HomeMy WebLinkAbout111775 KUBAT EQUIPMENT & SERVICE CO - PURCHASE ORDER - 9117456PURCHASE ORDER PO Number Page
City Of 9117456 t of 7
`t Collins
This number must appear
` on all invoices, packing
slips and labels.
Date: 12/16/2011
Vendor: 111775
Ship To:
FLEET SERVICES - MAIN SHOP
KUBAT EQUIPMENT & SERVICE CO
CITY OF FORT COLLINS
1070 S. GALAPAGO ST.
835 WOOD ST
DENVER Colorado 80223-2804
FORT COLLINS Colorado 80521
Delivery Date: 12/16/2011
Buyer:
JAMES HUME
Note:
Line Description
Quantity
Ordered
UOM Unit Price
Extended
Price
1 90 each standard AIMII
1 LOT
LS
19,665.00
vehicle antennae and interface. Per quote
number 1018427-0000-01
2 Freight
1 LOT
LS
135.00
FEDERAL REQUIREMENTS
To the extent applicable, the terms and conditions under federal law listed below are incorporated into this
Agreement.
No Obligation by the Federal Government
(1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal
Government in or approval of the solicitation or award of the underlying contract, absent the express written
consent by the Federal Government, the Federal Government is not a party to this contract and shall not be
subject to any obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a party to
that contract) pertaining to any matter resulting from the underlying contract.
(2) The Contractor agrees to include the above clause in each subcontract financed in whole or in part with
Federal assistance provided by DOE. It is further agreed that the clause shall not be modified, except to identify
the subcontractor who will be subject to its provisions.
Federal Changes
Contractor shall at all times comply with all applicable DOE regulations, policies, procedures and directives,
including without limitation those listed directly or by reference in the Grant Agreement between the City of Fort
Collins (the City) and DOE, 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.
Invoice Address:
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
City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Accounting Department
Phone:970-221-6775 Fax: 970-221-6707 Email:purchasing@fcgov.com PO Box 580
Fort Collins, CO 80522-0580
MEMBER
TEL!
MYREErveow
01622
BILL
TO: FORT COLLINS, CITY OF
835 WOOD STREET
P.O. BOX 580
FORT COLLINS CO 80522
B
1070 So. Gale Oago St.- Denver. CO E0223
Far 303-747-232AL
QUOTE NUMBER
1018427-0000-01
SHIP
TO: FORT COLLINS, CITY OF
835 WOOD STREET
FORT COLLINS CO 80521
CUSTOMER P.O. NO. SHANE/AIM2 UNITS
***QUOTATION******QUOTATION******QUOTATION******OUOTATION******OUOTATION***
QUOTE NUMBER
SLSMN.
ORDER DATE
TAKER
CUSTOMER P.O. NUMBER
DATE
1018427-0000-01
1081 11/02/11 1079 SHANE/AIM2 UNITS
INSTRUCTIONS
FRT.-
PAGE NO.
QUOTE AIM2 UNITS FOR STANDARD VEHICLES,
I
2
QUANTITY
OISP.
ITEM CODE AND DESCRIPTION
U/M
MULT,
UNIT PRICE
AMOUNT
ORDERED
B.O./RET.
SHIPPED
1
* INBOUND FREIGHT FROM
EA
135.00
135.00
SYN-TECH/FUELMASTER
TALLAHASSEE TO
METRO DENVER
CODE EKWANATION SUBTOTAL 19,800.00
. STATE TAX APPLICABLE C. CONSIDER COMKETE MISC. CHARGE
. FE6rorNER TAX APPLICABLE D. DIRECT 1HDMENT FREIGHT IN FREIGHT OUT
STATE A FEDERAL TAX AWL. . FACTORY MINIMUM TELE. CHARGE
1-BAIANCE BACK ORDERED n-RETURNED CYL.
FREIGHT TOTAL
FED./OTHER TAX 0.00
* * * *SEE ATTACHED TERMS & CONDITIONS WHICH ARE PART OF THIS QUOTATION* * * *
rqx 0.00
PAYMENT REC'D. 0.00
Customer Signature
TOTAL AMOUNT DUE
Sales Rep Signature 1 9,800.00
DUPLICATE
July 15, 2011
Source Justification and Independent Cost Estimate, Fuelmaster AIM2
While several manufacturers can provide RFID data collection systems for automated fuel
systems, their products are intended to be used with their own fuel management systems. The
City of Fort Collins currently uses a Fuelmaster management system, so that firm's RFID
module is the only practical alternative.
