Loading...
HomeMy WebLinkAbout20222684.tiffRESOLUTION RE: APPROVE REQUEST FOR EMERGENCY PURCHASE OF 2023 FORD TRANSIT CONNECT CARGO VAN LWB XLT FOR PRINT SHOP, PURSUANT TO STATE OF COLORADO PRICE AGREEMENT (#171748) AMENDMENT #3 (#176657), AND AUTHORIZE CHIEF FINANCIAL OFFICER TO SIGN ALL NECESSARY DOCUMENTS - KGA-FLG, LLC, DBA KEN GARFF FORD GREELEY WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to Colorado statute and the Weld County Home Rule Charter, is vested with the authority of administering the affairs of Weld County, Colorado, and WHEREAS, on the 31st day of January, 2022, the Board of Weld County Commissioners approved Bid #B2200006, 2023 Ford Transit Connect Cargo Van for the Print Shop, awarded to Greiner Ford of Casper, and WHEREAS, on the 19th day of September, 2022, the Board rescinded Bid #B2200006, as Greiner Ford of Casper could no longer build said van at the original bid price, and WHEREAS, on the 21st day of September, 2022, the Board was presented with a request from the Purchasing Department to approve the emergency purchase of a 2023 Ford Transit Connect Cargo Van LWB XLT for the Print Shop, from KGA-FLG, LLC, dba Ken Garff Ford Greeley, pursuant to the State of Colorado Price Agreement (#171748) Amendment #3 (#176657) between the Colorado Department of Personnel and Administration, State Purchasing and Contracts Office, and KGA-FLG, LLC, dba Ken Garff Ford Greeley, a copy of which is attached hereto and incorporated herein by reference, and to waive the ten-day waiting period due to timing constraints, and WHEREAS, the Board of County Commissioners deems it advisable to waive the ten-day waiting period for said emergency purchase. NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld County, Colorado, that the request for emergency purchase of a 2023 Ford Transit Connect Cargo Van LWB XLT for the Print Shop, from KGA-FLG, LLC, dba Ken Garff Ford Greeley, pursuant to the State of Colorado Price Agreement (#171748) Amendment #3 (#176657) between the Colorado Department of Personnel and Administration, State Purchasing and Contracts Office, and KGA-FLG, LLC, dba Ken Garff Ford Greeley, be, and hereby is, approved, and the ten-day waiting period be, and hereby is, waived. BE IT FURTHER RESOLVED by the Board that the van purchase, $35,104.00, be, and hereby is, approved on an emergency basis. BE IT FURTHER RESOLVED by the Board that Cheryl Pattelli, Chief Financial Officer, be, and hereby is, authorized to sign all necessary documents. cc: PvR., ACT(co) FI(cP), FT(DS) Io/27/22 2022-2684 P00023 FT0001 REQUEST FOR EMERGENCY PURCHASE OF 2023 FORD TRANSIT CONNECT CARGO VAN LWB XLT FOR PRINT SHOP, PURSUANT TO STATE OF COLORADO PRICE AGREEMENT (#171748) AMENDMENT #3 (#176657) — KGA-FLG, LLC, DBA KEN GARFF FORD GREELEY PAGE 2 The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 21st day of September, A.D., 2022. BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ATTEST: dir40) cd(t K. James, Chair Weld County Clerk to the Board County ttorney Date of signature: q/29/22 2022-2684 P00023 FT0001 Memorandum TO: Board of County Commissioners FROM: David Springer, Director of Fleet Services SUBJECT: Mid -Sized Cargo Van for the Print Shop (Qty 1) DATE: 09/20/2022 The Fleet Services Department is recommending emergency approval for the purchase of Qty 1- 2023 Ford Transit Connect Cargo Van LWB XLT (S7T), color: Frozen White, from Ken Garff Ford of Greeley, per 2023 State of Colorado Price Agreement Contract Number 171748. The state award price for the print shop van is $35,104.00 (as configured), which is a savings of $768.00 from the adjusted bid price from Greiner Ford of Casper. This purchase replaces the rescinded bid 82200006. If you have any questions, feel free to contact me via phone or e-mail at Extension 3513 or dspringer@weldgov.com. 2022-2684 FT0001 PUUU23 9/19/22, 12:55 PM https://www.bidscolorado.com/co/portal.nsf/xpPriceAgreementRead.xsp?databaseName=CN=GSSBIDS3/O=CO_STATE!!co%5... Agreement #: 171748 Classification: PERMISSIVE Status: Current Duration of Agreement: Period Covered: Oct 18, 2021 To Sep 30, 2023 Category_ Vehicles Commodity Code: Commodity Description: 07000 Vehicles . Ordering/Contact Information Minority Owned: No Company: KGA-FLG LLC Contact: John Wieneke Order Number: 970-616-3721 Fax: Address: 4901 29th Street City, State, ZIP: Greeley, CO 80634 Quote Email: jwieneke@kengarff.com How To Order/Agreement Prices State of Colorado Price Agreement Options: Option to Renew for 0 More Year(s) Small Business: Woman Owned: Doing Business As: Contact Email: Toll Free/Cell Number: Payment Terms: F.O.B.: Delivery: Department of Personnel and Administration State Purchasing Office 1525 Sherman St., 3rd Floor Denver, CO 80203 Amy Risley at (303) 866-5663 No No Ken Garff Ford Greeley jwieneke@kengarff.com Vehicle contract and detail sheets attached. F 150 Lightning Pro has been added see Amendment 2 and attachments Amendment to extend contract is complete and 2023 pricing is added to detail sheets and on amendment attached. Files: mxapplication/pdf 673 KB Ken_Garff_171748.pdf p.!application/pdf 392 KB Amendment_1_Ken_Garff_172130.pdf .?application/pdf 430 KB Amendment_2_Ken_Garff_173292_F150_Lightning_Pro.docx.pdf tm application/pdf 721 KB Amendment_3_Ken_Garff_176657.pdf Contract Status: -select- . Vendor Insurance Certificate Expiration Dates Workers' Comp: General Liability: Not applicable Not applicable Files: • Additional Attachments Other Insurance: Not applicable Other Insurance Description: email: amy.risley@state.co.us Files: ,application/pdf 228 KB Ken Garff C1 2023 Ford Transit Connect.pdf application/pdf 281 KB Ken Garff C4 2023 Ford Transit 350.pdf application/pdf 224 KB Ken Garff D1 2023 Ford Transit Connect.pdf +application/pdf 252 KB Ken Garff D3 2023 Ford Transit 350.pdf 'application/pdf 256 KB Ken Garff D5 2023 Ford Transit 350.pdf t,application/pdf 267 KB Ken Garff F1 2023 Ford Maverick Hyrbid.pdf 6*application/pdf 275 KB Ken Garff F1 2023 Ford Ranger.pdf tgapplication/pdf 276 KB Ken Garff F2 2023 Ford F150.pdf tm' application/pdf 289 KB Ken Garff F3 2023 Ford F250.pdf pa,application/pdf 302 KB Ken Garff F4 2023 Ford F350.pdf application/pdf 281 KB Ken Garff F8 2023 Ford F250 Crew Cab.pdf ojiapplication/pdf 224 KB Ken Garff FE 2023 Ford F150 Lightning.pdf rm application/pdf 224 KB Ken Garff K6 2023 Ford Bronco.pdf Lig application/pdf 190 KB Ken Garff KE 2023 Ford Mustang Mach-E.pdf https://www.bidsco!orado.com/co/portal.nsf/xpPriceAgreementRead.xsp?databaseName=CN=GSSBIDS3/O=CO_STATE! lco%5CPriceAwd.nsf&docu... 1/2 9/19/22, 12:55 PM https://wowv.bidscolorado.com/co/portal.nsf/xpPriceAgreementRead.xsp?databaseName=CN=GSSBIDS3/O=CO_STATE!!co%5... application/pdf 213 KB Ken Garff P4 2023 Ford T350 Transit Cutaway.pdf .:application/pdf 248 KB Ken Garff P5 2023 Ford F650 Cargo Box.pdf application/pdf 188 KB Ken Garff PE 2023 Ford E-Transit.pdf !application/pdf 286 KB Ken Garff T1 2023 F350 Cab Chassis.pdf .application/pdf 283 KB Ken Garff T4 2023 F450 Cab Chassis.pdf jiapplication/pdf 288 KB Ken Garff T5 2023 F550 Cab Chassis.pdf im application/pdf 228 KB Ken Garff C1 2023 Ford Transit Connect.pdf im., application/pdf 281 KB Ken Garff C4 2023 Ford Transit 350.pdf .application/pdf 224 KB Ken Garff D1 2023 Ford Transit Connect.pdf application/pdf 252 KB Ken Garff D3 2023 Ford Transit 350.pdf .application/pdf 252 KB Ken Garff D3 2023 Ford Transit 350-2.pdf p®.application/pdf 256 KB Ken Garff D5 2023 Ford Transit 350.pdf tm .application/pdf 267 KB Ken Garff F1 2023 Ford Maverick Hyrbid.pdf !application/pdf 275 KB Ken Garff F1 2023 Ford Ranger.pdf application/pdf 276 KB Ken Garff F2 2023 Ford F150.pdf rm application/pdf 289 KB Ken Garff F3 2023 Ford F250.pdf . Conditions Of Agreement This Agreement results from the following solicitation: Number: Files: Amendments: Amendment Number: Amendment Effective On: Reason For Amendment: Amendment History: https://www. bidscolorado.com/co/portal.nsf/xpPriceAgreementRead.xsp?databaseName=CN=GSSBI D53/O=CO_STATE!!co%5CPriceAwd.nsf&docu... 2/2 JOHN WIENEKE COMMERCIAL ACCOUNT MANAGER KEN GARFF FORD GREELEY 4901 29'" STREET GREELEY CO 80634 970 616-3721 DIRECT 970 673-2179 CELL .wieneke@kengarff.com 2023 STATE AWARD 171748 WELD COUNTY COLORADO 2023 TRANSIT CONNECT CARGO VAN VEHICLE AS SPEC'D BELOW APPROVED BY X QUANTITY ORDERED $ 35,104.00 ORDER BANK CLOSES 11/2/22 --DON'T WAIT 2023 Transit Connect Cargo Van LWB XLT (S7T) Price Level: 315 Client Proposal Prepared by: JOHN WIENEKE Office: 970-616-3721 Email: jwieneke@kengarff.com Date: 09/15/2022 KEN GARFF FORD GREELEY 14901 29TH STREET, GREELEY, COLORADO , 80634 Office: 970-616-3721 1 Prepared by: JOHN WIENEKE 09/15/2022 KEN GARFF FORD GREELEY 14901 29TH STREET GREELEY COLORADO 180634 2023 Transit Connect Cargo Van LWB XLT (S7T) Price Level: 315 As Configured Vehicle Code Description Base Vehicle S7T Packages 110A Powertrain 992 448 STDAX STDGV Wheels & Tires Base Vehicle Price (S7T) Order Code 110A Includes: - Engine: 2.0L GDI 1-4 Gas Includes auto start/stop technology and EcoMode. - Transmission: 8 -Speed SelectShift Automatic - 3.8 Axle Ratio - GVWR: 5,302 lbs - Tires: 215/55R16 97H XL AS - Wheels: 16" Sparkle Silver -Painted Steel Includes full wheel covers (non -locking lugs). - Cloth Front Bucket Seats Includes 6 -way manual driver seat (fore/aft, up/down, recline) with manual lumbar and 4 -way manual passenger seat (fore/aft, recline) with fold -flat back. - Radio: SYNC 3 w/o Navigation Includes LCD touch screen, AM/FM stereo receiver, SiriusXM satellite radio 911 Assist, AppLink, Apple CarPlay compatiility, Android Auto compatibility, 2 smart -charging USB ports and 4 front speakers. Engine: 2.0L GDI 1-4 Gas Includes auto start/stop technology and EcoMode. Transmission: 8 -Speed SelectShift Automatic 3.8 Axle Ratio GVWR: 5,302 lbs STDTR Tires: 215/55R16 97H XL AS STDWL Seats & Seat Trim Other Options Wheels: 16" Sparkle Silver -Painted Steel Includes full wheel covers (non -locking lugs). Cloth Front Bucket Seats Includes 6 -way manual driver seat (fore/aft, up/down, recline) with manual lumbar and 4 -way manual passenger seat (fore/aft, recline) with fold -flat back. 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. 2 Prepared by: JOHN WIENEKE 09/15/2022 KEN GARFF FORD GREELEY 14901 29TH STREET GREELEY COLORADO 180634 2023 Transit Connect Cargo Van LWB XLT (S7T) Price Level: 315 As Configured Vehicle (cont'd) Code Description PAINT Monotone Paint Application 121 WB 120.6 Wheelbase 58Z Radio: SYNC 3 w/o Navigation Includes 6.5"LCD touch screen, AM/FM stereo receiver, SiriusXM satellite radio, g11 Assist, ApeLink, Apple CarPlay compatibility, Android Auto compatibility, 2 smart -charging USB ports and 4 front speakers. 55A Rear Door Fixed Glass Includes normal tinted glass (2nd-row/rearward). Includes: - Rear Window Wipers 61K 2nd Row Fixed Glass on Both Sides Includes steel mesh window guards. Includes: - 2nd Row Fixed Glass on Passenger Side Only Includes steel mesh window guards. 61M 2nd Row Fixed Glass on Passenger Side Only Includes steel mesh window guards. 76R 51B Reverse Sensing System Tire Repair Kit In lieu of full-size spare wheel. 96F Front Splash Guards/Mud Flaps 76D 18F 66E 65D Fleet Options LED Rear Cargo Area Light In place of the standard rear cargo area light. Front Row Vinyl Floor Cover Composite Bulkhead w/Window Perimeter Anti -Theft Alarm System WARANT Fleet Customer Powertrain Limited Warranty Requires valid FIN code. 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. 3 Prepared by: JOHN WIENEKE 09/15/2022 KEN GARFF FORD GREELEY 14901 29TH STREET GREELEY COLORADO 180634 2023 Transit Connect Cargo Van LWB XLT (S7T) Price Level: 315 As Configured Vehicle (cont'd) Code Description Ford is increasing the 5 -year 60,000 -mile limited powertrain warranty to 5 - years, 100,000 miles. Only Fleet purchasers with a valid Fleet Identification Number (FIN code) will receive the extended warranty. When the sale is entered into the sales reporting system with a sales type fleet along with a valid FIN code, the warranty extension will automatically be added to the vehicle. The extension will stay with the vehicle even if it is subsequently sold to a non -fleet customer before the expiration. This extension applies to both gas and diesel powertrains. Dealers can check for the warranty extension on eligible fleet vehicles in OASIS. Please refer to the Warranty and Policy Manual section 3.13.00 Gas Engine Commercial Warranty. This change will also be reflected in the printed Warranty Guided distributed with the purchase of every new vehicle. Emissions 425 Interior Color PK_01 Exterior Color Z2_01 50 -State Emissions System Palazzo Gray w/Cloth Front Bucket Seats Frozen White 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. 4 Prepared by: JOHN WIENEKE 09/15/2022 KEN GARFF FORD GREELEY 14901 29TH STREET GREELEY COLORADO 180634 2023 Transit Connect Cargo Van LWB XLT (S7T) Price Level: 315 Selected Equip & Specs Dimensions • Exterior length: 190.0" • Exterior width: 72.2" • Exterior height: 72.0" • Wheelbase: 120.6" • Front track: 61.4" • Rear track: 61.7" • Turning radius: 20.0' • Min ground clearance: 5.6" • Front legroom: 41.5" • Front headroom: 46.9" • Front hiproom: 54.2" • Front shoulder room: 57.6" • Passenger volume: 63.2cu.ft. • Cargo volume: 145.8cu.ft. • Maximum cargo volume: 145.8cu.ft. Powertrain • 162hp 2.0L DOHC 16 valve 1-4 engine with iVCT variable valve control, gasoline direct injection • Auto stop -start feature • Driver selectable mode • Recommended fuel : regular unleaded • LEV3-ULEV50. 8 speed automatic transmission with overdrive • Front -wheel drive • Fuel Economy City: 24 mpg • Fuel Economy Highway: 27 mpg • Capless fuel filler Suspension/Handling • Front independent strut suspension with anti -roll bar, gas -pressurized shocks • Rear semi-independent torsion beam suspension with anti -roll bar, gas -pressurized shocks • Electric power -assist rack -pinion Steering • Front and rear 16 x 6.5 steel wheels • P215/55HR16 BSW AS front and rear tires Body Exterior • 4 doors • Sliding left rear passenger • Sliding right rear passenger • Driver and passenger power remote heated, power folding door mirrors • Black door mirrors • Body -coloured bumpers • Black bodyside • Clearcoat paint • Front and rear 16 x 6.5 wheels Convenience • Manual air conditioning • Cruise control with steering wheel controls • Power front windows • Driver and passenger 1 - touch up • Driver and passenger 1 -touch down • Remote power door locks with illuminated entry • Manual tilt steering wheel • Manual telescopic steering wheel * Rearview mirror with auto -dimming • FordPass Connect 4G internet access • SYNC 3 911 Assist emergency SOS • Wireless phone connectivity • Inductive device charging • 2 1st row LCD monitors • Front cupholders • Dual visor mirrors • Full floor console • Full overhead console • Driver and passenger door bins Seats and Trim • Seating capacity of 2 • Front bucket seats • 6 -way driver seat adjustment • Manual driver lumbar support • Manual height adjustable driver seat • 4 -way passenger seat adjustment • Centre front armrest • Cloth seat upholstery Entertainment Features • SiriusXM AM/FM/Satellite radio with radio data system • Auxiliary audio input • SYNC 3 external memory control • Steering wheel mounted radio controls • 4 speakers • Streaming audio • Integrated roof antenna Lighting, Visibility and Instrumentation • Halogen aero-composite headlights • Delay -off headlights • Auto on/off headlights • Front fog lights • Variable intermittent front windshield wipers • Rain sensing wipers * Rear windshield wiper • Light tinted windows • Front reading lights • Tachometer • Compass • Outside temperature display • Camera(s) - rear • Low tire pressure warning • Trip computer * Parking sensors • Trip odometer • Lane departure • Ford Co-Pilot360 - BLIS (Blind Spot Information System) blind spot 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. 5 Prepared by: JOHN WIENEKE 09/15/2022 KEN GARFF FORD GREELEY 14901 29TH STREET GREELEY COLORADO 180634 2023 Transit Connect Cargo Van LWB XLT (S7T) Price Level: 315 Selected Equip & Specs (cont'd) Safety and Security • 4 -wheel ABS brakes • Brake assist with hill hold control • 4 -wheel disc brakes • AdvanceTrac w/Roll Stability Control Electronic stability control • ABS and driveline traction control • Dual front impact airbag supplemental restraint system • Dual seat mounted side impact airbag supplemental restraint system • Safety Canopy System curtain 1st row overhead airbag supplemental restraint system • Airbag supplemental restraint system occupancy sensor • Perimeter/approach lighting • Power remote door locks with * Security system with SecuriLock immobilizer and stolen vehicle tracking system • MyKey restricted driving mode • Manually adjustable front head restraints with tilt ( driver only ) • Ford Co- Pilot360 - BLIS (Blind Spot Information System) blind spot • Ford Co-Pilot360 - Automatic Emergency Braking (AEB) Feature Dimensions General Weights * Curb Payload Front Weights Front GAWR Rear Weights Rear GAWR Fuel Tank type Capacity Off Road Min ground clearance Interior cargo Cargo volume Height Minimum width Powertrain Engine Type Block material Head material Injection Orientation Valves per cylinder Variable valve control Engine Spec Bore 3,724 lbs. GVWR 5,302 lbs. 1,570 lbs. 2,700 lbs. * Front curb weight 2,875 lbs. * Rear curb weight 15.8 gal. Capless fuel filler 6 " Load floor height 145.8 cu.ft. Maximum cargo volume 49.8 " Length 48.7" Aluminum Aluminum Gasoline direct injection Transverse 4 IVCT Cylinders Ignition Liters Recommended fuel Valvetrain 2,203 lbs. 1,521 lbs. Yes 23" 145.8 cu.ft. 87.6" I-4 Spark 2.0L Regular unleaded DOHC 3.44" Compression ratio 12.0:1 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. 6 Prepared by: JOHN WIENEKE 09/15/2022 KEN GARFF FORD GREELEY 14901 29TH STREET GREELEY COLORADO 180634 2023 Transit Connect Cargo Van LWB XLT (S7T) Price Level: 315 Selected Equip & Specs (cont'd) Displacement 122 cu.in. Engine Power Output Alternator Amps Battery Amp hours Run down protection 162 HP @ 6,500 RPM Engine Extras Auto stop -start feature Transmission Electronic control Overdrive Type Transmission Gear Ratios 1st 3rd 5th 7th Reverse Gear ratios Transmission Extras Sequential shift control Drive Type Type Drive Feature Traction control Drive Axle Ratio Exhaust Material Emissions CARB fuel Economy City Fuel type 150 80 Yes Yes Stroke Torque Cold cranking amps Driver selectable mode Yes Lock -up Yes Speed Automatic 4.689 2nd 3.012 4th 1.446 6th 0.747 8th 2.96 SelectShift Front -wheel ABS and driveline 3.8 Stainless steel System type LEV3-ULEV50 EPA 24 mpg Highway Gasoline Combined 3.27" 144 ft. -lb @ 4,500 RPM 800 Yes Yes 8 3.306 1.923 1 0.617 Single Tier 3 Bin 50 27 mpg 25 mpg 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. 7 Prepared by: JOHN WIENEKE 09/15/2022 KEN GARFF FORD GREELEY 14901 29TH STREET GREELEY COLORADO 180634 2023 Transit Connect Cargo Van LWB XLT (S7T) Price Level: 315 Selected Equip & Specs (cont'd) Acceleration 0-60 mph (s) 1/4 Mile Seconds 9.81 17.2 Speed 83 mph Skid Pad Lateral acceleration (g) 0.8 Slalom Speed 59 mph Green Values Energy Impact Score (Barrels per year) 11.9 Carbon FP / Tailpipe and upstream total GHG (CO2, tons per year) 7.1 Driveability Brakes ABS Type Brake Assistance Brake assist Suspension Control Ride Front Suspension Independence Anti -roll bar Front Spring Type Front Shocks Type Rear Suspension Independence Anti -roll bar Rear Spring Type Rear Shocks Type 4 -wheel ABS channels 4 -wheel disc Vented discs Yes Hill hold control 4 Front Yes Regular Electronic stability control Stability control with anti -roll Independent Type Strut Regular Coil Grade Regular Gas -pressurized Semi-independent Type Torsion beam Regular Coil Grade Regular Gas -pressurized 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. 8 Prepared by: JOHN WIENEKE 09/15/2022 KEN GARFF FORD GREELEY 14901 29TH STREET GREELEY COLORADO 180634 2023 Transit Connect Cargo Van LWB XLT (S7T) Price Level: 315 Selected Equip & Specs (cont'd) Steering Activation Steering Specs # of wheels Exterior Front Wheels Diameter Rear Wheels Diameter Front and Rear Wheels Material Front Tires Aspect Sidewalls Tread Width Rear Tires Aspect Sidewalls Tread Width Wheels Front track Turning radius Body Features * Front splash guards Body material Body Doors Door count Right rear passenger Exterior Dimensions Length Body height Side door opening width Rear door opening width Electric power -assist Type Rack -pinion 2 16" Width 16" Width Steel Covers 55 Diameter BSW Speed AS Type 215mm 55 Diameter BSW Speed AS Type 215mm 61.4" Rear track 20.0' Wheelbase Yes * Rear splash guards Fully galvanized steel Side impact beams 4 Left rear passenger Sliding Rear cargo 190.0" 72.0" 32.8" 49.2" Body width Side door opening height Rear door opening height Rear door opening degree 6.50" 6.50" Full wheel 16" H P 16" H P 61.7" 120.6" Yes Yes Sliding Split swing -out 72.2" 32.8" 45.5" 180.0 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. 