HomeMy WebLinkAbout102781 NEW MERCER DITCH CO - PURCHASE ORDER - 9116421Fort Collins
Date: 10/31/2011
PURCHASE ORDER
Vendor: 102781
NEW MERCER DITCH CO
1281 E MAGNOLIA SUITED #161
FORT COLLINS Colorado 80524
PO Number Page
9116421 1of6
This number must appear
on all invoices, packing
slips and labels.
Ship To: ENGINEERING DEPT-MASON
CITY OF FORT COLLINS
ENGINEERING DEPT-MASON
281 N. COLLEGE AVE
FORT COLLINS Colorado 80524
Delivery Date: 10/28/2011 Buyer: JAMES O'NEILL
Note:
Line Description Quantity UOM Unit Price Extended
Ordered Price
Crossing Fee 1 LOT LS
for bridge over Mail Creek for Mason BRT project.
3,500.00
In addition to the City of Fort Collins Standard Purchase Order Terms and Conditions, the following Federal
clauses apply to this purchase order.
1. NO FEDERAL GOVERNMENT OBLIGATION TO THIRD PARTIES
(1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal
Government in or approval of the solicitation or award of the underlying contract, absent the express written
consent by the Federal Government, the Federal Government is not a party to this contract and shall not be
subject to any obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a party to
that contract) pertaining to any matter resulting from the underlying contract.
(2) The Contractor agrees to include the above clause in each subcontract financed in whole or in part with
Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify
the subcontractor who will be subject to its provisions.
2. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS
(1) The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as
amended, 31 U.S.C. § 3801 et seq . and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R.
Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Contractor
certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes
to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being
performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it
makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the
Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986
on the Contractor to the extent the Federal Government deems appropriate.
City of Fort Collins Director of Purchasing and Risk Management
This order is not valid over $5000 unless signed by James B. O'Neill II, CPPO
City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580
Phone:970-221-6775 Fax:970-221-6707 Email:purchasing@fcgov.com
Invoice Address:
City of Fort Collins
Accounting Department
PO Box 580
Fort Collins, CO 80522-0580
39) Cost Analysis Required
Cost analysis and profit negations were
performed (initial award and modifications)
And documented for price reasonableness
It is $1,500 plus a non-negotiable
was established on the basis of a catalog or
$3,500 crossing fee.
market price of a commercial product sold in
substantial quantities to the general public or
on the basis of prices set by law or regulation.
40) Evaluation of Options
The option quantities or periods contained in
the contractor's bid or offer were evaluated in
order to determine contract award. (To be
N/A
eligible for Federal funding, options must be
evaluated as part of the price evaluation of
offers, or must be treated as sole source
awards.
'42) Written Record of Procurement
History
The file contains records detailing the history
of this procurement. At a minimum, these
records include:
Yes the PO and the related
(1) the rationale for the method of
correspondence.
procurement,
(2) Selection of contract type,
(3) reasons for contractor selection or
rejection, and
4 the basis for the contract price.
43) Exercise of Options
The grantee exercised an option on this
contract adhering to the terms and conditions
of the option stated in the contract and
determined that the option price was better
N/A
than prices available in the market or that the
option was a more advantageous offer at the
time the option was exercised.
If an option was not exercised under this
contract, check NA.
44) Out of Scope Changes
The grantee amended this contract outside
the scope of the original contract. The
amendment was treated as a sole source
N/A
procurement (complying with the FTA
requirements for a justification, cost analysis
and profit negotiation).
45) Advance Payment Provisions
The contractor did not receive an advance
Easement type charges are paid
payment utilizing FTA funds and the contract
in advance as standard industry
does not contain advance payment provisions
or, if it did, prior written concurrence was
practice.
obtained from FTA.
46) Progress Payment Provisions
The contract contains progress payments
based on costs incurred (as opposed to
percent of completion) and the contract
contains a provision giving the grantee title to
NO
property (materials, work in progress, and
finished goods) for which progress payments
are made. The contract may contain other
security in lieu of obtaining title.
47) Time and Materials Contracts
This is a time and materials contract; the
grantee determined that no other type of
No
contract is suitable; and the contract specifies
a ceiling rice.
48) Cost Plus Percentage of Cost
This is not a cost plus a percentage of cost
No
type contract.
49) Liquidated Damages Provisions
This contract contains liquidated damages
provisions and the assessment for damages
No
is specified in the contract at a specific rate
per day for each day of overrun in contract
time.
50) Piggybacking
1) The file contains: Assignability provisions.
No
2) The procurement file contains: Price
reasonableness determination.
56) Clauses
This contract contains the appropriate FTA
Yes
required clauses.
Excluded Parties Search
EPS run and include in the file.