According to Fuelmaster, the list price of AIM2 modules is $228.56. Pricing for 100 units will be
requested from Fuelmaster distributors.
December 1, 2011
Price Analysis
Prices were obtained from the local Fuelmaster dealer and from two distrubutors.
Fuelmaster $230.00 each Total: $20,700
Keystone $220.00 $19,800
Kubat $218.50 $19,665
Based on the quotes received, Kubat's price is fair and reasonable.
Excluded Parties Search
ach r
M SSN/tIN
]F Iu&dlpanh es Lis4S,dsfe)n
Search Retake for Parties Excluded by
Firm, Entity, or Vessel: Kubat Equipment and Service Company
As of 01-Sec-2011 6:If PM EST
Ave to MYEPLS
Your Search returned no resuhi -
Sack New Search Printer -Friendly
>Search Help
j iAwaucbd Search Tips
i '.b Public Users Manual
I FAC
I �A,usnyms
v P.cy Act Provisions
News
System for Award Management
®r ��
ORDER # FUEL MANAGEMENT SYSTEMS ®
Estimate Date: Customer PO # Salesperson:
11/22/2011 Mike MacComiskey
Heartland
FORJORDAN FORJORDAN
Please add additonal instructions or notes in this area:
Enter Notes Here:
Buy America Certification
Product: Syn-Tech / Fuelmaster AIM II fuel interface
Certificate of Compliance with ARRA, Sec.1605. Use of American iron, steel, and
manufactured goods.
The bidder or offeror hereby certifies that it will meet the requirements of ARRA, Sec. 1605
Date
Signal
Comp
Title Contracts Administrator
Certificate of Non -Compliance with ARRA, Sec.1605
The bidder or offeror hereby certifies that it cannot comply with the requirements of ARRA, Sec.
1605, but it may qualify for an exception pursuant to 49 U.S.C. 53230)(2)(A), 53230)(2)(B), or
53230)(2)(D), and 49 C.F.R. 661.7.
Date
Signature _
Company Name
Title
Fort Collins
PURCHASE ORDER
PO Number Page
9117456 2 of 7
This number must appear
on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
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
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 10 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.
Breaches and Dispute Resolution
Disputes - Disputes arising in the performance of this Contract which are not resolved by agreement of the
parties shall be decided in writing by the authorized representative of the City's Director of Purchasing. This
decision shall be final and conclusive unless within ten (10) days from the date of receipt of its copy, the
Contractor mails or otherwise furnishes a written appeal to the Director of Finance. In connection with any such
appeal, the Contractor shall be afforded an opportunity to be heard and to offer evidence in support of its
position. The decision of the Director of Finance shall be binding upon the Contractor and the Contractor shall
abide be the decision.
Performance During Dispute - Unless otherwise directed by the City, Contractor shall continue performance
under this Contract while matters in dispute are being resolved.
Claims for Damages - Should either party to the Contract suffer injury or damage to person or property because
of any act or omission of the party or of any of his employees, agents or others for whose acts he is legally liable,
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
Invoice Address:
City of Fort Collins
Accounting Department
PO Box 580
Fort Collins, CO 80522-0580
PURCHASE ORDER PO Number Page
City Of` 9117456 s of 7
`t COI This number must appear]
on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
a claim for damages therefore shall be made in writing to such other party within a reasonable time after the first
observance of such injury of damage.
Remedies - Unless this contract provides otherwise, all claims, counterclaims, disputes and other matters in
question between the City and the Contractor arising out of or relating to this agreement or its breach will be
decided by arbitration if the parties mutually agree, or in a court of competent jurisdiction within the State in which
the City is located.
Rights and Remedies - The duties and obligations imposed by the Contract Documents and the rights and
remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and
remedies otherwise imposed or available by law. No action or failure to act by the City or Contractor shall
constitute a waiver of any right or duty afforded any of them under the Contract, nor shall any such action or
failure to act constitute an approval of or acquiescence in any breach thereunder, except as may be specifically
agreed in writing.
DOE Requirements
DOE requires specific contract terms for the purpose of making audit, examination, excerpts, and transcriptions.
Contractor is required to retain all required records for three years after the City makes final payments and all
other pending matters are closed.
Contractor shall submit all records, data, information and reports to the City required in the Agreement containing
Confidential Information which Contractor does not want disclosed to the public or used by DOE or any other
Governmental Authority for any purpose other than in connection with this Agreement and the Project, marked
conspicuously with the following notice or with a notice or label of substantially the same effect:
" Notice of Restriction on Disclosure and Use of Data
The data contained in pages ---of this (designate material) have been submitted in confidence and contain
trade secrets or proprietary information, and such data shall be used or disclosed only for evaluation purposes,
provided that DOE shall have the right to use or disclose the data here to the extent provided in the DOE Grant
Agreement. This restriction does not limit the Federal government's right to use or disclose data obtained
without restriction from any source, including Contractor."
