA is
located.
Rights and Remedies - The duties and obligations imposed by the Contract Documents and the rights and
remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and
remedies otherwise imposed or available by law. No action or failure to act by PFA or Contractor shall constitute
a waiver of any right or duty afforded any of them under the Contract, nor shall any such action or failure to act
constitute an approval of or acquiescence in any breach thereunder, except as may be specifically agreed in
writing.
FEMA Requirements
FEMA requires specific contract terms for the purpose of making audit, examination, excerpts, and
transcriptions. Contractor is required to retain all required records for three years after PFA makes final payments
and all other pending matters are closed.
Contractor shall submit all records, data, information and reports to PFA required in the Agreement containing
Confidential Information which Contractor does not want disclosed to the public or used by FEMA or any other
Governmental Authority for any purpose other than in connection with this Agreement and the Project, marked
conspicuously with the following notice or with a notice or label of substantially the same effect:
" Notice of Restriction on Disclosure and Use of Data
The data contained in pages ----of this [designate material] have been submitted in confidence and contain
trade secrets or proprietary information, and such data shall be used or disclosed only for evaluation purposes,
provided that FEMA shall have the right to use or disclose the data here to the extent provided in the FEMA
Grant Agreement. This restriction does not limit the Federal government's right to use or disclose data obtained
without restriction from any source, including Contractor."
Intellectual Property
Contractor may copyright any work that is subject to copyright and is developed by Contractor under the
Agreement. To the extent specifically permitted under applicable law, FEMA reserves a royalty -free, nonexclusive
and irrevocable right to reproduce, publish or otherwise use any copyrightable work developed by Contractor
under this Agreement for Federal purposes and to authorize others to do so. FEMA has the right to: (1) obtain,
reproduce, publish or otherwise use the data first produced under this Agreement; and (2) authorize others to
receive, reproduce, publish or otherwise use such data for Federal purposes.
Debarment and Suspension
Contractor shall comply with requirements regarding debarment and suspension in Subpart C of 2 C.F.R. parts
180 and 901.
Buy America
The contractor agrees to comply with 49 U.S.C. 53230) and 49 C.F.R. Part 661, which provide that Federal
funds may not be obligated unless steel, iron, and manufactured products used in Federally -funded projects are
produced in the United States, unless a waiver has been granted or the product is subject to a general waiver.
Separate requirements for rolling stock are set out at 49 U.S.C. 53230)(2)(C) and 49 C.F.R. 661.11. Rolling stock
must be assembled in the United States and have a 60 percent domestic content.
Officials Not to Benefit
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
F6rtCity of
Collins
PURCHASE ORDER
PO Number Page
9123077 4of7
This number must appear
on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
Contractor shall comply with the requirement that no member of Congress shall be admitted to any share or part
of this Agreement, or to any benefit arising from it, in accordance with 41 U.S.C. 22.
Civil Rights Requirements
The following requirements apply to the underlying contract:
Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000d, section
303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section 202 of the Americans with
Disabilities Act of 1990, 42 U.S.C. § 12132, and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees
that it will not discriminate against any employee or applicant for employment because of race, color, creed,
national origin, sex, age, or disability. In addition, the Contractor agrees to comply with applicable Federal
implementing regulations and other implementing requirements FEMA may issue.
Equal Employment Opportunity - The following equal employment opportunity requirements apply to the
underlying contract:
(a) Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as amended,
42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, the Contractor agrees to comply with all
applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations,
"Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41
C.F.R. Parts 60 et seq ., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as
amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment
Opportunity," 42 U.S.C. § 2000e note), and with any applicable Federal statutes, executive orders, regulations,
and Federal policies that may in the future affect construction activities undertaken in the course of the Project.
The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are
treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action
shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or
recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for
training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing
requirements FEMA 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 FEMA 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 FEMA may issue.
Subcontracts - The Contractor also agrees to include these requirements in each subcontract financed in whole
or in part with Federal assistance provided by FEMA, modified only if necessary to identify the affected parties.
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
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
F6rtCity of
Collins
PURCHASE ORDER
PO Number Page
9123077 5of7
This number must appear
on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
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
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 - PFA 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.
Compliance with Copeland Act requirements
The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this
contract.
Project Reporting and Information Requirements
Contractor and its personnel shall cooperate with and provide all records, data, information and reports
requested by PFA, in the form and format and within the timeframes requested by PFA, in order to enable PFA to
comply with the FEMA Grant Agreement reporting and information requirements for the Project. Contractor shall
also provide PFA with any backup or additional documentation required by FEMA or any other Governmental
Authority.