9 Prepared by: JOHN WIENEKE 09/15/2022 KEN GARFF FORD GREELEY 14901 29TH STREET GREELEY COLORADO 180634 2023 Transit Connect Cargo Van LWB XLT (S7T) Price Level: 315 Selected Equip & Specs (cont'd) Safety Airbags Driver front -impact Yes Driver side -impact Seat mounted Occupancy sensor Yes Overhead Safety Canopy System curtain 1st row Passenger front -impact Yes Passenger side -impact Seat mounted Seatbelt Height adjustable Front Pre-tensioners Front Pre-tensioners (#) 2 Security Immobilizer SecuriLock Restricted driving mode MyKey Seating Passenger Capacity Capacity 2 Front Seats Split Buckets Type Bucket Driver Seat Fore/aft Manual Height adjustable Manual Reclining Manual Way direction control 6 Lumbar support Manual Passenger seat Fore/aft Manual Reclining Manual Way direction control 4 Fold flat Yes Front Head Restraint Control Manual Type W/tilt (driver only) Front Armrest Centre Yes Front Seat Trim Material Cloth Back material Cloth Convenience AC And Heat Type Air conditioning Manual Audio System 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. 10 Prepared by: JOHN WIENEKE 09/15/2022 KEN GARFF FORD GREELEY 14901 29TH STREET GREELEY COLORADO 180634 2023 Transit Connect Cargo Van LWB XLT (S7T) Price Level: 315 Selected Equip & Specs (cont'd) Auxiliary audio input Yes Radio data system Yes Seek -scan Yes Audio Speakers Speaker type Audio Controls Speed sensitive volume Voice activation Radio Radio grade External memory control Regular Speakers Yes Steering wheel controls Yes Streaming audio Audio Antenna Type Integrated roof LCD Monitors st row 2 Cruise Control Cruise control With steering wheel controls Convenience Features Driver foot rest Yes 12V DC power outlet 2 Wireless phone connectivity Yes Inductive device charging Front Door Lock Activation Type Integrated key/remote Door Lock Type Tailgate/rear door lock Included with power door locks Door Locks Extra FOB Controls Remote engine start Smart device only (subscription required) Instrumentation Type Appearance Analog Instrumentation Gauges Tachometer Yes Instrumentation Warnings Oil pressure Lights on Low fuel Yes Yes Yes Primary monitor size (inches) SiriusXM AM/FM/Satellite Regular SYNC 3 4 Yes Yes 6.5 Retained accessory power Yes Emergency SOS SYNC 3 911 Assist Smart device integration Mirroring Power Remote Yes Auto locking Engine/motor temperature Battery Key Door ajar Keyfob (all doors) Yes Yes Yes Yes Yes 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. 11 Prepared by: JOHN WIENEKE 09/15/2022 KEN GARFF FORD GREELEY 14901 29TH STREET GREELEY COLORADO 180634 2023 Transit Connect Cargo Van LWB XLT (S7T) Price Level: 315 Selected Equip & Specs (cont'd) Rear cargo ajar Yes Brake fluid Low tire pressure Yes Instrumentation Displays Clock In -radio display Compass Exterior temp Yes Systems monitor Redundant digital speedometer Yes Camera(s) - rear Instrumentation Feature Trip computer * Parking sensors Blind spot Rear collision Steering Wheel Type Material Telescoping Front Side Windows Window 1st row activation Windows Rear Side *2nd row activation Window Features 1 -touch down Tinted Front Windshield Wiper Rear Windshield *Wiper Interior Driver Visor Mirror Passenger Visor Mirror Rear View Mirror * Auto -dimming Trim Door Trim insert Yes Trip odometer Rear Lane departure Warning Forward collision Warning Pedestrian detection Yes Yes Yes Yes Yes Active Mitigation Prevention Urethane Tilting Manual Manual Power Fixed Driver and passenger 1 -touch up Driver and passenger Light Variable intermittent Rain detecting wipers Yes Regular *Window Fixed Yes Yes Yes Cloth 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. 12 Prepared by: JOHN WIENEKE 09/15/2022 KEN GARFF FORD GREELEY 14901 29TH STREET GREELEY COLORADO 180634 2023 Transit Connect Cargo Van LWB XLT (S7T) Price Level: 315 Selected Equip & Specs (cont'd) Headliner Coverage Front Material Floor Trim Coverage Front * Covering Mats Carpet front and rear Trim Feature Gear shifter material Urethane Interior accents Lighting Dome light type Delay Front reading Illuminated entry Yes Variable IP lighting Floor Console Storage Storage Yes Type Overhead Console Storage Storage Yes Type Storage Driver door bin Yes Front Beverage holder(s) Glove box Yes Passenger door bin Cargo Space Trim Floor Vinyl/rubber Cargo Space Feature Tie downs Yes Light * Partition Yes * Tire mobility kit Legroom Front 41.5" Headroom Front 46.9" Hip Room Front 54.2" Shoulder Room Front 57.6" Interior Volume Passenger volume 63.2 cu.ft. Cloth Vinyl/rubber Chrome Yes Yes Full Full Yes Yes Yes Yes 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. 13 Prepared by: JOHN WIENEKE 09/15/2022 KEN GARFF FORD GREELEY 14901 29TH STREET GREELEY COLORADO 180634 2023 Transit Connect Cargo Van LWB XLT (S7T) Price Level: 315 Warranty Standard Warranty Basic Distance Powertrain Distance Corrosion Perforation Distance Roadside Assistance Distance 36,000 miles Months 60,000 miles Months Unlimited miles Months 60,000 miles Months 36 months 60 months 60 months 60 months 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. 14 Class: Small Van Colorado State Fleet Management 2023 VEHICLE SPECIFICATIONS Dealers Invitation to Bid Body Code: C1 CARGO VAN MINI Representative Models: 1: FORD TRANSIT CONNECT 2: RAM PROMASTER CITY MAKE: FORD 4: MODEL: TRANSIT CONNECT OEM MODEL S: E7S Page 1 of 3 Cl for weld county TRIM LEVEL: XL CARGO OEM CODE: 100A STANDARD SPECIFICATIONS: OEM CODE INDICATE ACTUAL DEALER SPECIFICATIONS 100 PASS: 2 PERSONS MIN. STANDARD 115 TWO, SWING -OUT, REAR DOORS STANDARD 116 DUAL SLIDING SIDE DOORS STANDARD 140 TIRES: ALL SEAS M&S RADIAL 215155R16 97H XL ALL SEASON 146 FULL SIZE SPARE TIRE MOUNTED STANDARD 162 WINDOW REAR DOOR ONLY (VAN) STANDARD 182 WHEELBASE: 114.0 IN. MIN 120.6 WHEELBASE 190 GVW RATING: 4750 5302 298 CRUISE CONTROL/TILT 525 INCLUDED 300 AIR CONDITIONING STANDARD 302 RADIO: AM/FM STANDARD 307 POWER BRAKES & POWER STEERING STANDARD 308 ABS BRAKES STANDARD 310 SEATS: CLOTH SEATS CB STANDARD 342 AIR BAG - DRIVER & PASSENGER STANDARD 350 STD ENG: SPECIFY 992 2.0L GDI 14 GAS ( NON FFV ) 400 MIRRORS: RIGHT AND LEFT STANDARD 404 INTERMITTENT WIPERS STANDARD 410 TRANSMISSION: AUTOMATIC STANDARD 8 SPEED 413 TWO -WHEEL DRIVE: FRONT STANDARD 752 AXLE RATIO: SPECIFY 3.8 x- 863 BACKUP CAMERA STANDARD 910 PRIMARY FUEL: UNLEADED STANDARD 991 STD MIN WRNTY - BUMPER TO BUMPER 3/36 STANDARD AVAILABLE OPTIONS: OEM CODEACTUAL/COMMENTS PRICE 133 BACKUP ALARM KGF BACK UP ALARM 195.00 143 TIRES: OPTION 81, LIST SIZE: NO OTHER OPTION 0.00 160 WINDOWS ALL AROUND (VAN) 61K 2ND ROW FIXED ONLY 190.00 165 DELETE ALL WINDOWS NO DELETE ON STANDARD SPEC 0.00 216 NON -STD ENGINE OPTION A: NO OTHER AVAILABLE 0.00 Colorado State Fleet Management 2023 VEHICLE SPECIFICATIONS Dealers Invitation to Bid Class: Small Van Body Code: Cl CARGO VAN MINI Representative Models: 1: FORD TRANSIT CONNECT 3: 2: RAM PROMASTER CITY 4: Page 2 of 3 MAKE: FORD MODEL: TRANSIT CONNECT OEM MODEL #: E7S TRIM LEVEL: XL CARGO OEM CODE: 100A AVAILABLE OPTIONS: OEM CODEACTUAL/COMMENTS PRICE 217 ENG OPTION: DIESEL NOT AVAILABLE 0.00 218 NON -STD ENGINE OPTION B: 992/98A 2.0L GDI 14 FLEX FUEL 165.00 239 GVW OPTION: SPECIFY NO OTHER AVAILABLE 0.00 249 AXLE RATIO OPTION: SPECIFY NO OTHER AVAILABLE 0.00 252 CNG PREP PACKAGE 997 REQUIRES 997 ENGINE UPGRADE 315.00 254 ALT FUEL- OEM BI FUEL SPECIFY TANK LOC NOT AVAILABLE 0.00 255 ALT FUEL -OEM DEDICATED SPEC TANK LOC NOT AVAILABLE 0.00 256 E85 -OEM BI FUEL 992/98A SEE LINE 218 165.00 262 DARKEST LEGAL TINT AVAIL KGF UP TO 5 WINDOWS 345.00 284 REMOTE KEYLESS ENTRY STANDARD 0.00 305 AUXILIARY AIR CONDITIONING NOT AVAILABLE THIS MODEL 0.00 306 AUXILIARY HEATING NOT AVAILABLE THIS MODEL 0.00 311 SEATS: VINYL SEATS SB VINYL SEATS 0.00 331 BULKHEAD USU MESH PARTITION 842.00 336 BULKHEAD - WALK THROUGH NOT AVAILABLE THIS MODEL 0.00 337 PLUMBING, HVAC INTERIOR PACKAGE USU HVAC PACKAGE 3,625.00 338 ELECTRICAL, GAS APPL REPAIR INTERIOR USU ELECTRICIAN PACKAGE 3,254.00 403 REAR WINDOW DEFROSTER 43D REAR WINDOW DEFROSTER 150.00 408 REAR AXLE -ANTI SPIN NOT AVAILABLE 0.00 409 ALL WHEEL DRIVE NOT AVAILABLE 0.00 443 PKG: STROBE LIGHT (Attachment) 443 SEE ATTACHMENT 950.00 444 PRE -HEATER 41H ENGINE BLOCK HEATER 100.00 472 EPACTAFV CREDIT: Specify NOT AVAILABLE 0.00 520 POWER LOCKS STANDARD 0.00 526 POWER MIRRORS 545 POWER HEATED MIRRORS 130.00 530 POWER WINDOWS STANDARD 0.00 541 DELETE DAYTIME/AUTO HEADLIGHTS CONFIGURABLE DRL STANDARD 0.00 599 AUDIO UPGRADE 58Z SYNC 3 W/O NAVIGATION 595.00 608 HYBRID GAS/ELECTRIC NOT AVAILABLE 0.00 643 ADD DAYTIME RUNNING LIGHTS 942 DRL NON CONFIGURABLE 0.00 652 LADDER RACK USU GOAL POST STYLE 2 POST 803.00 658 EXTRA KEYS & REMOTES 87R 2 EXTRA FACTORY KEYS ONLY 65.00 694 DIESEL ENG B20 COMPLIANT NOT AVAILABLE 0.00 763 PHEV (PLUG IN HYBRID ELEC VEH) NOT AVAILABLE 0.00 845 BLIND SPOT NOTIFICATION 85D BLIS 575.00 Colorado State Fleet Management 2023 VEHICLE SPECIFICATIONS Dealers Invitation to Bid Class: Small Van Body Code: C1 CARGO VAN MINI Representative Models: 1: FORD TRANSIT CONNECT 2: RAM PROMASTER CITY 3: 4: MAKE: FORD MODEL: TRANSIT CONNECT OEM MODEL #: E7S Page 3 of 3 TRIM LEVEL: XL CARGO OEM CODE: 100A AVAILABLE OPTIONS: 854 MEDIUM ROOF OEM CODEACTUAL/COMMENTS NOT AVAILABLE PRICE 0.00 855 HIGH ROOF NOT AVAILABLE 0.00 887 BEV(BATTER/ELECTRIC) NOT AVAILABLE 0.00 982 EXT WARRANTY - POWER TRAIN 5/100,000 ESPPT 5YR/100K $0 DEDUCTIBLE 3,195.00 AVAILABLE COLORS: Please attach manufacturer color chart OTHER VEHICLE SPECIFICATIONS / OPTIONS (Please attach separate sheet if necessary) SEE ATTACHED PRICE LIST WITH OTHER OPTIONS STARTING @ PRICE 100.00 MOBILITY UPFITS AVAILABLE sTARTING @ 10,500.00 STANDARD FACTORY WARRANTY (Attach detailed description): MILES MONTHS Bumper to Bumper 36000 36 Drive Train Other 60000 60 60000 60 OPTIONAL FACTORY WARRANTY (Attach detailed description): MILES NO OTHER 0 EPA FUEL RATING: 24 M.P.G CITY, OEM MINIMUM FUEL RATED OCTANE: 85 DELIVERY: 60-300 MONTHS PRICE 0 0 27 M.P.G HIGHWAY DAYS FROM DEALER RECEIPT OF ORDER FROM STATE (E.G. 90 DAYS) IDENTIFY ANY EXCEPTIONS TO SPECIFICATIONS: SOME UPFIT PRICES ARE SUBJECT TO CHANGE DUE TO COMMODITY RESTRAINTS CONTACT DEALER FOR PRICING AT ORDER TIME DEALER NAME: KEN GARFF FORD GREELEY DEALER PHONE: 970 616-3721 BIDDER'S NAME: JOHN WIENEKE Ken Goff Ford GreeleY SIGNATURE: Greeley, CO 80634 John Wleneke Commercial Account Manager Jvieneke@kengarM.com Phone: 970-616-3721 Cell: 970-673-2179 DocuSign Envelope ID: 5394E1A9-C7F0-4917-BCC9-562BB5386F23 STATE OF COLORADO PRICE AGREEMENT AMENDMENT # 3 SIGNATURE AND COVER PAGE State Agency Department of Personnel and Administration, State Purchasing and Contracts Office Original Contract Number 171748 Contractor KGA-FLG LLC dba Ken Garff Ford Greeley Amendment Contract Number 176657 Amendment Performance Beginning Date Amendment Effective Date Contract Expiration Date September 30, 2023 THE PARTIES HERETO HAVE EXECUTED THIS AMENDMENT Each person signing this Amendment represents and warrants that he or she is duly authorized to execute this Amendment and to bind the Party authorizine his or her signature. CONTRACTOR KGA-FLG LLC dba Ken Garff Ford Greeley ,-DoeuSigned by: STATE OF COLORADO Jared Polis, Governor Department of Personnel and Administration, State Purchasing and Contracts Office Tony Gherardini, Executive Director j ( Wt` ,,-D/oeuSigned by: `--9Fcno dedamWieneke, Commercial Account Manager Date: 6/9/2022 36U,l,, itto, -rrosoF1 pm mian Chapman, Sate Purchasing Manager Date: 6/9/2022 In accordance with §24-30-202 C.R.S., this Amendment is not valid until signed and dated below by the State Controller or an authorized delegate. STATE CONTROLLER Robert Jams, CPA, MBA, JD Do_c/uSigned by: BY[u L5.ALL 6.Lit et BDtAC4g7t3aC498_. Rachael Kamlet Amendment Effective Date: 6/9/2022 Amendment Contract Number:CMS 176657 Page 1 of 4 DocuSign Envelope ID: 5394E1A9-C7F0-4917-BCC9-562BB5386F23 I. PARTIES This Amendment (the "Amendment") to the Original Contract shown on the Signature and Cover Page for this Amendment (the "Contract") is entered into by and between the Contractor, and the State. 2. TERMINOLOGY Except as specifically modified by this Amendment, all terms used in this Amendment that are defined in the Contract shall be construed and interpreted in accordance with the Contract. 3. AMENDMENT EFFECTIVE DATE AND TERM A. Amendment Effective Date This Amendment shall not be valid or enforceable until the Amendment Effective Date shown on the Signature and Cover Page for this Amendment. The State shall not be bound by any provision of this Amendment before that Amendment Effective Date, and shall have no obligation to pay Contractor for any Work performed or expense incurred under this Amendment either before or after of the Amendment term shown in §3.B of this Amendment. B. Amendment Term The Parties' respective performances under this Amendment and the changes to the Contract contained herein shall commence on the Amendment Effective Date shown on the Signature and Cover Page for this Amendment. 4. PURPOSE This amendment is to replace Exhibit C, Exhibit C (1) and Exhibit C (2) with Exhibit C (3) and to extend the contract. 5. MODIFICATIONS The Contract and all prior amendments thereto, if any, are modified as follows: A. Commencing on the Amendment Effective Date the Exhibit C (3) price list shall be in effect. All references to Exhibit C, Exhibit C (1) and Exhibit C (2) shall also reference Exhibit C (3). B. Commencing on the Amendment Effective Date the term of the Contract is extended to September 30, 2023. 6. LIMITS OF EFFECT AND ORDER OF PRECEDENCE This Amendment is incorporated by reference into the Contract, and the Contract and all prior amendments or other modifications to the Contract, if any, remain in full force and effect except as specifically modified in this Amendment. Except for the Special Provisions contained in the Contract, in the event of any conflict, inconsistency, variance, or contradiction between the provisions of this Amendment and any of the provisions of the Contract or any prior modification to the Contract, the provisions of this Amendment shall in all respects supersede, govern, and control. The provisions of this Amendment shall only supersede, govern, and control over the Special Provisions contained in the Contract to the extent that this Amendment specifically modifies those Special Provisions. Amendment Contract Number:CMS 176657 Page 2 of 4 DocuSign Envelope ID: 5394E1A9-C7F0-4917-BCC9-562BB5386F23 A9-C7F0-4917-BCC9-562BB5386F23 EXHIBIT C (3), VEHICLE AND PRICE LIST Find Detail Sheets attached in BIDS Body Code Body Code Description p Make Model Model Year Base Price Cargo Van Mini Transit Connect LOW Transit Connect 2023 $29,234 C1 C1 Cargo Van Mini Transit Connect FFV Option Transit Connect 2023 $29,399 C4 Cargo Van 1 Ton Ford Roof Transit 350 Medium Ford Transit 350 2023 $43,403 C4 Cargo Van 1 Ton Ford Transit 350 High Roof Ford Transit 350 2023 $45,453 D1 Pass Van Mini (5 Pass) LOW Ford Transit Connect Ford Transit Connect 2023 $30,303 D1 Pass Van Mini (5 FFV Pass) Option Ford Transit Connect Ford Transit Connect 2023 $30,468 D3 Pass Van (12 Pass)Ford Standard Transit 350 FFV Ford Transit 350 2023 $44,999 D3 Pass Van (12 Pass) )Ford Roof Transit 350 Medium Ford Transit 350 2023 $46,129 D3 Pass Van (12 Pass) )Ford Transit 350 High Roof Ford Transit 350 2023 $47,574 D5 Pass Van (15 Pass)Ford Standard Transit 350 FFV Ford Transit 350 2023 $46,289 D5 Pass Van (15 Pass) Transit 350 High Roof Ford Transit 350 2023 $48,864 D5 Pass Van (15 Pass) Transit 350 Medium Roof Ford Transit 350 2023 $47,419 Fl Small FWD PU Ford Maverick Hyrbid Ford Maverick 2023 $22,586 FE 1/2 Ton Ford F-150 Lighnting Pro Electric Ford Lightning Pro 2023 $54,203 F2 1/2 Ton 4x4 Short Ford bed, F150 FFV Low Standard Extended Cab, Ford F150 2023 $34,934 F2 1/2 Ton 4x4 F150 CNG Bi-Fuel Ford F150 2023 $51,559 F3 3/4 Ton 4x4 Ford F250 Diesel Ford F250 2023 $52,264 F3 3/4 Ton 4x4 Ford F250 CNG Bifuel Ford F250 2023 $61,084 F3 3/4 Ton 4x4 Ford F250 CNG Dedicated Ford F250 2023 $61,084 F4 1 Ton 4x4 Ford F350 CNG Bifuel Ford F350 2023 $62,460 F4 1 Ton 4x4 Ford F350 PHEV Ford F350 2023 $72,145 F4 1 Ton 4x4 Ford F350 Hybrid Ford F350 2023 $64,145 FS 3/4 T F250 Crew Cab Hybrid Ford F250 2023 $64,391 F8 3/4 T F250 Crew Cab PHEV Ford F250 2023 $72,391 F8 3/4 T F250 Crew Cab CNG Bifuel Ford F250 2023 $62,706 K6 Pass Util Ex Small 4X4 Util Ford Bronco LOW Ford Bronco 2023 $32,939 KE Pass Util Electric 4x4 Low Ford Mustang Mach -E Ford Mustang E Mach- 2023 $50,435 Amendment Contract Number CMS 176657 Page 3 of 4 DocuSign Envelope ID: 5394E1A9-C7Fo-4917-BCC9-562BB5386F23 P4 1 Ton Cargo Box Ford Transit Cutaway Low Ford Transit Cutaway 2023 $52,755 PE Ford E -Transit Delivery Van Electric Ford Transit T350 2023 $54,555 P5 Ford F650 4X2 2 1/2 Ton Cargo Box FFV Option Ford F5650 2023 $87,472 T1 Cab & Chassis (DRW) 1 Ton F350 Low Ford F350 2023 $41,806 T1 Cab & Chassis (DRW) 1 Ton F350 FFV Standard Ford F350 2023 $41,806 T1 Cab & Chassis (DRW) 1 Ton F350 Diesel Ford F350 2023 $51,956 T4 Cab & Chassis (DRW) 1 1/2 Ton F450 Low Ford F450 2023 $44,846 T4 Cab & Chassis (DRW) 1 1/2 Ton F450 Diesel Ford F450 2023 $54,171 T5 Cab & Chassis (DRW) 2 Ton F550 Low Ford F550 2023 $45,838 T5 Cab & Chassis (DRW) 2 Ton F550 Diesel Ford F550 2023 $55,163 Amendment Contract Number: CMS 176657 Page 4 of 4 DocuSign Envelope ID: B30D8762-7A50-45C3-9C40-BA9DC581CBCB CMS # 171748 STATE OF COLORADO PRICE AGREEMENT SIGNATURE AND COVER PAGE State Agency Department of Personnel and Administration, State Purchasing and Contracts Office Contract Number 171748 Contractor KGA-FLG LLC dba Ken Garff Ford Greeley Contract Performance Beginning Date October 18, 2021 Contract Description 2022 or newer model year fleet vehicles Initial Contract Expiration Date September 30, 2022 THE PARTIES HERETO HAVE EXECUTED THIS CONTRACT Each person signing this Contract represents and warrants that he or she is duly authorized to execute this Contract and to bind the Party authorizing his or her signature. CONTRACTOR KGA-FLG LLC dba Ken Garff Ford Greeley r-DocuSigned by: iota, OJ u a t, `-alyoadeflmElAkieneke, Commercial Account Manager Date: 10/18/2021 STATE OF COLORADO Jared Polis, Governor Department of Personnel and Administration, State Purchasing and Contracts Office Kara Veitch, Executive Director DocuSigned by: C ayiArf Jtapman, State Purchasing Manager Date: 10/18/2021 In accordance with §24-30-202, C.R.S., this Contract is not valid until signed and dated below by the State Controller or an authorized delegate. STATE CONTROLLER Robert Jaros, CPA, MBA, JD By: CDocuSigned by: wt,�st% AE2B5FC1373241aoe weber Effective Date:10/18/2021 Contract Number: 171748 Page 1 of 22 Version 062020 DocuSign Envelope ID: B30D8762-7A50-45C3-9C40-BA9DC581CBCB CMS # 171748 TABLE OF CONTENTS SIGNATURE AND COVER PAGE 1 1. PARTIES 2 2. TERM AND EFFECTIVE DATE 2 3. AUTHORITY 4 4. PURPOSE 4 5. DEFINITIONS 4 6. STATEMENT OF WORK 7 7. PAYMENTS TO CONTRACTOR 7 8. RESERVED 8 9. REPORTING - NOTIFICATION 8 10. CONTRACTOR RECORDS 8 11. CONFIDENTIAL INFORMATION -STATE RECORDS 9 12. CONFLICTS OF INTEREST 10 13. INSURANCE 10 14. BREACH 12 15. REMEDIES 13 16. DISPUTE RESOLUTION 15 17. NOTICES AND REPRESENTATIVES 15 18. RIGHTS IN WORK PRODUCT AND OTHER INFORMATION 16 19. GOVERNMENTAL IMMUNITY 16 20. STATEWIDE CONTRACT MANAGEMENT SYSTEM 16 21. GENERAL PROVISIONS 17 22. COLORADO SPECIAL PROVISIONS (COLORADO FISCAL RULE 3-3) 20 EXHIBIT A, GENERAL WORK REQUIREMENTS 1 EXHIBIT B, STATEMENT OF WORK 1 EXHIBIT C, PRODUCTS AND PRICING 1 EXHIBIT D, HIPAA BUSINESS ASSOCIATE AGREEMENT 1 1. PARTIES This Contract is entered into by and between Contractor named on the Signature and Cover Page for this Contract (the "Contractor"), and the STATE OF COLORADO acting by and through the State agency named on the Signature and Cover Page for this Contract (the "State"). Contractor and the State agree to the terms and conditions in this Contract. 