Intellectual Property
Contractor may copyright any work that is subject to copyright and is developed by Contractor under the
Agreement. To the extent specifically permitted under applicable law, DOE reserves a royalty -free, nonexclusive
and irrevocable right to reproduce, publish or otherwise use any copyrightable work developed by Contractor
under this Agreement for Federal purposes and to authorize others to do so. DOE has the right to: (1) obtain,
reproduce, publish or otherwise use the data first produced under this Agreement; and (2) authorize others to
receive, reproduce, publish or otherwise use such data for Federal purposes.
Debarment and Suspension
Contractor shall comply with requirements regarding debarment and suspension in Subpart C of 2 C.F.R. parts
180 and 901.
Officials Not to Benefit
Contractor shall comply with the requirement that no member of Congress shall be admitted to any share or part
of this Agreement, or to any benefit arising from it, in accordance with 41 U.S.C. 22.
Civil Rights Requirements
The following requirements apply to the underlying contract:
Invoice Address:
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
City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Accounting Department
Phone:970-221-6775 Fax: 970-221-6707 Email: purchasing@fcgov.com PO Box 580
Fort Collins, CO 80522-0580
PURCHASE ORDER PO Number Page
City. Of///��� 9117456 a of 7
F6r} Collins
This number must appear
//_',��—J`_' ` ` on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
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 DOE may issue.
Equal Employment Opportunity - The following equal employment opportunity requirements apply to the
underlying contract:
(a) Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as amended,
42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, the Contractor agrees to comply with all
applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations,
"Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41
C.F.R. Parts 60 et 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 DOE 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 DOE 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 DOE may issue.
Subcontracts - The Contractor also agrees to include these requirements in each subcontract financed in whole
or in part with Federal assistance provided by DOE, modified only if necessary to identify the affected parties.
Cargo Preference Requirements
To the extent required under the ARRA or other applicable law for this Project, the Contractor agrees: a) to use
privately owned United States -Flag commercial vessels to ship at least 50 percent of the gross tonnage
(computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any
equipment, material, or commodities pursuant to the underlying contract to the extent such vessels are available
at fair and reasonable rates for United States -Flag commercial vessels; b) to furnish within 20 working days
following the date of loading for shipments originating within the United States or within 30 working days following
the date of leading for shipments originating outside the United States, a legible copy of a rated, "on -board"
commercial ocean bill -of -lading in English for each shipment of cargo described in the preceding paragraph to
the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590
City of Fort Collins Director of Purchasing and Risk Management
This order is not valid over $5000 unless signed by James B. O'Neill 11, 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 9117456 s of 7
`t his number must appear
` Collins` 1 '�7 on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
and to the DOE recipient ( through the contractor in the case of a subcontractor's bill -of -lading.); and c) to
include these requirements in all subcontracts issued pursuant to this contract when the subcontract may
involve the transport of equipment, material, or commodities by ocean vessel.
Project Reporting and Information Requirements
Contractor and its personnel shall cooperate with and provide all records, data, information and reports
requested by the City, in the form and format and within the timeframes requested by the City, in order to enable
the City to comply with the DOE Grant Agreement reporting and information requirements for the Project.
Contractor shall also provide the City with any backup or additional documentation required by DOE or any other
Governmental Authority.
Final Cost Audit
In accordance with Applicable Law and the Federal Assistance Reporting Checklist, DOE F 4600.2, DOE
reserves the right under the DOE Grant Agreement to initiate a final incurred cost audit in connection with the
City' s Project. Contractor and its personnel shall cooperate with, and make all necessary AMI System and
Contractor cost data and documents available to the City and/or to any representative of DOE or any other
Governmental Authority for purposes of such audit.
Job Creation and Retention Reporting
Contractor shall provide the City with all AMI System and Contractor information, in the format and within the
timeframe, requested by the City to enable the City to complete and timely submit to DOE reports, information
and data regarding the City' s Project job creation and retention, including without limitation, monthly and/or
quarterly cumulative and/or current reports, as applicable, on AMI System and Contractor Services jobs created
and retained at the " contractor" or " Contractor" level by Contractor, as required for the City to comply with the
Federal Assistance Reporting Checklist, DOE F 4600.2 and the ARRA Section 1512 reporting requirements
under the DOE Grant Agreement.
