Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
RESPONSE - BID - 7578 PCS & MONITORS FOR TRANSFORT & STC
BID PROPOSAL BID 7578 PCs and Monitors for Transfort and STC BID OPENING: November 22, 2013 3:OOp.m. (our clock) WE HEREBY ENTER OUR BID FOR THE CITY OF FORT COLLINS' REQUIREMENTS FOR PCs and Monitors for Transfort and STC PER THE BID INVITATION AND ANY REFERENCED SPECIFICATIONS. Any Purchasing questions regarding this inquiry should be directed to Ed Bonnette, Buyer, C.P.M., CPPB (970) 416-2247 or ebonnette(a)fcgov.com . Any Technical questions regarding this inquiry should be directed to Michelle Johnson in IT (970) 416-2824 or miiohnson(a)fcgov.com . The City of Fort Collins is requesting bids for PCs and Monitors for Transfort and STC using the following guidelines: 1. Bidder is to fill in the Unit Price for each item, and multiply it out by the Quantity Requested, to fill in the Extended Price. Also, please fill in the Lead Time to deliver the item. All items must include freight F.O.B. Destination, Freight Prepaid. All freight charges must be included in prices submitted on proposal. 2. The City reserves the right to award items by Total Bid, by Line Item, or by Product Type &tor Group; if that is more advantageous to the City. If all items are bid, please be sure to fill in the TOTAL BID EXTENDED PRICE box on the Bid Sheet. 3. The City has listed a Preferred Brand for items listed on the Bid Sheet. On any or all items, the bidder may elect to offer an "or equivalent" brand as an option. In all cases, please provide manufacturer's name & part number, and a website address where specifications may be viewed. For "or equivalent" substitutions offered for evaluation, please include specifications for that item with your bid; in order for the "equivalent" item to be considered. j5.. . The Cit will be the final judge as to whether the brand Bid is the same as the Preferr d bra d requested. Pleas in rranty Information for all items Bid. SIGNATURE I' DATI 12-1 13 1 QO ZSS� C;n&,f JGLq wn-' Sales Rely TYPED OR PRINTED NAME AND TITLE I c�ndy,'�acgUCD� ©le�at-v C,0M EMAIL H e�1 e,++ LeLoar`+ A ssoc. actrl qs A��2,vtrt COMPANY NAME (AREA CODE) TELEPHONE ADDRESS: STREET 0 CITY, STATE, ZIP C9-7JLf'TS (`+ VD- y BID 7578 PCs and Monitors for Transfort and STC Page 3 of 14 Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. § 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (b) 6_qe - 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. 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 _ %. A separate contract goal [of _ % DBE participation has] [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)). c. (if a separate contract goal has been established, use the following} Bidders/offerors are required to document sufficient DBE participation to meet these goals or, alternatively, document adequate good faith efforts to do so, as provided for in 49 CFR 26.53. Award of this contract is conditioned on submission of the following [concurrent with and accompanying sealed bid] [concurrent with and accompanying an initial proposal] [prior to award]: 1. The names and addresses of DBE firms that will participate in this contract, 2. A description of the work each DBE will perform; 3. The dollar amount of the participation of each DBE firm participating; 4. Written documentation of the bidder/offeror's commitment to use a DBE subcontractor whose participation it submits to meet BID 7578 PCs and Monitors for Transfort and STC Page 12 of 14 the contract goal; 5. Written confirmation from the DBE that it is participating in the contract as provided in the prime contractor's commitment; and 6. If the contract goal is not met, evidence of good faith efforts to do so. [Bidders][Offerors] must present the information required above [as a matter of responsiveness] [with initial proposals] [prior to contract award] (see 49 CFR 26.53(3)). (if no separate contract goal has been established, use the following) The successful bidder/offeror will be required to report its DBE participation obtained through race -neutral means throughout the period of performance. d. 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, [the contractor may not hold retainage from its subcontractors.] [is required to return any retainage payments to those subcontractors within 30 days after the subcontractor's work related to this contract is satisfactorily completed.] [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.] e. The contractor must promptly notify City of Fort Collins whenever a DBE subcontractor performing work related to this contract is terminated or fails to complete its work, and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. The contractor may not terminate any DBE subcontractor and perform that work through its own forces or those of an affiliate without prior written consent of City of Fort Collins. 8. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS Incorporation of Federal Transit Administration (FTA) Terms - The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1 E, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any (name of grantee) requests which would cause (name of grantee) to be in violation of the FTA terms and conditions. 