HomeMy WebLinkAbout173497 SPRADLEY BARR FORD LINCOLN OF GREELEY - PURCHASE ORDER - 9142481PUI ::RASE ORDER PO Number 1 of C117/ Of^ 9142481
' `tCollins This number must packing
` Cottins 1 on all invoices, packing
sli s and labels.
Date: 05/02/2014
Vendor: 173497
SPRADLEY BARR FORD LINCOLN OF GREELEY
4901 29TH ST
GREELEY CO 80634
Ship To: FLEET SERVICES - MAIN SHOP
CITY OF FORT COLLINS
835 WOOD ST
FORT COLLINS CO 80521
Delivery Date: 05/02/2014 Buyer: DOUG CLAPP
Note: 2014A Lease Purchase
state bid/ quote
KFCG units - 254.607000
Line Description Quantity UOM Unit Price Extended
Ordered Price
1 2015 Ford Utility Police
Interceptor AWD - qty (7)
as per quote dated
2/5/14 from John Wieneke
base package K8A
preferred equipment package500A
engine block heater
reverse sensing
remote keyless entry key fob w/o key pad
heated sideview, mirrors
rear power window delete
Hidden door lock plunger/
Rear door handleinoperable
Driver only LEd spot lamp
Dark car feature
Red/White Dome lamp in cargo area
front license plate bracket
noise suppression bonds
sub -total = $26,654.00
1 additional key - $10.00
Total each - $26,664.00
City of Fort Collins Director of Purchasing and Risk Management
This order is not valid over $5000 unless signed by Gerry S. Paul
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
1 LOT EA
186,648.00
Invoice Address:
City of Fort Collins
Accounting Department
PO Box 580
Fort Collins, CO 80522-0580
o9142481r Page
CI•� f PURCHASE ORDER130 2 of 3
mustpearF& lCollins
Eips
n all invoices, packing
and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
7 units = $186,648.00
Dept: Police
Deliver vehicles and title documents to:
Fleet Services Shop
906 W. Vine
Fort Collins, CO 80521
Contact: Ian or Eric
ph# 970-221-6613
"Please call 24 hours prior to delivery"
City of Fort Collins Director of Purchasing and Risk Management
This order is not valid over $5000 unless signed by Gerry S. Paul
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
Invoice Address:
City of Fort Collins
Accounting Department
PO Box 580
Fort Collins, CO 80522-0580
Purchase Order Terms and Conditions
Page 3 of 3
1. COMMERCIAL DETAILS.
Tax exemptions, By mimic the City of Too Collins is exempt from stale and local taxes. Our Exemption Number is
9&CA502. Federal Excise Tax Exemption Certificate of Registry 84 6000587 is mannered with the Collector of
lure=[ Revenue, Denver, Colorado (Ref. Colorado Revised Samtm 1973. Chapter 39.26. 114 (a).
Goods Rejected, GOODS REJECTED due to failure to meet specifemove,, either when shipped or due m defect, of
damage in transit, may be returned Imo you for credit and are not to be replaced excap, upon receipt of written
instructians form the City of Fan Collins.
Indication. GOODS are subject to the City of Fort Collins inspatic n on armal.
Final Acceptance. Receipt of the merchandise, services or equipment in mpom, to this order can result in
authorized payment on the par of the City of Pon Collins. Iloweve,, it is to be understood that FINAL
ACCEPTANCE is dependent .,an completion of sell applicable required inspection powedrove,
Freight d'etms. Shipments must be F.O.B., City of ran Collins, 700 Wood St., Fort Collins, CO 80522, unless
mberwise almcifid m this order, if pemaission is given to prepay flight and darye mineaddy, the original freight
bill most accompany, invoice. Additional charges for making will act be accepted.
