Loading...
HomeMy WebLinkAbout173497 SPRADLEY BARR FORD LINCOLN OF GREELEY - PURCHASE ORDER - 9142482Fort Collins Date: 05/02/2014 PURCHASE ORDER Vendor: 173497 SPRADLEY BARR FORD LINCOLN OF GREELEY 4901 29TH ST GREELEY CO 80634 PO Number Page 9142482 1of3 This number must appear on all invoices, packing sli s and labels. 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 new - 100.603000 Line Description Quantity UOM Unit Price Extended Ordered Price 1 2015 Ford Utility Police Interceptor AWD - qty (1) 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 each - 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 26,640.00 Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 PURCHASE ORDER PONumberPage City of PURCHASE s� a2a82 2 of 3 C6rt Collins This number must appear '�—J`' ` 1'�7 on all invoices, packing slips and labels. Line Description Quantity UOM Unit Price Extended Ordered Price 1 units = $26,664.00 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.mm 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. COMMERCIALDETAILS. Tax exemptions. By smtule the City of Fort Collins is exempt from state and local axes. 0. Exemption Number, is 11. NONWAIVER. 98-04502. Federal Reiss Tax Exemption Cmifcam of Registry M-6000587 is registerM with the Collector of Failure effuse Picini be mart upon strict Earsuffo m,antt of the corms and conditions hereof, failure or delay to Internal Revenue, Denver, Colorado (Ref. Colorado Revised Statutes I973, Chapter 39-26, 114 (a). courvis, any rights or ranedies provided herein or by law, failure to promptly notify the Sella in the event of a breach, the acceptance of or payment for goods lmrtual or approval oFthm design, shall not release the Seller of Goods Rejected. GOODS REJECTED due to failure to meet specifications, either when shipped or due to defects of any of the warranties or obligations of this purchase order and shall not be deemed a waiver of any right of the damage in transit, may be manned to you for credit and are not to be replaced except upon receip, of written Purchaser to insist upon strict performance Elements, any ofils rights or remedies as to any such ... ds, regardless instructions 1'mm the City of Fort Collins. of when shipped, received or accepted, as to any prior or subsequent default hereunder, nor shall any purported oral modification or modicum of this purchase order by the Purchaser plasmas on a waiver of any of the tams Inspection. GOODS art subject to the City of Fort Collins inspection oa arrival. humor. Final Acceptance. Receipt of the ...handiw, services or equipment in resparee to this order can result in 12. ASSIGNMENT OPANTITRUSTCLAIMS. asubmixed Payment on the ryrt of the City of Fort Collins. However, it is to be understood that FINAL Seller and the Purchaser recognize that in actual economic practice, o ercharges resulting from antitrust ACCEPTANCE is dependent upon campletiml ofill applicable required inspection procedures. violations are in fact borne by the Purchnsec nouvrefore .for good cause and as consideration for executing this purchase order, the Seiler hereby, .signs to the Purchaser any and all claims it may now have or revalue, Freight Terms. Shipments most be F.O.H., City of For Collins, 700 Wood Su. Fort Collins, CO 80522, unless required under federal or sate spardst lace, for such overcharges relating to the particular goods or services edwswise, spaifid on this order. if pernmedion is given to prep y freight and charge separately, the original freight purchased or acquired by the Purchases purmad to this purchase orde, bill must accompany invoice. Additional charges for packing will not be accepted. 13. PURCHASERS PERFORMANCE; OF SELLERS OBLIGATIONS. Shipment Distance.Where .... hundreds have distributing P.a.,, in .He., parts of the country, shipment is (film Purchaser directs the Seller to correct nonconforming or defective goods by a date to be agreed upon by the expectedfr.. the evemit distribution point m deuination and excess freight will be deducted Polo Invoice when Purchaser and the Seller, and tlm Seller thereafter indicates its inability or unwillingness to comply, the Purchaser shipments am made from greater distance. may cause the work to be performed by the moss expeditious means available to it, and the Sella shall pay al l dents a.aciated with such won. Permits. Seller shall procure m sellers sole cost all necesary, permits, certificates and lieemm required by all applicable lows, regulations, ordinances and rates of the state, municipality, territory or political subdivision where the work is performed, or required by any other duly constirmed public authority A vingymsdiction over the work of vender. Seller further agrees to hold the City of Fort Collins harmless from and against all liability and loss andreJ by them by rasssert sn of an aed orestablished violation of any such Inws, eq , utm. ordinances, dales