Final Close -Out Report
Contractor shall provide the City with all AMI System and Contractor information, in the format and within the
timeframe, requested by the City to enable the City to complete and timely submit to DOE reports, information
and data at the end of the DOE Grant Agreement performance period regarding Project completion. Contractor
will complete a final close-out report which shall include such information and detail as the City, DOE or any other
Governmental Authority shall request regarding the Project and Contractor services. If the AMI System and the
Contractor services are completed or terminated prior to Project completion, Contractor shall provide the City
with a final report of the AMI System and the Contractor services through the date of termination of this
Agreement.
American Recovery and Reinvestment Act of 2009
Buy American
SEC. 1605. USE OF AMERICAN IRON, STEEL, AND MANUFACTURED GOODS.
(a) None of the funds appropriated or otherwise made available by this Act may be used for a project for the
construction, alteration, maintenance, or repair of a public building or public work unless all of the iron, steel, and
manufactured goods used in the project are produced in the United States.
(b) Subsection (a) shall not apply in any case or category of cases in which the head of the Federal department
or agency involved finds that -
Invoice Address:
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
City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Accounting Department
Phone:970-221-6775 Fax: 970-221-6707 Email:purchasing@fcgov.com PO BOX 580
Fort Collins, CO 80522-0580
PURCHASE ORDER PO Number Page
CI�/ Of17456 s of 7
Flirt Collins( on all invoices,
pacst king
!<J`' ` v ` J on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
(1) applying subsection (a) would be inconsistent with the public interest;
(2) iron, steel, and the relevant manufactured goods are not produced in the United States in sufficient and
reasonably available quantities and of a satisfactory quality; or
(3) inclusion of iron, steel, and manufactured goods produced in the United States will increase the cost of the
overall project by more than 25 percent.
(c) If the head of a Federal department or agency determines that it is necessary to waive the application of
subsection (a) based on a finding under subsection (b), the head of the department or agency shall publish in the
Federal Register a detailed written justification as to why the provision is being waived.
(d) This section shall be applied in a manner consistent with United States obligations under international
agreements.
Economic Stabilization Contracting
Employ American Workers Act
(b) PROHIBITION:
(1) IN GENERAL. -Notwithstanding any other provision of law, it shall be unlawful for any recipient of funding
under title I of the Emergency Economic Stabilization Act of 2008 (Public Law 110-343) or section 13 of the
Federal Reserve Act (12 U.S.C. 342 et seq.) to hire any nonimmigrant described in section 101(a)(15)(h)(i)(1b) of
the Immigration and Nationality Act (8 U.S.C. 1101(a)(15)(h)(i)(b)) unless the recipient is in compliance with the
requirements for an H-1B dependent employer (as defined in section 212(n)(3) of such Act (8 U.S.C.
1182(n)(3))), except that the second sentence of section 212(n)(1)(E)(ii) of such Act shall not apply.
(2) DEFINED TERM. -In this subsection, the term " hire" means to permit a new employee to commence a period
of employment.
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 $19,800.00
Invoice Address:
City of Fort Collins
Accounting Department
PO Box 580
Fort Collins, CO 80522-0580
Purchase Order Ttnrts :Ind CDndCD is
Page 7 of 7
I. C0MMERCIAL DETAILS.
Tax exemptlats. BY nmae the City of Fun Collin is exempt fmm state and local taxis. Our Exemption Number is 11. NONA IVGR.