Shipment Distance. Where mnnufncmars have d,ard Ming points m various p:rtb of the country, shipment is
expected from the overeat distribution point to destination, and excess freight will be deducted from Invoice when
aluminum; are made firm grouter distance.
remain. Seller shall procure at sellers sale cost all necessary permits, certificates and licenses required by all
applicable laws, retaliation, aidiom. and rvft, of the scam, municipality, temmry, or political subdivision where
Me work is performed or required by any other duly continued public authority having jurisdicion over the work
of vendor. Seller fumhef agrees to hold the City or ion Collins M1imaless form send ngaims all liability and loss
neared by them by rmson of an .,,amid or established violation of any such laws, regulations, unhnancce, moles
and nu firemen,
Aulbormadon. All pries to this contract agree that the representatives are, in fact, bum fide and possess full and
complete authority to bind said Partin.
LIMITATION OF TERMS. This Purchase OMer expressly limih acceptance to the limn and conditions stated
herein sat fond and any supplamemary Or additional ,emu and conditions annexed hermo or incorporated herein by
reference. Any additional or different terms and candumns proposed by seller arc objected In and hereby rejmm&
2. DELIVERY,
PLEASE ADVISE PURCHASING AGENT immediately try.. cannot make complete shipment m endive on your
promised delivery date a noted. Time is of the comare. Delivery and performantt most be effected within the time
anted on the purchase order and the documents arched hereto. No acts of the Pumhaurs indohn, with.
limiation, a<epmnce of portal Ire deliveries, shall operate as a waiver of fis provision. In the evens of nay delay,
the Purchaser shall have, in addition to other Icgnl and equitable remedies, the option of placing this older chawlmm
and holding the Seller liable far damages. However, the Seller shill not be liable far damages as a result of delays
due to causes not reasonably foreseeable which arc beyond its reasonable round and without its fault of negligence,
such acts of Gad, new of civil or military auforitax, gmemmental priorities, fires, strikes fiood, epidemics, wars or
..is provided fen nmlre of the coushlions causing such delay is given as the Purchrom within five (5) days of fie
time when the Seller first received knowledge thereof. In fie event of any such delay, the data of delivery shall be
extended for the period equal to the time actually lost by reason of the delay.
3. WARRANTY.
The Seller warrants Nat all goods, articles, materials and work severed by Has order will conform with applicable
dmwings, specifications, samples andror 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 mums. The Seller states 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 If the purchaser, any defech or faults arising within one (1) year or within such longer period of
time as may be presrnbd by law or by the tams army applicable warranty, provided by fie Seller after the date of
acceptance of the guests famished beremder (accepance not to be unreasonably delayM), resulting from imperfect
or defective work done or materials famished by the Seller. Aomplance or use of goads by fie Purchaser shall not
mosonate a waiver of my claim under this warranty. Except as otherwise provided in this purchase order, the Sellers
liability hercunda shall extend to all damages proximately caused by the breach of any of the foregoing wammaies
of Plummets, bur such liability shall in no event include Iota of pails or loss of use. NO IMPLIED WARRANTY
OR MERCHANTABILITY OR OF FITNESS FOR PURPOSE SHALL APPLY.
4. CHANGES IN LEGAL TERMS.
The Pumhaser may make changes to legal resets by wrinm change order.
5. CHANGES IN COMMERCIAL TERMS.
The Purchaser may make any changa to the terms, other than legal terms, including additions to or deletions fmm
Me quantities originally ordered in the specifications or drawings, by verbal or wrilmn change order. If any such
change officals the amount due or fie time of perfemance hureunde , an equitable adjmamenl shall be made.
6. TERMWATIONS.
The Purchaser may al any time by written change aide,, terminate this agreement n to any ar all portions of the
goads then not shipped, subject o any available adjustment between the ponies as to any work or materials then in
progress pravidcd Nat the Par lh-cr shall ,at Fe liable for any claims for anticipnmd profits on the nmmnipletd
portion of the goods and/or work, for incidental or consequential damages, and then no such adjusamem be made in
favor of the Seller with respect to any grads which are fie Sellers standard stack. No such termination shall relieve
Me Purchaser or the Seller of any affair abligations as to any goods delivered hereunder.