requirements. Annunciation. An parties to this comma agree Ilead the repreaenali es are, in fuel, bons, fide and possess fall and complete authority to bind mid parties. LIMITATION OF TERMS. This Purchase Order expressly limits acceptance to the terms and cundiom, soled herein set fin, unit any supplementary or addilionnl terns and conditions annexed hereto or incorporated herein by reference. Any additional or different emu and conditions ...posed by seller are objected to and hereby ofo rat, 2. DELIVERY. PLEASE. ADVISE PURCHASING AGENT;mmdimely try.. cannot make dixt shipment to arrive on your promised delivery date. noted. Time is of the essence. Delivery and performance must be, effected within the time stated on the purchase order and the documents attached hermo. No acts of the Purchasers including, without limitation, acceptance ofprdi:d late deliveries, bar opera,, as a waiver ofthis provision. In the even, ofany delay, the Purchaser shall have, in addition to other legal and equitable remedies, the option ofplacing this order elsewhere and holding the Seller liable for damages. However, the Seller shall not be liable for damages as a mull of delays due to cruses not measurably t ceable which art beyond its reasonable control and without is fault of negligence, such act official, ands ofeivil or military column., govemmenud priorities, fans, strikes, Road, epidemics, wars or dots provided that notice of the conditions running such delay is given to the Purchaser within five (5) days of the lime ohm, the Seller first received knowledge t umcf, In the event of any such delay, the dote of delivery shall be extended for the period equal to the time wool ly lost by reason of the delay. 3, WARRANTY. The Seller warank that all goods, articles, m .dials and work covered by this order will conform with applicable drawings, specification, samples and/or other descriptions given, will be fit for the purposes intended, and performed with the highest degree of care and conference in meandered with accepted standards for work of a miler nouns. The Seller agrees In hold the purchaser handless 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, presented] by law or byte, mama of any applicable x.,y provided by the Sell,, Per the date of acceptance of the gook fumuhed hereunder (acceptance not m be unreasonably delayed), minting from immersed, or defective work done or materials furnished by the Seller. Acceptance or use of goods by 'he Purchaser shall no, constitute a waiver of any claim under this warznnly. Except as otherwise provided in,his purchase order, be 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 m legal terms by written change order. 5. CHANGES IN COMMERCIAL TERMS. The Forecaster may make any changes to the terms, other than legal tams, including addimus to or deletions form the quamitien migdnally odertd in the specifiamins or drawings, by .erWl or added change other. If any such change allccis the amount due or the time of Performance hereunder, an equitable adjustment shall be made. 6. TERMINATIONS. The Purchaer may at any time by —Ill. m:mge order, lemtinnte this agreement or to any or all portions of the goods then not shipped, subject to any equitable adjustment between the parties . to my work or materials dead in progress provided flat the Purebmer shall not he liable fro any claims for anticipated parents on the uncompleted Indian 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 grads whim aft the Sellers second stock. No such rerminmian shall relieve the Purchaser or the Seller of any of their obligations as to any goods delivered hereunder. 7. CLAIMS FOR AD1US1'M ENT. Any claim for djmtmo, most be asserted within thirty (30) days from the date the change or temtination is ordered. S. COMPLIANCE WITH LAW. The Seller warrants that all goods sold hereunder shall have been produced, sold, delivered and famished in mrct compliance with all applicable laws and regulations to whim [lie goods are subject The Seller shill execute and deliver such documents as cony be required to eBed or evidence compliance. All laws and regulations required to be ncorysmted in agreemena of this character me hereby incosppmled herein by this reference. The Seller agrees to indenudfy and hold the Purchase harmless from all can. and damages suffered by the Purchaser as a result of dce Sellers failure to comply with such law. 9. ASSIGNMENT. Neither party shall sign, transfer, or convey this order, or any monies due or to become due hereunder without the prior written cement ofthe other party. 10, TITLE. The Seller warrants full, clear and unrestricted title to the Purchaser for all equipment, mmmals, and items fumimd in performance of this agreement, free and clear of any and all liens, resdctions, reservations, security interest encumbrances and claims ofmhom. The Seller shall release the Purchaser and its conlmctors 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 negligance of the party released and shall extend to the directors, offices and employees transit perry. The Sends contractual obligations, including warranty, shah not he deemed to be reduced. in any way, because such won n performed or caused to be perforated by the Purch.a. 