9. CARGO PREFERENCE REQUIREMENTS Cargo Preference - Use of United States -Flag Vessels - The contractor agrees: a. to use privately owned United States -Flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to the underlying contract to the extent such vessels are available at fair and reasonable rates for United States -Flag commercial vessels; b. to furnish within 20 working days following the date of loading for shipments originating within the United States or within 30 working days following the date of leading for shipments originating outside the United States, a legible copy of a rated, "on -board" commercial ocean bill -of -lading in English for each shipment of cargo described in the preceding paragraph to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590 and to the FTA recipient (through the contractor in the case of a subcontractors bill -of -lading) c. to include these requirements in all subcontracts BID 7578 PCs and Monitors for Transfort and STC Page 13 of 14 10. FLY AMERICA REQUIREMENTS The Contractor agrees to comply with 49 U.S.C. 40118 (the "Fly America" Act) in accordance with the General Services Administration's regulations at 41 CFR Part 301-10, which provide that recipients and subrecipients of Federal funds and their contractors are required to use U.S. Flag air carriers for U.S Government -financed international air travel and transportation of their personal effects or property, to the extent such service is available, unless travel by foreign air carrier is a matter of necessity, as defined by the Fly America Act. The Contractor shall submit, if a foreign air carrier was used, an appropriate certification or memorandum adequately explaining why service by a U.S. flag air carrier was not available or why it was necessary to use a foreign air carrier and shall, in any event, provide a certificate of compliance with the Fly America requirements. The Contractor agrees to include the requirements of this section in all subcontracts that may involve international air transportation. 11. ENERGY CONSERVATION REQUIREMENTS Energy Conservation - The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. 12. RECYCLED PRODUCTS Recovered Materials - The contractor agrees to comply with all the requirements of Section 6002 of the Resource Conservation and Recovery Act (RCRA), as amended (42 U.S.C. 6962), including but not limited to the regulatory provisions of 40 CFR Part 247, and Executive Order 12873, as they apply to the procurement of the items designated in Subpart B of 40 CFR Part 247. 13. Conformance with ITS National Architecture To the extent applicable, the Contractor agrees to conform to the National Intelligent Transportation Systems (ITS) Architecture and Standards as required by SAFETEA-LU § 5307(c), 23 U.S.C. § 512 note, and follow the provisions of FTA Notice, "FTA National ITS Architecture Policy on Transit Projects," 66 Fed. Reg. 1455 et seq., January 8, 2001, and any other implementing directives FTA may issue at a later date, except to the extent FTA determines otherwise in writing. 14. ADA Access Accessibility. Facilities to be used in public transportation service must comply with 42 U.S.C. Sections 12101 et seq. and DOT regulations, "Transportation Services for Individuals with Disabilities (ADA)," 49 CFR Part 37; and Joint ATBCB/DOT regulations, "Americans with Disabilities (ADA) Accessibility Specifications for Transportation Vehicles," 36 CFR Part 1192 and 49 CFR Part 38. Notably, DOT incorporated by reference the ATBCB's "Americans with Disabilities Act Accessibility Guidelines' (ADAAG), revised July 2004, which include accessibility guidelines for buildings and facilities, and are incorporated into Appendix A to 49 CFR Part 37. DOT also added specific provisions to Appendix A modifying the ADAAG, with the result that buildings and facilities must comply with both the ADAAG and amendments thereto in Appendix A to 49 CFR Part 37. 15. CITY OF FORT COLLINS BID PROTEST PROCEDURES The City of Fort Collins has a protest procedure, covering any phase of solicitation or award, including but not limited to specification or award. The protest procedures are available from the Purchasing Department, City of Fort Collins, 215 N. Mason, Street, 2nd Floor, P. O. Box 580, Fort Collins, CO. 80522. You may also request a copy of the procedures by emailing: PurchasingC@fcgov.com or calling 970-221-6775, BID 7578 PCs and Monitors for Transfort and STC Page 14 of 14 0 Public Sector Sales November 22, 2013 CITY OF FORT COLLINS 700 WOOD STREET FORT COLLINS CO 80521 RE : HP Public Sector Quote - 9094820-3 Dear M Johnson, Thank you for your recent interest in Hewlett-Packard Public Sector Sales. Award -winning Hewlett-Packard products are designed to deliver high-performance technology, powerful networking and legendary Hewlett-Packard quality - all at a value that your budget demands. From handheld PCs to Servers, Hewlett-Packard provides a single resource for complete solutions that meet all your computing needs. You can rely on Hewlett-Packard for the performance, uptime, and efficiency you need to keep your agency running smoothly and hassle -free. Every Hewlett-Packard product is designed and tested to provide industry -standard compatibility and investment protection. And, with special maintenance services, easy ordering and flexible financing, Hewlett-Packard makes buying the right solution for your organization easier and more convenient than ever. Attached is the price quotation you requested. When submitting a purchase order directly to Hewlett-Packard, please be certain to include the requested information on the Ordering Information page attached to this quotation. Including the necessary information will ensure the accurate and timely processing of your order through Hewlett-Packard Public Sector. You