T CLAIMS FOR ADJUSTMENT.
Any claim for adjustment must be assured within thirty (30) days from the data the change Or remminalimn is
ordered.
S. COMPLIANCE WITH LAW.
The Seller watrens that all gnarl sold hereunder shall have been produced sold, delivered and famishd in strict
compliance with all applicable laws and regulations to which fie goads are subject. The Seller shall execute and
deliver such documents as may be neqaird to effect or evidence compliance. All Laws and regulations acquired to be
ncoapommd in agreements of this cMracter are hereby incarpomled herein by this reference. The Seller agrees to
indemnify and hold the Purchaser harmless from at I cash and damages suffered by the Purchaser as a result of the
Sellers failure to comply wan such law.
9. ASSIGNMENT.
Neither pray shall assign, transfer, or convey this older, or my monies due or to become due hereunder without the
prior written consent ofthe other parry.
10. TITLE.
The Seller warrants full, clear and mano-ictad title to the Purchaser for all equipment, materials, and items famished
in perfmmmtt of this agreement, f and clear of any and all tiers, mtrictiom, reservations, security interest
mcumbmaes and claims i fathers.
ILNONWAIVER.
Failure of the Purchaser to insist upon strict performance of the almost and conditions hereof, failure or delay to
cammism any rights or amcdies provided herein or by law, failure b promptly notify the Seller in the event of a
breach, the acceptance ofor payment for goods haremdef or a,pm.1 ofthe design, shall rot ml. the Seller of
any of the wamanain or obligations of this purchase order and shall not be deemed a waiver of any right of the
purchaser to insist upon strict performance forearm any of its rights or remedies as to any such goods, regadlns
of when shipped, received or accepted, as to any prior or subsequent default hercunden nor shall may purTmad
am[ modification or rescission of this purchase order by the Purchaser operate as a waiver of any of the terns
hereof.
12. ASSIGNMENT OF ANTITRUST CLAIMS.
Seller and the Purchaser recognize that in actual ec
nmic practice, overcharges mulling from antitrust
violations are in fact home by the Purchaser. Theretomm,for good cause and as consideration for executing this
purchase order, the Seller hereby aligns to the Purchaser any and all claims it may now have or hereafter
acquired under federal or site antitrust laws Far such overcharges relating to the particular Scroll or services
purchased or acquire by the Purchaser pursuant to this purchase order.
13. PURCHASERS PERFORMANCE OF SELLERS OBLIGATIONS.
If he Purchaser directs the Seller to cortem nan... fro min5 or defective goods by a date to be agreed upon by the
Purchaser and the Seller, and the Seller tbararfter indicates its inability or unwillingness to comply, the Purchaser
may cause be work to be performed by the most expedilinus means available to it, and the Seller shall pay all
costs associated with such work.
The Seller shall releae the Purchases and as contactors of any far fmm ell liability and claims of any mture
resulting from the performance of such work.
This release shall apply even in the event of fault of negligence of the party released and sM1all extend to the
directors, officers and employees ofsuda party.
The Stiles contramual obligations, including warranty, shall not be decimal to be reduced, in any way, because
such work is Performed or caused to be performed by the Purchaser.
14. PAT'ENTS.
Wlencver the Seller is terminal to use any dnigy dcvim, aroterial or process covered by liner, potml, trademark
or oapyriglmL the Seller shall indemnifyand save harmless flit Purchmerfrom any and al I claims for infringement
by reamn 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 in pay by reason of such
infringement at any time during the prosecution or after fee completion of fie work. In case Said equipment, or
any pent 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 Shccr shall, at its own expense and as its option, either procure for the
Purchaser the filial to continue using said equipment or parts, replace the &nine with substantially equal but
i aninfringing equipmem, or modify it so it becomes noninfringing
15. INSOLVENCY.
If the Sell,, shall became insolvent of bankrupt, make an assignment far the benefit of creditors, appoint a
rommer ar trustee for any of fie Sellers property or business, this order may forthwith be mantled by the
Purchaser without liability.
l6. GOVERNING LAW.