2. TERM AND EFFECTIVE DATE A. Effective Date This Contract shall not be valid or enforceable until the Effective Date. The State shall not be bound by any provision of this Contract before the Effective Date, and shall have no obligation to pay Contractor for any Work performed or expense incurred before the Effective Date or after the expiration or sooner termination of this Contract. B. Initial Term The Parties' respective performances under this Contract shall commence on the Contract Performance Beginning Date shown on the Signature and Cover Page for this Contract and shall terminate on the Initial Contract Expiration Date shown on the Signature and Cover Contract Number: 171748 Page 2 of 22 Version 062020 DocuSign Envelope ID: B30D8762-7A50-45C3-9C40-BA9DC581CBCB CMS # 171748 Page for this Contract (the "Initial Term") unless sooner terminated or further extended in accordance with the terms of this Contract. C. Extension Terms i. The Parties may extend the Term of this Contract by written amendment for one (1) additional twelve (12) month period executed by the Parties and approved by the State Controller prior to the termination of the Contract on September 30, 2022. ii. Continuation of this Contract beyond the initial term is not a right of the Contractor. The State may enter into an amendment to extend the Term when such extension is clearly in the best interest of the State. D. End of Term Extension If this Contract approaches the end of its Initial Term, or any Extension Term then in place, the State, at its discretion, upon written notice to Contractor as provided in §17, may unilaterally extend such Initial Term or Extension Term for a period not to exceed 2 months (an "End of Term Extension"), regardless of whether additional Extension Terms are available or not. The provisions of this Contract in effect when such notice is given shall remain in effect during the End of Term Extension. The End of Term Extension shall automatically terminate upon execution of a replacement contract or modification extending the total term of this Contract. E. Order Term Orders may only be placed prior to the expiration or earlier termination of this Contract, but may have a delivery date or performance period that extends no longer than 240 calendar days following that expiration or earlier termination date. Regardless of whether this Contract has expired or has been terminated, the Contractor shall comply with all Orders that extend past the expiration or termination, as described in this section, and all requirements of this Contract necessary to complete all outstanding Orders shall survive the expiration or termination of this Contract until all such Orders are complete. F. Early Termination in the Public Interest The State is entering into this Contract to serve the public interest of the State of Colorado as determined by its Governor, General Assembly, or Courts. If this Contract ceases to further the public interest of the State, the State, in its discretion, may terminate this Contract in whole or in part. This subsection shall not apply to a termination of this Contract by the State for breach by Contractor, which shall be governed by §15.A.i. i. Method and Content The State shall notify Contractor of such termination in accordance with §17. The notice shall specify the effective date of the termination and whether it affects all or a portion of this Contract. ii. Obligations and Rights Upon receipt of a termination notice for termination in the public interest, Contractor shall be subject to the rights and obligations set forth in §15.A.i.a. iii. Payments If the State terminates this Contract in the public interest, the Purchasing Entities shall pay Contractor according to their orders with the Contractor. The sum of any and all Contract Number: 171748 Page 3 of 22 Version 062020 DocuSign Envelope ID: B30D8762-7A50-45C3-9C40-BA9DC581CBCB CMS # 171748 payments shall not exceed the maximum amount payable to Contractor under each order. 3. AUTHORITY Authority to enter into this Contract exists in §24-102-202, C.R.S. and 1 CCR 101-9 8-24-102- 202-01. 4. PURPOSE The Parties are entering into this Contract for the Contractor to provide 2022 or newer model year fleet vehicles to Purchasing Entities. The Contractor was selected as a result of ITN-SPCO-AR- 22-001. 5. DEFINITIONS The following terms shall be construed and interpreted as follows: A. "Business Day" means any day in which the State is open and conducting business, but shall not include Saturday, Sunday or any day on which the State observes one of the holidays listed in §24-11-101(1), C.R.S. B. "Business Interruption" means any event that disrupts Contractor's ability to complete the Work for a period of time, and may include, but is not limited to a Disaster, power outage, strike, loss of necessary personnel or computer virus. C. "Ceiling Price" means the maximum price Contractor or a Subcontractor may charge for a Good or Service under this Contract. D. "Chief Procurement Officer" means the individual to whom the Executive Director has delegated his or her authority pursuant to §24-102-202, C.R.S. to procure or supervise the procurement of all supplies and services needed by the state. E. "CJI" means criminal justice information collected by criminal justice agencies needed for the performance of their authorized functions, including, without limitation, all information defined as criminal justice information by the U.S. Department of Justice, Federal Bureau of Investigation, Criminal Justice Information Services Security Policy, as amended and all Criminal Justice Records as defined under §24-72-302, C.R.S. F. "Contract" means this Price Agreement, including all attached Exhibits, all documents incorporated by reference, all referenced statutes, rules and cited authorities, and any future modifications thereto. G. "Contract Funds" means the funds that have been appropriated, designated, encumbered, or otherwise made available for payment by a Purchasing Entity for Orders placed under this Contract. H. "CORA" means the Colorado Open Records Act, §§24-72-200.1, et. seq., C.R.S. I. "Disaster" means an event that makes it impossible for Contractor to perform the Work out of its regular facility or facilities, and may include, but is not limited to, natural disasters, fire or terrorist attacks. Contract Number: 171748 Page 4 of 22 Version 062020 DocuSign Envelope ID: B30D8762-7A50-45C3-9C40-BA9DC581CBCB CMS # 171748 J. "End of Term Extension" means the time period defined in §2.D. K. "Environmentally Preferable Products" means products that have a lesser or reduced adverse effect on human health and the environment when compared with competing products that serve the same purpose, as defined in §24-103-904, C.R.S. L. "Effective Date" means the date on which this Contract is approved and signed by the Colorado State Controller or designee, as shown on the Signature and Cover Page for this Contract. M. "Exhibits" means the following exhibits attached to this Contract: i. Exhibit A, General Requirements. ii. Exhibit B, Statement of Work. iii. Exhibit C, Products and Pricing iv. Exhibit D, HIPAA Business Associate Agreement N. "Extension Term" means the time period defined in §2.C O. "Goods" means any movable material acquired, produced, or delivered by Contractor as set forth in this Contract and shall include any movable material acquired, produced, or delivered by Contractor in connection with the Services. P. "Incident" means any accidental or deliberate event that results in or constitutes an imminent threat of the unauthorized access, loss, disclosure, modification, disruption, or destruction of any communications or information resources of the State, which are included as part of the Work, as described in §§24-37.5-401, et. seq., C.R.S. Incidents include, without limitation (i) successful attempts to gain unauthorized access to a State system or State Information regardless of where such information is located; (ii) unwanted disruption or denial of service; (iii) the unauthorized use of a State system for the processing or storage of data; or (iv) changes to State system hardware, firmware, or software characteristics without the State's knowledge, instruction, or consent. Q. "Initial Term" means the time period defined in §2.B R. "Order" means any delivery order, purchase order, contract, agreement or other binding document used by a Purchasing Entity to order the Goods and Services described in this Contract from the Contractor, and shall include any modification to such a document. S. "Party" means the State or Contractor, and "Parties" means both the State and Contractor. T. "Purchasing Entity" means any entity or organization that has been authorized by the State to place Orders with the Contractor, and may include, without limitation, agencies of the State, institution of higher education within the State, political subdivisions of the State, authorized non-profit organizations and other authorized entities. U. "PCI" means payment card information including any data related to credit card holders' names, credit card numbers, or the other credit card information as may be protected by state or federal law. V. "PII" means personally identifiable information including, without limitation, any information maintained by the State about an individual that can be used to distinguish or trace an individual's identity, such as name, social security number, date and place of birth, mother's maiden name, or biometric records; and any other information that is linked or linkable to an individual, such as medical, educational, financial, and employment Contract Number: 171748 Page 5 of 22 Version 062020 DocuSign Envelope ID: B30D8762-7A50-45C3-9C40-BA9DC581CBCB CMS # 171748 information. PII includes, but is not limited to, all information defined as personally identifiable information in §24-72-501, C.R.S. W. "PHI" means any protected health information, including, without limitation any information whether oral or recorded in any form or medium: (i) that relates to the past, present or future physical or mental condition of an individual; the provision of health care to an individual; or the past, present or future payment for the provision of health care to an individual; and (ii) that identifies the individual or with respect to which there is a reasonable basis to believe the information can be used to identify the individual. PHI includes, but is not limited to, any information defined as Individually Identifiable Health Information by the federal Health Insurance Portability and Accountability Act. X. "Services" means the services to be performed by Contractor as set forth in this Contract, and shall include any services to be rendered by Contractor in connection with the Goods. Y "State Confidential Information" means any and all State Records not subject to disclosure under CORA. State Confidential Information shall include, but is not limited to, PII, PCI, PHI, Tax Information, CJI, and State personnel records not subject to disclosure under CORA. Z. "State Fiscal Rules" means that fiscal rules promulgated by the Colorado State Controller pursuant to §24-30-202(13)(a), C.R.S.. AA. "State Fiscal Year" means a 12 month period beginning on July 1 of each calendar year and ending on June 30 of the following calendar year. If a single calendar year follows the term, then it means the State Fiscal Year ending in that calendar year. BB. "State Records" means any and all State data, information, and records, regardless of physical form, including, but not limited to, information subject to disclosure under CORA. CC. "Subcontractor" means third -parties, if any, engaged by Contractor to aid in performance of the Work. The term "Subcontractor" includes, without limitation, any dealers, distributors, partners or resellers engaged by the Contractor to perform the Work. DD. "Tax Information" means federal and State of Colorado tax information including, without limitation, federal and State tax returns, return information, and such other tax -related information as may be protected by federal and State law and regulation. Tax Information includes, but is not limited to all information defined as federal tax information in Internal Revenue Service Publication 1075. EE. "Work" means the Goods delivered and Services performed pursuant to this Contract. FF. "Work Product" means the tangible and intangible results of the Work, whether finished or unfinished, including drafts. Work Product includes, but is not limited to, documents, text, software (including source code), research, reports, proposals, specifications, plans, notes, studies, data, images, photographs, negatives, pictures, drawings, designs, models, surveys, maps, materials, ideas, concepts, know-how, and any other results of the Work. "Work Product" does not include any material that was developed prior to the Effective Date that is used, without modification, in the performance of the Work. Any other term used in this Contract that is defined in an Exhibit shall be construed and interpreted as defined in that Exhibit. Contract Number: 171748 Page 6 of 22 Version 062020 DocuSign Envelope ID: B30D8762-7A50-45C3-9C40-BA9DC581CBCB CMS # 171748 6. STATEMENT OF WORK Contractor shall complete the Work as described in this Contract and in accordance with the provisions of Exhibits A and B and any Order. 7. PAYMENTS TO CONTRACTOR A. Payments Under Orders i. Each Purchasing Entity will make its own payments under any Order that it enters into. The State shall not be liable to Contractor for any payments due under any Order unless the State is a party to that Order. ii. Contractor shall allow the State and Purchasing Entities to use a procurement card or other credit card to make payments under any Order, in addition to any other payment procedure available to the State or Purchasing Entity. iii. The State shall not pay any amount to Contractor under this Contract unless the state issues an Order, at which time it shall pay Contractor in accordance with that Order. The State shall not be responsible for payment under any Order that is issued by a Purchasing Entity that is not the State, and the Contractor shall seek no payment or other compensation from the State for any Work performed under any Order issued by and Purchasing Entity that is not the State. B. Payment Procedures Invoices Contractor shall invoice each Purchasing Entity in accordance with that Purchasing Entity's Order. Contractor shall not invoice the State under any Order unless the State is a party to that Order. Contractor shall allow 45 days for the State and Purchasing Entities to pay an invoice following the receipt of that invoice, unless the State or a Purchasing Entity specifically agrees to a shorter time in an Order. ii. Payment Disputes Unless different procedures are specified in an Order, if Contractor disputes any calculation, determination or amount of any payment, Contractor shall notify the Purchasing Entity issuing the Order in writing of its dispute within 30 days following the earlier to occur of Contractor's receipt of the payment or notification of the determination or calculation of the payment by that Purchasing Entity. The Purchasing Entity will review the information presented by Contractor and may make changes to its determination based on this review. The calculation, determination or payment amount that results from the Purchasing Entity's review shall not be subject to additional dispute under this subsection. No payment subject to a dispute under this subsection shall be due until after the Purchasing Entity has concluded its review, and the Purchasing Entity shall not pay any interest on any amount during the period it is subject to dispute under this subsection. iii. Discount and Delinquency Period Any applicable cash discount period or delinquency period for the amounts shown on an invoice shall begin on the date of the Purchasing Entity's approval of that invoice, or from the date of receipt of acceptable Goods or Services at the specified destination by an authorized Purchasing Entity representative, whichever is later. Contract Number: 171748 Page 7 of 22 Version 062020 DocuSign Envelope ID: B30D8762-7A50-45C3-9O40-BA9DC581CBCB CMS # 171748 8. RESERVED 9. REPORTING - NOTIFICATION A. Litigation Reporting If Contractor is served with a pleading or other document in connection with an action before a court or other administrative decision making body, and such pleading or document relates to this Contract or may affect Contractor's ability to perform its obligations under this Contract, Contractor shall, within 10 days after being served, notify the State of such action and deliver copies of such pleading or document to the State's principal representative identified in §17. B. Performance Outside the State of Colorado or the United States, §24-102-206, C.R.S. To the extent not previously disclosed in accordance with §24-102-206, C.R.S., Contractor shall provide written notice to the State, in accordance with §17, within 20 days following the earlier to occur of Contractor's decision to perform Services outside of the State of Colorado or the United States, or its execution of an agreement with a Subcontractor to perform, Services outside the State of Colorado or the United States. Such notice shall specify the type of Services to be performed outside the State of Colorado or the United States and the reason why it is necessary or advantageous to perform such Services at such location or locations, and such notice shall be a public record. Knowing failure by Contractor to provide notice to the State under this §9.B shall constitute a breach of this Contract. This §9.B shall not apply if the Contract Funds include any federal funds. 10. CONTRACTOR RECORDS A. Maintenance Contractor shall maintain a file of all documents, records, communications, notes and other materials relating to the Work (the "Contractor Records"). Contractor Records shall include all documents, records, communications, notes and other materials maintained by Contractor that relate to any Work performed by Subcontractors, and Contractor shall maintain all records related to the Work performed by Subcontractors required to ensure proper performance of that Work. Contractor shall maintain Contractor Records until the last to occur of: (i) the date 3 years after the date this Contract expires or is terminated, (ii) final payment under this Contract is made, (iii) the resolution of any pending Contract matters, or (iv) if an audit is occurring, or Contractor has received notice that an audit is pending, the date such audit is completed and its findings have been resolved (the "Record Retention Period"). B. Inspection Contractor shall permit the State to audit, inspect, examine, excerpt, copy and transcribe Contractor Records during the Record Retention Period. Contractor shall make Contractor Records available during normal business hours at Contractor's office or place of business, or at other mutually agreed upon times or locations, upon no fewer than 2 Business Days' Contract Number: 171748 Page 8 of 22 Version 062020 DocuSign Envelope ID: B30D8762-7A50-45C3-9O40-BA9DC581CBCB CMS it 171748 notice from the State, unless the State determines that a shorter period of notice, or no notice, is necessary to protect the interests of the State. C. Monitoring The State, in its discretion, may monitor Contractor's performance of its obligations under this Contract using procedures as determined by the State. The State shall monitor Contractor's performance in a manner that does not unduly interfere with Contractor's performance of the Work. D. Final Audit Report Contractor shall promptly submit to the State a copy of any final audit report of an audit performed on Contractor's records that relates to or affects this Contract or the Work, whether the audit is conducted by Contractor or a third party. 