may click here to view this quote and place an order online or fax in your purchase order at 800-825-2329. -Please reference this contract: CO - STATE OF COLORADO (WSCA/NASPO) Contract (20511YYY31M/WSCA) terms and conditions. -The terms and conditions of the CO -STATE OF COLORADO (WSCA/NASPO) Contract (20511YYY31 M/WSCA) will apply to any order placed as a result of this inquiry; no other terms or conditions shall apply. - Third party items that may be included in this quote are covered under the terms of the manufacturer warranty, not the HP warranty. - This quotation may contain open market products which are sold in accordance with HP's Standard Terms and Conditions. If you should have questions regarding this quotation or need any other assistance, please contact your Public Sector sales representative. Sincerely, Nicholas Velasquez Inside Sales Representative 0111 Public Sector Sales Ordering Information It's never been easier to place your direct orders with Hewlett-Packard. Now you can have fast, accurate service with special options designed to personalize, process and expedite your shipments with higher levels of accuracy. Ordering Hewlett-Packard products is as simple as picking up the phone, using the fax machine, or logging onto the Hewlett-Packard Public Sector website at htto'./twelcome.hp.camlmuntrv/us/eng/solutions/pub sector.html Online ordering With the Hewlett-Packard Online Store, you can create quotes with real-time pricing; place an order using a credit card or purchase order, keep up-to-date on the latest product promotions and pricing available on your contract, inquire about order status and view product/price information - all from your desktop PC. Click here to view this quote and Place an order online Faxina Option Faxing your order is convenient, too. Simply fill out your request on the customer purchase order and send to 1.800-825-2329. Your order will be promptly handled, and you can call a Customer Service Representative to confirm your order. Personalized Telesales To provide more personal service to you, our telephone sales and order administration representatives are assigned by territory. This means you can reach a dedicated government, education, or medical sales team every time you call - giving you added value by letting you grow personal relationships with representatives who know your product as well as your special terms and delivery requirements. To request a quote, check product availability, and other related questions, call your Telesales Representative. Order Accuracy To ensure the accurate and timely processing of your order, please verify that your purchase order includes the following information: o Bill -to address, o Ship -to address, o Purchase order number, o Part number, description, and price, o Contract # and name o Reseller of choice o Contact name , phone number, and email address, o Special delivery requirements o Requested delivery date o Signature of authorized purchaser o Please note that Hewlett Packard must be listed as the vendor. o Sample/Editable PDF Purchase Order forms are available at these links - o Standard PO ISM / K12 / Hi Ed / Fed) - http://gem cempaa cam/aemstore/sites/dmnloads/SLED PO Template pdf o Federal Form 1449 - http�//gem oompag cam/aemstore/stes/downlmds/FED PO Template Form 1449 odf Tax -Exempt Certificate Requirements All tax-exempt accounts should have a tax-exempt certificate on file with Hewlett-Packard to avoid having sales tax added to their invoice. This certificate needs to be provided only once. If you are ordering for the first time, please include with your order or account application. Free Configuration Services (excludes non -configure to order IPG product) When you purchase Hewlett-Packard products through Public Sector, you became eligible for configuration of Hewlett-Packard hardware options and upgrades at NO extra cost. To request this free service, clearly state on your purchase order which options and upgrades you would like installed and list each configuration separately. Once an order is placed, in -stock items require 2-4 business days for installation. HP Credit Hewlett-Packard's financing programs can help your agency purchase or lease HP solutions. To inquire more about a customized financial solution proposal call your Telesales Representative. Order Tracking and Status All orders are entered within 24 hours of receipt and are scheduled to ship on a first in first out basis. Orders are shipped within seven days of receipt provided all items are in stock and all necessary information has been properly included on your purchase order. (Remember that ship complete orders can be delayed if a particular item is not currently in stock.) To inquire about the status of your order, you may either check your order status online or call your corresponding Customer Service Representative. Returned Merchandise A return material authorization number IRMA) is required for all returns to be processed. Returns may be requested within 30 days of shipment. Please call your Public Sector Customer Service Representative in order to have an RMA assigned. Please have a copy of the packing slip available when you cell. Customer Relationship and Sales For Public Sector Sales Fax: 800-825-2329 K-12 Education: 800-888-3224 Higher Ed: 877-480-4433 State & Local: 888-202-4682 PRICE QUOTATION Quote Number: 9094820-3 Quote Date : November 22, 2013 Revised Date: November 22, 2013 Expires: December 22, 2013 Provided by: Nicholas Velasquez Page 1 of 5 M