Final Cost Audit
In accordance with Applicable Law, FEMA reserves the right under the FEMA Grant Agreement to initiate a final
incurred cost audit in connection with PFA' s Project. Contractor and its personnel shall cooperate with, and
make all necessary AMI System and Contractor cost data and documents available to PFA and/or to any
representative of FEMA or any other Governmental Authority for purposes of such audit.
Clean Air
(1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the
Clean Air Act, as amended, 42 U.S.C. §§ 7401 et seq . The Contractor agrees to report each violation to the
Purchaser and understands and agrees that the Purchaser will, in turn, report each violation as required to
assure notification to FEMA and the appropriate EPA Regional Office.
(2) The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed
in whole or in part with Federal assistance provided by FEMA.
Clean Water Requirements
(1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the
Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq . The Contractor agrees to report each
violation to the Purchaser and understands and agrees that the Purchaser will, in turn, report each violation as
required to assure notification to FEMA and the appropriate EPA Regional Office.
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
F6rtCity of
Collins
PURCHASE ORDER
PO Number Page
9123077 6of7
This number must appear
on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
(2) The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed
in whole or in part with Federal assistance provided by FEMA.
Energy Policy and Conservation Act
Contractor will 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 (Pub. L.
94-163, 89 Stat. 871).
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 $371,496.00
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 Fort Collins is exempt from state and local taxes. Our Exemption Number is
98-04502. Federal Excise Tax Exemption Certificate of Registry 84-6000587 is registered with the Collector of
Internal Revenue, Denver, Colorado (Ref Colorado Revised Statutes 1973, Chapter 39-26, 114 (a).
Goods Rejected. GOODS REJECTED due to failure to meet specifications, either when shipped or due to defects of
damage in transit, may be returned to you for credit and are not to be replaced except upon receipt of written
instructions from the City of Fort Collins.
Inspection. GOODS are subject to the City of Fort Collins inspection on arrival.
Final Acceptance. Receipt of the merchandise, services or equipment in response to this order can result in
authorized payment on the part of the City of Fort Collins. However, it is to be understood that FINAL
ACCEPTANCE is dependent upon completion of all applicable required inspection procedures.
Freight Terms. Shipments must be F.O.B., City of Fort Collins, 700 Wood St., Fort Collins, CO 80522, unless
otherwise specified on this order. If permission is given to prepay freight and charge separately, the original freight
bill must accompany invoice. Additional charges for packing will not be accepted.
Shipment Distance. Where manufacturers have distributing points in various parts of the country, shipment is
expected from the nearest distribution point to destination, and excess freight will be deducted from Invoice when
shipments are made from greater distance.
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 state, 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 Fort Collins harmless 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.
Authorization. All parties to this contract agree that the representatives are, in fact, bona fide and possess full and
complete authority to bind said parties.
LIMITATION OF TERMS. This Purchase Order expressly limits acceptance to the terms and conditions stated
herein set forth and any supplementary or additional terms and conditions annexed hereto or incorporated herein by
reference. Any additional or different terms and conditions proposed by seller are 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 documents 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 Purchaser shall have, in addition to other legal and equitable remedies, the option of placing this order elsewhere
and holding the Seller liable for damages. However, the Seller shall not be Gable 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 or 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 fast 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 for work of a
similar nature. The Seller agrees to hold the purchaser harmless from any loss, damage or expense which the
Purchaser may 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 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 hereunder (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 warranty. Except as otherwise provided in this purchase order, the Sellers
liability hereunder shall extend to all damages proximately caused by the breach of any of the foregoing warranties
or guarantees, but 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 may make changes to legal terms by written change order.
5. CHANGES IN COMMERCIAL TERMS.
The Purchaser may make any changes to the terms, other than legal terms, including additions to or deletions from
the quantities originally ordered in the specifications or drawings, by verbal or written 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 then not shipped, subject to any equitable adjustment between the parties 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 of the Seller with respect to any goods which are the Sellers standard stock. No such termination shall relieve
the Purchaser or the Seller of any of their obligations as to any goods delivered hereunder.
7. CLAIMS FOR ADJUSTMENT.
Any claim for adjustment must be asserted within thirty (30) days from the date the change or termination is
ordered.