Yes
Mason Corridor MAX BRT Project
Micro Purchase Determination Checklist
The price(s) paid for the items, that are referenced in the attached invoice / receipt, are
determined to be fair and reasonable, based on one of the following (as checked):
Adequate Competition (two or more quotes)
Current Price Lists
Catalog Price
Prices found Reasonable on Recent Purchases
Advertisements
Similar Items in a Related Industry
Independent Price Estimate
Other (Explain) X
The attached invoice is for New Mercer Ditch Company legal review of the BRT
agreement ($1500) to install a new bridge over Mail Creek south of Harmony Road. Also
included is non-negotiable crossing fee ($3500). This bridge is required for the
completion of the project, and the services cannot be provided by anyone other than the
New Mercer Ditch Company and their attorney.
Vendor/Consultant Name: New Mercer Ditch Company
Brief Description of Work/Purchase and Amount:
$1500 Legal Review
$3500 Crossing Fee
$5000 Total Due
Erika Keeton, P.E.
Special Projects Engineer
City of Fort Collins
ID 28
THE NEW MERCER DITCH COMPANY
1281 East Magnolia Street, Suite D #161
Fort Collins, Colorado 80524
(970) 874-0189
Application for Plan Approval, Modification to Ditch Structure,
Crossing, Encroachment, Easement or Right of Way
Applicant Name, Title and Company: City of Fort Collins, Colorado
Mailing Address: Attention: Erika Keeton, Engineering Department, 281 North College
Avenue, Fort Collins, CO 80524
Description of Proposed Modification/Encroachment:
Construction of bridge across Mail Creek as part of Mason Street BRT project
The following amounts are payable by Applicant prior to consideration of the application:
Application Processing Fee:
Standard Review. This fee is non-refundable
Legal Review of Plans:
Initial review of application and initial draft of agreement. Applicant shall
be responsible for actual legal fees incurred in excess of estimated amount.
Engineering Review of Plans:
Crossing Fee:
TOTAL DUE:
Please Note:
PO# Amt.
Acct#
All)ogo32J�o. . Ito
Date:
Vendor# lO Z`1 PI
Doc# Batch#
S 500.00
PAID
$1,500.00
S3 .500.00
$5,000.00
Approval of an application by the New Mercer Ditch is valid for up to one yen (dependent on the season). Any changes or revisions
made will be subject to achange/revision fee. The mount of the fee will be dependent on the complexity of the change. Subsequent
changes will be subject to additional fees.
Approved for Payment
/0//3 //f
Terry Tyrrell 7C17
Mason Corridor Project Manager
y40003a. 40. 96
L1PYRO�VE'D
Erika R. Keeton, P.E.
tCdlms City of Fort Collins
Engineering DepaM+ent
Exceptions as noted
Paget of 2
Jim O'Neill
From: Sandy O'Brien
Sent: Wednesday, October 26, 2011 7:52 AM
To: Erika Keeton; Terry Tyrrell
Cc: Jim O'Neill
Subject: RE: New Mercer Ditch
Importance: High
Looks like the $1,500 was for another part of the project then. I will have Jim add to the Req I entered for $3,500
and add the $1,500 so that the total will match the invoice of $5,000.
Erika, this will need a cost justification sent to Jim before he can convert the Req.
Jim, can you add the $1,500 to the Req #40538 1 entered since Polly already approved it. The charge number will
be the same.
I know the ditch company needs the money before they will draft the agreement so we'll need to get this turned
around.
Sandy
From: Erika Keeton
Sent: Wednesday, October 26, 2011 6:19 AM
To: Sandy O'Brien; Terry Tyrrell
Subject: Fw: New Mercer Ditch
From: Rosanna Harris <rosannah@sopris.net>
To: Erika Keeton
Sent: Tue Oct 25 19:13:14 2011
Subject: Re: New Mercer Ditch
Erika,
I have no record of a check dated August 16. 1 have received a check for $1,500 from the City of Fort
Collins payable to New Mercer Ditch Cc dated 8/29/2011 for $1,500 which I have credited to the
easement project. I have also received a check for $500 dated 8/29/2011 which represented the
review fee for the Mail Creek bridge project, and that is shown as a credit on the attached. Can you
check to see if the check dated 8/16 has cleared your bank as I do not believe it was received by New
Mercer. Please let me know your findings as soon as possible as I will be out of the office from 10/30
to 11/21.
Rosanna
---- Original Message
From: Erika Keeton
To: 'Rosanna Harris'
10/26/2011
Page 2 of 2
Cc: TerryTyrrell ; Sandy O'Brien
Sent: Tuesday, October 25, 2011 4:47 PM
Subject: FW: New Mercer Ditch
Hi Rosanna, we show sending a check on August 16 for $1500 related to this. Could you confirm this? If so, I
can send a check for the balance. Thanks, Erika
From: Rosanna Harris [mailto:rosannah@sopris.net]
Sent: Monday, October 10, 2011 6:58 PM
To: Erika Keeton
Subject: New Mercer Ditch
Erika,
Attached is the application form for the bridge across Mail Creek which is part of the New Mercer
ditch system, and part of the Mason Street BRT project by the City of Fort Collins. As soon as the
requested fees are paid Brent will draft the agreement.