11. CONFIDENTIAL INFORMATION -STATE RECORDS A. Confidentiality Contractor shall keep confidential, and cause all Subcontractors to keep confidential, all State Records, unless those State Records are publicly available. Contractor shall not, without prior written approval of the State, use, publish, copy, disclose to any third party, or permit the use by any third party of any State Records, except as otherwise stated in this Contract, permitted by law or approved in Writing by the State. Contractor shall provide for the security of all State Confidential Information in accordance with all policies promulgated by the Colorado Office of Information Security and all applicable laws, rules, policies, publications, and guidelines including, without limitation: (i) the most recently promulgated IRS Publication 1075 for all Tax Information, (ii) the most recently updated PCI Data Security Standard from the PCI Security Standards Council for all PCI, (iii) the most recently issued version of the U.S. Department of Justice, Federal Bureau of Investigation, Criminal Justice Information Services Security Policy for all CJI, and (iv) the federal Health Insurance Portability and Accountability Act for all PHI and the HIPAA Business Associate Addendum attached to this Contract. Contractor shall immediately forward any request or demand for State Records to the State's principal representative. B. Other Entity Access and Nondisclosure Agreements Contractor may provide State Records to its agents, employees, assigns and Subcontractors as necessary to perform the Work, but shall restrict access to State Confidential Information to those agents, employees, assigns and Subcontractors who require access to perform their obligations under this Contract. Contractor shall ensure all such agents, employees, assigns, and Subcontractors sign agreements containing nondisclosure provisions at least as protective as those in this Contract, and that the nondisclosure provisions are in force at all times the agent, employee, assign or Subcontractor has access to any State Confidential Information. Contractor shall provide copies of those signed nondisclosure provisions to the State upon execution of the nondisclosure provisions. C. Use, Security, and Retention Contractor shall use, hold and maintain State Confidential Information in compliance with any and all applicable laws and regulations in facilities located within the United States, and shall maintain a secure environment that ensures confidentiality of all State Confidential Information wherever located. Contractor shall provide the State with access, subject to Contractor's reasonable security requirements, for purposes of inspecting and monitoring Contract Number: 171748 Page 9 of 22 Version 062020 DocuSign Envelope ID: 830D8762-7A50-45C3-9C40-BA9DC581CBCB CMS # 171748 access and use of State Confidential Information and evaluating security control effectiveness. Upon the expiration or termination of this Contract, Contractor shall return State Records provided to Contractor or destroy such State Records and certify to the State that it has done so, as directed by the State. If Contractor is prevented by law or regulation from returning or destroying State Confidential Information, Contractor warrants it will guarantee the confidentiality of, and cease to use, such State Confidential Information. D. Incident Notice and Remediation If Contractor becomes aware of any Incident, it shall notify the State immediately and cooperate with the State regarding recovery, remediation, and the necessity to involve law enforcement, as determined by the State. Unless Contractor can establish that none of Contractor or any of its agents, employees, assigns or Subcontractors are the cause or source of the Incident, Contractor shall be responsible for the cost of notifying each person who may have been impacted by the Incident. After an Incident, Contractor shall take steps to reduce the risk of incurring a similar type of Incident in the future as directed by the State, which may include, but is not limited to, developing and implementing a remediation plan that is approved by the State at no additional cost to the State. 12. CONFLICTS OF INTEREST A. Actual Conflicts of Interest Contractor shall not engage in any business or activities, or maintain any relationships that conflict in any way with the full performance of the obligations of Contractor under this Contract. Such a conflict of interest would arise when a Contractor or Subcontractor's employee, officer or agent were to offer or provide any tangible personal benefit to an employee of the State, or any member of his or her immediate family or his or her partner, related to the award of, entry into or management or oversight of this Contract. B. Apparent Conflicts of Interest Contractor acknowledges that, with respect to this Contract, even the appearance of a conflict of interest shall be harmful to the State's interests. Absent the State's prior written approval, Contractor shall refrain from any practices, activities or relationships that reasonably appear to be in conflict with the full performance of Contractor's obligations under this Contract. C. Disclosure to the State If a conflict or the appearance of a conflict arises, or if Contractor is uncertain whether a conflict or the appearance of a conflict has arisen, Contractor shall submit to the State a disclosure statement setting forth the relevant details for the State's consideration. Failure to promptly submit a disclosure statement or to follow the State's direction in regard to the actual or apparent conflict constitutes a breach of this Contract. 13. INSURANCE Contractor shall obtain and maintain, and ensure that each Subcontractor shall obtain and maintain, insurance as specified in this section at all times during the term of this Contract and until all orders for Goods or Services or both are delivered and accepted. All insurance policies required by this Contract shall be issued by insurance companies as approved by the State. A. Workers' Compensation Contract Number: 171748 Page 10 of 22 Version 062020 DocuSign Envelope ID: B30D8762-7A50-45C3-9C40-BA9DC581CBCB CMS # 171748 Workers' compensation insurance as required by state statute, and employers' liability insurance covering all Contractor or Subcontractor employees acting within the course and scope of their employment. B. General Liability Commercial general liability insurance covering premises operations, fire damage, independent contractors, products and completed operations, blanket contractual liability, personal injury, and advertising liability with minimum limits as follows: i. $1,000,000 each occurrence; ii. $1,000,000 general aggregate; iii. $1,000,000 products and completed operations aggregate; and iv. $50,000 any 1 fire. C. Commercial Automobile Liability Automobile liability insurance covering any auto (including owned, hired and non -owned autos) with a minimum limit of $1,000,000 each accident combined single limit. D. Crime Insurance Crime insurance including employee dishonesty coverage with minimum limits as follows: i. $1,000,000 each occurrence; and ii. $1,000,000 general aggregate. E. Garage Keepers Liability The Garage Keepers Liability Insurance must have a minimum of $1,000,000 per occurrence. F. Additional Insured The State shall be named as additional insured on all commercial general liability policies (leases and construction contracts require additional insured coverage for completed operations) required of Contractor and Subcontractors. G. Primacy of Coverage Coverage required of Contractor and each Subcontractor shall be primary over any insurance or self-insurance program carried by Contractor or the State. H. Cancellation The above insurance policies shall include provisions preventing cancellation or non - renewal, except for cancellation based on non-payment of premiums, without at least 30 days prior notice to Contractor and Contractor shall forward such notice to the State in accordance with §17 within 7 days of Contractor's receipt of such notice. I. Subrogation Waiver All insurance policies secured or maintained by Contractor or its Subcontractors in relation to this Contract shall include clauses stating that each carrier shall waive all rights of recovery Contract Number: 171748 Page 11 of 22 version 062020 DocuSign Envelope ID: B30D8762-7A50-45C3-9C40-BA9DC581CBCB CMS # 171748 under subrogation or otherwise against Contractor or the State, its agencies, institutions, organizations, officers, agents, employees, and volunteers. J. Public Entities If Contractor is a "public entity" within the meaning of the Colorado Governmental Immunity Act, §24-10-101, et seq., C.R.S. (the "GIA"), Contractor shall maintain, in lieu of the liability insurance requirements stated above, at all times during the term of this Contract such liability insurance, by commercial policy or self-insurance, as is necessary to meet its liabilities under the GIA. If a Subcontractor is a public entity within the meaning of the GIA, Contractor shall ensure that the Subcontractor maintain at all times during the terms of this Contract, in lieu of the liability insurance requirements stated above, such liability insurance, by commercial policy or self-insurance, as is necessary to meet the Subcontractor's obligations under the GIA. K. Certificates Contractor shall provide to the State certificates evidencing Contractor's insurance coverage required in this Contract within 7 Business Days following the Effective Date. Contractor shall provide to the State certificates evidencing Subcontractor insurance coverage required under this Contract within 7 Business Days following the Effective Date, except that, if Contractor's subcontract is not in effect as of the Effective Date, Contractor shall provide to the State certificates showing Subcontractor insurance coverage required under this Contract within 7 Business Days following Contractor's execution of the subcontract. No later than 15 days before the expiration date of Contractor's or any Subcontractor's coverage, Contractor shall deliver to the State certificates of insurance evidencing renewals of coverage. At any other time during the term of this Contract, upon request by the State, Contractor shall, within 7 Business Days following the request by the State, supply to the State evidence satisfactory to the State of compliance with the provisions of this §13. 14. BREACH A. Defined The failure of a Party to perform any of its obligations in accordance with this Contract, in whole or in part or in a timely or satisfactory manner, shall be a breach. The institution of proceedings under any bankruptcy, insolvency, reorganization or similar law, by or against Contractor, or the appointment of a receiver or similar officer for Contractor or any of its property, which is not vacated or fully stayed within 30 days after the institution of such proceeding, shall also constitute a breach. B. Notice and Cure Period In the event of a breach, the aggrieved Party shall give written notice of breach to the other Party. If the notified Party does not cure the breach, at its sole expense, within 30 days after the delivery of written notice, the Party may exercise any of the remedies as described in §15 for that Party. Notwithstanding any provision of this Contract to the contrary, the State, in its discretion, need not provide notice or a cure period and may immediately terminate this Contract Number: 171748 Page 12 of 22 version 062020 DocuSign Envelope ID: B30D8762-7A50-45C3-9C40-BA9DC581CBCB CMS # 171748 Contract in whole or in part or institute any other remedy in this Contract in order to protect the public interest of the State. 15. REMEDIES A. State's Remedies If Contractor is in breach under any provision of this Contract and fails to cure such breach, the State, following the notice and cure period set forth in §14.B., shall have all of the remedies listed in this §15.A. in addition to all other remedies set forth in this Contract or at law. The State may exercise any or all of the remedies available to it, in its discretion, concurrently or consecutively. i. Termination for Breach In the event of Contractor's uncured breach, the State may terminate this entire Contract or any part of this Contract. Contractor shall continue performance of this Contract to the extent not terminated, if any. a. Obligations and Rights To the extent specified in any termination notice, Contractor shall not incur further obligations or render further performance past the effective date of such notice, and shall terminate outstanding orders and subcontracts with third parties. However, Contractor shall complete and deliver to Purchasing Entities all Work not cancelled by the termination notice, and may incur obligations as necessary to do so within this Contract's terms. At the request of the State or any Purchasing Entity, Contractor shall assign to the Purchasing Entity all of Contractor's rights, title, and interest in and to such terminated orders or subcontracts. Upon termination, Contractor shall take timely, reasonable and necessary action to protect and preserve property in the possession of Contractor in which the Purchasing Entity has an interest. At the State or Purchasing Entity's request, Contractor shall return materials owned by the Purchasing Entity that Contractor possesses at the time of any termination. Contractor shall deliver all completed Work Product to the Purchasing Entity at the State or Purchasing Entity's request. b. Payments Notwithstanding anything to the contrary, Participating Entities shall only pay Contractor for accepted Work received as of the date of termination. If, after termination by the State, the State agrees that Contractor was not in breach or that Contractor's action or inaction was excusable, such termination shall be treated as a termination in the public interest, and the rights and obligations of the Parties shall be as if this Contract had been terminated in the public interest under §2.F. c. Damages and Withholding Notwithstanding any other remedial action by the State, Contractor shall remain liable to the State or appropriate Purchasing Entity for any damages sustained by the State or Purchasing Entity in connection with any breach by Contractor, and the Purchasing Entity may withhold payment to Contractor for the purpose of mitigating the Purchasing Entity's damages. A Purchasing Entity may withhold any amount that may be due Contractor as the Purchasing Entity deems necessary to protect itself against loss including, without limitation, loss as a result of Contract Number: 171748 Page 13 of 22 Version 062020 DocuSign Envelope ID: B30D8762-7A50-45C3-9C40-BA9DC581CBCB CMS # 171748 outstanding liens and costs incurred by the Purchasing Entity in procuring from third parties replacement Work as cover. ii. Remedies Not Involving Termination The State, in its discretion, may exercise one or more of the following additional remedies: a. Suspend Performance Suspend Contractor's performance with respect to all or any portion of the Work pending corrective action as specified by the State without entitling Contractor to an adjustment in price or cost or an adjustment in the performance schedule. Contractor shall promptly cease performing Work and incurring costs in accordance with the State's directive, and neither the State nor any Purchasing Entity shall not be liable for costs incurred by Contractor after the suspension of performance. b. Withhold Payment Withhold payment to Contractor until Contractor corrects its Work. c. Deny Payment Deny payment for Work not performed, or that due to Contractor's actions or inactions, cannot be performed or if they were performed are reasonably of no value to the state; provided, that any denial of payment shall be equal to the value of the obligations not performed. d. Removal Demand immediate removal of any of Contractor's employees, agents, or Subcontractors from the Work whom the State deems incompetent, careless, insubordinate, unsuitable, or otherwise unacceptable or whose continued relation to this Contract is deemed by the State to be contrary to the public interest or the State's best interest. e. Intellectual Property If any Work infringes, or if the State in its sole discretion determines that any Work is likely to infringe, a patent, copyright, trademark, trade secret or other intellectual property right, Contractor shall, at the option of and as approved by the State or Purchasing Entity(i) secure that right to use such Work for the State, Purchasing Entity and Contractor; (ii) replace the Work with noninfringing Work or modify the Work so that it becomes noninfringing; or, (iii) remove any infringing Work and refund the amount paid for such Work to the Purchasing Entity. B. Contractor's Remedies If the State is in breach of any provision of this Contract and does not cure such breach, Contractor, following the notice and cure period in §14.B and the dispute resolution process in §16 shall have all remedies available at law and equity. If a Purchasing Entity is in breach of a provision of an Order, Contractor shall have all remedies available to it under that Order and available at law and equity. Contract Number: 171748 Page 14 of 22 version 062020 DocuSign Envelope ID: B30O8762-7A50-45C3-9C40-BA9DC581CBCB CMS # 171748 C. Purchasing Entity's Remedies i. If Contractor is in breach under any provision of an Order by a Purchasing Entity, the Purchasing Entity shall have all of the remedies listed in that Order, in addition to all other remedies available by law or equity. The Purchasing Entity may exercise any or all of the remedies available to it, in its discretion, concurrently or consecutively. ii. If a Purchasing Entity gives Contractor notice of breach or terminates an Order because of Contractor's breach of that Order, Contractor shall provide notice to the State of that breach or termination within five (5) Business Days following Contractor's receipt of that notice of breach or termination. 16. DISPUTE RESOLUTION A. Initial Resolution Except as herein specifically provided otherwise, disputes concerning the performance of this Contract which cannot be resolved by the designated Contract representatives or through a dispute on an Order, as described in Exhibit A, §2.5, shall be referred in writing to a senior departmental management staff member designated by the State and a senior manager designated by Contractor for resolution. B. Resolution of Controversies arising under this Contract If the initial resolution described in §16.A fails to resolve the dispute within 10 Business Days, Contractor shall submit any alleged breach of this Contract by the State to the Procurement Official of the State Purchasing and Contracts Office as described in §24-102- 202(3), C.R.S. for resolution in accordance with the provisions of §§ 24-109-101.1 through 24-109-505, C.R.S., (the "Resolution Statutes"), except that if Contractor wishes to challenge any decision rendered by the Procurement Official, Contractor's challenge shall be an appeal to the Executive Director of the Department of Personnel and Administration, or their delegate, under the Resolution Statutes before Contractor pursues any further action as permitted by such statutes. Except as otherwise stated in this Section, all requirements of the Resolution Statutes shall apply including, without limitation, time limitations. C. Resolution of Controversies arising under any Order made pursuant to this Contract Any dispute between Contractor and a Purchasing Entity concerning the performance of an Order shall be resolved under the dispute resolution processes as described in the applicable Order. If the Order does not describe a dispute resolution process, the dispute shall be resolved under the Purchasing Entity's dispute resolution statutes, policies, or other applicable regulations, or in a manner as agreed upon by the Purchasing Entity and Contractor. 