8. COMPLIANCE WITH LAW.
The Seller warrants that all goods sold hereunder shall have been produced, sold, delivered and famished in strict
compliance with all applicable laws and regulations to which the goods me subject. The Seller shall execute and
deliver such documents as may be required to effect or evidence compliance. All laws and regulations required to be
incorporated in agreements of this character are 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 party.
10. TITLE.
The Seller warrants 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.
11. NONWAIVER.
Failure of the Purchaser to insist upon strict performance of the terms and conditions hereof, failure or delay to
exercise any rights or remedies provided herein or by law, failure to promptly notify the Seller in the event of a
breach, the acceptance of or payment for goods hereunder or approval of the design, shall not release the Seller of
any of the warranties or obligations of this purchase order and shall not be deemed a waiver of any right of the
purchaser to insist upon strict performance hereof or any of its rights or remedies as to any such goods, regardless
of when shipped, received or accepted, as to any prior or subsequent default hereunder, nor shall any purported
oral modification or rescission of this purchase order by the Purchaser operate as a waiver of any of the terms
hereof.
12. ASSIGNMENT OF ANTITRUST CLAIMS.
Seller and the Purchaser recognize that in actual economic practice, overcharges resulting from antitrust
violations are in fact borne by the Purchaser. Theretofore, for good cause and as consideration for executing this
purchase order, the Seller hereby assigns to the Purchaser any and all claims it may now have or hereafter
acquired under federal or state antitrust laws for such overcharges relating to the particular goods or services
purchased or acquired by the Purchaser pursuant to this purchase order.
13. PURCHASERS PERFORMANCE OF SELLERS OBLIGATIONS.
If the Purchaser directs the Seller to correct nonconforming or defective goods by a date to be agreed upon by the
Purchaser and the Seller, and the Seller thereafter indicates its inability or unwillingness to comply, the Purchaser
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.
The Seller shall release the Purchaser and its contractors 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 party released and shall extend to the
directors, officers and employees of 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 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 contract, 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 part thereof or the intended use of the goods, is in such suit held to constitute infringement and the use of
said equipment or part 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 parts, replace the same with substantially equal but
noninfringing 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 creditors, 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 terms 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 Representative(s), on the premises of others.
17. SELLERS RESPONSIBILITY.
The Seller shall cant' on said work at Seller's 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 or in connection with the work covered by this purchase order,
and/or to their dependents in accordance with the laws of the state in which the work is to be done. The Seller
shall also carry comprehensive general liability including, but not limited to, contractual and automobile public
liability insurance with bodily injury and death limits of at least $300,000 for any one person, $500,000 for any
one accident and property damage limit per accident of $400,000. The Seller shall likewise require his
contractors, if any, to provide for such compensation and insurance. Before any of the Sellers or his contractors
employees shall do any work upon the premises of others, the Seller shall furnish 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 of any kind
or nature whatsoever to persons or property caused by or resulting from the execution of the work provided for in
this purchase order or in connection herewith. The Seller will indemnify and hold harmless the Purchaser and any
or all of the Purchasers officers, agents and employees from and against any 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 part of the Seller, any of his
contractors, or any of the Sellers or contractors officers, agents or employees. In case any suit or other
proceedings shall be brought against the Purchaser, or its officers, agents or employees 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 or 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 parties 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 contractors shall take all safety precautions, furnish 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
-,-- --
: e http/N,ww.gsaalihrsy gmgov EttiMaiNcontradotlnto dajsesslontl D35EDDI9H F79DD404EE92EBA5703FE nodelncont r x F-
� File Ed'¢ Yew Favorites Teols Help
GSA eUbraryContractur�lnformati.:.,
I ielp
® eLlbrary
GSA Federal Acouisition Service
Search:! allelawords]
! Cmon11n1 rnt,cu.tto,
(Vendors) How to change your company information
Contract =:
GS-30E-00145
Sono -Economic : Small business
Contractor:
ROSENBAUER AMERICA, LLC
EFL$ Contactor not found on the.