Rosanna
10/26/2011
Fort Collins
PURCHASE ORDER
PO Number Page
9116421 2 of 6
This number must appear
on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
(2) The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent
claim, statement, submission, or certification to the Federal Government under a contract connected with a
project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority
of 49 U.S.C. § 5307, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49
U.S.C. § 5307(n)(1) on the Contractor, to the extent the Federal Government deems appropriate.
(3) The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with
Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify
the subcontractor who will be subject to the provisions.
3. ACCESS TO RECORDS AND REPORTS
Access to Records - The following access to records requirements apply to this Contract:
A. Where the Purchaser is not a State but a local government and is the FTA Recipient or a subgrantee of the
FTA Recipient in accordance with 49 C.F.R. 18.36(i), the Contractor agrees to provide the Purchaser, the FTA
Administrator, the Comptroller General of the United States or any of their authorized representatives access to
any books, documents, papers and records of the Contractor which are directly pertinent to this contract for the
purposes of making audits, examinations, excerpts and transcriptions. Contractor also agrees, pursuant to 49
C.F.R. 633.17 to provide the FTA Administrator or his authorized representatives including any PMO Contractor
access to Contractors records and construction sites pertaining to a major capital project, defined at 49 U.S.C.
5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307,
5309 or 5311.
B. The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to
copy excerpts and transcriptions as reasonably needed.
C. The Contractor agrees to maintain all books, records, accounts and reports required under this contract for a
period of not less than three years after the date of termination or expiration of this contract, except in the event
of litigation or settlement of claims arising from the performance of this contract, in which case Contractor agrees
to maintain same until the Purchaser, the FTA Administrator, the Comptroller General, or any of their duly
authorized representatives; have disposed of all such litigation, appeals, claims or exceptions related thereto.
Reference 49 CFR 18.39(i)(11).
D. FTA does not require the inclusion of these requirements in subcontracts.
4. FEDERAL CHANGES
Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives,
including without limitation those listed directly or by reference in the Master Agreement between Purchaser and
FTA, as they may be amended or promulgated from time to time during the term of this contract. Contractor's
failure to so comply shall constitute a material breach of this contract.
5. TERMINATION
a. Termination for Convenience The City may terminate this contract, in whole or in part, at any time by written
notice to the Contractor when it is in the Government's best interest. The Contractor shall be paid its costs,
including contract close-out costs, and profit on work performed up to the time of termination. The Contractor
shall promptly submit its termination claim to the City to be paid the Contractor. If the Contractor has any
City of Fort Collins Director of Purchasing and Risk Management
This order is not valid over $5000 unless signed by James B. O'Neill II, CPPO
City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580
Phone:970-221-6775 Fax:970-221-6707 Email:purchasing@fcgov.com
Invoice Address:
City of Fort Collins
Accounting Department
PO Box 580
Fort Collins, CO 80522-0580
City of
�.Fort Collins
PURCHASE ORDER
PO Number Page
9116421 j
3of6
This number must appear
on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
property in its possession belonging to the City, the Contractor will account for the same, and dispose of it in the
manner the City directs.
b. Termination for Default If the Contractor does not deliver supplies in accordance with the contract delivery
schedule, or, if the contract is for services, the Contractor fails to perform in the manner called for in the contract,
or if the Contractor fails to comply with any other provisions of the contract, the City may terminate this contract
for default. Termination shall be effected by serving a notice of termination on the contractor setting forth the
manner in which the Contractor is in default. The contractor will only be paid the contract price for supplies
delivered and accepted, or services performed in accordance with the manner of performance set forth in the
contract.
If it is later determined by the City that the Contractor had an excusable reason for not performing, such as a
strike, fire, or flood, events which are not the fault of or are beyond the control of the Contractor, the City, after
setting up a new delivery of performance schedule, may allow the Contractor to continue work, or treat the
termination as a termination for convenience.
c. Opportunity to Cure The City in its sole discretion may, in the case of a termination for breach or default, allow
the Contractor 30 days in which to cure the defect. In such case, the notice of termination will state the time
period in which cure is permitted and other appropriate conditions
If Contractor fails to remedy to The City' s satisfaction the breach or default of any of the terms, covenants, or
conditions of this Contract within [ten (10) days] after receipt by Contractor of written notice from the City setting
forth the nature of said breach or default, the City shall have the right to terminate the Contract without any
further obligation to Contractor. Any such termination for default shall not in any way operate to preclude the City
from also pursuing all available remedies against Contractor and its sureties for said breach or default.
d. Waiver of Remedies for any Breach In the event that the City elects to waive its remedies for any breach by
Contractor of any covenant, term or condition of this Contract, such waiver by the City shall not limit the City's
remedies for any succeeding breach of that or of any other term, covenant, or condition of this Contract.