Johnson CITY OF FORT COLLINS Big Deal Number: 90432836 Contract: CO - STATE OF COLORADO (WSCA/NASPO) (20511 YYY31 M/WSCA) Product availability and product discontinuation is subject to change without notice. The prices in this quotation are valid for 30 days from quote date above. Please include the quote number and contract from this quote on the corresponding purchase order. HP PROPRIETARY INFORMATION FOR CUSTOMER USE ONLY. DO NOT SHARE. Item Part • Description•-• Group: 1. MP6 Digital Signage Player - E1Z40UA#ABA 4 $580.00 $2,320.00 E1Z40UA#ABA Product - MP6 Digital Signage Player Form factor - Ultra -slim Desktop Operating System - WES 7 image for Digital Signage Power supply - N/A Processor- Intel Core i5-3470S (3.6 GHz,6 MB cache) Chipset - Intel® Q77 Express Memory - 4GB DDR3-1600SODIMM (1 x 4GB) 1st hard drive - 320 GB HDD 7200 rpm 2nd hard drive - N/A RAID configuration - N/A Graphics - Intel HD Graphics 2500 Floppy drive - N/A Optical drive - N/A Keyboard - PS/2 Standard Mouse - HP PS/2 2-Button Optical Scroll Mouse Network card - N/A Warranty - 3 years parts, labor and onsite service (3/3/3) standard warranty. Certain restrictions and exclusions apply. Restore CD - N/A Specialized Design - N/A 2. LJ449AV-6onfigurable- HP Z420 Microsoft® ^ Windows® Workstation LJ449AV Product - HP Z420 Workstation QD971AV#ABA Operating systems - Windows 7 Professional 64 QE159AV Chassis configuration - HP Z420 60OW 90% Efficient Chassis E2ROOAV Processor - Intel® Xeon® E5-1607v2 3.00Ghz 10MB 1600 4C Processor QD956AV#ABA Country kit - HP Z420 Localization Kit A7E48AV Thermal kit - HP Processor Air Cooling Kit C2J38AV Graphics - NVIDIA NVS 510 2GB 4x mDP 1st w/4 mDP-DP cables Graphic Card QE256AV Memory - 8GB DDR3-1600 ECC (4x2GB) Unbuffered RAM QE198AV 1st hard drive - 500GB 7200 RPM SATA 1 st Hard Drive $1,447.37 $1,447.37 Note: For detailed warranty information, please link to "URL" for more information www.hp.com/go/specificwarrantVinfo. Sales taxes added where applicable. Freight is FOB Destination. 07 - PRICE QUOTATION Quote Number: 9094820-3 Quote Date : November 22, 2013 Revised Date : November 22, 2013 Expires: December 22, 2013 Provided by.. Nicholas Velasquez Page 2 of 5 M Johnson CITY OF FORT COLLINS Big Deal Number: 90432836 Contract: CO - STATE OF COLORADO (WSCA/NASPO) (20511YYY31MNJSCA) Product availability and product discontinuation is subject to change without notice. The prices in this quotation are valid for 30 days from quote date above. Please Include the quote number and contract from this quote on the corresponding Purchase order. HP PROPRIETARY INFORMATION FOR CUSTOMER USE ONLY. DO NOT SHARE. Item Part No. Description Qty Unit Price Extended 3. 4. OE236AV Optical drive - HP 16X SuperMulti DVDRW SATA 1st ODD QE234AV#ABA Keyboard - HP USB Standard Keyboard A8Z50AV Mouse - HP USB Optical Mouse QE249AV Restore CD - Windows 7 64 Bit Factory Image Recovery (Supported on Windows Operating System.) QE243AV Packaging - HP Single Unit Packaging B2L49AV#ABA Warranty - HP 3/3/3 Warranty QV985AV - HP Compaq Pro 6300 Small Form Factor 2 $659.68 $1,319.36 Desktop PC QV985AV Product - HP Compaq Pro 6300 Small Form Factor Desktop PC A3J42AV#ABA Operating systems - Windows 7 Professional 64-bit Chipset - Intel® Q75 Express Chipset QV990AV Chassis configuration - HP Compaq Elite 6300 SFF Standard Chassis QX609AV Processor- Intel Core i5-3570 Processor (3.40 GHz, 6 MB Cache) Intel HD Graphics 2500 OX567AV Memory - 4GB DDR3-1600 DIMM (1x4GB) RAM QX522AV Hard drives - 500GB 7200 RPM 3.5 1st Hard Drive 2nd hard drive - No Item Selected QX553AV Optical drive - SuperMulti DVDRW Optical Drive OY841AV Graphics - AMD Radeon HD 7450 1 GB DP PCIe x16 (DP, DVI-I with VGA Adapter) Integrated Network - Intel® 82579LM Gigabit Network Connection B2L86AV#ABA Keyboard - HP USB Standard Keyboard VL506AV Mouse - HP USB Optical BLK Mouse XL522AV Packaging - Single Unit (SFF) Packaging QX508AV#ABA Warranty - 3/3/3 SFF Warranty QX558AV#ABA Country kit - HP Compaq Pro 6300 Country Kit (Includes a Quick Setup & Getting Started manual in English and a country -specific power cord) (Only available with ` Single -Unit Packaginn21.5-inch HP EliteDisplay E22D Backlit Monitor 14 $155.00 $2,170.00 C9V76AA#ABA C9V76AA#ABA Monitors - HP EliteDisplay E221 21.5-inch LED Backlit Monitor Contrast ratio - 1000:1 Contrast Ratio Note: For detailed warranty information, please link to "URL" for more information www.hp.com/go/speciftcwarrantyinfo. Sales taxes added where applicable. Freight is FOB Destination. 0/ � PRICE QUOTATION Quote Number: 9094820-3 Quote Date : November 22, 2013 Revised Date : November 22, 2013 Expires: December 22, 2013 Provided by, Nicholas Velasquez Page 3 of 5 M Johnson CITY OF FORT COLLINS Big Deal Number: 90432836 Contract: CO - STATE OF COLORADO (WSCA/NASPO) (20511YYY31M/WSCA) Product availability and product discontinuation is subject to change without notice. The prices in this quotation are valid for 30 days from quote date above. Please Include the quote number and contract from this quote on the corresponding purchase order. HP PROPRIETARY INFORMATION FOR CUSTOMER USE ONLY. DO NOT SHARE. Item IPart • Description ! rr 5. Brightness (typical) - 250 nits Tilt - Tilt: —5° to +30° Height adjustability range - Yes, 150mm adjustment range Input Signal - VGA (analog), DVI-D, DisplayPort (HDCP support on DVI-D and DisplayPort) Pivot rotation - Yes, 90' into portrait orientation Horizontal/Vertical viewing angle (typical) - 170/160 degrees Max Power Rating - 36 