17. NOTICES AND REPRESENTATIVES Each individual identified below shall be the principal representative of the designating Party. All notices required or permitted to be given under this Contract shall be in writing, and shall be delivered (A) by hand with receipt required, (B) by certified or registered mail to such Party's principal representative at the address set forth below or (C) as an email with read receipt requested to the principal representative at the email address, if any, set forth below. If a Party delivers a notice to another through email and the email is undeliverable, then, unless the Party has been provided with an alternate email contact, the Party delivering the notice shall deliver the notice by hand with receipt required or by certified or registered mail to such Party's principal representative at the address set forth below. Either Party may change its principal representative or principal Contract Number: 171748 Page 15 of 22 Version 062020 DocuSign Envelope ID: B30D8762-7A50-45C3-9C40-BA9DC581CBCB CMS # 171748 representative contact information by notice submitted in accordance with this §17 without a formal amendment to this Contract. Unless otherwise provided in this Contract, notices shall be effective upon delivery of the written notice. For the State: For Contractor: Amy Risley John Wieneke State Purchasing & Contracts Office Ken Garff Ford Greeley 1525 Sherman St 4901 29. Street 5. floor Denver, CO 80203 Greeley, CO 80634 Amy.Risley@state.co.us jwieneke@kengarff.com 18. RIGHTS IN WORK PRODUCT AND OTHER INFORMATION A. Work Product Contractor assigns to the Purchasing Entity and its successors and assigns, the entire right, title, and interest in and to all causes of action, either in law or in equity, for past, present, or future infringement of intellectual property rights related to the Work Product and all works based on, derived from, or incorporating the Work Product under an Order. Whether or not Contractor is under contract with the State at the time, Contractor shall execute applications, assignments, and other documents, and shall render all other reasonable assistance requested by the State, to enable the State to secure patents, copyrights, licenses and other intellectual property rights related to the Work Product. To the extent that Work Product would fall under the definition of "works made for hire" under 17 U.S.C.S. §101, the Parties intend the Work Product to be a work made for hire. B. Exclusive Property of the State Except to the extent specifically provided elsewhere in this Contract, any pre-existing State Records, State software, research, reports, studies, photographs, negatives or other documents, drawings, models, materials, data and information shall be the exclusive property of the State (collectively, "State Materials"). Contractor shall not use, willingly allow, cause or permit Work Product or State Materials to be used for any purpose other than the performance of Contractor's obligations in this Contract without the prior written consent of the State. Upon termination of this Contract for any reason, Contractor shall provide all Work Product and State Materials to the State in a form and manner as directed by the State. 19. GOVERNMENTAL IMMUNITY Liability for claims for injuries to persons or property arising from the negligence of the State, its departments, boards, commissions committees, bureaus, offices, employees and officials shall be controlled and limited by the provisions of the GIA; the Federal Tort Claims Act, 28 U.S.C. Pt. VI, Ch. 171 and 28 U.S.C. 1346(b), and the State's risk management statutes, §§24-30-1501, et seq., C.R.S. 20. STATEWIDE CONTRACT MANAGEMENT SYSTEM If the maximum amount payable to Contractor under this Contract is $100,000 or greater, either on the Effective Date or at anytime thereafter, this §20 shall apply. Contractor agrees to be governed by and comply with the provisions of §§24-102-206, 24-106-103, 24-106-106, and 24- 106-107, C.R.S. regarding the monitoring of vendor performance and the reporting of contract information in the State's contract management system ("Contract Management System" or "CMS"). Contractor's performance shall be subject to evaluation and review in accordance with Contract Number: 171748 Page 16 of 22 Version 062020 DocuSign Envelope ID: 830O8762-7A50-45C3-9C40-BA9DC581CBCB CMS # 171748 the terms and conditions of this Contract, Colorado statutes governing CMS, and State Fiscal Rules and State Controller policies. 21. GENERAL PROVISIONS A. Assignment Contractor's rights and obligations under this Contract are personal and may not be transferred or assigned without the prior, written consent of the State. Any attempt at assignment or transfer without such consent shall be void. Any assignment or transfer of Contractor's rights and obligations approved by the State shall be subject to the provisions of this Contract B. Subcontracts Contractor shall not enter into any subcontract in connection with its obligations under this Contract without the prior, written approval of the State. Contractor shall submit to the State a copy of each such subcontract upon request by the State. All subcontracts entered into by Contractor in connection with this Contract shall comply with all applicable federal and state laws and regulations, shall provide that they are governed by the laws of the State of Colorado, and shall be subject to all provisions of this Contract. C. Binding Effect Except as otherwise provided in §21.A., all provisions of this Contract, including the benefits and burdens, shall extend to and be binding upon the Parties' respective successors and assigns. D. Authority Each Party represents and warrants to the other that the execution and delivery of this Contract and the performance of such Party's obligations have been duly authorized. E. Captions and References The captions and headings in this Contract are for convenience of reference only, and shall not be used to interpret, define, or limit its provisions. All references in this Contract to sections (whether spelled out or using the § symbol), subsections, exhibits or other attachments, are references to sections, subsections, exhibits or other attachments contained herein or incorporated as a part hereof, unless otherwise noted. F. Counterparts This Contract may be executed in multiple, identical, original counterparts, each of which shall be deemed to be an original, but all of which, taken together, shall constitute one and the same agreement. G. Entire Understanding This Contract represents the complete integration of all understandings between the Parties related to the Work, and all prior representations and understandings related to the Work, oral or written, are merged into this Contract. Prior or contemporaneous additions, deletions, or other changes to this Contract shall not have any force or effect whatsoever, unless embodied herein. H. Modification Except as otherwise provided in this Contract, any modification to this Contract shall only be Contract Number: 171748 Page 17 of 22 Version 062020 DocuSign Envelope ID: B30D8762-7A50-45C3-9C40-BA9DC581CBCB CMS # 171748 effective if agreed to in a formal amendment to this Contract, properly executed and approved in accordance with applicable Colorado State law and State Fiscal Rules. Modifications permitted under this Contract, other than contract amendments, shall conform to the policies issued by the Colorado State Controller. Statutes, Regulations, Fiscal Rules, and Other Authority. Any reference in this Contract to a statute, regulation, State Fiscal Rule, fiscal policy or other authority shall be interpreted to refer to such authority then current, as may have been changed or amended since the Effective Date of this Contract. J. Order of Precedence In the event of a conflict or inconsistency between this Contract and any Exhibits or attachment such conflict or inconsistency shall be resolved by reference to the documents in the following order of priority: i. Colorado Special Provisions in §22 of the main body of this Contract. ii. The provisions of the other sections of the main body of this Contract. iii. Exhibit A, General Requirements iv. Exhibit D, HIPAA Business Associate Agreement v. Exhibit B, Statement of Work. vi. Exhibit C, Products and Pricing Notwithstanding anything to the contrary herein, the State and Purchasing Entities shall not be subject to any provision incorporated in any exhibit attached hereto, any provision incorporated in any terms and conditions appearing on Contractor's or Subcontractor's website, any provision incorporated into any click -through or online agreements, or any provision incorporated into any other document or agreement between the Parties that (i) requires the State to indemnify or hold harmless Contractor or any other party, (ii) is in violation of State laws, regulations, rules, fiscal rules, policies, or other State requirements as deemed solely by the State, or (iii) is contrary to any of the provisions incorporated into §22 or the main body of this Contract. K. Severability The invalidity or unenforceability of any provision of this Contract shall not affect the validity or enforceability of any other provision of this Contract, which shall remain in full force and effect, provided that the Parties can continue to perform their obligations under this Contract in accordance with the intent of this Contract. L. Survival of Certain Contract Terms Any provision of this Contract that imposes an obligation on a Party after termination or expiration of this Contract shall survive the termination or expiration of this Contract and shall be enforceable by the other Party. M. Taxes The State is exempt from federal excise taxes under I.R.C. Chapter 32 (26 U.S.C., Subtitle D, Ch. 32) (Federal Excise Tax Exemption Certificate of Registry No. 84-730123K) and from State and local government sales and use taxes under §§39-26-704(1), et seq., C.R.S. (Colorado Sales Tax Exemption Identification Number 98-02565). The State shall not be Contract Number: 171748 Page 18 of 22 version 062020 DocuSign Envelope ID: B30D8762-7A50-45C3-9C40-BA9DC581CBCB CMS # 171748 liable for the payment of any excise, sales, or use taxes, regardless of whether any political subdivision of the state imposes such taxes on Contractor. Contractor shall be solely responsible for any exemptions from the collection of excise, sales or use taxes that Contractor may wish to have in place in connection with this Contract. Contractor shall honor any tax exemption that any Purchasing Entity has, and shall not charge any Purchasing Entity any excise, sales, or use taxes from which that Purchasing Entity is exempt. N. Third Party Beneficiaries Except for a Purchasing Entity and/or the Parties' respective successors and assigns described in §21.A, this Contract does not and is not intended to confer any rights or remedies upon any person or entity other than the Parties. Enforcement of this Contract and all rights and obligations hereunder are reserved solely to the Parties. Any services or benefits which third parties receive as a result of this Contract are incidental to this Contract, and do not create any rights for such third parties. O. Waiver A Party's failure or delay in exercising any right, power, or privilege under this Contract, whether explicit or by lack of enforcement, shall not operate as a waiver, nor shall any single or partial exercise of any right, power, or privilege preclude any other or further exercise of such right, power, or privilege. P. CORA Disclosure To the extent not prohibited by federal law, this Contract and the performance measures and standards required under §24-106-107, C.R.S., if any, are subject to public release through the CORA. Q. Standard and Manner of Performance Contractor shall perform its obligations under this Contract in accordance with the highest standards of care, skill and diligence in Contractor's industry, trade, or profession. R. Licenses, Permits, and Other Authorizations. Contractor shall secure, prior to the Effective Date, and maintain at all times during the term of this Contract, at its sole expense, all licenses, certifications, permits, and other authorizations required to perform its obligations under this Contract, and shall ensure that all employees, agents and Subcontractors secure and maintain at all times during the term of their employment, agency or subcontract, all license, certifications, permits and other authorizations required to perform their obligations in relation to this Contract. S. Indemnification i. General Indemnification Contractor shall indemnify, save, and hold harmless the State, its employees, agents and assignees (the "Indemnified Parties"), against any and all costs, expenses, claims, damages, liabilities, court awards and other amounts (including attorneys' fees and related costs) incurred by any of the Indemnified Parties in relation to any act or omission by Contractor, or its employees, agents, Subcontractors, or assignees in connection with this Contract. ii. Confidential Information Indemnification Disclosure or use of State Confidential Information by Contractor in violation of §11 Contract Number: 171748 Page 19 of 22 version 062020 DocuSign Envelope ID: B30D8762-7A50-45C3-9C40-BA9DC581CBCB CMS # 171748 may be cause for legal action by third parties against Contractor, the State, or their respective agents. Contractor shall indemnify, save, and hold harmless the Indemnified Parties, against any and all claims, damages, liabilities, losses, costs, expenses (including attorneys' fees and costs) incurred by the State in relation to any act or omission by Contractor, or its employees, agents, assigns, or Subcontractors in violation of§11. iii. Intellectual Property Indemnification Contractor shall indemnify, save, and hold harmless the Indemnified Parties, against any and all costs, expenses, claims, damages, liabilities, and other amounts (including attorneys' fees and costs) incurred by the Indemnified Parties in relation to any claim that any Work infringes a patent, copyright, trademark, trade secret, or any other intellectual property right. 22. COLORADO SPECIAL PROVISIONS (COLORADO FISCAL RULE 3-3) These Special Provisions apply to all contracts except where noted in italics. A. STATUTORY APPROVAL. §24-30-202(1), C.R.S. This Contract shall not be valid until it has been approved by the Colorado State Controller or designee. If this Contract is for a Major Information Technology Project, as defined in §24-37.5-102(2.6), then this Contract shall not be valid until it has been approved by the State's Chief Information Officer or designee. B. FUND AVAILABILITY. §24-30-202(5.5), C.R.S. Financial obligations of the State payable after the current State Fiscal Year are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. C. GOVERNMENTAL IMMUNITY. Liability for claims for injuries to persons or property arising from the negligence of the State, its departments, boards, commissions committees, bureaus, offices, employees and officials shall be controlled and limited by the provisions of the Colorado Governmental Immunity Act, §24-10-101, et seq., C.R.S.; the Federal Tort Claims Act, 28 U.S.C. Pt. VI, Ch. 171 and 28 U.S.C. 1346(b), and the State's risk management statutes, §§24-30-1501, et seq. C.R.S. No term or condition of this Contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections, or other provisions, contained in these statutes. D. INDEPENDENT CONTRACTOR Contractor shall perform its duties hereunder as an independent contractor and not as an employee. Neither Contractor nor any agent or employee of Contractor shall be deemed to be an agent or employee of the State. Contractor shall not have authorization, express or implied, to bind the State to any agreement, liability or understanding, except as expressly set forth herein. Contractor and its employees and agents are not entitled to unemployment insurance or workers compensation benefits through the State and the State shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. Contractor shall pay when due all applicable employment taxes and income taxes and local head taxes incurred pursuant to this Contract. Contractor shall (i) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required Contract Number: 171748 Page 20 of 22 version 062020 DocuSign Envelope ID: B30D8762-7A50-45C3-9C40-BA9DC581CBCB CMS # 171748 by law, (ii) provide proof thereof when requested by the State, and (iii) be solely responsible for its acts and those of its employees and agents. E. COMPLIANCE WITH LAW. Contractor shall comply with all applicable federal and State laws, rules, and regulations in effect or hereafter established, including, without limitation, laws applicable to discrimination and unfair employment practices. F. CHOICE OF LAW, JURISDICTION, AND VENUE. Colorado law, and rules and regulations issued pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules, and regulations shall be null and void. All suits or actions related to this Contract shall be filed and proceedings held in the State of Colorado and exclusive venue shall be in the City and County of Denver. G. PROHIBITED TERMS. Any term included in this Contract that requires the State to indemnify or hold Contractor harmless; requires the State to agree to binding arbitration; limits Contractor's liability for damages resulting from death, bodily injury, or damage to tangible property; or that conflicts with this provision in any way shall be void ab initio. Nothing in this Contract shall be construed as a waiver of any provision of §24-106-109 C.R.S. Any term included in this Contract that limits Contractor's liability that is not void under this section shall apply only in excess of any insurance to be maintained under this Contract, and no insurance policy shall be interpreted as being subject to any limitations of liability of this Contract. H. SOFTWARE PIRACY PROHIBITION. State or other public funds payable under this Contract shall not be used for the acquisition, operation, or maintenance of computer software in violation of federal copyright laws or applicable licensing restrictions. Contractor hereby certifies and warrants that, during the term of this Contract and any extensions, Contractor has and shall maintain in place appropriate systems and controls to prevent such improper use of public funds. If the State determines that Contractor is in violation of this provision, the State may exercise any remedy available at law or in equity or under this Contract, including, without limitation, immediate termination of this Contract and any remedy consistent with federal copyright laws or applicable licensing restrictions. I. EMPLOYEE FINANCIAL INTEREST/CONFLICT OF INTEREST. §§24-18-201 and 24-50-507, C.R.S. The signatories aver that to their knowledge, no employee of the State has any personal or beneficial interest whatsoever in the service or property described in this Contract. Contractor has no interest and shall not acquire any interest, direct or indirect, that would conflict in any manner or degree with the performance of Contractor's services and Contractor shall not employ any person having such known interests. J. VENDOR OFFSET AND ERRONEOUS PAYMENTS. §§24-30-202(1) and 24-30- 202.4, C.R.S. [Not applicable to intergovernmental agreements] Subject to §24-30-202.4(3.5), C.R.S., the State Controller may withhold payment under the State's vendor offset intercept system for debts owed to State agencies for: (i) unpaid child support debts or child support arrearages; Contract Number: 171748 Page 21 of 22 Version 062020 DocuSign Envelope ID: B30D8762-7A50-45C3-9C40-BA9DC581CBCB CMS # 171748 (ii) unpaid balances of tax, accrued interest, or other charges specified in §§39-21-101, et seq., C.R.S.; (iii) unpaid loans due to the Student Loan Division of the Department of Higher Education; (iv) amounts required to be paid to the Unemployment Compensation Fund; and (v) other unpaid debts owing to the State as a result of final agency determination or judicial action. The State may also recover, at the State's discretion, payments made to Contractor in error for any reason, including, but not limited to, overpayments or improper payments, and unexpended or excess funds received by Contractor by deduction from subsequent payments under this Contract, deduction from any payment due under any other contracts, grants or agreements between the State and Contractor, or by any other appropriate method for collecting debts owed to the State. K. PUBLIC CONTRACTS FOR SERVICES. §§8-17.5-101, et seq., C.R.S. [Not applicable to agreements relating to the offer, issuance, or sale of securities, investment advisory services or fund management services, sponsored projects, intergovernmental agreements, or information technology services or products and services] Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this Contract and will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Contract, through participation in the E -Verify Program or the State verification program established pursuant to §8-17.5-102(5)(c), C.R.S., Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Contract or enter into a contract with a Subcontractor that fails to certify to Contractor that the Subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Contract. Contractor (i) shall not use E -Verify Program or the program procedures of the Colorado Department of Labor and Employment ("Department Program") to undertake pre -employment screening of job applicants while this Contract is being performed, (ii) shall notify the Subcontractor and the contracting State agency or institution of higher education within 3 days if Contractor has actual knowledge that a Subcontractor is employing or contracting with an illegal alien for work under this Contract, (iii) shall terminate the subcontract if a Subcontractor does not stop employing or contracting with the illegal alien within 3 days of receiving the notice, and (iv) shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to §8-17.5-102(5), C.R.S., by the Colorado Department of Labor and Employment. If Contractor participates in the Department program, Contractor shall deliver to the contracting State agency, Institution of Higher Education or political subdivision, a written, notarized affirmation, affirming that Contractor has examined the legal work status of such employee, and shall comply with all of the other requirements of the Department program. If Contractor fails to comply with any requirement of this provision or §§8-17.5-101, et seq., C.R.S., the contracting State agency, institution of higher education or political subdivision may terminate this Contract for breach and, if so terminated, Contractor shall be liable for damages. L. PUBLIC CONTRACTS WITH NATURAL PERSONS. §§24-76.5-101, et seq., C.R.S. Contractor, if a natural person eighteen (18) years of age or older, hereby swears and affirms under penalty of perjury that Contractor (i) is a citizen or otherwise lawfully present in the United States pursuant to federal law, (ii) shall comply with the provisions of §§24-76.5-101, et seq., C.R.S., and (iii) has produced one form of identification required by §24-76.5-103, C.R.S. prior to the Effective Date of this Contract. Contract Number: 171748 Page 22 of 22 Version 062020 DocuSign Envelope ID: B30D8762-7A50-45C3-9C40-BA9DC581CBCB CMS # 171748 EXHIBIT A, GENERAL WORK REQUIREMENTS 1. CONTRACTOR PERSONNEL 1.1.Contractor personnel shall work cooperatively with State and Purchasing Entity staff to ensure the completion of the Work. 1.2.Colorado Revised Statutes, 24-109-105 1.3.A Person may be debarred for any of the following reasons: (D) Willful material failure to perform in accordance with the terms of one or more contracts, following notice of such failure, or a history of material failure to perform, or of materially unsatisfactory performance of, one or more contracts. 