The definitions ofix. coed or fie imormanatim ofthe agreement ad fie rights ofall panin hereunder shall be
construed tuber and governed by the laws of fie Smote of Colamdo, USA.
The following Additional Conditions apply only in causes where the Seller is to perform work hereunder,
including the services of Sellers Representativa(s), on the premises of others.
17, SELLERS RESPONSIBILITY.
The Seller shall tarty, on mid work at Stiles own risk until the same is fully completed and accepted, and shall,
I. case of any, accidenh destruction or injury to the work mbar mmerals bet Sellers final complatloa and
acceptance, complete the work at Selless own expense and to the mfafetion of the Purchaser. When materials
and equipment are fumishd by others for installation ar erection by the Seller, the Seller shall receive, unload,
store and handle same at the site and hecome responsible therefor as though such materials amllor equipment
ware being famished by the Seller under the order.
IS. 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,
i n thn to their dependents in accordance with the laws of the sate 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 an least S300,000 for any one persan, S500,000 for any
one accident and property damage limit per accident of S4W,000. The Seller shall likewise require his
commams, if any, to provide for such compensation and imuraae. Before any of the Sellers or his commctars
employees shall do any work upon fie premises of others, the Seller shall famish fie Purcha with a cedifimte
that such compensation and insurance have been provided. Such cenificatn shall specify the date when such
compensation and insurance have been provided. Such certificmn shall specify the date when such mmpasmion
and insurance expires The Serer agrees then Huth campanalian and immunice shall be maintained until after the
more woe is completed end occurred.
19. PROTECTION AGAINST ACCIDENTS AND DAMAGES.
The Seller hereby assumes the entire responsibility and liability for my and all damage, loss or injury of., kind
or nature whatsoever to persons or pmpmy caused by or resulting from the execution offe work provided for in
this purchase order or in connection herewith. The Seller will indemnify and hold harmless the Purchaser and any
r all of the Purchams officers, agents and employees from and against any :and all claims, losses, damages,
charges or expenses, whether direct or indirect, and whether a persons or propey to which the Purchaser may
be put or subject by reason of any act, action, mflml, omission or default con the Pan of the Seller, my of his
exntmetars, or any of the Sellers or contractors officers, agents or employees. In case any suit or other
prmeedings shill be brought against the Purchaser, or its officers, agents or employees at my time on account or
by reason of my act. action, neglect, omission or default of the Seller of any of his contractors or my of its or
their officers, agents or employees as afommid, the Seller hereby agrees to assume the defense thereof and to
defend the same at the Sellers own expense, to Puy any and all costs, charges, mmmeys fis and other expenses,
any and all judgmenh that may be, incurred by or oluxu d against the Purchaser or my of its or their officers,
agents or employees in such suits or other pre ceNirip, and in taus, judgment or other two he placed upon or
obtained against fie property office PurcM1uer, or said podics in or as a result of such suis or other promdings,
Me Seller will at once loess, the same to M dissalvM and discharged by giving bond of othmvixe. The Seller and
his comments shall take all safety Installations famish and install all goods necessary for the prevention of
accidents, comply with all laws and regulations with regard in safety including, but without limitation, the
Occupational Safety and Health Act of 1970 and all rules and regulations issued pro mnuherem.