jAddress:
100 3RD ST
Excluded Parties list System
LYONS, SO 57041-0057
Govt. Contracting Officer:
Phone:
(605)543-559L
Cheryl Capers
E-Mail:
uvtschfda@rosenbaueramedca.com
Phone. 703-605-5571
Web Address:
http://ROSENDAUERAMERICA.CONI
E-Mail: cheryl.capers@gsa.gov
DUNS:
024473584
NAiCS:
336992
Contract Clause:/Exceptions:
View the specifics for this contract
Contract Contractor TYCs
Source
Tirle Number /Prlcelist
Contacr End Date Category View Catalog
23 V AUTOMOT E
SUPERSTORE GS-30E-00145
Jut 6, 20 t6 - 190 O L .®a. `°�"
'
Indicates the canned., has accepted the terms
candilions, we apomng regu.rements of fie An
Rp:a ery and Fee-esnneal Ad (A &P and
I
I
b fuIIII.M0.4.rtlets
Resolution 12-1
Appropriating a FEMA Assistance to Firefighter's Grant
Within the PFA General Fund for Expenditure on
Two 2,000 gallon Tenders and Authorizing the
Fire Chief to Execute all Contracts, Including Those over $20,000
Whereas, PFA has been awarded an Assistance to Firefighter's grant to
purchase two 2,000 gallon.water tenders in the amount of $363,400, and
Whereas, the current tenders are over 25 years old and have exceeded their
expected service life and do not meet current safety standards, and
Whereas, the tenders are becoming more unreliable and difficult to maintain, and
Whereas, the tenders are an essential apparatus to provide a water supply in
areas without hydrants, and
Whereas, the match of $72,680 plus any additional cost will come from within the
apparatus replacement capital project, and will be brought before the Board for
appropriation at a future date.
Now Therefore, the Poudre Fire Authority Board of Directors appropriates
$290,720 within the FEMA Assistance to Firefighters Tender Grant Account 840102300
PFA will provide matching funds of $72,680 from within its apparatus replacement
capital budget, and authorized the Fire Chief to execute all contracts, including those
over $20,000 associated with purchase of two 2,000 gallon tenders.
Approved February 28, 2012 by the Poudre Fire Authority Board of Directors.
A((-4r) n11�
Attest
QUOTATION Rosenbauer Sales Rep
Poudre Fire Authority
Gregg Miller
2109 West Chase
Ft. Collins, Colorado 80525
970-416-2314
gmiller@poudre-fire.org
Quote No: 10026-0010
_= I ANKEK - b31.UbU U2/2U/11 =_
1
00-00-1300--
Fire Department Name
1
01-06-0500--
Calculated Center of Gravity
1
01-16-0150
-- Warranty, Apparatus, Bumper to Bumper, 1 Year, BR
1
01-18-0700--
Warranty, Water Tank FS
1
01-19-0250--
Warranty, Bdy, Alum, 5 Years, BR
1
01-20-0250--
Warranty, Paint, PPG, 5 Years, BR
1
CHASSIS SPECIFICATIONS
1
09-01-0210--
Freightliner M2 2-door W/370HP Engine 35000GVW 16/30
1'
09-01-6100
1-- Hrzntl Chassis Exhaust (Front of Rr wheel)
1
09-01-4200--
Chassis Cab Exterior Trim Pkg 2-Dr Comm Chassis
1
09-01-4202--
Cap Step Overlay, Commercial , 2 Dr LH Side
1
09-01-4204--
Cap Step Overlay, Commercial, 2 Dr RH Side
1
10-02-1100--
Label, Data, Fluid Levels
1
10-02-1200--
Label, Data, Height x Length, Weight
1
10-02-1300--
Label, Data, "No Ride" Rr Step
1
10-02-2100--
Label, Indicating Number of Seats
1
10-02-2500--
Label, "Caution: Do Not Wear Helmet While Seated"
1
10-03-6110--
Tow Plates (2), Rr Frame Rail, Abv Step FS
1
80-43-2400
1-- Painting, Tow Plates, Blk
1
10-06-1600--
Tire Pressure Indicator (Sngl Axle)
1
FIRE PUMPS
1
19-03-3010--
Pump, Darley, HM, 1 Stage, PTO
1
01-17-0150--
Pump Warranty, Darley, 6 Years, BR
1
19-03-3100--
Pump Flow Rating, Darley, HM, 500 GPM
1
22-03-1350--
Intk, Ungated, 4", LH Side - FS
