Loading...
HomeMy WebLinkAbout497003 NEPTUN LIGHT - PURCHASE ORDER - 9120178City of :,.rt Collins Date: 01/11/2012 PURCHASE ORDER Vendor: 497003 NEPTUN LIGHT 13950 WEST BUSINESS CENTER DR LAKE FOREST Illinois 60045 PO Number Page 9120178 'of' — This number must appear on all invoices, packing slips and labels. Ship To: OPERATIONS SERVICES WAREH 518 N. LOOMIS FORT COLLINS Colorado 80521 Delivery Date: 01/09/2012 Buyer: JAMES HUME Note: Line Description Quantity Ordered UOM Unit Price Extended Price 1 8 each #37500-480-SA6 White 1 LOT LS 4,768.00 Streets Parking Lot lights per quote dated 10/31/11. 2 10 each #21100SCT-UNV-BRZ 1 LOT LS 2,480.00 Per quote dated 12/7/11. 3 7 EACH 21150SCT-UNV-BRZ 1 LOT LS 1,946.00 Per quote dated 12/7/11. FOB: Fort Collins, CO, freight prepaid and allowed 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 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 List Price: Subject to change without notice after termination date. Delivery: From stock, 7 to 10 days. Installation: Installation date subject to negotiation (One to two week notice is appreciated). Buyer's Obligation: 1. Loader or forklift to be available for approximately 7 hours. 2. Weigh bridge or suitable product of accurate known weights to be available for calibration purposes. 3. Loader operator to be available after installation for calibration and training (1 hour). Terms: Net 30 days. Taxes: The purchaser to pay to Desert Basin Companies, LLC, in addition to the purchase price, the amount of all sales, use privilege, occupation, excise or similar taxes, federal, state or local, which Desert Basin Companies, LLC is required to collect in connection with furnishing the said merchandise to the purchaser. Warranty: Loadrite North America Limited warrants all the components and parts of the LOADRITE L2180 system for three years (labor for one year) and its optional accessories to the original purchaser to be free from defect in materials or workmanship for a period of one year from the date of original installation. This warranty does not apply to any items which have been subject to abuse, accident, or misuse, neither does this warranty apply to system calibration. The LOADRITE L2180 has not been NTEP approved nor certified "legal for trade." Loadrite North America Limited will repair (or replace, at its option) any part of the Loadrite system and its optional accessories that had failed as a result of defect in materials or workmanship. Yours sincerely, Jeff M. Lovell Product Support Representative Additional information can be found at www.loadritescales.cotn L NEPTU i % �:L I G H T City of Fort Collins Tracy Ochsner Fort Collins, CO 80522-0580 American Recovery and Reinvestment Act Compliance Certification This is to certify that the following products fabricated at the USA locations listed below are in full compliance with the "Buy American' provision as required under Section 1605 of the American Recovery and Reinvestment Act of 2009, as amended by Interim Rule Subpart 25.6, Volume 74 Fed. Reg. 14623-33 (March 31, 2009) Product: Item or Part # Description Manufacturers Address 21000SCT 37500 Matthew Jarosz Print Name Matthew Jarosz Signature Induction - Wall Pack Fixtures Induction - Shoebox Fixtures Neptun Light, Inc. 13950 Business Center Dr. Lake Forest, IL 60045 U.S.A. Inside Sales Title, Position 12-7-11 Date If you have any questions or need additional information contact us at ... Phone: 847-735-8330 E-Mail: mattjarosz@neptunlightcom Ouestions for Determining whether substantial transformation has nerttrred in the I c QUESTIONS � � � YES NO 1. Were all of the components of the manufactured good manufactured in the United States, and were all of the components assembled into the Imal product in the United States:( If the answer is yes, then this is clear) manufactured in the U.S, and the inquiry is complete) ❑ O 2. Was there a change in character or use of the good or the component in America'? (These questions are asked about the finished good a whole not about each individual component) El ❑ A. Was there a thane in the physical and /or chemical properties or characteristics designed to alter the functionality of thegood? J b. Did the manufacturing or processing operation result in a charge of roduct s with one use into a product with a different name 171 C. Did the manut'ucturin g or processing operation result in the narrowin i of the range of possible uses ofa multiuse product 3 Was (were) the process (cs) perfortned in the U.S. (including but not limited to assembly) complex