6. CIVIL RIGHTS REQUIREMENTS
Civil Rights - The following requirements apply to the underlying contract:
(1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000d,
section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section 202 of the Americans
with Disabilities Act of 1990, 42 U.S.C. § 12132, and Federal transit law at 49 U.S.C. § 5332, the Contractor
agrees that it will not discriminate against any employee or applicant for employment because of race, color,
creed, national origin, sex, age, or disability. In addition, the Contractor agrees to comply with applicable Federal
implementing regulations and other implementing requirements FTA may issue.
(2) Equal Employment Opportunity - The following equal employment opportunity requirements apply to the
underlying contract:
(a) Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as amended,
42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, the Contractor agrees to comply with all
applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations,
"Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41
9m-� 2. Oi'l.:-aQ/T-
City of Fort Collins Director of Purchasing and Risk Management
This order is not valid over $5000 unless signed by James B. O'Neill II, CPPO
City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580
Phone:970-221-6775 Fax:970-221-6707 Email: purchasing@fcgov.com
Invoice Address:
City of Fort Collins
Accounting Department
PO Box 580
Fort Collins, CO 80522-0580
PURCHASE ORDER PO Number Page
City, of PURCHASE
9116421 4 of 6
`t Collins( v This number must appear
` ` on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
C.F.R. Parts 60 et seq ., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as
amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment
Opportunity," 42 U.S.C. § 2000e note), and with any applicable Federal statutes, executive orders, regulations,
and Federal policies that may in the future affect construction activities undertaken in the course of the Project.
The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are
treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action
shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or
recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for
training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing
requirements FTA may issue.
(b) Age - In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29
U.S.C. § § 623 and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees to refrain from discrimination
against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with
any implementing requirements FTA may issue.
(c) Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. §
12112, the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity
Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities
Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Contractor
agrees to comply with any implementing requirements FTA may issue
(3) The Contractor also agrees to include these requirements in each subcontract financed in whole or in part
with Federal assistance provided by FTA, modified only if necessary to identify the affected parties.
7. DISADVANTAGED BUSINESS ENTERPRISE (DBE)
a. This contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, Participation
by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs. The
national goal for participation of Disadvantaged Business Enterprises (DBE) is 10%. The agency's overall goal
for DBE participation is 9.9 %. A separate contract goal [has not] been established for this procurement.
b. The contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of
this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and
administration of this DOT -assisted contract. Failure by the contractor to carry out these requirements is a
material breach of this contract, which may result in the termination of this contract or such other remedy as City
of Fort Collins deems appropriate. Each subcontract the contractor signs with a subcontractor must include the
assurance in this paragraph ( see 49 CFR 26.13(b)).
The successful bidder/offeror will be required to report its DBE participation obtained through race -neutral means
throughout the period of performance.
c. The contractor is required to pay its subcontractors performing work related to this contract for satisfactory
performance of that work no later than 30 days after the contractor' s receipt of payment for that work from the
City of Fort Collins . In addition, is required to return any retainage payments to those subcontractors within 30
days after incremental acceptance of the subcontractor s work by the City of Fort Collins and contractor s receipt
of the partial retainage payment related to the subcontractor' s work.
d. The contractor must promptly notify City of Fort Collins whenever a DBE subcontractor performing work
City of Fort Collins Director of Purchasing and Risk Management
This order is not valid over $5000 unless signed by James B. O'Neill ll, CPPO
City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580
Phone:970-221-6775 Fax:970-221-6707 Email:purchasing@fcgov.com
Invoice Address:
City of Fort Collins
Accounting Department
PO Box 580
Fort Collins, CO 80522-0580
PURCHASE ORDER PO Number Page
City ofPURCHASE16421 s of s
`t Collins This number must appear
` 1 ,�7 on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
related to this contract is terminated or fails to complete its work, and must make good faith efforts to engage
another DBE subcontractor to perform at least the same amount of work. The contractor may not terminate any
DBE subcontractor and perform that work through its own forces or those of an affiliate without prior written
consent of City of Fort Collins.
8. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS
The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or
not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set
forth in FTA Circular 4220.1 F, are hereby incorporated by reference. Anything to the contrary herein
notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other
provisions contained in this Agreement. The Contractor shall not perform any act, fail to perform any act, or
refuse to comply with any City of Fort Collins requests which would cause the City of Fort Collins to be in violation
of the FTA terms and conditions.
9. GOVERNMENT -WIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT)
This contract is a covered transaction for purposes of 49 CFR Part 29. As such, the contractor is required to
verify that none of the contractor, its principals, as defined at 49 CFR 29.995, or affiliates, as defined at 49 CFR
29.905, are excluded or disqualified as defined at 49 CFR 29.940 and 29.945.