1
22-41-6100
1-- Cap, 4", Chrome Long Hndl FS
1
27-10-3250
1-'Pressure Gvrnr, FRC, In-Cntrl, w/Bdy FS
1
20-05-2100--
Pump Seal, Packing, Darley, Adjustable
1
20-05-5150--
Pump Primer, Darley, 12V Elec, Mnl Pull Cntrl - FS
1
20-30-5200--
Pump Install, Midship PTO, By Bdy Bldr - FS
1
20-31-1650--
Pump Test, Factory Test Only - FS
1
STAINLESS STEEL PUMP PLUMBING
1
01-17-1100--
Plmbg Warranty, Stnls Stl, 10 Years, BR
1
21-00-1100--
Piping, Stnis Stl
1
21-01-5650--
Intk Manifold, Stnis Stl - FS
1
21-01-6650--
Dschg Manifold, Stnls Stl - FS
1
21-01-0250--
Pump Drain, Master, Manifold, Push Pull Type FS
1
21-01-7300--
Painting, Pump & Piping, Unpainted
1
21-01-8100--
Threads, National Hose (NST)
1
22-52-0200--
Tank -To -Pump, Water Tank, 2-1/2", PTO
1
22-55-1150--
Intk Vlv Cntrl, Pull Rod, 1/4 Turn Lckg - FS
1
24-61-1850--
Valve (2-1/2")
1
23-02-2200--
Tank Fill/Cooling Line, Water Tank, 1-1/2" FS
1
24-50-1150
-- Dschq Vlv Cntrl Pull Rod 1/4 Turn Lck - FS
1
DISCHARGES
23-09-4200--
Dschg, 2-1/2", Left Side, Pump Panel - FS
21-01-2150
1-- Dschg Bleeder, Mnl 1/4 Turn (std) - FS
24-02-3200
1-- Elbow, 2-1/2"F x 2-1/2"M, Chrome - FS
24-03-3400--
Cap, 2-1/2", Chrome, Rocker Lug, w/Chain FS
24-50-1150
1-- Dschg Vlv Cntrl, Pull Rod, 1/4 Turn Lckg - FS
24-61-1850--
Valve (2-1/2")
27-02-1150
1-- Gauge, Dschg, 2-1/2" 400#, White Face
23-10-4200
1-- Dschg, 2-1/2", Right Side, Pump Panel - FS
21-01-2150
1-- Dschg Bleeder, Mnl 1/4 Turn (std) - FS
24-02-3200
1- Elbow, 2-1/2"F x 2-1/2"M, Chrome - FS
24-03-3400
1-- Cap, 2-1/2", Chrome, Rocker Lug, w/Chain FS
24-50-1150
1-- Dschg Vlv Cntrl, Pull Rod, 1/4 Turn Lckg - FS
24-61-1850
1-- Valve (2-1/2")
27-02-1150
1 Gauge, Dschg, 2-1/2" 400#, White Face
24-30-4700
1-- Hose Reel, HAN, Lwr Rr Cmpt, Elec, Stl Pntd - FS
24-32-2200
1-- Dschg, Hose Reel, 1" - FS
21-01-2150
1 Dschg Bleeder, Mnl 1/4 Turn (std) - FS
24-50-1150
1-- Dschg Vlv Cntrl, Pull Rod, 1/4 Turn Lckg - FS
24-61-1800
1-- Valve (1")
27-02-1150
1 Gauge, Dschg, 2-1/2" 400#, White Face
24-33-2700
1-- Hose, Water, 800#, 1" x 150', 50' Lengths - FS
24-34-9300
1-- Roller, Hose Reel, Rr - FS
WATER TANKS
25-25-0500
1-- Water Tank, 2000 Gal, Pmpr/Tnkr, , Poly FS
25-44-1400
1-- Water Tank, Fill Tower, 10" x 10", <3500 Gals
25-50-4200
1-- Direct Tank Fill, 2-1/2" Rr, Hndl On Vlv
25-62-7210
1-- Quick Dump, Rr 10", Extrnl Mt w/Swivel FS
25-62-2100
1-- Quick Dump, Rr 10", Mnl Open/Close Cntrls
25-62-7610
1-- Quick Dump, Rr 10", Pntd Stl
25-62-7700
Quick Dump Chute, Rr, Swivel Dump
PUMP ENCLOSURE
26-12-3000
1 - Pump Enc, Side Mt, Front Compt Tanker Style
26-35-1100
1-- Pump Panel, Bltd, LH
26-35-7000
1-- Pump Panel, Blk Thermo, LH/RH, SM - FS
26-55-5000 1 Labels, Test Data and Safety Placards
26-55-5100 1-- Labels, Color Coded
LIGHTING OF SIDE PUMP PANEL and ENCLOSURE
26-56-5100 1-- Pump Panel Lt, Midship LH, With Swtch
26-56-5200 1-- Pump Panel Lt, Actuated w/Pump Engagement
PUMP PANEL INSTRUMENTATION
27-01-4150
1 - Gauge, Test Taps
27-35-2050
1-- Water Tank Gauge, Class 1, Intelli-Tank, Pump Panel
TANKER FX BODY CONFIGURATION
43-00-4100
1 Hosebed, 68" Wide
43-00-4150
1-- Hosebed, Grating, Extrd Alum, Sngl Axle
43-00-4300
1-- Hosebed Cvr, Vinyl, Sgl Axle
43-00-5250
1 Suction Hose Tray, Over Cmpt's
43-00-5310
1-- Fldg Tank Mntg, Fold Down Open Tube
BODY CONSTRUCTION FX - 1/8" ALUM
43-00-0330
I Sub Frame, Steel
43-08-0510-- Doors, Rollup, Specs
43-08-0512 1-- Roll Up Doors - ROM Mfg
LEFT SIDE COMPARTMENTATION
43-10-1600-- Ahead Rr Whls - Low Comp't - Roll Up Dr