98-01502. Fedral Excise lax Hxempnon Carmen, of Registry 84-6000587 is registered with the Collector of Fallen of the Purlmer to insist upon strict performance ofthe,emu and conditions hereof, failum or delay to
Internal Revenue. Denver. Colorado(RCE Culaado Revised Statutes 1973, Chapstr 29 26, 114 OF. escrow any rights Or remedies pmciried herein of by law, failure to PmmPOY ramify NC Seller in the ever, of a
breach, the weeprow, Of or pa,. -I for'nod hercurAer or approval.1 dr, design, shut] not rcicase,ne Seller of
Goads RejectCJ. GOODS REJECT ED due to failure to mIXl,gadficalon, either. had shipped or due m date,. of any of he ...oil. or obligaion of, his purclwe order and shall not be deemed a waiver of any right of the
damage in tzar may be murn.J ,o you for erdir and mC not in Be rplacd except up, rvNp, of write, purehawr to ime, upon strict perfomunce herrof or any of I, rights or remedies as to any such'nods, regardless
instructions form the City of Fort Collins. of ahalt shipped, received or accepted, as to any prior or yetracuen, JeDult hercutalm, nor shall any putrynd
rnl mditicsoon or nw,cton of this purchase order by the Purchs.r against as a wane of any of the stvm,
Inatonion. GOODS arc subject In He City of Fun Collins inspection on mrs,at, haeuL
Final Acceptance. Receipt of the nurch:udive. services or yuipment in response to this other can roll in 12. ASSIGNMENT OF ANTITRUST CLAIMS,
announced payment on the part of ,he City of Fon Collins,. Howeeen it is I. he udevrad that FINAL Seller and the Purchaser nmgnis that in actual a is Practice, overcharges rs s ulting tart amiwst
ACCEPTANCE is Jgtatdent upon completion ofull applicable required imtomion procedures, violation n are in fact borne by the purchase, Theraofo,tor good cane and as consideration for meaning this
purchow order, the Seller hereby ma,las to the Purchaser any and all claim, it may now have or hereafter
Freight Tern,. Shipments musr ON F.O,B., Cry Of Fon Collins, 700 Wood St, For Collins, CO 80522, unlem acquire, under Federal or sure antitrust, Paws for such overcharge, ralating to the Particular good or services
mill vecified ua this aid,,. fpsamistoor is given to prepay freight and charge scparualy, the original bright purchuxrd or acquired by the Purchaser pursunnao this purchase order.
bill must accompany invoice. Additional Charges for packing will not be uceeped.
Id. PURCHASERS PERFORMANCE OF SELLERS OBLIGATIONS.
Shipment Distance. Where manufacturers have di,nbino, points in vanom pans of the country, shipment is Ifthe, Purchaser directs the Seller to correct notrommarming or defenivegaod by a date tube agreed upon by the
expected from the neirml distribution painno deviation, and excess fright pill be deducted fmm Invoice when Purchaser and the Seller, and the Seller thereafter indicates its inability or mwillingncas tucmnply, the Purchaser
shipments am made fmm greater distance, may cause ,he woA or be p,,f,—Cd by the mar expedition means available to it, and the Seller shall pay all
ens assu,iaed with such work.
Permits. Scllcr shall procure at whin sale cast all necessary pennies, cenillcacs and lieenso required by all
applicable laws, regulnena ordlnnnces and rules ofthe state, municipality, territory or political subdivision where
the work is PCtlonnod, or rcgrd red by any other do I, c.naired public authority having ju imic,ior our the work
of v,ad.,. Sala (other agraea to hold the City of For Collins hamdns fmm and ugainl all liability and I-,
ir,amd by them by at of an warned or established violation ufar, such laws, regulations, uninelnce , rules
and nrlui naots.
Amhorizatiun. All panics to this contract agree that the repecunlntses arc, in tan, bona tide and possum lull and
omplete authority,, bind said panics
LIMITATION OF I EIVI S. 'I his Purchase Order expressly limit, acceptance to the rem, and condition stated
keratin at loth and airy aupplamen., or additional emu and Conditions annexed hereto or ineopam ed Inrcin by
reference. Any udditiowl or different terms and C.Fdi,ions proposed by seller, are objected OF and hereby ajeacd.
2. DELIVERY.
PLEASE ADVISE PURCHASING AGENT immediately if you cannot make complete shipment to dove on your
promised delivery Jam as rimed Time is of the essence. Delivery and performance most be dtwted within the time
stated on the purchase order and the J.cunlCm, attached harem. No ace of the Purchaser, including, without
limiunlon, acceptance of partial lam deliveries, shall oR tc as a waiver of Nis prevision. In the event ofany delay.
the Purchaser slant have, in addition to Other legal and equeamic remedies file option efPlacing this OF Clscwhme
and holding the Sailor liable an Jemaga. Releaser, the Seller shall not be liable for damages a, a result of dcmys
due to aunt not crome bly' forearable which an beyond its r.enable coned -it .intent its fact, of ayligena.