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 wfrmarmem by amount of the use of such patented design, device, malarial or process in connection with the contract, and shall indemnify the Producer, for any cost, expense or Damage which it may be obliged I. Pay by ream. of such infdngement at any time during ,he persecution or after the completion of the work. In case said equipment, or any pad thereof or the intended me of,hs goods, is in such suit held In cunmlmm infringemert and the use of said equipment or pan is enjoined, the Seller shall, at its own expense and at its option, either procure for the Purchaser the right to continue using said equipment or pads, replace the vane with substantially eqnal but mninfringing equipment, or modify it an it biomes recriminating. 15. INSOLVENCY. If the Seller shall become bodecm, or baokmpn, make on assignment for the benefit of creditors, appoint a receiver or trustee for any of the Sellers property or business, this aide, may forthwith be ....tied by the Purchaser without liability. 16. GOVERNING LAW. The defnitiore ofmrms tlsd or the interpretation ofthe egra mum end the rights ofall Parties hereunder shall be composed under and governed by the laws of the State of Colorado, USA. 'I he following ARdiliend Conditions apply only in cases where the Seller is to perform work hereunder, including the services of Sellers RcEddo na,iverd, on thepremises ofmhers. 17. SELLERS RESPONSIBILITY, The Sella shall carry on solid work at Sidles and risk until the same is fully completed and me,", and shall, in u of my accident, destruction or injury to the work and/or materials before Seller's final completion and acceptance, complete the work at Sellers ono expense and to the satisfaction of the Purchaser. When materials and equipment are Notified by others for installation or erection by the Seller, the Seller shall receive, priced, stare and handle same at the Sias and become responsible therefor as though such materials and/or equipment were being fmnkhd by the Sella under the order. IS. INSURANCE. The Seller shall, at his own expense, provide for the payment of workers co Memo eel. including occupmional 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 arty omprehereice general liability including• but not limited to, contractual and automobile public liability insurance with bodily Injury ad death limits of at least S300,IX10 for any one person, S500,000 for any one accident and popery, damage limit per ccidem of S400,00D. The Seller skill likewise require his untracmrs, if any, to provide for such compensation and imurance. Before any of the Sellers or his conductors employees shall do any work upon the premises of others, the Seller shell 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 mourevare expire. The Sell.,.gmo dot each compemauon and insurame shall ow mammined and she, he entire work is completed and xcepted. 19. PROTECTION AGAINST ACCIDENTS AND DAMAGES. The Seller hereby resumes the entire responsibility and liability for any and all damage, loss or injury of any kind or nature whatsoever In 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 r all of the Purchasers officers, agents end employees from and agaimt any and all claims, losses, damagq charges or expenses, whether direct or indirect, and whether to person or property in which the Purcbasa may her put or subject by reams, 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 effects, agents or employees. In case any suit or other proceedings shall be brought agaimt The Purchaser, or its o een,, agenu or employees at any time on session or by reason of any act, action, neglect, omission or default of the Seller of any of his co flacmrs or any of its or their officers, agenu or employees . aforevid, the Seller hereby agrees to resume the defcme thereof and to defend the some at the Sellers own expense, to pay any and all cods, charges, attorneys fees and other expenses, any and all judgmenk that may b, incurred by or obaimd against the Purchaser or any of its or their oRcen. 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 snits or other proceedings, The Seller will in once came the same to be dissolved and discharged by giving bond or otherwise. The Seller and his contractors shall eke all artery precaution, famish and insall all guards necesvry for the prevention of accidents, comply with all lass and regulation with regard to vfay including, be, without limitation, the Occupational Safety and Health An of 1970 and all roles and re,]an. issued pursuant thertm. Revised 03R010 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