55-02-2200-- Cmpt Lt, Incan, (1) Ea Cmpt FS
55-06-1100 1-- Cmpt Lt, Dr Swtch, Auto, Ea
RIGHT SIDE COMPARTMENTATION
43-12-1600-- Ahead Rr Whls - Low Comp't - Roll Up Dr
55-02-2200-- Cmpt Lt, Incan, (1) Ea Cmpt FS
55-06-1100 1-- Cmpt Lt, Dr Swtch, Auto, Ea
43-18-0600-- Extrd Alum Rubrails
43-18-0700-- Overlays / Alum Treadplate - Smooth Rear for Chevron
43-18-1000-- Rr Step / Tailboard 12"
43-19-3100-- Handrails, Pmpr, Rr Step, Vrtcl, 48", Pair
43-19-4100-- Step, Fldg, Rr
12 VOLT ELECTRICAL
50-03-1050--
Elecal, Base, Standard, W/O Load Mgmt - FS
50-12-5200--
Elecal Console, In Cab - FS
50-15-3500--
Battery Swtch, Mstr Disconnect - FS
50-44-1000--
Air Horns, (2) Hood Mted - FS
50-44-1010
1-- Air Horn Cntrl, Driver, Horn Ring - FS
51-05-7100--
Lt, Engine Cmpt, 12 Volt Incan W/Swtch FS
51-05-7200--
Lt, Pump Cmpt, 12 Volt Incan W/Swtch FS
52-01-1800--
Back Up Alarm - FS
52-02-1400--
Back Up Camera, Federal Signal, Color
53-01-1500 1-- Marker Lts, LED DOT Requirements - FS
54-02-1700--
Ground Lts, Cab - FS
54-03-1150--
Ground Lts, Pump Panel, Incan, Pair - FS
54-03-1550--
Ground Lts, Rr Step, Incan, Pair - FS
54-04-1999--
Lt Swtch , Ground Lts w/ Park Brake
54-10-1600--
Step Lt, Rr Step, Ea - FS
54-11-2100
1-- Lt Swtch , Step/Wlkwy Lts Wired Park Brake Swtch
55-11-2000
(-- Dr Open/Hazard Wrn Lt, Flashing Marker, Red Lens FS
56-01-2000-- Siren, Elect, Code 3 3672 V-Con FS
56-02-2000-- Spkr, F-S Dynamax, 100 Watt - FS
EMERGENCY LIGHTING PACKAGES
53-03-0210--
Code 3 LED DOT Lting Package (46)
53-03-2100--
Tail/Brake Lts, Code 3, LED, 4"x6"
53-04-2100--
Turn Signals, Code 3, LED, 4"x6"
53-06-3000--
Backup Lts, Code 3, LED, 4"x6"
56-01-4000--
Siren, Elect, Code 3 3672 V-Con
56-01-4010
1-- Spkr, F-S Dynamax, 100 Watt - FS
57-03-4100--
Ltbar, Code 3, LED-X, 2158NFPA2, 58" F£
58-04-3100--
Wrn Lts, Code 3, LwrFrnt, (2) #45 LED
58-10-3100--
Wrn Lts, Code 3, Intrsct, (2) #45 LED
58-37-3100--
Wrn Lts, Code 3, Low Rr Side.(2) #45 LED
58-72-3000--
Wrn Lts, Code 3, Upper Rr, (2) 550 Rotary
58-74-5300
1-- Stanchions, Rr Wrn Lt, Cast Alum
58-82-3100--
Wrn Lts, Code 3, LwrRr, (2) #45 LED
58-91-1200--
Traffic Arrow, Whelen, 36" LED, TAL65
58-95-1300--
Traffic Arrow Lt Mntg, Surface Mt, Rr Bdy
No Text
POUDRE FIRE AUTHORITY
2109 WEST CHASE
FT. COLLINS, CO 80525
rn5enhauer
DATE: MAY 17, 2012
We hereby propose and agree to furnish, after your acceptance of this proposal and the proper execution by the
Poudre Fire Authority, hereinafter called the BUYER and an officer of Rosenbauer South Dakota, LLC, hereinafter called the
COMPANY, the following apparatus and equipment:
TWO (2) ROSENBAUER TANKER APPARATUS BODIES AND SPECIFIED EQUIPMENT ($87,588.00 EA) $175,176.00
TWO (2) FREIGHTLINER M2 112 CHASSIS ($98,160.00 EA) $196,320.00
TOTAL $371,496.00*
THREE HUNDRED SEVENTY ONE THOUSAND, FOUR HUNDRED NINETY SIX DOLLARS
All of which are to be built in accordance with the specifications, clarifications and exceptions attached, and which are made a part of this
agreement and contract.
DELIVERY: The estimated delivery time for the completed apparatus, is to be made 270 days after receipt of and approval of this contract duly executed, (chassis
must arrive within 120 days or delivery may be delayed), subject to all causes beyond the Company's control. A $100.00 per day`-penaitq",w1I apply if the
completed yehlcle is -not delivered within the number of days, set forth above' The quoted delivery time is based upon our receipt of the specified materials