1.4.Key Personnel 1.4.1. Contractor shall designate people to hold the following specific personnel positions: 1.4.1.1. 1.4.1.1.1. 1.4.1.1.1.1. 1.4.1.1.1.2. 1.4.1.1.1.3. 1.4.1.2. 1.4.1.2.1. 1.4.1.2.1.1. Primary Point of Contract as found in §17 The Primary Point of Contract shall be responsible for all of the following: Serving as the individual responsible addressing all questions and concerns for the State and Purchasing Entities, unless an Order specifies another point of contact for that Order. Ensuring the completion of all Work in accordance with the Contract's requirements. This includes, but is not limited to, ensuring the accuracy, timeliness and completeness of all Work. Overseeing all other personnel and ensuring proper staffing levels throughout the term of the Contract. Quarterly Volume Reporting Lead The Quarterly Volume Reporting Lead shall be responsible for all of the following: Ensuring the completeness and accuracy of the Quarterly Volume Reports described in this Exhibit A. 1.4.1.2.1.2. Ensuring the final submission of the Quarterly Volume Reports described in this Exhibit A by the appropriate due date for that report. 1.4.1.2.1.3. Reports must be submitted via e-mail to Amy Risley at: Amy.RisleyAstate.co.us 2. ORDERING AND ORDER FULFILLMENT 2.1.Ordering 2.1.1. Contractor shall provide a complete and accurate Internal Revenue Service form W9 to the State prior to accepting an Order from any Purchasing Entity. Upon a request by a Purchasing Entity, Contractor shall provide a complete and accurate Internal Revenue Service form W9 to that Purchasing Entity. Exhibit A Page 1 of 8 DocuSign Envelope ID: B30D8762-7A50-45C3-9C40-BA9DC581CBCB CMS # 171748 2.1.2. The State and Each Purchasing Entity may complete an Order in accordance with its own rules and policies, as available to Contractor, using the appropriate documentation for that organization to issue an Order. 2.1.2.1. Contractor shall communicate directly with each Purchasing Entity related to that Purchasing Entity's Orders. 2.1.3. Contractor shall ensure that all Orders it accepts have the proper information contained in them for Contractor to be able to comply with all reporting requirements of this Contract. 2.1.4. If Contractor provides for Ordering through an Internet -based portal or electronic catalog, Contractor shall maintain all of Contractor's necessary hardware, software, backup -capacity and network connections required to operate that internet-based portal or electronic catalog. 2.1.4.1. Contractor's internet-based portal and electronic catalogs shall clearly designate that they are part of this Contract and shall have a link to the State's price agreement web location, as determined by the State. Contractor shall ensure that all Environmentally Preferable Products are clearly listed on internet-based portal and electronic catalogs. 2.1.4.2. If Contractor provides an Internet -based portal or electronic catalog, Contractor shall also provide paper catalogs or catalogs on other digital media to each Purchasing Entity upon request by that Purchasing Entity. 2.1.4.3. If Contractor's catalog will be either hosted on or accessed through the State's eCommerce system, then Contractor shall comply with all policies, procedures and directions from the State in relation to hosting its catalog on or making its catalog accessible through that system. Contractor shall ensure that all information made available through the State's eCommerce system is accurate and complies with this Contract. 2.2.Delivery of Goods and Performance of Services 2.2.1. Contractor shall provide all Goods and perform all Services described in each Order. 2.2.2. Unless specifically agreed to otherwise in an Order, Contractor shall deliver all Goods under an Order in good, working and undamaged condition. The State's terms are FOB destination with freight included to destinations in the Metropolitan Denver area (7 county areas to include: Denver, Adams, Arapahoe, Boulder, Douglas, Broomfield and Jefferson). Deliveries outside of the 7 -county area are FOB destination with freight added, which has been pre -negotiated in writing between Ordering Entity and Contractor. 2.2.3. If a Good in an Order is out of stock, Contractor may only provide a substitute Good if it has notified the Purchasing Entity for that Order, in writing, that the Good is out of stock and has received the Purchasing Entity's approval to provide the substitute Good. Purchasing Entities may request additional information comparing the substitute Good with the original Good in the Purchasing Entity's sole discretion. 2.2.4. Contractor to follow all delivery terms from ITN-SPCO-AR-22-001 III N, O, P, R, S, T, U. 2.3.Inspection and Acceptance 2.3.1. Goods delivered to a Purchasing Entity under an Order shall not be deemed accepted prior to that Purchasing Entity inspecting the Goods in accordance with the Order and accepting those Goods. Exhibit A Page 2 of 8 DocuSign Envelope ID: B30D8762-7A50-45C3-9C40-BA9DC581CBCB CMS # 171748 2.3.2. Services provided to a Purchasing Entity under an Order shall not be deemed completed until that Purchasing Entity has reviewed the Services, ensured that all Services were completed in accordance with the Order and have been accepted by the Purchasing Entity. 2.4.Ordering Support 2.4.1. Contractor shall provide the State and each Purchasing Entity with the contact information for the individual or individuals within Contractor's organization who are assigned to handle questions and resolve problems that Purchasing Entity may have in relation to the Work or an Order. 2.4.1.1. Contractor shall make personnel available from 8:00 a.m. to 5:00 p.m. Mountain Time, as adjusted for daylight savings time, at a minimum, each Business Day as necessary to handle questions and resolve problems received by Contractor. 2.4.1.2. Contractor shall make all of these individuals available by phone (both through a local number and a toll -free number), fax and email at all times that the individual is available to handle questions and resolve problems received by Contractor. 2.4.1.3. Contractor shall provide all of these individuals with the ability to access the account information and other information relating to the State or Purchasing Entities to be able to respond to questions and resolve problems relating to any Order, including, without limitation, the status of Orders, delivery, back -orders, pricing, discounts, product availability, product information, and accounts and billing. 2.4.2. Contractor shall provide all training to Purchasing Entities necessary for those Purchasing Entities to place Orders and properly use the Goods and Services, as requested by Ordering Entities. 2.4.2.1. Training on placing Orders shall include, without limitation, training on aspects of ordering, online ordering, product delivery, product returns, and Contractor's customer service processes, as requested by the Purchasing Entity. 2.4.2.2. Training on properly using the Goods and Services shall include, without limitation, training and providing information on energy efficiency of Goods, new features, opportunities for manufacturer/certified set up and training, Environmentally Preferable Products, and other services or options that are offered or available related to the Goods and Services, as requested by the Purchasing Entity. 2.5.Order Disputes, Termination and Resolution 2.5.1. If a dispute related to an Order arises between Contractor and a Purchasing Entity, Contractor shall meet with the Purchasing Entity to attempt to resolve the issue. If Contractor is unable to resolve the issue with the Purchasing Entity, then Contractor may request assistance from the State by submitting a request in writing, which includes the pertinent information about the dispute and the assistance sought by Contractor, in accordance with §17 of the main body of this Contract. Nothing in this section shall be interpreted as limiting the rights or obligations of Contractor, the State or any Purchasing Entity under this Contractor of any Order. 2.5.2. Vehicles that are ordered by State Fleet Management (SFM) or Purchasing Entity prior to build -out and considered within normal and acceptable ordering and build timeframes are expected to be delivered through Contractor within usual spring delivery timeframe of current model year. SFM and SFM's customers are caused financial harm and other issues when vehicles are "rolled over" to the next model year. If the OEM or Contractor fails to comply Exhibit A Page 3 of 8 DocuSign Envelope ID: B30D8762-7A50-45C3-9C40-BA9DC581CBCB CMS # 171748 with the terms of an order, whether due to acts beyond their control or otherwise, SFM will count this as a delivery and performance issue that will jeopardize future awards to Contractor. . 2.5.3. Purchasing Entities may terminate an Order if it determines that Contractor was in breach of that Order. Termination of an Order shall not automatically terminate any other Order or this Contract. 2.5.4. If a Purchasing Entity gives Contractor notice of breach or terminates an Order because of Contractor's breach of that Order, Contractor shall provide notice to the State of that breach or termination within 5 Business Days following Contractor's receipt of that notice of breach or termination. 3. DATES AND CONFIRMATIONS REQUIRED 3.1.For each vehicle ordered, Contractors shall complete and return Exhibit 3, 5 and 6 from ITN- SPCO-AR-22-001 and send to the Purchasing Entity as soon as it is available, but no later than five (5) working days after notification from the manufacturer. The forms shall include the following information: 3.1.1. Date Contractor received SFM or Purchasing Entity Purchase Order (PO) 3.1.2. Manufacturer's Factory Order # and date received 3.1.3. Manufacturer's Factory Production Date 3.1.4. Estimated date of delivery to SFM or Purchasing Entity 3.1.5. For SFM orders: Contractor must submit status code report (notifications) via email to SFM and public safety with updated on and including; build progress, upfit progress, delivery and ETS's; delays, etc. reports must be emailed every month starting after confirmation of purchase order. Emails must be sent to: dpa newvehicle(aystate.co.us 3.1.6. The Contractor shall notify SFM or the Purchasing Entity no later than 10 business days after the receipt of the Purchase Order if they have not received the OEM confirmation. The Contractor shall inform SFM immediately by phone and in writing via email, USPS, or fax, when the Contractor is aware or suspects that there is a problem with an order or a production date from the factory. The Contractor shall demonstrate to the State of Colorado all efforts to secure vehicles. 3.1.6.1. If Contractor is unable to provide a vehicle, the State reserves the right to cancel any pending order(s) and/or the State Price Agreement and award a State Price Agreement to the next lowest Bidder or to conduct another bid, or exercise other remedies such as the Uniform Commercial Code (USS) to aquire vehicles in a timely manner. Unless otherwise approved by SFM or other Purchasing Entities, all model year 2022 or newer vehicles ordered request to be delivered and invoiced to later than September 30, 2022. See 2 E Order Term. 3.2.Marketing 3.2.1. If Contractor desires to distribute any materials, notices or literature with the intent to market the Goods or Services ("Marketing Materials"), Contractor shall deliver all such Marketing Materials to the State for review and approval prior to distributing any such materials to a Purchasing Entity. Exhibit A Page 4 of 8 DocuSign Envelope ID: B30D8762-7A50-45C3-9C40-BA9DC581CBCB CMS # 171748 3.2.1.1. The State will review submitted Marketing Materials and may approve, deny or request changes to any Marketing Materials in its sole discretion. If the State requests changes, Contractor may make those changes or may choose to rescind its submission for review and approval. 3.2.1.2. Contractor shall not distribute any marketing materials to any Purchasing Entity prior to receiving the State's approval of those Marketing Materials. 3.2.2. The State shall not be responsible for maintaining any mailing lists or creating, printing, mailing or distributing any of Contractor's Marketing Materials, though the State may distribute Marketing Materials in its sole discretion. 3.3.Additional Terms 3.3.1. Any additional terms and conditions on any invoice, statement, Contractor time sheet, website, electronic license or use agreement or any other form, including, without limitation, terms regarding indemnification, limitation of liability, cancellation fees, choice of law and binding arbitration shall be void and unenforceable except to the extent that they are specifically included in this Contract or an Order. The signature of any employee of a Purchasing Entity on any such form shall be effective to establish receipt of Goods or completion of Services and shall not make any term of that form enforceable. 4. VOLUME AND OPERATIONAL REPORTING 4.1.Volume Reporting 4.1.1. The State will use a centralized method of tracking volume. Contractor shall populate a Quarterly Volume Report, using the format as specified by the State, for each State Fiscal Year Quarter that contains, at a minimum, all of the following: 4.1.1.1. A summary volume report that includes, but is not limited to, all of the following for the quarter that the report covers: 4.1.1.1.1. The total spent by each type of Purchasing Entity under this Contract. 4.1.1.1.2. The total of the list cost of all items purchased by each type of Purchasing Entity under this Contract. 4.1.1.1.3. The total estimated cost savings for each type of Purchasing Entity under this Contract, calculated as the total list cost minus the total spent for that Purchasing Entity. 4.1.1.1.4. The total sales of Environmentally Preferable Products, as defined in the State's Environmentally Preferable Purchasing Policy, for each Purchasing Entity under this Contract. 4.1.1.1.5. 4.1.1.2. 4.1.1.2.1. 4.1.1.2.2. 4.1.1.2.3. Any additional summary information as requested by the State. A detail report that includes, but is not limited to, all of the following for each sale that occurred during the quarter that the report covers: The name of the Purchasing Entity who the sale was made to. The date of the sale. A listing of each item purchased in the sale, including the name of the item, the quantity of the item, the unit price for the item, the extended cost for the item calculated by multiplying the unit price by the quantity, the list price per unit for the Exhibit A Page 5 of 8 DocuSign Envelope ID: B30D8762-7A50-45C3-9C40-BA9DC581CBCB CMS # 171748 item, the extended list cost for the item calculated by multiplying the quantity by the list price, and the savings on the item calculated by subtracting the extended cost from the extended list cost. 4.1.1.2.4. Any other detail information as requested by the State. 4.1.2. Contractor shall deliver a Quarterly Volume Report to the State's representative as identified in Section 17 of the Contract on a quarterly basis. 4.1.2.1. DELIVERABLE: Quarterly Volume Report 4.1.2.2. DUE: Quarterly, within 30 calendar days following the end of the State Fiscal Year quarter that the report covers. 4.1.3. If any due date for a Quarterly Volume Report falls on a day that is not a Business Day, then the due date shall be automatically extended to the next Business Day, unless otherwise directed by the State. 4.1.4. All data and information contained in a Quarterly Volume Report shall be the property of the State and shall not be considered proprietary. 4.2.Additional Operational Reporting 4.2.1. Upon request by the State, the Contractor shall develop and deliver to the State Ad -Hoc Operational Reports that include all detailed and summary transaction, historical or payment information related to the State or any of the Purchasing Entities as requested by the State. 4.2.1.1. DELIVERABLE: Ad -Hoc Operational Reports 4.2.1.2. DUE: Within 10 Business Days following the State's request for that information, unless the State agrees to a longer period of time in writing. 5. PERIODIC BUSINESS REVIEWS 5.1.The State may schedule periodic business reviews to review Contractor's performance under this Contract. 5.2.Contractor shall ensure personnel assigned to the Contract are available for these meetings with the State as scheduled by the State. 5.3.Contractor's key personnel designated in §17 shall be available for all regularly scheduled meetings between Contractor and the State, unless the State has granted prior, written approval otherwise. 6. CLOSEOUT PERIOD 6.1.This Contract shall have a Closeout Period that begins 30 days prior to the expiration of this Contract and continues until the State has determined that all Work has been completed. 6.1.1. During the Closeout Period, Contractor shall complete all of the following, as directed by the State: 6.1.1.1. Provide to the State, or any other contractor at the State's direction, all reports, data, systems, Deliverables and other information reasonably necessary for the State to ensure Contractor's completion of the Work, as determined by the State. 6.1.1.2. Notify any Subcontractors of the termination of the Contract, as directed by the State. Exhibit A Page 6 of 8 DocuSign Envelope ID: B30D8762-7A50-45C3-9C40-BA9DC581CBCB CMS # 171748 6.1.1.3. Remove all references to the State's price agreement from its websites, materials and other documentation, and inform entities that contact Contractor that it no longer has a price agreement with the State. 6.1.2. The Closeout Period may extend past the termination of the Contract. The State will perform a closeout review to ensure that Contractor has completed all requirements of the Closeout Period. If Contractor has not completed all of the requirements of the Closeout Period by the date of the termination of the Contract, then any incomplete requirements shall survive termination of the Contract. 7. PRICING 7.1.Price Lists 7.1.1. The State may publish any pricing information under this Contract, including, without limitation the pricing shown on Exhibit C, Products and Pricing, on the State's website and any other website as the State determines is necessary or efficient to facilitate the use of this Contract by Purchasing Entities. 7.1.2. If Contractor modifies any of its prices in accordance with §7.2, or discontinues any item shown on the existing pricing information, Contractor shall provide updated pricing information to the State for the State to publish. 