and meaningful? a. Did the process test take a substantial amount of time? b. Was were the process es costly? c. Did the rocess (es) require articular high level of skill? d. Did the rocess (cs) require a number ofdifferent operations? e. Was substantial value added in the process (es)? if the answer to question i, 2a, 2b, 2c, or any two questions in 3 is (are) YES then the Manufacturer Good is substantially Transformed in the United Slates Neptun Light, Inc. — 13950 Business Center Drive — Lake Forest — IL — 60045 / PH: 847-735-8330 . NEPTON, = = 961 North Shore Drive Lake Bluff, IL 60044 _ Tel.: 847-735-8330 Fax 847-735-8004 Company: City of Fort Collins Address: City: Fort Collins St: CO Zip: Contact: Tel.: City: Contact: Tel: Quotation Form State: Zip: Date Freight Terms I Pa ment Terms I Rep I Quotation p Ship Via: 12/7/2011 FOB IL I Net-30 I EMC2 I Best -Way Notes: Quoted Neptun Light costs are based on FOB Lake Bluff, IL location. Product lead-time for quote volume is 60-75 days ARO. Item No. Description Illustration Qty Ordered Unit Price Amount 21100SCT-UNV-BRZ Induction -18"Wall Pack - Semi Cut -Off Fixture in 10 $248.00 $2,480.00 100 Watts - Universal Ballast 120-277V Bronze Finish 21150SCT-UNV-BRZ Induction -18"Wall Pack - Semi Cut -Off Fixture 1 7 $271,00 $1,940.00 150 Watts - Universal Ballast 120-277V Bronze Finish Page 1 of 1 NEPTON. n960 North Shore Drive Lake Bluff, IL 60044 Tel.: 847-735-8330 Fax: 847-735-8004 Company: City of Fort Collins Company: Address: Address: City: Ft. Collins St: CO Zip: 80522 City: Contact: Contact: Tel.: Tel: Quotation Form State: Zip: Date Freight Terms I Payment Terms I Rep I Quotation # Ship Via: 10/31/2011 FOB IL I Net-30 I EMC2 I Best Way Notes: Quoted Neptun Light costs are based on FOB Lake Bluff, IL location. Product lead-time for quote volume is 60-75 days ARO. Item No. Description Illustration Cry Ordered Unit Price Amount 37500-480-SA6-White Induction -23" Shoebox Fixture r 8 $596.00 $4,768.00 500 Watt - 480 Volt - 6inch Side Arm Mount White Powder Coat Finish TOTAL: Page 1 of 1 Fort Collins PURCHASE ORDER PO Number Page 9120178 2of7 This number must appear on all invoices, packing slips and labels. Line Description Quantity UOM Unit Price Extended Ordered Price 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. 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 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 C3. O✓l�:stiQs� 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 of 9120178 3 of 7 ' `t Collins oll I n C This number must appear �7 on all invoices, packing slips and labels. Line Description Quantity UOM Unit Price Extended Ordered Price 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, 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 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. Of20178 a of 7 `t Collins( on all invoer ices, appeaF6rr V J on all invoices, packing slips and labels. Line Description Quantity UOM Unit Price Extended Ordered Price 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 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. 0AA:9-ems 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 9120178 1 5 of 7 Collins This number must appear Flirt ,�—J`-' ` on all invoices, packing slips and labels. Line Description Quantity UOM Unit Price Extended Ordered Price 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 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 C3. O✓la:-fl-Q� City of Fort Collins Director of Purchasing and Risk Management This order is not valid over $5000 unless signed by James B. O'Neill Il, 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 C117/aOf 9120178 s of 7 �■ Collins This number must appear J on all invoices, packing slips and labels. Line Description Quantity UOM Unit Price Extended Ordered Price Buy American SEC. 1605. USE OF AMERICAN IRON, STEEL, AND MANUFACTURED GOODS. 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. 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)(b) 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-1 B 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. 