Revised OF2010
Prepared For:
Prepared By:
Vehicle ProfHe
John Wieneke
Spradley Barr Ford, Greeley
4901 29th Street
Greeley, Colorado, 80634
Phone: 970-506-3621
Fax: 970-506-3674
2014 Ford Utility Police Interceptor
AWD Base (K8A)
Powertrain
3.7L V-6 DOHC SMPI 24 valve engine with variable valve control * 220 amp HD alternator * 750 amp 78 amp hours
(Ah) HD battery * Engine block heater, engine oil cooler, HD radiator, transmission oil cooler * 6-speed electronic
automatic transmission with overdrive, lock -up * Automatic full-time all -wheel drive with permanent locking hubs
ABS & driveline traction control * 3.65 axle ratio * Dual stainless steel exhaust with tailpipe finisher
Steering and Suspension
Electric power -assist rack and pinion steering * 4-wheel disc brakes with front vented discs * AdvanceTrac w/Roll
Stability Control electronic stability stability control with anti -roll * Independent front suspension * Front strut
suspension * Front anti -roll bar * Front coil springs * Gas -pressurized front shocks * Rear independent suspension '
Rear multi -link suspension * Rear anti -roll bar * Rear coil springs * Gas -pressurized rear shocks * Front and rear
18.0" x 8.00" black steel wheels with hub covers * P245/55WRl8.0 BSW AS front and rear tires * Inside under cargo
mounted full-size steel spare wheel
Safety
4-wheel anti -lock braking system * Center high mounted stop light * Dual airbags, seat mounted driver and
passenger side -impact airbags, Safety Canopy System curtain 1 st and 2nd row overhead airbags, airbag occupancy
sensor * Front height adjustable seatbelts with front pre-tensioners
Comfort and Convenience
Air conditioning, air filter, underseat ducts * AM/FM stereo, clock, seek -scan, in -dash mounted single CD, MP3
decoder, 6 speakers, speed sensitive volume, integrated roof antenna, radio steering wheel controls * 1 1 st row LCD
monitor * Cruise control with steering wheel controls * Power door locks, keyfob (all doors) keyless entry, child safety
rear door locks, tailgate/rear door lock included with power door locks * 2 12V DC power outlets, driver foot rest,
retained accessory power, power adjustable pedals * Analog instrumentation display includes tachometer, engine
temperature gauge, engine hour meter, systems monitor, redundant digital speedometer, trip computer, trip
odometer, rear parking sensors * Warning indicators include oil pressure, engine temperature, battery, lights on, key,
low fuel, low washer fluid, door ajar, trunk/liftgate ajar, service interval, brake fluid, low tire pressure * Steering wheel
with tilt adjustment * Power front and rear windows with deep tint, driver 1-touch down, fixed rearmost windows *
Variable intermittent front windshield wipers, sun visor strip, fixed interval rear wiper with heated wiper park, rear
window defroster * Dual vanity mirrors' Day -night rearview mirror' Interior lights include dome light with fade, front
and rear reading lights, illuminated entry * Mini overhead console with storage, locking glove box, dashboard
storage, driver and passenger door bins * Carpeted cargo floor, plastic trunk lid/rear cargo door, cargo tie downs,
cargo light, cargo tray/organizer
Seating and Interior
Seating capacity of 5 * Bucket front seats with adjustable head restraints * 8-way adjustable (6-way power) driver
seat includes lumbar support * 4-way adjustable passenger seat * 60-40 folding rear split -bench seat with fold
forward seatback * Cloth faced front seats with vinyl back material * Vinyl faced rear seats with carpet back material
Full cloth headliner, full vinyl/rubber floor covering, metal -look instrument panel insert, urethane gear shift knob,
metal -look door panel insert, metal -look interior accents
Prices and content availability as shown, are subject to change and should be treated as estimates only Actual base vehicle, package and option pricing may vary from this
estimate because of special local pricing. availability or pricing adjustments not reflected in the dealers computer system See salesperson for the most current information
Reference CT05208919 12/26/2013
Printed on February 05, 2014 at 10:25
Price Level: 440 QuotelD: <None> Page 1
Vehicle Proli%e Conti uea Prepared By: John Wieneke
Dealership: Spradley Barr Ford, Greeley
Seating and Interior (Continued)
Exterior Features
Rear lip spoiler, side impact beams, front license plate bracket, galvanized steel/aluminum body material * Black
bodyside cladding, black wheel well trim molding * Black side window moldings, black front windshield molding *
Black door handles * Black grille * 4 doors with liftgate rear cargo door * Driver and passenger power remote black
heated convex spotter folding outside mirrors * Front and rear body -colored bumpers with black rub strip/fascia
accents * Projector beam halogen headlamps " Clearcoat monotone paint " Police/fire
Warranty
Basic ... 36 month/36,000 miles Powertrain ......................... 60 month/100,000 miles
Corrosion Perforation ...... 60 month/unlimited mileage Roadside Assistance ............ 60 month/60,000 miles
Dimensions and Capacities
Output .....................................