The contractor is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply
with 49 CFR 29, Subpart C in any lower tier covered transaction it enters into.
By accepting this purchase order, the vendor or contractor certifies as follows
The certification in this clause is a material representation of fact relied upon by the City of Fort Collins. If it is
later determined that the bidder or proposer knowingly rendered an erroneous certification, in addition to
remedies available to the City of Fort Collins, the Federal Government may pursue available remedies, including
but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements
of 49 CFR 29, Subpart C while this offer is valid and throughout the period of any contract that may arise from
this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier
covered transactions.
10. ENERGY CONSERVATION REQUIREMENTS
Energy Conservation - The contractor agrees to comply with mandatory standards and policies relating to
energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy
Policy and Conservation Act.
Cam, c3. oiU�_qk �
U
City of Fort Collins Director of Purchasing and Risk Management
This order is not valid over $5000 unless signed by James B. O'Neill II, CPPO
City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580
Phone:970-221-6775 Fax:970-221-6707 Email: purchasing@fcgov.com
Total
Invoice Address:
City of Fort Collins
Accounting Department
PO Box 580
Fort Collins, CO 80522-0580
Purchase Order Terms and Conditions
Page 6 of 6
1. COMMERCIAL DETAILS.
Tax exemptions. By statute the City of Fen Collins is exempt from state and local taxes. Our Exemption Number is
98-04502. Federal Escisc Tax Exemption Cenificnte of Registry 84-6(M587 is registered with the Collector of
Internal Revenue, Denver, Colorado (Ref. Colorado Revised Statutes 1973. Chapter 39-26. 114 (a).
Goads Rejected. GOODS REJECTED due to failure to meet specifications, either when shipped or due to defects of
damage in transit, may be rcmrned to you for credit and arc not to be replaced except upon receipt of written
restrictions fmm the City of Fen Collins.
Inspection. GOODS are subject to the City of Fen Collins inspection on indent.
11. NONWAIVER.
Failure of the Purchaser to insist upon strict performance of the terns and conditions hereof, failure or delay to
exercise any rights or remedies provided herein or by Irv, failure to promptly notify the Seller in the tacit of a
breach, the acceptance ofor payment for goods hereunder or approval offl a design, shall not release the Seller of
any of the warranties or obligations of this purchase order and shall not be deemed a waiver of any right of the
Purchaser to insist upon strict performance hercofor any of its rights or remedies as to any such goods, regardless
of when shipped received or accepted, as to any prior or subsequent default hereunder, nor shall any purported
oral modification or rescission of this purchase order by the Purchaser operate as a waiver of any of the terms
hereof.
Final Acceptance. Receipt of the memhandise, scrvices or equipment in response to this order can result in 12. ASSIGNMENT OF ANTITRUST CLAIMS.
authorized payment on the part of the City of Fort Collins. However, it is to be understood that FINAL Seller and the Purchaser recognize that in actual economic practice overcharges resulting from antitrust
ACCEPTANCE, is dependcta upon completion ofall applicable required inspection procedures, violations are in fact home by the Purchaser. Theretofore. for good cause and as consideration for executing this
purchase order, the Seller hereby assigns to the Purchaser any and all claims it may now have or hereafter
Freight Terms. Shipments must be F.O.B.. City of Fort Collins. 7110 Wood St.. Fen Collins, CO 80522. unless acquired under federal or state antitrust laws for such overcharges relating to the particular goods or services
otherriscspecified on this order. If permission is given to prepay freight and charge separately, the original freight purchased or acquired by the Purchaser pursuant to this purchase order,
bill most accompany invoice. Additional charges for packing will not be accepted.
13. PURCHASERS PERFORMANCE OF SELLERS OBLIGATIONS,
Shipment Distance Where manufacturers have distributing points in various parts of the country, shipment is Ifthe Purchaser directs the Seiler to correct nonconforming or defective goods by a date to be agreed upon by the
expected from the nearest distribution point to destination. and excess freight will be deducted from Invoice when Purchaser and the Seller, and the Seller thcreaflcr indicates its inability or unwillingness to comply. the Purchase,
shipments are made fmm greater distance. may cause the work to be performed by the most expeditious means available to it, and the Seller shall pay all
costs assceimd with such work.
Permits. Seller shall proeurc at sellers sole test all necessary permits, certificates and licenses required by all
applicable laws, regulations. ordinances and rules of the state, municipality, territory or political subdivision where
the work is performed, or requited by any other duly constituted public authority having jurisdiction over the work
of v.do,. Seller further agrees to hold the City of Fen Collins harmless fmm and against all liability and loss
incurred by them by reason of an asserted or established rinlation of any such laws. regulations, ordinances, rules
and requirements.
Authorization. All parties to this contract agree that the representatives arc, in fact. bona fide and possess bell and
complete authority to bind said panics.