such roc, Ca Gi as. of civil or military amhomies, gas continental pnontics, fins, strikes, flock epidnnict Is am or
rous, provided the notice of the conditions musing such delay is given 1. me Purhave, within five(5) dayv of the
time when the Seller !At received knowleereoany dia dge thereof. In ,he avant of such delay, ,he do, of di shall be
a tended ter the paid va,ad I, he nine nmserl, lots by reason of me&N,
d. WARRANTY,
The Seller varours that all gwd, amides, materials and work Co'erd by this order will conform with applicable
drawings, apa,bre lima. vmplm slee, other daenption given, will be- lit for the pur rust' intadi and
perfotm,d w'oh the highest degree Fit care and competence in accordance with a cepted standard for work of u
similar rintura. the Seller agrees to hold the purchaser hm aJe,s from any loss, damage Or asperne which the
Puralusernmy sulTerarincer on account ofthe Shce, bench ofwarmnty. The Sella skull replace, Frivoler make
good, widame.srto 0mpurdmom, eery JCavesm faults arising within One (Oyca rwithin uch longerpaioJof
may be prascribw'ed by laor by ,he metre ul any aPPlicable warantY provided by the Seller afrr the Jae of
necpmn,a or Fie grad, furnished hemadn(acceptance no to be unreasonably delayed), resulting Town ini1wrficet
or Jcl,e rk Urn rn:lvmls fun'shd by the Sr. ler. Acceptanceof good , by the Purchaser shall
onetitme a vw waiver of auye lain, under his warranty. Except as otherwise Provided in this purchase order, the Scher
fiabuiryy herunder shall mend in eft daoagaa prosinnately Caused by the breach ofany of the Foregoing warrantin
o, gaamo ce., bur such liability shall in no Cvcnt include loss of ,mti,s or Ins ufm'C. NO IMPLIED WARRANTY
OR M17RCI IAN'I Art I.I'I'Y OR 01: FITNESS I OR PURPOSE SHALL APPLY.
4, CHANGES IN LEGAL "I'EI NI
The I'muhaser may make Changes to legal ...is by writcm change order.
5. CHANGES IN CLAIM ERCIAL I ERMS,
The Purchaser only nuke cry changes,. the lanes, other than legal Fames, including addition to or delmiom fan,
,be yc itis originally ordered in the spcifiedion or drawings, by v,dol or vCrinen change ode,. If any such
ciangc utl'en, the amount due or the little of grfammnce hercundc, a, equitable adjustment well be ode.
6. TERM INATI0NS.
The Purchaser may at any time by wnnrn change order, terminate this ape..am n m any m all pv lions of the
good then nor shipped, subject o any Amicable adjustment befonit the panics as to any work or materials her in
pmgress provided that the Purchamr shall not be liabta for any chin, for anticipated pmti, on the uacwnpinaJ
puni.n of the good Fri work, For incidmd or conxVticarial damages, and that nU such adjusOnem be made in
favor othhr Seler with respect u any gn,d which are the Sellers standard stock. No such tammution shall eliave
the Purchaser or the Seller an any of their obligation as to any goods Jehimd hereunder.
). CLAIMS FOR ADj US IMENI'.
Any chins for adju paent oat be warned within thirty (30) days fmm the data the change or rem,itumion is
ordered,
h. COMPLIANCE W I'I H LAW.
The Seiler woman, ,k r all'nod sold hereunder shall have been poduced, sold, delivered and famished in strict
Compliance with all applicable laws and rib Imams be which he geed, arc subject The Sell,, shill execute and
deliver such ductintents a, may be required to if lief or evidcwecon,ccuttie. All Laws and my Ialmn, require! m be
c. noted in ,roonames If this dtameur are hereby incorporated herein by this rebnrre. The Seller agrees to
inn,nmify and hold the Purchaser harmless from all costs and damage, suffered by the Purchesm amll of the
Sellers failure,, notedly with reel, law.
9. ASSIGNM EN'r.
Neither Puny sfall ."I ... oudir convey this order. or any novas due or to bmona due hm neWer Witham the
prior totter a eta n of the other party.
]0. Tin.E.
'Ihe Seller war 1, full, drat-and.nrmrinrJ tide to the Paelimm for all equipment materials, and items furnished
n performance of this agreement, free and clear of any and all lien,, revrim-11, n.anauon, wearily interest
eneanbanese, and ulainu of odem.
'[he Saller shall rulene the Purchaser and its contractors .fay tier from all liability and claims OF any nature
asnbing fmin the penonnanece Craven work
'This aleme shall apply even in the event of fault of negligence ache pony relcuwJ and .,toll e.,and to the
dircaors, Ctlicn; and employees at such parry.
The Scllmrs u,atracod obligation, including warranty, shall net E, dewed to M, rdCC E in any way, became
such work is performed or mused to be perromnd by the Purchaser.
14. PATENTS.
W'haro.m the Soifer is r yuee d to use any Jesiym, device, material or pmarm covered by loner, patent, trademark
trc,,ri,hf, Ilse StllCr a hall indemnify and save handles, the Purchaser from any and all claims for infringement
by reason of the use of such panned design, device, material or paces in connection with the contract, and
shall indemnity the Purchaser for any cost ex,nw or damage whidt if the obliged a pay by roman of such
infringement at any time during the paucaion or after the coripletion of the work. In vase will equipment, or
any pan thereof or the intended use of the gocd, is in well suit held to eamoins, infringrnwm and the use of
said cquipnlem or pun is enjoined, the Seller shall, at its can mWow and at I. option, either procure for the
PmArea r ,he right on sing said a,mp rm, or put, replace the vine with substantially equal but
noninliinging equipmaR or ladily a sat it bceomas nanintiinging.