7.2.Price Modifications 7.2.1. Price Increases 7.2.1.1. Contractor may request an increase in the prices listed in Exhibit C by submitting its request to the State in writing as described in §17 of the main body of this Contract. Requests for increases in prices are limited as follows: 7.2.1.1.1. If a Contractor is requesting a price increase for the extension of the Contract the requested increased pricing with justification from the manufacturers must be received by July 31, 2021. 7.2.1.1.2. Contractor may only request a price increase if it can provide and justify that increase based on the Original Equipment Manufacturer increase, the Producer Price Index or the Consumer Price Index issued by the US Department of Labor, Bureau of Labor Statistics; or a similar industry pricing guide. 7.2.1.2. The State may approve or deny any request for a price increase based on the information provided by Contractor and other circumstances in its sole discretion. 7.2.1.3. If the State approves a price increase, that price increase shall not take effect unless it is included in this Contract. The State will increase prices in an amendment. 7.2.1.3.1. Contractor may only begin using the increased prices in Orders that are issued following the effective date of the modification that increases the prices. For Orders placed prior to a price increase that are in effect at the time of the price increase, Contractor shall only charge the Purchasing Entity the prices that were in effect at the time the Order was placed. 7.2.1.4. If the State does not approve a price increase, or Contractor increases its prices without submitting a request to the State, then those increased prices shall be void in any Order in which they are used and Contractor shall fulfill the Order at the existing rates approved Exhibit A Page 7 of 8 DocuSign Envelope ID: B30D8762-7A50-45C3-9C40-BA9DC581CBCB CMS 11 171748 by the State under this Contract. Contractor's use of rates in any Order that exceed those approved by the State under this Contract shall be a material breach of this Contract. 7.2.2. Price Decreases and Ceiling Prices 7.2.2.1. Contractor may decrease its prices shown in Exhibit C at any time by providing written notice to the State. 7.2.2.2. The prices listed in Exhibit C are Ceiling Prices, and Contractor may offer lower prices to Purchasing Entities, and Purchasing Entities may negotiate lower prices with Contractor, without the review or approval of the State. Contractor shall not allow a Subcontractor to charge an amount greater than the Ceiling Price for any Order. Exhibit A Page 8 of 8 DocuSign Envelope ID: B30D8762-7A50-45C3-9C40-BA9DC581CBCB CMS # 171748 EXHIBIT B, STATEMENT OF WORK 1. GOODS AND/OR SERVICES Contractor shall provide 2022 or newer model year fleet vehicles. 2. SPECIFICATIONS 2.1.At a minimum, all vehicles ordered shall include manufacturer standard new vehicle equipment for 2022 model year or newer fleet vehicles. Vehicles that do not meet current Federal emission standards but are "covered" with Department of Energy credits will not be accepted. 2.2.Vehicle options shall be provided as factory installed under the terms of the full, factory -backed, bumper -to -bumper warranty. Contractor installed options are not permitted unless pre -approved by the State or Purchasing Entity in writing. If a Contractor substitutes an OEM (Original Equipment Manufacturer) option with a non -OEM option, the State or Purchasing Entity may return the vehicle for a correctly equipped vehicle any time after the non -OEM option is discovered. The State or Purchasing Entity may also require the Contractor to reimburse the State or Purchasing Entity for all expenses and fees related to the repair of a non -OEM option that fails within the standard warranty period. 2.3.In the event that OEM is unable to deliver ordered vehicle(s) within the model year ordered, SFM or Purchasing Entity reserves the right to choose out of dealer stock unit(s) as close to original specifications as possible. SFM or the Purchasing Entity will be invoiced at the Price as listed in Exhibit C. This will only apply to vehicles ordered prior to build-out/factory fleet close dates and considered within normal and acceptable ordering and build out time frames. Vehicles ordered after the last order date has been announced by the OEM will not be subject to this clause. 2.4.The projected delivery time is 30 to 400 days from order placement. 3. OTHER PROJECT REQUIREMENTS 3.1.Alternative Fuels — Alternative fuel vehicles (AFV) provided shall include a full factory warranty and be serviceable by any Factory Authorized Dealer. Dealer installed conversions are NOT acceptable unless they are part of an OEM/Dealer certified program and On -Board Diagnostics (OBD) II/III compatible. Such vehicles shall be specifically designed to operate on alternative fuel as its primary fuel. Information for Dealers authorized to repair and service AFV's, if different from all OEM dealers shall be provided to Purchasing Entity by Contractor. 3.2.Hybrid and Electric Vehicles — Vehicles offered shall include a full factory warranty and be serviceable by any Factory Authorized Dealer. 3.3.Tires — Tires provided by Contractor shall be all season/mud and snow radials or open side lug all terrain tires when specified. Closed lug design tires are NOT acceptable for an all -terrain tire option. 3.4.All vehicles delivered to any Purchasing Entity must be a full turnkey vehicle unless prior written notification has been made. All vehicles delivered to any Purchasing Entities must meet all prices and details in body code sheets as provided with ITN-SPCO-AR-22-001 and included in this award and Contract. 3.5.Warranty — The States minimum standard warranty period for all 2022 or newer vehicles is 3 year or 36,000 miles and is to cover the ordered vehicle including all options and accessories. Exhibit B Page 1 of 4 DocuSign Envelope ID: B30D8762-7A50-45C3-9C40-BA9DC581CBCB CMS # 171748 3.6.Due to State budget conditions, SFM cannot accept any vehicles prior to March 1, 2021 unless authorized by SFM. Contractor shall make deliveries after this date. The exceptions to this condition are Public Safety, Undercover and patrol vehicles and vehicles that have Federal Grant funding or Agency funding. Additionally, other Purchasing Entities may elect to accept their vehicles earlier and/or later than SFM. Contractor will work with additional Purchasing Entities to ensure all dates are met. 3.7.If a model year change occurs during the contract period prior to extension, or if the awarded vendor will allow, 2023 model year vehicles may be sold under the terms, conditions and prices of the 2022 or newer model year awards. Model year substitutions MUST be approved in writing by SFM or Purchasing Entity. 3.8.Contractor shall notify SFM within five (5) business days in writing of any mid -year model changes including discontinuations, mid -year introductions, etc., as related to specific body code vehicle included on Contract. 3.9.Compliance Standards — Vehicles delivered shall be in full compliance with all applicable federal and state laws, rules and standards regarding construction and performance. This includes, but is not limited to the Federal Motor Vehicle Safety Standards (FMVSS), EPA emission level requirements, and state noise standards. 3.10. Delivery Requirements — Vehicles are to be delivered complete with all manufacturer standard new vehicle equipment and must be in compliance with the 2022 or newer vehicle specifications for each body code per the Contractor's response. All requested optional items as listed on the SFM or Purchasing Entity purchase order must also be with delivery. SFM and any Purchasing Entity reserve the right to return a vehicle after acceptance that is not complete according to the 2022 or newer vehicle specifications for each body code and any purchase order, if later found to be in violation. Contractor shall promptly bring the vehicle up to the award specification or accept return of vehicle and reimburse any monies paid by the State or Purchasing Entity. 3.11. Delivery Compliance for State Fleet Management and Purchasing Entity- The following requirements apply to vehicles at time of delivery to SFM or the Purchasing Entity. 3.11.1. Contractor shall bring the following items at the time of scheduled delivery (all documents shall be typed): 3.11.1.1. The Contractor invoice with a typed Vehicle Identification Number (VIN), the State or Purchasing Entity Purchase Order Number, and the Contractor stock number. 3.11.1.2. The manufacturer's window sticker with price and option into (Do not leave the sticker on the vehicle door glass). 3.11.1.3. The manufacturer's "Certificate of Origin" with a typed assignment as follows (there shall be no corrections): Undetermined at this time 1001 East 62"d Ave Denver, CO 80216 3.11.1.4. The application for Title and the bill of sale (if used for odometer disclosure). Exhibit B Page 2 of 4 DocuSign Envelope ID: B30D8762-7A50-45C3-9C40-BA9DC581CBCB CMS # 171748 3.11.1.5. Two sets of keys marked for the vehicle and the key code (on a sticker or tag) needed for key matching and duplication. 3.11.1.6. A weight slip and VIN slip and VIN Verification shall be provided whenever a body has been modified*i.e. hi -cube vans, box trucks, buses and stake beds, etc. 3.12. Contractor shall leave the following items in the vehicle at the time of scheduled delivery: 3.12.1. The owner's manual visible on the front seat. 3.12.2. The Dealer Stock Number on the windshield. 3.12.3. A sixty (60) day permit shall be attached in the rear window of the vehicle. 3.12.4. Vehicles shall be washed, have license plate brackets and screws installed on the vehicle, serviced and in standard "make ready" condition (i.e. prepared for immediate use including no less than one quarter (1/4) tank reading of fuel and full tanks of Diesel Emission Flued when equipped with DEF tanks.) Note: Vehicles must be delivered with no less than 1/4 tank of each fuel type, including CNG, diesel, propane, etc., and full DEF tanks, or vehicles will be refused. 3.13. SFM or the Purchasing Entity shall make a cursory visual check pf the delivered vehicle's condition and options to expedite the delivery process. Should any problems be found after delivery, SFM or the Purchasing Entity have up to four (4) weeks to inspect and reject the vehicle while it is still on their lot. If rejected, the Contractor shall retrieve the vehicle within one (2) business day of notification via email for correction/repairs, and then shall redeliver the vehicle as soon as the repairs are complete. The dealer will expedite repairs to its maximum capability, so as not to cause financial hardship to the State or Purchasing Entity. 3.14. Delivery Terms and Compliance for Institutions of Higher Education, Political Subdivisions and Non -Profits — All institutions of Higher Education, Political Subdivisions and Registered Non -Profits must specify on the Purchase Order or commitment document all delivery terms and conditions that apply. Delivery instructions to the Purchasing Entity are to be similar to State delivery instructions. 3.14.1. The terms are FOB destination with freight included to destinations in the Metropolitan Denver are (7 county areas to include: Denver, Adams, Arapahoe, Boulder, Douglas, Broomfield and Jefferson). Deliveries outside of the 7 -area are FOB destination with freight added, which has been pre -negotiated in writing between Purchasing Entity and Contractor. 3.14.2. Any Purchasing Entity may arrange to pick up a vehicle from the awarded Contractor at no additional charge. 3.14.3. Contractor is expected to comply with delivery instructions issued by Institutions of Higher Education, Political Subdivisions and Non -Profits, Any changes or clarifications must be negotiated with and agreed to by the applicable Institution of Higher Education, Political Subdivision or Non -Profit. 3.14.4. The State Procurement Administrator managing the State Price Agreement should be notified immediately of any issues related to the delivery of vehicles. 3.15. Quotation of Vehicles for Institutions of Higher Education, Political Subdivisions ad Non - Profits — At the request of the political subdivision Contractor shall begin all vehicle quotes with the State Awarded Standard Vehicle Base Price. Vehicle quotes that begin with a Contractor Exhibit B Page 3 of 4 DocuSign Envelope ID: B30D8762-7A50-45C3-9C40-BA9DC581CBCB CMS # 171748 MSRP or quotes that cannot provide a pricing breakdown that includes the Contracted Standard Vehicle Base Price and body code sheets details will not be considered valid. 3.16. Contractors shall include, on the requested quotation for the political subdivision, the Original Equipment Manufacturer (OEM) Model number and any OEM codes for all specifications, accessories, and up -fits, when an OEM code is available. Exhibit B Page 4 of 4 DocuSign Envelope ID: B30D8762-7A50-45C3-9C40-BA9DC581 CBCB CMS # 171748 EXHIBIT C, PRODUCTS AND PRICING Find Detail Sheets attached in BIDS Body Code Body Code Description Make Model Base Price C1 Cargo Van Mini Transit Connect LOW Transit Connect $23,713 C1 Cargo Van Mini Transit Connect FFV Option Transit Connect $23,878 C4 Cargo Van 1 Ton Ford Roof Transit 350 Medium Ford Transit 350 $32,971 C4 Cargo Van 1 Ton Ford Transit 350 High Roof Ford Transit 350 $33,121 D1 Pass Van Mini (5 Pass) LOW Ford Transit Connect Ford Transit Connect $25,589 D1 Pass Van Mini (5 FFV Pass) Option Ford Transit Connect Ford Transit Connect $25,754 D2 Pass Van (8 Pass) Standard Ford Transit 150 FFV Ford Transit 150 $32,149 D2 Pass Van (8 Pass) Ford Roof Transit 150 Medium Ford Transit 150 $35,604 D3 Pass Van (12 Pass)Ford Standard Transit 350 FFV Ford Transit 350 $32,115 D3 Pass Van (12 Pass) )Ford Roof Transit 350 Medium Ford Transit 350 $38,145 D3 Pass Van (12 Pass) )Ford Transit 350 High Roof Ford Transit 350 $39,595 D5 Pass Van (15 Pass)Ford Standard Transit 350 FFV Ford Transit 350 $33,684 D5 Pass Van (15 Pass) Transit 350 High Roof Ford Transit 350 $36,584 D5 Pass Van (15 Pass) Transit 350 Medium Roof Ford Transit 350 $35,139 Fl Small FWD PU Ford Maverick Hyrbid Ford Maverick $19,784 F2 1/2 Ton 4x4 Short Ford bed, F150 FFV Low Standard Extended Cab, Ford F150 $26,214 F2 1/2 Ton 4x4 F150 CNG Bi-Fuel Ford F150 $40,529 F3 3/4 Ton 4x4 Ford F250 CNG Bifuel Ford F250 $42,536 F3 3/4 Ton 4x4 Ford F250 CNG Dedicated Ford F250 $42,536 F4 1 Ton 4x4 Ford F350 CNG Bifuel Ford F350 $45,189 F4 1 Ton 4x4 Ford F350 PHEV Ford F350 $62,535 F4 1 Ton 4x4 Ford F350 Hybrid Ford F350 $49,989 F8 3/4 T F250 Crew Cab CNG Bifuel Ford F250 $46,099 K6 Pass Util Ex Small 4X4 Util Ford Bronco LOW Ford Bronco $29,748 KE Pass Util Electric 4x4 Low Ford Mustang Mach -E Ford Mustang E Mach- $46,935 P4 1 Ton Cargo Box Ford Transit Cutaway Low Ford Transit Cutaway $42,685 PE Ford E -Transit Delivery Van Electric Ford Transit T350 $57,988 P5 Ford F650 4X2 2 1/2 Ton Cargo Box FFV Option Ford F5650 $79,806 Exhibit C Page 1 of 2 DocuSign Envelope ID: B30D8762-7A50-45C3-9C40-BA9DC581CBCB CMS # 171748 T1 Cab & Chassis (DRW) 1 Ton F350 Low Ford F350 $29,494 T1 Cab & Chassis (DRW) 1 Ton F350 FFV Standard Ford F350 $29,494 T1 Cab & Chassis (DRW) 1 Ton F350 Diesel Ford F350 $39,444 T4 Cab & Chassis (DRW) 1 1/2 Ton F450 Low Ford F450 $34,272 T4 Cab & Chassis (DRW) 1 1/2 Ton F450 Diesel Ford F450 $43,597 T5 Cab & Chassis (DRW) 2 Ton F550 Low Ford F550 $35,149 T5 Cab & Chassis (DRW) 2 Ton F550 Diesel Ford F550 $44,474 Exhibit C Page 2 of 2 DocuSign Envelope ID: B30D8762-7A50-45C3-9O40-BA9DC581 CBCB CMS # 171748 EXHIBIT D, HIPAA BUSINESS ASSOCIATE AGREEMENT This HIPAA Business Associate Agreement ("Agreement") between the State and Contractor is agreed to in connection with, and as an exhibit to, the Contract. For purposes of this Agreement, the State is referred to as "Covered Entity" and the Contractor is referred to as "Business Associate". Unless the context clearly requires a distinction between the Contract and this Agreement, all references to "Contract" shall include this Agreement. 1. Purpose Covered Entity wishes to disclose information to Business Associate, which may include Protected Health Information ("PHI"). The Parties intend to protect the privacy and security of the disclosed PHI in compliance with the Health Insurance Portability and Accountability Act of 1996 ("HIPAA"), Pub. L. No. 104-191 (1996) as amended by the Health Information Technology for Economic and Clinical Health Act ("HITECH Act") enacted under the American Recovery and Reinvestment Act of 2009 ("ARRA") Pub. L. No. 111-5 (2009), implementing regulations promulgated by the U.S. Department of Health and Human Services at 45 C.F.R. Parts 160, 162 and 164 (the "HIPAA Rules") and other applicable laws, as amended. Prior to the disclosure of PHI, Covered Entity is required to enter into an agreement with Business Associate containing specific requirements as set forth in, but not limited to, Title 45, Sections 160.103, 164.502(e) and 164.504(e) of the Code of Federal Regulations ("C.F.R.") and all other applicable laws and regulations, all as may be amended. 2. Definitions The following terms used in this Agreement shall have the same meanings as in the HIPAA Rules: Breach, Data Aggregation, Designated Record Set, Disclosure, Health Care Operations, Individual, Minimum Necessary, Notice of Privacy Practices, Protected Health Information, Required by Law, Secretary, Security Incident, Subcontractor, Unsecured Protected Health Information, and Use. The following terms used in this Agreement shall have the meanings set forth below: a. Business Associate. "Business Associate" shall have the same meaning as the term "business associate" at 45 C.F.R. 160.103, and shall refer to Contractor. b. Covered Entity. "Covered Entity" shall have the same meaning as the term "covered entity" at 45 C.F.R. 160.103, and shall refer to the State. c. Information Technology and Information Security. "Information Technology" and "Information Security" shall have the same meanings as the terms "information technology" and "information security", respectively, in §24-37.5-102, C.R.S. Capitalized terms used herein and not otherwise defined herein or in the HIPAA Rules shall have the meanings ascribed to them in the Contract. 