Watts Native resolution - 1920 x 1080 Response rate (typical, rise and fall) - 5 ins response time Asset Control - None Integrated speakers - No Integrated speakers Anti -Glare and Anti -Static - Anti -Glare: Yes Anti -Static: No Energy Efficiency - ENERGY STAR® qualified Warranty - 3-year parts, 3-year labor, 3-year onsite limited warranty. Next business day exchange available. QV983AV - HP Compaq Pro 6300 Microtower Desktop PC QV983AV Product - HP Compaq Pro 6300 Microtower Desktop PC A3J42AV#ABA Operating systems - Windows 7 Professional 64-bit Chipset - Intel® Q75 Express Chipset QV988AV Chassis configuration - HP Compaq Elite 6300 MT Standard Chassis QX609AV Processor - Intel Core i5-3570 Processor (3.40 GHz, 6 MB Cache) Intel HD Graphics 2500 OX567AV Memory - 4GB DDR3-1600 DIMM (1x4GB) RAM QX522AV Hard drives - 50OGB 7200 RPM 3.5 1st Hard Drive 2nd hard drive - No Item Selected QX553AV Optical drive - SuperMulti DVDRW Optical Drive QY841AV Graphics - AMD Radeon HD 7450 1 GB DP PCIe x16 (DP, DVI-I with VGAAdapter) Integrated Network - Intel® 82579LM Gigabit Network Connection B2L85AV#ABA Keyboard - HP PS/2 Standard Keyboard VL506AV Mouse - HP USB Optical BLK Mouse 8 $669.68 $5,357.44 Note: For detailed warranty information, please link to "URL" for more information www.hP.com/oo/specificwarrantyinfo. Sales taxes added where applicable. Freight is FOB Destination. 07 � PRICE QUOTATION Quote Number: 9094820-3 Quote Date: November 22, 2013 Revised Date : November 22, 2013 Expires: December 22, 2013 Provided by: Nicholas Velasquez Page 4 of 5 M Johnson CITY OF FORT COLLINS Big Deal Number: 90432836 Contract: CO - STATE OF COLORADO (WSCA/NASPO) (20511YYY31M/WSCA) Product availability and product discontinuation is subject to change without notice. The prices in this quotation are valid for 30 days from quote date above. Please include the quote number and contract from this quote on the corresponding purchase order. HP PROPRIETARY INFORMATION FOR CUSTOMER USE ONLY. DO NOT SHARE. Item Part • Description Qty. Unit Price Extended XL521AV Packaging - Single Unit (MT) Packaging QX507AV#ABA Warranty - 3/3/3 MT Warranty QX558AV#ABA Country kit - HP Compaq Pro 6300 Country Kit (Includes a Quick Setup & Getting Started manual in English and a country -specific power cord) (Only available with Single -Unit Packaging) 6. HP Compaq LA2405x 24-inch LED Backlit LCD Monitor A9P21AA#ABA Monitors - HP Compaq LA2405x 24-inch LED Backlit LCD Monitor Input Signal - VGA, DVI-D, and DisplayPort connectors Contrast ratio - 1000:1 Contrast Ratio Brightness (typical) - 250 nits Tilt - Tilt: —5° to +30' Height adjustability range - Yes, up to 4.72 in Pivot rotation - Yes, 90' into portrait orientation Horizontal/Vertical viewing angle (typical) - 160/170 degrees Max Power Rating - 39 Wafts Native resolution - 1920 x 1200 Response rate (typical, rise and fall) - 5 ms response time Asset Control - Asset control supported Integrated speakers - No Integrated speakers Anti -Glare and Anti -Static - Anti -Glare: Yes Anti -Static: No Warranty - Protected by HP, including a 3 years parts, 3 years labor, and 3 years onsite service (3/3/3) standard limited warrantv. SUBTOTAL: $235.00 $940.00 TOTAL PRICE: $13,554.17 To ensure the accurate and timely processing of your order, please include quote # 9094820-3 on your Purchase Order. GET MORE FOR YOUR MONEY Note: For detailed warranty information, please link to "URL" for more information www.hp.com/go/specificwarrantyinfo. Sales taxes added where applicable. Freight is FOB Destination. QUOTATION Quote Number: 9094820-3 Page 5 of 5 Quote Date : November 22, 2013 M Johnson Revised Date : November 22, 2013 CITY OF FORT COLLINS Expires: December 22, 2013 Big Deal Number: 90432836 Provided by: Nicholas Velasquez Contract: CO - STATE OF COLORADO (WSCA/NASPO) (20511YYY31 M/WSCA) Product availability and product discontinuation is subject to change without notice. The prices in this quotation are valid for 30 days from quote date above. Please include the quote number and contract from this quote on the comes pond Ing purchase order. HP PROPRIETARY INFORMATION FOR CUSTOMER USE ONLY. DO NOT SHARE. Item Part • Description••• Make the most of your budget and protect against technology obsolescence. Lease these HP products with a purchase price of $13,554.17 for 36 months for as little as $439.02 per month. At the end of the lease, send the equipment back to HP Financial Services and upgrade to new technology or purchase the equipment at its fair market value.' GET MORE WITH HP FINANCIAL SERVICES For more information, call Hewlett-Packard Financial Services Company at 1-888-277-5942 and talk to a financial services representative who specializes in supporting government and education entities. ` The monthly payment amount is for a lease commencing on or before 12/22/2013 with a term of 36 months and a fair market value purchase option at the end of the lease term. This and other leasing and financing options are available through Hewlett-Packard Financial Service Company (HPFSC) or one of its affiliates to qualified education and state and local customers in the U.S. and subject to credit approval and execution of standard HPFSC documentation. Fees and other restrictions may apply. This is not a commitment to lease. Rates and payments are subject to change at any time without notice. Leasing and financing options for Federal governmental agencies (subject to a $50,000 minimum) are available from Hewlett-Packard Company. Comments: Note: For detailed warranty information, please link to "URL" for more information www.hp.com/go/specificwarrantvinfo. Sales taxes added where applicable. Freight is FOB Destination. BID SHEET BID #7578 PCs and Monitors for Transfort and STC QTY DESCRIPTION MODEL # UNIT PRICE EXTENDED LEAD TIME Hewlett-Packard MP6 Workstation 15-3470 320GB 4GB (or equivalent) meeting the following specifications: Processor & Chipset: Intel Processor i5-3470S, Processor Speed 2.90 GHz, L2 Cache 6 MB. Memory: Standard Memory 4 GB, Memory Technology DDR3 SDRAM. Storage: Total Hard Drive Capacity 320 GB, Hard Drive Interface Serial ATA. Display & Graphics: Graphics Controller Mfr & Model Intel 2500. Network & Communication: Ethernet Technology -Yes, Wireless LAN Standard IEEE Hewlett-Packard 4 802.111. 