IS. INSOLVENCY.
If the Seller shall bnutn, insolvent or bad:rpt, make an yeaparcm for the benefit of members. eptoine a
lovelier or tmun for any of the Sellers proton, or business, this order may forthwith be Canceled by the
Purchaser without liability.
26. GOVERNING LAW.
I he Jcfiuiliun of tern, uwd or the inerfeembim rif the agreement and ,he rights of all games hereunder shall be
eumuud under and governed by the laws of the San of Colorado. USA.
'I he Following Additional Conditions apply only in Cases where the Seller is to perform work hereunder.
including the services of SCIIen Representative(,), on the Premises of others.
IJ. SELLERS RESPONSIBILII Y.
'rl Sells, shall -sty on said Carl, .1 Seller's 'k until Fire iOn, 'silly ol and u,eeptd and shall,
in case t any accident, ticstraction of injury to the workand/or maectirs before Scll,rs tmI a npletsn and
aec,"Ce , comp,., IF, work a, Seller's ore expense and to the satisfaction of 0e PmGcwr. When mepriuls
and v',ui, Fir, furnished by omen for sally Creation by ,hc Scllcr. Iin, Seller shall n ..,land,
or
ware and handle ed b w We site and r demean
re p,mlme ntnrwbr na ntnngn anon :medals n„J/or etinlpmn„n
nuc ping turni,h,J by the Seller unJenhe odor.
18. INSURANCE.
'Ihe Scllcr shall, at his own capeme, pmvidc for the poymrn, of workers comtonsaion, including occupatioul
disease t wti,, to its cod,ec employed s, or in connection with the work Coverd by this purchase under
anior to their drrymde,ts in accordance with the laws of the smnc in which the work is to be, June. The Seller
shall also cunt' cumpnhn,k, betas, liability imlding, but not limited to. numerical and sutomdile public
liability insurance with bodily injury and death limits of at leos, S300.0001or any one Pmmr, $S00,000 for any
ove accident and propmty damage limit per a vidcnt of Sa00.", The Scllcr shall likewise «yuira his
mntaams, if eny, m Florida for such evmpamhon and i.,Corona. Before any of the Sellers or his contractors
employees shall do any work upon the premises of othcq the Soler shall Pomish the Putnam with a Cannanore
that such compensation and inuanm have been provided, Such certificates shall sixciry the date when such
compensation and insurance have been provided. Such amphreae, shall specify He Jac when such eompmmlipn
and immmnae axpirca. The Seller tub 'e, door such compensation and insurance shall No maintained until after the
mar bark is cotopic" and wcepd.
I I. TROT ECI'[ON AGAINS r ACCIDEN I S AND DAMAGES.
The Seller hereby incomes the Claim rnpnslath, and liability for any and all damage, loss IF injury fany kid
or ha,neer to Farmers or property caused by or rualling from the execution ofhe work po,vi led for in
this purcwhase OF or in connection hmewitb. The Seller will indcmnifyand hold ham the Purchaser and any
or all of the Purchasers officers. agents and employees fmm and against any and all claim, losses, damages,
charges or cipmecs. whether direct or indirect, and whether to persons or proWny to which the Purbasm nay
btu on or subject by smut of Ian, action, neglect, omission or default on the pan of the Sala, any of his
an. , or any of the Sc ,m or contract., mftican, age,, or employees, Ill 1.11 any suit .r .,he,
procesdinp shall be brought against the Purchaser, or its oficem, alien, or en,pl.yce at any time rn account or
by reason W any act, anion, neglect, omission or default of the Seller of any of his eanranu, or any of its or
their otl cn ,agents or employees as aforesaid, the Seller hereby agrees to assunm the defense thereof and w
defend the urea a, the Sellers ovn asperse, ,a Puy any and all oats. Oar,,,, attorneys lies and drer expo
any and at l judgments that may be incurred by or obtained against the Purchaser or any of its or their mlicers,
age„ ,IlPluyec such sail, o other poecding,, and in caw judgment or other lien be placed upon in ,
aMuurce uguil a ,M1e Propny e .a Pto be this, or avid panics in ge as a Facin of uch teas o, sillier .1 vrmnJin ed
dsSa nr, the t tbd dissolved JG"h'gdbY l; ds J tl t It Seller
itier(i
his , ,. t d lltk lI..Fypmines,Flemish d to safety
a a, far a invCnc,he
.caOrou ns. al,ply wth II I' ActFred
1970letters'IN rand m u -t ty .sued ,gnat tl , I'nitvtio, 1M1e
Occupmiunal Salary and Health An of 19)0 and all rule'and ngulmi.m issued Punuannhcrem.