304 hp @ 6,500 rpm
Torque .................................. 279 lb.-ft.
@ 4,000 rpm
1 st gear ratio .................................................
4.484
2nd gear ratio ................................................
2.872
3rd gear ratio ................................................
1.842
4th gear ratio .................................................
1.414
5th gear ratio .................................................
1.000
6th gear ratio .................................................
0.742
Reverse gear ratio .........................................
2.882
City/hwy..........................................
16 mpg/21 mpg
Curb weight ............................................
4,639 lbs.
GVWR....................................................
6,300 lbs.
Front legroom ...............................................
40.6 "
Rear legroom ................................................
41.6 „
Front headroom ............................................
41.4 "
Rear headroom .............................................
40.1 "
Front hiproom...............................................
57.3 "
Rear hiproom................................................
56.8 „
Front shoulder room ......................................
61.3 "
Rear shoulder room .....,.................................
60.9 "
Passenger area volume .... .........
.......... 118.4 cu.ft.
Length ..................... .._...... ......... ....._....
197.1 "
Bodywidth ........................ .........
............... 78.9 "
Body height ...................................................
Wheelbase .................................................
112.6 "
Axle to end of frame ........................................
46.5 „
Fronttread ....................................................
67.0 "
Rear tread ....................................................
67.0 „
Turning radius ...............................................
19.4 '
Fuel tank ..................................................
18.6 gal.
Interior cargo volume .................................
48.1 cu.ft.
Interior cargo volume seats folded ...............
85.1 cu.ft.
Interior maximum cargo volume ..................
85.1 cu.ft.
Prices and content availability as shown, are subject to change and should be treated as estimates only Actual base vehicle, package and option pricing may vary from this
estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer's computer system See salesperson for the most current information
Reference CT05208919 12/26/2013
Printed on February 05, 2014 at 10:25
Price Level: 440 QuoteID: <None> Page 2
Prepared For:
Prepared By:
John Wieneke
Spradley Barr Ford, Greeley
I LJ
4901 29th Street
Greeley, Colorado, 80634
Phone: 970-506-3621
Fax: 970-506-3674
Selected Options 2014 Ford Utility Police Interceptor
Vehicle Snapshot
Engine: 3.7L V6 Ti-VCT FFV
Transmission: 6-Speed Automatic
Rear Axle Ratio: 3.65
GVWR: 6,300 Ibs
AVVU tsase IKts
Code Description Class
K8A Base Vehicle Price (K8A) STD
Packages
500A Preferred Equipment Package 500A OPT
(99R) Engine: 3.7L V6 Ti-VCT FFV : High efficient police calibrated
displacement technology is optimal for long days spent idling or on the job.;
(44C) Transmission: 6-Speed Automatic : Exclusively police calibrated for
maximum acceleration and faster closing speeds.; (STDAX) 3.65 Axle Ratio;
(STDGV) GVWR: 6,300lbs: (STDTR) Tires: P245155R18AS BSW
(STDWL) Wheels: 18" x 8" 5-Spoke Painted Black Steel: Includes center
caps and full size spare.; (9) Heavy -Duty Cloth Front Bucket Seats/Vinyl
Rear: Unique. Includes 6-way power track driver (forelaft. up/down tilt with
manual recline), 2-way manual lumbar and passenger 2-way manual track
(forelaft. with manual recline).; (STDRD) Radio: AM/FM/CD/MP3 Capable:
Includes clock, 6 speakers and 4.2" color LCD screen center -stack "Smart
Display"
Powertrain
99R Engine: 3.71L V6 Ti-VCT FFV INC
High efficient police calibrated displacement technology is optimal for long
days spent idling or on the job. Torque: 279 ft.lbs. @ 4000 rpm.