LIMITATION OF TERMS. This Patch. Order expressly limits acceptance to the terms and conditions stated
herein so forth and any supplementary or additional mmxs and conditions annexed hereto or incorporated herein by
rcfcrcncc. Any additional or different terms and conditions proposed by seller arc objected to and hereby rejected,
2. DELIVERY.
PLEASE ADVISE PURCHASING AGENT immediately if you cannot make complete shipment to arrive on your
premised delivery date as noted. Time is of the essence Delivery and performance mat be cffceed within the time
stated on the purchase order and the document attached hereto. No acts of the Purchasers including, without
limitation, acceptance of partial late deliveries, shall operate as a waiver of this prevision. In the event of am delay,
the Purchaser shall have, in addition to other legal and equitable remedies, the option of placing this order elsewhere
and holding the Seller liable for damages. However, the Seller shall not be liable for damages ns a result of delays
due to causes not reasonably foreseeable which arc beyond its reasonable control and without its fault fnegligence.
such acts riffled, acts fcivil or military authorities, governmental priorities, fires, strikes, food, epidemics, wars or
riots pmvidcd that notice of the conditions causing such delay is given to the Purchaser within five (5) days of the
time whim the Seller first received krimeledgc thereof. In the event of any such delay, the date of delivery shall be
extended for the period equal to the time actually lost by reason of the delay.
3. WARRANTY.
The Seller wamnts that all goods. articles, materials and work covered by this order will confnre with applicable
drawings, specifications, samples and/or other descriptions given, will be fit for the purposes intended, and
performed with the highest degree of cam and competence in accordance with accepted standards for nark of a
similar nature. The Seller agrees to hold the Purchaser harmless from any loss, damage or expense which the
Purchaser may suffer or incur on account of the Sellers breach of wamnty. The Seller shall replace, repair or make
good, without cost to the Purchaser, any defects or faults arising within one (1) year or within such longer period of
time as may be prescribed by law or by the terms fany applicable warranty provided by dos Seller ancr the date of
acceptance of the goods furnished hereunder (acceptance not to be unreasonably delayed), rcstdling fmm imperfect
or defective work done or materials furnished by the Seller. Acceptance or use of good by the Purchascr shall not
constitute a waiver ofany claim under this wamnty. Except as otherwise provided in this purchase order, the Scllcrs
liability hereunder shall extend to all damages pmximately caused by the breach of any of the foregoing warem ies
or guarantees, but such liability shall in no event include loss ofprofits or Ins., ofusc. NO IMPLIED WARRANTY
OR MERCHANTABILITY OR OF FITNESS FOR PURPOSE SHALL APPLY.
4. CHANGES IN LEGAL TERMS.
The Purchaser may make changes to legal terms by written change order.
5. CHANGES IN COMMERCIAL TERMS.
The Purchaser may make any changes to the terms, other than legal terms, including additions to or deletions from
the quantities originally ordered in the specificatinas or drawings. by verbal or wrinen change order. If any such
change affects the amount due or the time of performance hereunder. an equitable adjustment shall be made.
6. TERMINATIONS.
The Purchaser may at any time by wrinen change order, tcminate this agreement as to any or all ponders of the
good then net shipped, subject to any equitable adjustment between the Panics as to any work or materials then in
progress provided that the Purchascr shall not be liable for any claims for anticipated profits on the uncompleted
portion of the goods and/or work, for incidental or consequential damages, and that no such adjustment be made in
favor of the Seller with respect to any good which arc the Sellers standard stock No such termination shall relieve
the Purchaser or the Seller of any of their obligations as to any goods dclivercd hereunder.
7. CLAIMS FOR ADJUSTMENT.
Any claim for adjutment must be asserted within thirty (30) days fmm the date the change or tcminatinn is
ordered.
S. COMPLIANCE WITH LAW.
The Seller wamnts that all goods sold hereunder shall have been produced, sold, delivered and furnished in strict
compliance with all applicable laws and regulations to which the goods arc subject. The Seller shall execute and
deliver such documents as may be required to effect or evidence compliance. All laws and regulations required to he
incorporated in agreements of this character are hereby incorporated herein by this reference. The Seller agrees to
indemnify and hold the Purchascr harmless from all cats and damages suffered by the Purchascr as a result of the
Sellers failure to comply with such law.
9. ASSIGNMENT.
Neither party shall assign, transfer. or convey this order, or any monies due or to become due hereunder without the
prior written consent of the other party.
10. TITLE.
The Seller wamnts full, clear and unrestricted title to the Purchaser for all equipment, materials, and items furnished
in performance of this agreement, fiee and clear of any and all liens, restrictions, reservations, security interest
encumbrances and claims of others.
The Seller shall release the Purchaser and its contractors of any tier fmm all liability and claims of any nature
resulting fmm the performance ofsuch work.
This release shall apply even in the event of fault of negligence of the parry released and shall extend to the
directors. officers and employees ofsuch parry.