Revised 03POlU
VQuote Page 1 of 1
KEYSTONE
service s supply Order Number: 0006215
Keystone Service & Supply, Inc. Order Date: 11/4/2011
1241 S. Lipan St.
Denver, CO 80223
(303) 777-4234
Sold To: FT CY2 Ship To: FTCS
City of Ft. Collins
City of Ft. Collins -Shipping
POB 580
835 Wood St.
FORT COLLINS, CO 80522
FORT COLLINS, CO 80521
Confirm To:
Comment:
Shane Tel 970-221-6290
Entered By: OF
Customer P.O. Ship VIA F.O.B.
Terms
Salesperson:
BEST WAY FACTORY
Net 10
Dennis Frichtel
Item Number Ordered Shipped Back Order Price Amount
FOB FACTORY, THESE ITEMS ARE UPS ABLE.
94180400 90.00
FUEL AIM 2 KIT FOR SINGLE TANKS
0.00 0.00 220.00 19,800.00
Net Order:
19,800.00
Less Discount:
0.00
Freight:
0.00
Sales Tax:
0.00
Order Total:
19,800.00
MEMBER
TEI
01622
BILL
TO: FORT COLLINS, CITY OF
835 WOOD STREET
P.O. BOX 580
FORT COLLINS CO 80522
B
1070 So. Galapago $L.- Denver. CO 80223
ED. 303 747.232<
QUOTE NUM BE R
1018427-0000-01
SHIP
TO: FORT COLLINS, CITY OF
835 WOOD STREET
FORT COLLINS CO 80521
CUSTOMER P.O. NO. SHANE/AIM2 UNITS
***QUOTATION******QUOTATION******QUOTATION******QUOTATION****'*QUOTATION***
QUOTE NUMBER
i. SLSMN.
ORDER DATE
TAKER
CUSTOMER P.O. NUMBER
DATE
1018427-0000-01
1081 11/02/11 1079 SHANE/AIM2 UNITS
INSTRUCTIONS
FRT.
PAGE NO.
QUOTE AIM2 UNITS FOR STANDARD VEHICLES,
I
1
QUANTITY
DiSP.
ITEM CODE AND DESCRIPTION
U/M
MULT.
UNIT PRICE
AMOUNT
ORDERED
B.O./RET.
SHIPPED
DEAR SHANE, HERE'S THE QUOTE
YOU REQUESTED. PLEASE NOTE
THAT THIS IS FOR A "STANDARD"
VEHICLE WITH OBDII AND SINGLE
FILLER NECK. SOME ODD
VEHICLES MAY REQUIRE SOMEWHAT
DIFFERENT CONFIGURATIONS
WHICH CAN CARRY DIFFERING
PRICES.
DELIVERY FROM KUBAT TO OWNER
IS NO CHARGE, INSTALLATION IS
NOT INCLUDED.
THANKS MUCH FOR THE
OPPORTUNITY!
dennis
90
* STANDARD AIMII VEHICLE
EA
218.50
19665.00
ANTENNAE AND INTERFACE,
SINGLE FILLER NECK
FOR VEHICLES WITH OBDII
INTERFACES, NO SPECIAL
WIRING HARNESSES OR EXTERNAL
ANTENNAE. AGAIN, THIS MAY OR
MAY NOT BE SUITABLE FOR EVERY
VEHICLE IN YOUR INVENTORY.
CODE EXPLANAODN SUBTOTAL CONTINUED
- STATE TAX APUCABLE C-CONVOER CWKETF MISC. CHARGE
FED WNER TAX APPLICABLE D ERECT Smmrm 'FREIGHT IN FREIGHT OUT
. STATE& FEDERAL TAX Al, I_'ACTOR'wxwunL TELE. CHARGE
RALANCE BACK ORDERED rt-OFTeaN'o Cn.
FREIGHT TOTAL
FED./OTHER TAX
*"«SEE ATTACHED TERMS & CONDITIONS WHICH ARE PART OF THIS QUOTATION
rqx
PAYMENT REC'D.
Customer Signature
Sales Rep Signature
DUPLICATE