44C Transmission: 6-Speed Automatic INC
Exclusively police calibrated for maximum acceleration and faster closing
speeds.
STDAX 3.65 Axle Ratio INC
STDGV GVWR: 6,300 lbs INC
Wheels & Tires
STDTR Tires: P245/55R18 AS BSW INC
Prices and content availability as shown, are subject to change and should be treated as estimates only Actual base vehicle, package and option pricing may vary from this
estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer's computer system See salesperson for the most current information
Reference CT05208919 12/26/2013
Printed on February 05, 2014 at 10:25
Price Level: 440 QuotelD: <None> Page 3
SC' ected Options Conthiii d Prepared By: John Wieneke
Dealership: Spradley Barr Ford, Greeley
Code Description Class
STDWL Wheels: 18" x 8" 5-Spoke Painted Black Steel INC
Includes center caps and full size spare.
Seats & Seat Trim
9
Heavy -Duty Cloth Front Bucket Seats/Vinyl Rear
INC
Unique. Includes 6-way power track driver (fore/aft. up/down tilt with manual
recline), 2-way manual lumbar and passenger 2-way manual track (fore/aft.
with manual recline).
Other Options
113WB
113" Wheelbase
STD
PAINT
Monotone Paint Application
STD
STDRD
Radio: AM/FM/CD/MP3 Capable
INC
Includes clock, 6 speakers and 4.2" color LCD screen center -stack "Smart
Display". .
153
Front License Plate Bracket
OPT
43D
Dark Car Feature
OPT
Courtesy lamp disabled when any door is opened.
17T
Red/White Dome Lamp in Cargo Area
OPT
51T
Driver Only LED Spot Lamp (Whelen)
OPT
61 R
4 Remappable Steering Wheel Switches
OPT
Does not include SYNC.
52P
Hidden Door Lock Plunger/Rr Door Handle Inoperable
OPT
18W
Rear Power Window Delete
OPT
Operable from front driver side switches.
549
Heated Sideview Mirrors
OPT
595
Remote Keyless Entry Key Fob w/o Key Pad
OPT
Does not include PATS.
76R
Reverse Sensing
OPT
60R
Noise Suppression Bonds
OPT
Includes ground straps.
Fleet Options
41 H Engine Block Heater (Regional) OPT
Standard and only available in AK, MN, ND, SD, MT, WI and WY states.
Other states available via FCSD.
Internal Options
PNTTBL Paint Table : Primary OPT
Interior Colors For : Primary
9W Charcoal Black OPT
Primary Colors For: Primary
UA Ebony OPT
Prices and content availability as shown, are subject to change and should be treated as estimates only Actual base vehicle, package and option pricing may vary from this
estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer's computer system See salesperson for the most current information
Reference CT05208919 12/26/2013
Printed on February 05, 2014 at 10:25
Price Level: 440 QuoteID: <None> Page 4
Selected Options C(1/1l!/1ued Prepared By: John Wieneke
Dealership: Spradley Barr Ford, Greeley
Code Description Class
Vehicle Subtotal
Destination
Vehicle Subtotal (including Destination)
;;:,radley Barr Ford Lincoln of Greeley INC
1^r01 29th St
Greeley, CO 80634
John Wieneke
Commercial Accounts Manager
jwieneke@spradleybarrgreeley.com
Phone: 970-506-3621
Fax:970-506-3674
Cell: 970-673-2179
Prices and content availability as shown, are subject to change and should be treated as estimates only Actual base vehicle, package and option pricing may vary from this
estimate because of special local pricing, availability or pricing adjustments not reflected in the dealers computer system See salesperson for the most current information
Reference CT05208919 12/26/2013
Printed on February 05, 2014 at 10:25
Price Level: 440 QuotelD: <None> Page 5