The Seller'., contractual obligations, including wamnty, shall not be demmed to be reduced, in any way, because
such work is performed or caused to be performed by the Purchaser.
14. PATENTS.
Whenever the Seller is required to use any design, device, material or process covered by letter, patent, trademark
or copyright the Seller shall indemnify and save harmless the Purchascr from any and all claims for infringement
by reason of the use of such patented design, device, material or process in connection with the contract, and
shall indemnify the Pumhascr for any cool, expense or damage which it may be obliged to pay by reason ofsuch
infringement at any time during the prosecution or after the completion of the work. In case said equipment. or
any pan thereof or the intended use of the goods, is in such suit held to constitute infringement and the use of
said equipment or part is enjoined, the Seller shall. at its own expense and at its option. either procure for the
Purchascr the right to continue using said equipment or pans, replace the same with substantially equal but
noninfringing equipment, or modify it so it becomes noninfringing.
15. INSOLVENCY.
If the Seller shall become insolvent or bankrupt make an assignment for the benefit of creditors, appoint a
receiver or trustee for any of the Sellers property, or business, this order may forthwith be canceled by the
Purchascr without liability.
16. GOVERNING LAW.
The definilions of temrs used or the interpretation ofthe agreement and the rights ofall panics hereunder shall be
constmed under and governed by the Imes of the State of Colorado, USA.
The following Additional Conditions apply only in cases where the Seiler is to perform work hereunder,
including the services of Sellers Representative(.,), on the premises oforhers.
17. SELLERS RESPONSIBILITY.
The Seller shall carry on said work at Seller's own risk until the same is fully completed and accepted, and shall,
in case of any accident, destruction or injury to the work and/or materials before Seller's final completion and
acceptance, complete the work at Scller's own expense and to the satisfaction of the Purchaser. When materials
and equipment are furnished by others for installation or coition by the Seiler. the Seller shall receive, unload.
store and handle same at the site and become responsible therefor as though such materials and/or equipment
were being furnished by the Seller under the order.
18. INSURANCE.
The Seller shall, at his own expense, provide for the payment of wmkcrs compensation, including occupational
disease benefits. to its employees employed on or in connection with the work covered by this purchase order.
and/or to their dependents in accordance with the laws of the state in which the work is to be done. The Seller
shall also carry comprehensive general liability including, but not limited to, contractual and automobile public
liability insurance with hdily injury and death limit of al ]cast S301).r1(m for any one person. S500.000 for any
one accident and property damage limit per accident of S400,01b). The Seller shall likewise require his
contractors, if any, to provide for such compensation and insurance. Before any of the Sellers or his contractors
employees shall do any work upon the premises ofothcrs, the Seiler shall famish the Purchaser with a certificate
that such compensation and insurance have been provided. Such certificates shall specify the date whim such
compensation and insurance have been provided. Such certificates shall specify the date when such compensation
and insurance expires. The Seller agrees that such compensation and insurance shall be maintained until afet the
entire work is completed and accepted.
19. PROTECTION AGAINST ACCIDENTS AND DAMAGES.
The Seller herchy assumes the entire responsibility and liability for any and all damage. loss or injury ofany kind
or nature whatsoever to persons or property caused by or resulting front the execution of the work pmvidcd for in
this purchase order or in connection herewith. The Seller will indemnify nod hold harmless the Purchaser and any
or all of the Purchasers officers, agents and employees fmm and against any and all claims. losses. damages.
charges or expenses. whether direct or indirect. and whether to persons or property to which the Purchaser may
be put or subject by reason of any act, action, neglect emission or default on the pan of the Scllcr, any of his
contractors, or any of the Sellers or contractors officers, agents or employees. In case any suit or other
proceedings shall be brought against the Purchaser, or its officers, agents or employees at any time on account or
by reason of any act, action, neglect, omission or default of the Seller of any of his contractors or any of its or
their officers, agents or employees as aforesaid. the Seller hereby agrees to assume the defense thereof and to
defend the same at the Sellers own expense, to pay any and all costs, charges, attorneys fees and other expenses.
any and all judgments that may be incurred by or obtained against the Purchaser or any of its or their oRecrs,
agents or employees in such suits or other pmccdings, and in case judgment or other lien be placed upon or
obtained against the pmperty of the Purchascr, or said panics in or as a result of such suits or other pmccdings.
the Seller will at once cause the same to be dissolved and discharged by giving bond or otherwise. The Seller and
his contractors shall take all safety precautions, furnish and install nil guards necessary for the prevention of
accidents, comply with all laws and regulations with regard to safety including, but without limitation, the
Occupational Safety and Health Act of 1970 and all macs and regulations issued pursuant thereto.