required to produce the apparatus in a timely manner. The Company cannot be held responsible for delays due to Acts of God, Labor Strikes, or Changes in
Governmental Regulations that result in delayed delivery to our manufacturing facilities of these specified materials. This delivery estimate is based on the
Company receiving complete and accurate paperwork from the Buyer and that no changes take place during pre -construction, mid -point inspections or final
inspections. Changes required or requested by the Buyer during the construction process may be cause for an increase in the number of days required to build
said apparatus.
PAYMENT TERMS: Final payment for the apparatus shall be made at time of delivery or pick up of the completed vehicle. It is the responsibility of the Buyer to have
full payment ready when the apparatus is complete and ready to deliver. If payment is delayed or delivery is delayed pending payment, a daily finance and
storage fee may apply. Upon deliver/ of the apparatus or upon pickup of the apparatus by the Buyer, Buyer agrees to provide all liability and physical damage
insurance. It is further agreed that if on delivery and test, any defects should develop, the Company shall be given reasonable time to correct same. Guarantee of
the chassis is subject to the guarantee of the chassis manufacturer.
MISCELLANEOUS PROVISIONS: This agreement shall be construed in accordance with the laws of the State of South Dakota. The parties agree that any litigation
arising from or in connection with any dispute between the parties under this agreement shall be venued in South Dakota. The parties agree that this agreement
bears a rational relationship to the State of South Dakota, and they consent to the personal jurisdiction of such state and further consent and stipulate to venue in
the above described court
PFA REPRESENTATIVE: Poudre Fire Authority will designate, prior to commencement of the work, its representative who shall make, within the scope of his or her
authority, all necessary and proper decisions with reference to the services provided under this agreement, including final acceptance of the completed apparatus.
All requests concerning this agreement shall be directed to the PFA Representative.
ACCEPTANCE NOT WAIVER: PFA's approval or acceptance of, or payment for any of the services shall not be construed to operate as a waiver of any rights or
benefits provided to PFA under this Agreement or cause of action arising out of performance of this Agreement.
WARRANTY:
a. The Company warrants that all work performed hereunder shall be performed with the highest degree of competence and care in accordance with
accepted standards for work of a similar nature.
b. Unless otherwise provided in the Agreement, all materials incorporated into the work shall be new and of the most suitable grade of their respective
kinds for their intended use, and all workmanship shall be acceptable to PFA.
C. The Company warrants all materials provided under this Agreement, except PFA-furnished materials, against defects and nonconformance in design
and workmanship for a period beginning upon final acceptance of the finished apparatus and ending twelve (12) months from and after such final
acceptance. Upon receipt of written notice from PFA of any such defect or nonconformance, the affected item or part thereof shall be redesigned,
repaired or replaced by the Company in a manner and at a time acceptable to PFA.