1/0 Expansions: Total Expansion Slots-1, MP6 Workstation c,�� �d ��20, �Q _ `� Type Mini PCI Express. Interfaces/Ports: USB-Yes, USB Standard-USB (or equivalent) Qlc5tYlt?5S 2.0, USB 3.0, VGA -Yes, �� U� DisplayPort-Yes, Network (RJ-45)-Yes, Audio Line In- 0cCy'3 Yes, Audio Line Out -Yes. Software: Operating System -Windows Embedded Standard 7. Physical Characteristics: Height 2.6", Width 9.9", Depth 10.0", Weight (Approx) 6.83 lbs. Miscellaneous: Power: 135 W. Green Compliant: Yes. Green Compliance Certificate/Authority: REACH. Warranty: Limited Warranty-3 Year. Dell Precision T3600 Workstation 635W (or equivalent) meeting the following specifications: Operating System: Windows 7 Professional, SP1, No 1 Media, 64-bit, English. Processor: Intel Xeon Processor E5-1620 (Four Core, 3.6GHz, 10M, Turbo). Dell Precision T3600 Z�J�1 3% 23 (S-7, 3R — Memory: 8GB, DDR3 UDIMM Memory, 1600MHz, Workstation (or (3u5r��s5 Non-ECC (4 x 2 GB DIMMs), Keyboard: Dell USB equivalent) Entry Business Keyboard, English.. Graphics: NVIDIA 5 Quadro NVS 510, 2GB, QUAD MON, 4 mDP. Boot Hard Drive: 500GB, 7200 RPM 3.5" SATA 6Gb/s Hard 3, b o BID 7578 PCs and Monitors for Transfort and STC Page 4 of 14 Drive. Hard Drive Configuration: C1 SATA 3.5 Inch, 1- 2 Hard Drives. Mouse: Dell MS111 USB Optical Mouse. Network Adapter: Broadcom NetXtreme 10/100/1000 PCIe Gigabit Networking Card, Full Height, Fixed Precision Workstation. PE RC Controller: PERC H310 for Dell Precision, SATA/SAS 6Gb/s, RAID 0/1/5/10 (4 ports). DVD and Read -Write Devices: 8X DVD+/-RW SATA. Speakers: Internal Speaker. Power Supply: 635W Power Supply, 90 Percent Efficiency. Productivity Software: Microsoft Office Trial, MUL Intel Chipset Controller: Integrated Intel chipset controller. Hardware Support System: 3 Year Basic Hardware Service with 3 Year NBD Limited Onsite Service After Remote Diagnosis. Monitors: (4) Dell Professional P2412H 24in HAS Wide Monitors, VGA/DVI. Dell OptiPlex 7010 Minitower EPA Base (or equivalent) meeting the following specifications: Operating System: Windows 7 Professional, Media, 64-bit, English. Processors: 3rd Gen Intel Core i5-3570 (Quad Core, 3.40GHz, 6MB w/HD2500 Graphics). Memory: 4GB, NON-ECC, 160OMHZ DDR3, 1 DIMM. Graphics Cards: 1GB AMD RADEON HD 7570,FH, w/VGA. Boot Hard Drives: 250GB 3.5" SATA 6Gb/s with 8MB DataBurst Cache. Mouse: Dell MS111 USB Optical Mouse. Systems Management Mode: Intel Dell OptiPlex 8 vPro Technology Enabled. Removable Media Storage 7010 Minitower fb 5� 1.49 O I if Device: 16X DVD+/-RW SATA. Thermal: Heat Sink, Performance, (or equivalent) w� SD Minitower. Speakers: Internal Dell QV 9 �3 AV' Business Audio Speaker. Power Supply: OptiPlex N3Coy 7010 Minitower Up to 90% Efficient Power Supply. Documentation: OptiPlex 7010 Documentation English. Hardware Support Services: 3 Year Basic Hardware Service with 3 Year NBD Limited Onsite Service After Remote Diagnosis. Misc Cables & Display Accessories: Video Cable, DisplayPort-to- Sin le link DVI 1920x1200 , One DVI Connection. BID 7578 PCs and Monitors for Transfort and STC Page 5 of 14 Monitor: No Monitor. Keyboard: No Keyboard Selected. Dell OptiPlex 7010 Small Form Factor Minitower (or equivalent) meeting the following specifications: Operating System: Windows 7 Professional, No Media, 64-bit, English. Processors: Intel Core i5-3570 (Quad Core, 3.40GHz, 6MB w/HD2500 Graphics). Memory: 4GB, NON-ECC, 160OMHZ DDR3, 1 DIMM. Graphics Cards: 1 GB AMD RADEON HD 7570, LP, w/VGA. Boot Hard Drives: 250GB 3.5" SATA 6Gb/s with 8MB DataBurst Cache. Mouse: Dell MS111 USB Optical Mouse. Systems Management Mode: Intel Dell OptiPlex vPro Technology Enabled. Removable Media Storage Small Form%5cr 2 Device: 8X Slimline DVD+/-RW. Thermal: Heat Sink, Performance/Mainstream, Factor 7010 Qu5�111355 Small Form Factor. Minitower (or Speakers: Internal Dell Business Audio Speaker. equivalent) Power Supply: OptiPlex 7010 SFF Up to 90% Efficient Q5 �V 6 Power Supply. Documentation: OptiPlex 7010 ��c( Documentation English. Hardware Support Services: 3 Year Basic Hardware Service with 3 Year NBD Limited Onsite Service After Remote Diagnosis. Misc Cables & Display Accessories: Video Cable, DisplayPort-to-Single link DVI (1920x1200), One DVI Connection. Keyboard: Dell KB212-B USB 104 Quiet Key Keyboard, English. Monitor: No Monitor. Dell Professional P2213 22" Monitor with LED (or Dell Professional P221322" 'P Cjrj "2 7-)o 14 equivalent), with 3 Yr PREMIUM PANEL Ltd. Monitor with LED � ,� . I� O -W Warranty, 3 yr Advanced Exchange C9V-1(o NA#t (3M'% V\e S ore uivalent a 5 UiA TOTAL BID EXTENDED PRICE (IF ALL ITEMS BID): 1 3 55Lj1-7 PLEASE GO TO www.fcgov.com/purchasing TO REGISTER IN OUR E-PROCUREMENT SYSTEM OPPORTUNITIES! BE SURE TO SELECT ALL APPROPRIATE