3. Obligations and Activities of Business Associate a. Permitted Uses and Disclosures i. Business Associate shall use and disclose PHI only to accomplish Business Associate's obligations under the Contract. ii. To the extent Business Associate carries out one or more of Covered Entity's obligations under Subpart E of 45 C.F.R. Part 164, Business Associate shall comply with any and all Exhibit D Page 1 of 9 DocuSign Envelope ID: B30D8762-7A50-45C3-9C40-BA9DC581CBCB CMS # 171748 requirements of Subpart E that apply to Covered Entity in the performance of such obligation. iii. Business Associate may disclose PHI to carry out the legal responsibilities of Business Associate, provided, that the disclosure is Required by Law or Business Associate obtains reasonable assurances from the person to whom the information is disclosed that: A. the information will remain confidential and will be used or disclosed only as Required by Law or for the purpose for which Business Associate originally disclosed the information to that person, and; B. the person notifies Business Associate of any Breach involving PHI of which it is aware. iv. Business Associate may provide Data Aggregation services relating to the Health Care Operations of Covered Entity. Business Associate may de -identify any or all PHI created or received by Business Associate under this Agreement, provided the de -identification conforms to the requirements of the HIPAA Rules. b. Minimum Necessary. Business Associate, its Subcontractors and agents, shall access, use, and disclose only the minimum amount of PHI necessary to accomplish the objectives of the Contract, in accordance with the Minimum Necessary Requirements of the HIPAA Rules including, but not limited to, 45 C.F.R. 164.502(b) and 164.514(d). c. Impermissible Uses and Disclosures i. Business Associate shall not disclose the PHI of Covered Entity to another covered entity without the written authorization of Covered Entity. ii. Business Associate shall not share, use, disclose or make available any Covered Entity PHI in any form via any medium with or to any person or entity beyond the boundaries or jurisdiction of the United States without express written authorization from Covered Entity. d. Business Associate's Subcontractors Business Associate shall, in accordance with 45 C.F.R. 164.502(e)(1)(ii) and 164.308(b)(2), ensure that any Subcontractors who create, receive, maintain, or transmit PHI on behalf of Business Associate agree in writing to the same restrictions, conditions, and requirements that apply to Business Associate with respect to safeguarding PHI. ii. Business Associate shall provide to Covered Entity, on Covered Entity's request, a list of Subcontractors who have entered into any such agreement with Business Associate. iii. Business Associate shall provide to Covered Entity, on Covered Entity's request, copies of any such agreements Business Associate has entered into with Subcontractors. b. Access to System. If Business Associate needs access to a Covered Entity Information Technology system to comply with its obligations under the Contract or this Agreement, Business Associate shall request, review, and comply with any and all policies applicable to Covered Entity regarding such system including, but not limited to, any policies promulgated by the Office of Information Technology and available at http://oit.state.co.us/about/policies. c. Access to PHI. Business Associate shall, within ten days of receiving a written request from Covered Exhibit D Page 2 of 9 DocuSign Envelope ID: B30D8762-7A50-45C3-9C40-BA9DC581CBCB CMS # 171748 Entity, make available PHI in a Designated Record Set to Covered Entity as necessary to satisfy Covered Entity's obligations under 45 C.F.R. 164.524. d. Amendment of PHI Business Associate shall within ten days of receiving a written request from Covered Entity make any amendment to PHI in a Designated Record Set as directed by or agreed to by Covered Entity pursuant to 45 C.F.R. 164.526, or take other measures as necessary to satisfy Covered Entity's obligations under 45 C.F.R. 164.526. ii. Business Associate shall promptly forward to Covered Entity any request for amendment of PHI that Business Associate receives directly from an Individual. e. Accounting Rights. Business Associate shall, within ten days of receiving a written request from Covered Entity, maintain and make available to Covered Entity the information necessary for Covered Entity to satisfy its obligations to provide an accounting of Disclosure under 45 C.F.R. 164.528. f. Restrictions and Confidential Communications i. Business Associate shall restrict the Use or Disclosure of an Individual's PHI within ten days of notice from Covered Entity of: A. a restriction on Use or Disclosure of PHI pursuant to 45 C.F.R. 164.522; or B. a request for confidential communication of PHI pursuant to 45 C.F.R. 164.522. ii. Business Associate shall not respond directly to an Individual's requests to restrict the Use or Disclosure of PHI or to send all communication of PHI to an alternate address. iii. Business Associate shall refer such requests to Covered Entity so that Covered Entity can coordinate and prepare a timely response to the requesting Individual and provide direction to Business Associate. g. Governmental Access to Records. Business Associate shall make its facilities, internal practices, books, records, and other sources of information, including PHI, available to the Secretary for purposes of determining compliance with the HIPAA Rules in accordance with 45 C.F.R. 160.310. h. Audit, Inspection and Enforcement Business Associate shall obtain and update at least annually a written assessment performed by an independent third party reasonably acceptable to Covered Entity, which evaluates the Information Security of the applications, infrastructure, and processes that interact with the Covered Entity data Business Associate receives, manipulates, stores and distributes. Upon request by Covered Entity, Business Associate shall provide to Covered Entity the executive summary of the assessment. ii. Business Associate, upon the request of Covered Entity, shall fully cooperate with Covered Entity's efforts to audit Business Associate's compliance with applicable HIPAA Rules. If, through audit or inspection, Covered Entity determines that Business Associate's conduct would result in violation of the HIPAA Rules or is in violation of the Contract or this Agreement, Business Associate shall promptly remedy any such violation and shall certify completion of its remedy in writing to Covered Entity. Exhibit D Page 3 of 9 DocuSign Envelope ID: B30D8762-7A50-45C3-9C40-BA9DC581CBCB CMS # 171748 i. Appropriate Safeguards i. Business Associate shall use appropriate safeguards and comply with Subpart C of 45 C.F.R. Part 164 with respect to electronic PHI to prevent use or disclosure of PHI other than as provided in this Agreement. ii. Business Associate shall safeguard the PHI from tampering and unauthorized disclosures. iii. Business Associate shall maintain the confidentiality of passwords and other data required for accessing this information. iv. Business Associate shall extend protection beyond the initial information obtained from Covered Entity to any databases or collections of PHI containing information derived from the PHI. The provisions of this section shall be in force unless PHI is de -identified in conformance to the requirements of the HIPAA Rules. J. Safeguard During Transmission i. Business Associate shall use reasonable and appropriate safeguards including, without limitation, Information Security measures to ensure that all transmissions of PHI are authorized and to prevent use or disclosure of PHI other than as provided for by this Agreement. ii. Business Associate shall not transmit PHI over the Internet or any other insecure or open communication channel unless the PHI is encrypted or otherwise safeguarded with a FIPS- compliant encryption algorithm. k. Reporting of Improper Use or Disclosure and Notification of Breach i. Business Associate shall, as soon as reasonably possible, but immediately after discovery of a Breach, notify Covered Entity of any use or disclosure of PHI not provided for by this Agreement, including a Breach of Unsecured Protected Health Information as such notice is required by 45 C.F.R. 164.410 or a breach for which notice is required under §24-73-103, C.R.S. ii. Such notice shall include the identification of each Individual whose Unsecured Protected Health Information has been, or is reasonably believed by Business Associate to have been, accessed, acquired, or disclosed during such Breach. iii. Business Associate shall, as soon as reasonably possible, but immediately after discovery of any Security Incident that does not constitute a Breach, notify Covered Entity of such incident. iv. Business Associate shall have the burden of demonstrating that all notifications were made as required, including evidence demonstrating the necessity of any delay. 1. Business Associate's Insurance and Notification Costs i. Business Associate shall bear all costs of a Breach response including, without limitation, notifications, and shall maintain insurance to cover: A. loss of PHI data; Exhibit D Page 4 of 9 DocuSign Envelope ID: B30D8762-7A50-45C3-9C40-BA9DC581CBCB CMS # 171748 B. Breach notification requirements specified in HIPAA Rules and in §24-73-103, C.R.S.; and C. claims based upon alleged violations of privacy rights through improper use or disclosure of PHI. ii. All such policies shall meet or exceed the minimum insurance requirements of the Contract or otherwise as may be approved by Covered Entity (e.g., occurrence basis, combined single dollar limits, annual aggregate dollar limits, additional insured status, and notice of cancellation). iii. Business Associate shall provide Covered Entity a point of contact who possesses relevant Information Security knowledge and is accessible 24 hours per day, 7 days per week to assist with incident handling. iv. Business Associate, to the extent practicable, shall mitigate any harmful effect known to Business Associate of a Use or Disclosure of PHI by Business Associate in violation of this Agreement. m. Subcontractors and Breaches Business Associate shall enter into a written agreement with each of its Subcontractors and agents, who create, receive, maintain, or transmit PHI on behalf of Business Associate. The agreements shall require such Subcontractors and agents to report to Business Associate any use or disclosure of PHI not provided for by this Agreement, including Security Incidents and Breaches of Unsecured Protected Health Information, on the first day such Subcontractor or agent knows or should have known of the Breach as required by 45 C.F.R. 164.410. ii. Business Associate shall notify Covered Entity of any such report and shall provide copies of any such agreements to Covered Entity on request. n. Data Ownership i. Business Associate acknowledges that Business Associate has no ownership rights with respect to the PHI. ii. Upon request by Covered Entity, Business Associate immediately shall provide Covered Entity with any keys to decrypt information that the Business Association has encrypted and maintains in encrypted form, or shall provide such information in unencrypted usable form. o. Retention of PHI. Except upon termination of this Agreement as provided in Section 5, below, Business Associate and its Subcontractors or agents shall retain all PHI throughout the term of this Agreement, and shall continue to maintain the accounting of disclosures required under Section 3.h, above, for a period of six years. 2. Obligations of Covered Entity a. Safeguards During Transmission. Covered Entity shall be responsible for using appropriate safeguards including encryption of PHI, to maintain and ensure the confidentiality, integrity, and security of PHI transmitted pursuant to this Agreement, in accordance with the standards and requirements of the HIPAA Rules. Exhibit D Page 5 of 9 DocuSign Envelope ID: B30D8762-7A50-45C3-9C40-BA9DC581CBCB CMS # 171748 b. Notice of Changes i. Covered Entity maintains a copy of its Notice of Privacy Practices on its website. Covered Entity shall provide Business Associate with any changes in, or revocation of, permission to use or disclose PHI, to the extent that it may affect Business Associate's permitted or required uses or disclosures. ii. Covered Entity shall notify Business Associate of any restriction on the use or disclosure of PHI to which Covered Entity has agreed in accordance with 45 C.F.R. 164.522, to the extent that it may affect Business Associate's permitted use or disclosure of PHI. 3. Termination a. Breach i. In addition to any Contract provision regarding remedies for breach, Covered Entity shall have the right, in the event of a breach by Business Associate of any provision of this Agreement, to terminate immediately the Contract, or this Agreement, or both. ii. Subject to any directions from Covered Entity, upon termination of the Contract, this Agreement, or both, Business Associate shall take timely, reasonable, and necessary action to protect and preserve property in the possession of Business Associate in which Covered Entity has an interest. b. Effect of Termination i. Upon termination of this Agreement for any reason, Business Associate, at the option of Covered Entity, shall return or destroy all PHI that Business Associate, its agents, or its Subcontractors maintain in any form, and shall not retain any copies of such PHI. ii. If Covered Entity directs Business Associate to destroy the PHI, Business Associate shall certify in writing to Covered Entity that such PHI has been destroyed. iii. If Business Associate believes that returning or destroying the PHI is not feasible, Business Associate shall promptly provide Covered Entity with notice of the conditions making return or destruction infeasible. Business Associate shall continue to extend the protections of Section 3 of this Agreement to such PHI, and shall limit further use of such PHI to those purposes that make the return or destruction of such PHI infeasible. 4. Injunctive Relief Covered Entity and Business Associate agree that irreparable damage would occur in the event Business Associate or any of its Subcontractors or agents use or disclosure of PHI in violation of this Agreement, the HIPAA Rules or any applicable law. Covered Entity and Business Associate further agree that money damages would not provide an adequate remedy for such Breach. Accordingly, Covered Entity and Business Associate agree that Covered Entity shall be entitled to injunctive relief, specific performance, and other equitable relief to prevent or restrain any Breach or threatened Breach of and to enforce specifically the terms and provisions of this Agreement. 5. Limitation of Liability Exhibit D Page 6 of 9 DocuSign Envelope ID: B30D8762-7A50-45C3-9C40-BA9DC581CBCB CMS # 171748 Any provision in the Contract limiting Contractor's liability shall not apply to Business Associate's liability under this Agreement, which shall not be limited. 6. Disclaimer Covered Entity makes no warranty or representation that compliance by Business Associate with this Agreement or the HIPAA Rules will be adequate or satisfactory for Business Associate's own purposes. Business Associate is solely responsible for all decisions made and actions taken by Business Associate regarding the safeguarding of PHI. 7. Certification Covered Entity has a legal obligation under HIPAA Rules to certify as to Business Associate's Information Security practices. Covered Entity or its authorized agent or contractor shall have the right to examine Business Associate's facilities, systems, procedures, and records, at Covered Entity's expense, if Covered Entity determines that examination is necessary to certify that Business Associate's Information Security safeguards comply with the HIPAA Rules or this Agreement. 8. Amendment Amendment to Comply with Law. The Parties acknowledge that state and federal laws and regulations relating to data security and privacy are rapidly evolving and that amendment of this Agreement may be required to provide procedures to ensure compliance with such developments. In the event of any change to state or federal laws and regulations relating to data security and privacy affecting this Agreement, the Parties shall take such action as is necessary to implement the changes to the standards and requirements of HIPAA, the HIPAA Rules and other applicable rules relating to the confidentiality, integrity, availability and security of PHI with respect to this Agreement. ii. Business Associate shall provide to Covered Entity written assurance satisfactory to Covered Entity that Business Associate shall adequately safeguard all PHI, and obtain written assurance satisfactory to Covered Entity from Business Associate's Subcontractors and agents that they shall adequately safeguard all PHI. iii. Upon the request of either Party, the other Party promptly shall negotiate in good faith the terms of an amendment to the Contract embodying written assurances consistent with the standards and requirements of HIPAA, the HIPAA Rules, or other applicable rules. iv. Covered Entity may terminate this Agreement upon 30 days' prior written notice in the event that: A. Business Associate does not promptly enter into negotiations to amend the Contract and this Agreement when requested by Covered Entity pursuant to this Section; or B. Business Associate does not enter into an amendment to the Contract and this Agreement, which provides assurances regarding the safeguarding of PHI sufficient, in Covered Entity's sole discretion, to satisfy the standards and requirements of the HIPAA, the HIPAA Rules and applicable law. b. Amendment of Appendix. The Appendix to this Agreement may be modified or amended by the Exhibit D Page 7 of 9 DocuSign Envelope ID: B30D8762-7A50-45C3-9C40-BA9DC581CBCB CMS # 171748 mutual written agreement of the Parties, without amendment of this Agreement. Any modified or amended Appendix agreed to in writing by the Parties shall supersede and replace any prior version of the Appendix. 9. Assistance in Litigation or Administrative Proceedings Covered Entity shall provide written notice to Business Associate if litigation or administrative proceeding is commenced against Covered Entity, its directors, officers, or employees, based on a claimed violation by Business Associate of HIPAA, the HIPAA Rules or other laws relating to security and privacy or PHI. Upon receipt of such notice and to the extent requested by Covered Entity, Business Associate shall, and shall cause its employees, Subcontractors, or agents assisting Business Associate in the performance of its obligations under the Contract to, assist Covered Entity in the defense of such litigation or proceedings. Business Associate shall, and shall cause its employees, Subcontractor's and agents to, provide assistance, to Covered Entity, which may include testifying as a witness at such proceedings. Business Associate or any of its employees, Subcontractors or agents shall not be required to provide such assistance if Business Associate is a named adverse party. 10. Interpretation and Order of Precedence Any ambiguity in this Agreement shall be resolved in favor of a meaning that complies and is consistent with the HIPAA Rules. In the event of an inconsistency between the Contract and this Agreement, this Agreement shall control. This Agreement supersedes and replaces any previous, separately executed HIPAA business associate agreement between the Parties. 11. Survival Provisions of this Agreement requiring continued performance, compliance, or effect after termination shall survive termination of this contract or this agreement and shall be enforceable by Covered Entity. Exhibit D Page 8 of 9 DocuSign Envelope ID: B30D8762-7A50-45C3-9C40-BA9DC581CBCB CMS # 171748 APPENDIX TO HIPAA BUSINESS ASSOCIATE AGREEMENT This Appendix ("Appendix") to the HIPAA Business Associate Agreement ("Agreement") is s an appendix to the Contract and the Agreement. For the purposes of this Appendix, defined terms shall have the meanings ascribed to them in the Agreement and the Contract. Unless the context clearly requires a distinction between the Contract, the Agreement, and this Appendix, all references to "Contract" or "Agreement" shall include this Appendix. 1. Purpose This Appendix sets forth additional terms to the Agreement. Any sub -section of this Appendix marked as "Reserved" shall be construed as setting forth no additional terms. 2. Additional Terms Additional Permitted Uses. In addition to those purposes set forth in the Agreement, Business Associate may use PHI for the following additional purposes: i. Reserved. b. Additional Permitted Disclosures. In addition to those purposes set forth in the Agreement, Business Associate may disclose PHI for the following additional purposes: i. Reserved. c. Approved Subcontractors. Covered Entity agrees that the following Subcontractors or agents of Business Associate may receive PHI under the Agreement: ii. Reserved. b. Definition of Receipt of PHI. Business Associate's receipt of PHI under this Contract shall be deemed to occur, and Business Associate's obligations under the Agreement shall commence, as follows: i. Reserved. c. Additional Restrictions on Business Associate. Business Associate agrees to comply with the following additional restrictions on Business Associate's use and disclosure of PHI under the Contract: i. Reserved. d. Additional Terms. Business Associate agrees to comply with the following additional terms under the Agreement: i. Reserved. Exhibit D Page 9 of 9 From: David Springer To: Eric Beutz Cc: Christie Peters Subject: RE: Transit Order Banks Date: Monday, September 19, 2022 10:54:07 AM • Eric, You should be getting something from Purchasing to rescind the PO. We are heading a different direction. David Springer Director, Fleet Services Weld County Government 1399 N. 17th Ave. Greeley, CO 80631 970-400-3513 970-673-5007 cell Confidentiality Notice: This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. From: Eric Beutz <ericb@mountainfleet.com> Sent: Monday, September 19, 2022 10:52 AM Subject: Transit Order Banks t aution: This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. Ford just let us know that they are doing all that they can to keep up with high demand of Transit. Supply chain constraints, in conjunction with the massive popularity of Transit, have forced Ford Motor Company to cut off orders for Transit on Thurs 9/22. So please contact Cody Lewis, clewis@mikemarooneauto.comifyouwereplanningonorderingthe most popular van ever made. Eric Beutz Mike Maroone Ford Longmont Cell: 303-829-4767 ericb@mountainfleet.com MAROONE FORD LONGMONT Go Further Hello