DEFAULT: Each and every term and condition hereof shall be deemed to be a material element of this Agreement. In the event either party should fail or refuse to
perform according to the terms of this agreement, such party may be declared in default thereof. '
REMEDIES: In the event a party has been declared in default, such defaulting party shall be allowed a period of ten (10) days within which to cure said default. In
the event the default remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek damages; (b) treat the Agreement as
continuing and require specific performance; or (c) avail himself of any other remedy at law or equity. If the non -defaulting party commences legal or equitable
actions against the defaulting party, the defaulting party shall be liable to the non -defaulting party for the non -defaulting party's reasonable attorney fees and costs
incurred because of the default.
BINDING EFFECT: This writing, together with the exhibits hereto, constitutes the entire agreement between the parties and shall be binding upon said parties, their
officers, employees, agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal representatives, successors and assigns of said
parties.
www.rosenbaueramerica.com
ROSENBAI!ER SOUTH DAKOTA, LLC,
ROSENBAUER MINNESOTA. LLC.
100 THIRD STREF
5187 PeOTH STREET
P.O. BOX 57
P.O. BOX 949
LYG%. COUTH DAKOTA, 7- I
'r%11r01aING. l:11NrlESOTA.55092
P: �:Oi:13.5.i91
P: r61 021Cr'0
info @ rosenbaueram erica.com
ROSENBAUER MOTORS, LLC
5:90 280TH CTREET
P.O. BOX 519
'vd`!0!:IINC. MINNESOTA 55092
P: r.51432AMG
ROSENBAUER AERIALS. LLC
570 CCUTH BROAD STREET
FR&.19F, NEBRASi:i'v025
P: =92 72L71i22
10 rasenbauer
"Note: If chassis are paid for upon arrival at plant in Lyons, SD, deduct $3,926.00 ea. ($7,852.00) from final payment.
The amount in this proposal shall remain firm for a period of 30 days from the date of same.
Respectfully submitted,
DEALER: MAX FIRE APPARATUS, LLC
SALES REP: Lyle Achzioer
POUDRE FIRE AUTHORITY
We accept the above proposal and
enter into co ract with signature below. / 7
Title %� !t-%.-
Date
After company receipt of this document signed by the Buyer, the document will be reviewed and upon approval, countersigned by
the Company thereby putting the document in force.
ROSENBAUER SOUTH DAKOTA LLC
Title
Date /
www.rosenbaueramerica.com
info @rosenbaueramerica.com
ROSENBA.UER SOUTH DAKOTA, LLC.
ROSEi IBAUER MINNESO TA, LLC.
ROSENBAUER P:IOTORS, LLC.
ROSENBAUER .AERIALS, LLC.
103 THIRD STREET
5131 2a'1TH STREET
5190260TH STREET
3 SOUTH BROAD STREET
P.O. BOY. 57
P.O. BOX 549
P.O. PAY 549
FREMONT. P EBRASKA 661r1:5
LYONS. SOUTH D.AKOTA 57041
''MOkIING. h1INNESOTA 55092
V HOMING, MINNESOTA 55092
P:?02721 7022
P:'A5.543.5591
P:651.412IND
P:6�51.46210 0
�i4i
i a. 9t
77
February, 2012
Independent Cost Estimate: two (2) Tenders for Poudre Fire Authority (PFA)
Prices were obtained using online sources for Tenders with 1800 to 2200 gallon capacities
Super Vac $192,500
Crimson Fire $180,000
KME $185,000
Pierce $172,000
Midwest $187,237
Average: $183,347 x 2 = $366,694
These are all established companies selling fire apparatus of all types and sizes. The prices
listed reflect differences in company policy and installed equipment. We believe the average
price accurately describes cost of two well-equipped tenders.
Initial discussions with Rosenbauer and Pierce resulted in the following price quotes for similarly
equipped tankers:
Pierce $169,939
Rosenbauer $166,344
Based on these prices and an evaluation of the two firm's products, PFA selected Rosenbauer
for further discussion and tender configuration.
May, 2012
Price Analysis:
Rosenbauer FireStar tankers: $363,644 for two
Average cost of similarly equipped tankers: $366,694 for two
Based on our own cost estimate, pricing for the Rosenbauer FireStar is both fair and
reasonable. Their offered price includes a performance bond.
ARRA and EPLS, Rosenbauer America