Revised 0312010
Excluded Parties List System
Page 1 of 1
Search - Current Exclusions
> Advanced Search
> Multiple Names _
> Exact Name and SSN/TIN
> MyEPLS
> Recent Updates
> Browse All Records
View Cause and Treatment Code
Descriptions
> Reciprocal Codes
> Procurement Codes
> Nonprocurement Codes
Agency & Acronym Information
> Agency Contacts
> Agency Descriptions
> State/Country Code Descriptions
OFFICIAL GOVERNMENT USE ONLY
> Debar Maintenance
> Administration
> Upload Login
EPLS Search
Results
Search Results for Parties
Excluded by
Firm, Entity, or Vessel : new mercer ditch
company
As of 28-Oct-2011 5:05 PM EDT
Save to MyEPLS
Your search returned no results.
Back New Search Printer -Friendly
Resources
> Search Help
> Advanced Search Tips
> Public User's Manual
>FAQ
> Acronyms
> Privacy Act Provisions
> News
System for Award Management
> (SAM)
Reports
> Advanced Reports
> Recent Updates
> Dashboard
Archive Search - Past Exclusions
>Advanced Archive Search
> Multiple Names
> Recent Updates
> Browse All Records
Contact Information
> For Help: Federal Service Desk
https://www.epls.gov/epls/search.do 10/28/2011
q 0-s
Title: New Mercer Ditch
Date: 10/29/11
�po �7 116 Lt -2-1
CONTRACT CHECKLIST FOR NON-COMPETITIVE PROPOSALS (SOLE SOURCE)
Checklist Item
Contract File
Comments
Location
7) Independent Cost Estimate
The City made and documented an
Yes see info from Erika Keaton
independent cost estimate before receipt of
10/28/11
proposals.
10) Unnecessary Experience and
Excessive Bonding
Unnecessary experience and excessive
N/A
bonding requirements were not included in
this solicitation or contract documents.
11) Organizational Conflict of
Interest (OCI)
If there is an apparent or potential OCI the
solicitation contains provisions to eliminate or
mitigate the conflict (e.g. by inserting a clause
None
that prohibits the contractor from competing
for the follow-on contract to the current design
or research contact) and OCI Certification is
submitted by the contractor.
12) Arbitrary Action
There was no arbitrary action in the
procurement process. (An example of
arbitrary action is when award is made to
NO
other than the contractor who most satisfied
all the City requirements as specified in the
solicitation and as evaluated by staff.
13) Brand Name Restrictions
Brand Name or Equal. When it is impractical
or uneconomical to provide a clear and
accurate description of the technical
requirements of the property to be acquired, a
"brand name or equal" description may be
used to define the performance or other
salient characteristics of a specific type of
property. The City must identify the salient
characteristics of the named brand that
No
offerors must provide. When using a "brand
name" specification, the City does not need to
reverse -engineer a complicated part to
.
identify precise measurements or
specifications in order to describe its salient
characteristics. FT A's "Best Practices
Procurement Manual," (BPPM) contains
additional information on preparation of
specifications including examples with
specific language.
14) Geographic Preferences
The solicitation contains no in -State or local
NO
geographic preference except where Federal
statutes mandate or encourage them.
15) Contract Term Limitation
The contract period of performance for rolling
stock and replacement parts does not exceed
five (5) years inclusive of options without prior
No
written FTA approval. For all other types of
contracts, the procurement file contains
evidence that the contract term is based on
sound business judgment.
18) Award to Responsible
Contractor
The City made a determination that it was
awarding to a responsible contractor
considering such matters as contractor
integrity, compliance with public policy, record
of past performance, and financial and
technical resources.
Yes this is similar to a Utility and
1. Appropriate Financial, equipment, facility
is only available from the Mercer
and personnel. (Y/N)
Ditch Company
2. Ability to meet delivery schedule. (Y/N)
3. Satisfactory period of performance. (Y/N)
4. Satisfactory record of integrity, not on
declined or suspended listings. (Y/N)
5. Receipt of all necessary data from
vendor. (Y/N)
19) Sound and Complete Agreement
This contract is a sound and complete
agreement. In addition, it includes remedies
Yes
for breach of contract and provisions covering
termination for cause and convenience.
24) Clear, Accurate, and Complete
Specification
A complete, adequate, and realistic
specification or purchased description was
Yes
available and included any specifications and
pertinent attachments which define the items
or services sought in order for the bidder to
properly respond.
38) Sole Source if other Award is
Infeasible
The contract file contains documentation that
award of a contract was infeasible under
small purchase procedures, sealed bids, or
competitive proposals and at least one
of the following circumstances applies:
(1) The item was available only from a single
source. (Verify prices are no higher than price
for such item by likely customers.)
This can only be purchased from
(2) Public exigency for the requirement did
the New Mercer Ditch Company.
p y
not permit a delay resulting from a
.an
competitive solicitation.
(3) An emergency for the requirement did not
permit a delay resulting from a competitive
solicitation.
(4) The FT A authorized noncompetitive
negotiations.
(5) Competition was determined inadequate
after solicitation of a number of sources.