COMMODITY CODES! BID 7578 PCs and Monitors for Transfort and STC FO jU•TURE�Btb � 3, (0 33.2� Gq z Page 6 of 14 FEDERAL TRANSIT ADMINISTRATION Federally Required and Other Model Contract Clauses NO GOVERNMENT OBLIGATION TO THIRD PARTIES 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 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 Program Fraud and False or Fraudulent Statements or Related Acts. (1) The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. § 3801 et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate. (2) The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. § 5307, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5307(n)(1) on the Contractor, to the extent the Federal Government deems appropriate. (3) 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, BID 7578 PCs and Monitors for Transfort and STC Page 7 of 14 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. Requirements for Access to Records and Reports by Types of Contract Contract Characteristics Operationa I Service Contract Turnkey Constructio n Architectural Engineering Acquisitio n of Rolling Stock Professional Services I State Grantees a. Contracts below None Those None None None None SAT ($100,000) imposed on state pass thru to b. Contracts above None Contractor Yes, if non- None unless None None unless non- $100,000/Capital unless' competitive non- unless competitive award Projects non- award or if competitive non- competitive funded thrU2 award competitiv award 5307/5309/5 a award 311 II Non State Grantees a. Contracts below Those SAT ($100,000) Yes' imposed on Yes Yes Yes Yes non -state b. Contracts above Grantee $100,000/Capital pass thru to Projects Yes, Contractor Yes Yes Yes Yes Sources of Authority 49 UJC 5325 (a) ` 49 CFR 633.17 ' 18 CFR 18.36 (i) BID 7578 PCs and Monitors for Transfort and STC Page 8 of 14 4. FEDERAL CHANGES Federal Changes - Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Master Agreement between Purchaser and FTA, as they may be amended or promulgated from time to time during the term of this contract. Contractor's failure to so comply shall constitute a material breach of this contract. 5. TERMINATION A. Termination for Convenience (General Provision) The (Recipient) 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 (Recipient) to be paid the Contractor. If the Contractor has any property in its possession belonging to the (Recipient), the Contractor will account for the same, and dispose of it in the manner the (Recipient) directs. B. Termination for Default [Breach or Cause] (General Provision) 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 (Recipient) 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 (Recipient) 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 (Recipient), 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 (General Provision) The (Recipient) in its sole discretion may, in the case of a termination for breach or default, allow the Contractor [an appropriately short period of time] 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 (Recipient)'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 (Recipient) setting forth the nature of said breach or default, (Recipient) 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 (Recipient) 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 (Recipient) elects to waive its remedies for any breach by Contractor of any covenant, term or condition of this Contract, such waiver by (Recipient) shall not limit (Recipient)'s remedies for any succeeding breach of that or of any other term, covenant, or condition of this Contract. E. Termination for Convenience (Professional or Transit Service Contracts) The (Recipient), by written notice, may terminate this contract, in whole or in part, when it is in the Government's interest. If this contract is terminated, the Recipient shall be liable only for payment under the payment provisions of this contract for services rendered before the effective date of termination. F. Termination for Default (Supplies and Service) If the Contractor fails to deliver supplies or to perform the services within the time BID 7578 PCs and Monitors for Transfort and STC Page 9 of 14 specified in this contract or any extension or if the Contractor fails to comply with any other provisions of this contract, the (Recipient) may terminate this contract for default. The (Recipient) shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of the default. The Contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner or performance set forth in this contract. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the Recipient. G. Termination for Default (Transportation Services) If the Contractor fails to pick up the commodities or to perform the services, including delivery services, within the time specified in this contract or any extension or if the Contractor fails to comply with any other provisions of this contract, the (Recipient) may terminate this contract for default. The (Recipient) shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of default. The Contractor will only be paid the contract price for services performed in accordance with the manner of performance set forth in this contract. If this contract is terminated while the Contractor has possession of Recipient goods, the Contractor shall, upon direction of the (Recipient), protect and preserve the goods until surrendered to the Recipient or its agent. The Contractor and (Recipient) shall agree on payment for the preservation and protection of goods. Failure to agree on an amount will be resolved under the Dispute clause. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the (Recipient). H. Termination for Default (Construction) If the Contractor refuses or fails to prosecute the work or any separable part, with the diligence that will insure its completion within the time specified in this contract or any extension or fails to complete the work within this time, or if the Contractor fails to comply with any other provisions of this contract, the (Recipient) may terminate this contract for default. The (Recipient) shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of the default. In this event, the Recipient may take over the work and compete it by contract or otherwise, and may take possession of and use any materials, appliances, and plant on the work site necessary for completing the work. The Contractor and its sureties shall be liable for any damage to the Recipient resulting from the Contractor's refusal or failure to complete the work within specified time, whether or not the Contractor's right to proceed with the work is terminated. This liability includes any increased costs incurred by the Recipient in completing the work. The Contractor's right to proceed shall not be terminated nor the Contractor charged with damages under this clause if- 1. the delay in completing the work arises from unforeseeable causes beyond the control and without the fault or negligence of the Contractor. Examples of such causes include: acts of God,'acts of the Recipient, acts of another Contractor in the performance of a contract with the Recipient, epidemics, quarantine restrictions, strikes, freight embargoes; and 2. the contractor, within [10] days from the beginning of any delay, notifies the (Recipient) in writing of the causes of delay. If in the judgment of the (Recipient), the delay is excusable, the time for completing the work shall be extended. The judgment of the (Recipient) shall be final and conclusive on the parties, but subject to appeal under the Disputes clauses. If, after termination of the Contractor's right to proceed, it is determined that the Contractor was not in default, or that the delay was excusable, the rights and obligations of the parties will be the same as if the termination had been issued for the convenience of the Recipient. I. Termination for Convenience or Default (Architect and Engineering) The (Recipient) may terminate this contract in whole or in part, for the Recipient's convenience or because of the failure of the Contractor to fulfill the contract obligations. The (Recipient) shall terminate BID 7578 PCs and Monitors for Transfort and STC Page 10 of 14 by delivering to the Contractor a Notice of Termination specifying the nature, extent, and effective date of the termination. Upon receipt of the notice, the Contractor shall (1) immediately discontinue all services affected (unless the notice directs otherwise), and (2) deliver to the Contracting Officer all data, drawings, specifications, reports, estimates, summaries, and other information and materials accumulated in performing this contract, whether completed or in process. If the termination is for the convenience of the Recipient, the Contracting Officer shall make an equitable adjustment in the contract price but shall allow no anticipated profit on unperformed services. If the termination is for failure of the Contractor to fulfill the contract obligations, the Recipient may complete the work by contact or otherwise and the Contractor shall be liable for any additional cost incurred by the Recipient. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the Recipient. J. Termination for Convenience of Default (Cost -Type Contracts) The (Recipient) may terminate this contract, or any portion of it, by serving a notice or termination on the Contractor. The notice shall state whether the termination is for convenience of the (Recipient) or for the default of the Contractor. If the termination is for default, the notice shall state the manner in which the contractor has failed to perform the requirements of the contract. The Contractor shall account for any property in its possession paid for from funds received from the (Recipient), or property supplied to the Contractor by the (Recipient). If the termination is for default, the (Recipient) may fix the fee, if the contract provides for a fee, to be paid the contractor in proportion to the value, if any, of work performed up to the time of termination. The Contractor shall promptly submit its termination claim to the (Recipient) and the parties shall negotiate the termination settlement to be paid the Contractor. If the termination is for the convenience of the (Recipient), the Contractor shall be paid its contract close-out costs, and a fee, if the contract provided for payment of a fee, in proportion to the work performed up to the time of termination. If, after serving a notice of termination for default, the (Recipient) determines that the Contractor has an excusable reason for not performing, such as strike, fire, flood, events which are not the fault of and are beyond the control of the contractor, the (Recipient), after setting up a new work schedule, may allow the Contractor to continue work, or treat the termination as a termination for convenience. 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 sec., (which implement Executive Order No. 11246, "Equal BID 7578 PCs and Monitors for Transfort and STC Page 11 of 14