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: 194.00 City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 Purchase Of der Terns and Conditions Page 7 of 7 I. COMMERCIAL DETAILS. Toecx,m.....is. By stumm her CityulFort Cullins is vxempl load ,all and In,al taxes. Our Lx... for Number is II. NONWAIVL'R, 98-04503. Federel ExciW Tar Exemption Cerihcate oa' Registry X4-6I0115X2 Is registered who the Collector cI Failur of the Purchaser insist ulwn strict performance of tiro terms and conditions hereof milur, or delay to Internal Revenue, Dvu.er, C.Imardd Ile]: Colorado Revived Smmtes 1973. Charm 39-26, 1141a)_ c any rights or em dies provided heteit Or by law, farm, a.Pmmpny notify the Seller in the cuem of a breach. ire acceptance of Or paynncnt for goods hereunder or approval of the deign, shall not elease the Seller of Goods Rejeced, GOODS REIECI ED due m Ili] ore to teem spcvi lieantoo, v d-when ahippd or due to thwel, o1 my of thew Ner Obligations of this purchase oand shall not be dcemcd a waiver of any right of the damage in trans:, may be returned to you for credit and ar una m be replaced e. a'pt ulrn .,cap, of writer lateral"'to ingst upon strict Petrofina— thereof )rally of its righ ser rchudiesrslu any such gods, regardless nnhruwnns from the City of Fon Collins. of when ahiPlmJ, rvenwgi O ..pled, as I,) any priorsubsequv t default faeunder, nor shall any mr,oned rut modilicainn or -cession.. cession ,, his mr0c,, order by the Purchaser Operate as a waiver of any of the terns agreeing. GOODS are sobject to the City rot Fort Collins inspection on arrival. hmeol: Final AcecVtancc. Receipt of ❑e nu•rchndlsc, services or equipment in respmtse to this order can result in 12, ASSIGNMENT' OI' ANT'I IRUS I' CLAIMS, umuroM I paym the part of the City Or Pon Collins flowerer. u N unwd dnaUral FINAL Seller and the Pudmsc rr recognize that actual e e c practice, o hm mrg,s resulting froama ro ACCEPTANCE is dLW dus upon coomiction)fall applicable required insp:nion procedures. viulmimns are in We, borne by the Purchase, uremlow,J rgood cause and as consideration for cmeunng this puchase omen the Seller hereby vvigns , file Purehmer any and all claims it may now have or hereafter Freight Timor, in,, be EOTT, City of Fore Collins, 700 Wood S., Fun Collins, CO 80522, unless acquired Older federal Or state an ono. laws far such o eeharge, relating m the particular goods or unteu mahw,specified Oa less oNer. I f pen is given o prepay tright and den N...... Jr. the origiml l}eigo purchawd or acquired by the Parchaser pursuant to Nis puohve, Order. bill must accompany invoice. Additional charges fur ranking ss'ill not be accepted. Shipment Distance. Where canufaconvol have distributing lognis in various pate of the country. shipment is exV,ced from the nearest a rributidn point to dOunci ivin, and ns,,, freight will be daWmed Iron, Inv)ice whin shipments Ore made farm Grater distance. Ronnie, Seller shall ishicare at sellers sole con all nenoar, pmm .ilicmm and licenses occurred by all applicobl, laws, re&ulmints, on ina ens and miss of the are, harmahpday, rrnmry or pulifical shod, farm where the work is perlonned, or required by any Other duly o nsgitutcd public authority Loving jurisdiction der the won of vendor. Seller further .bras O hold the City of Fort Collins hamdnss It and against all liability and lea incrood] by them by —on of an averted or established violation of any sovh sw,, regulation, odiwnecs, rules and "mrmcnn. Ammo remo n. All panics Io this ,march ogre that the mprewnutves are, in fact bum tide and Voss,as full and mnPlco a dminly I. bind said parties. LIMITATION OF TERMS. This Paleface OrMr agocvly limits acceptance to the Rmps and conditions stmcd herear set forth and any supplemcn rry or additional felons and condition, annexed harem or inempomed hernia by reference. Any additiond or Ethereal umu and conditions pmp.mud by seller Ore objected to and hereby rejected. 2. DELIVERY. PLEASE ADVISE PURCHASING AGENT' immediately if you cannot make complete shipment w arrive no your ,,arrived delivery date a noted. Time is of fha,acre. Delivery and plor once must be cBimd within the time sand on the purchase color and the daemmenr attached h.rho. No act of Ih Purchasers including. wiahoul firnicannon, acceptance ofpanial late ddivenm, shall .,,are stiffs Inso who. In the,vent uCo., delay, the Purch,en shall have in addition to other [,gal and equitable manahs the option a pucinb this Order discounts, and holding the Sella liable for damaE s. Bowmen the Seller shall art be liable for damages as a rsuh OI d,l,a due to canes nor reasonably rousceable which are beyond its reasonable .nor and withoat its fault ol'negligonwv, ,.Ill acts of God, act of civil or military -families. gm armemal priorities, lira, errikec, flood, epldmmics, wan or non Provided that notice of the condition causing such delay is giem t0 she Pumbasel wifoim live (5) days Or she -when the Seller lint meci,ed knowledge thereof, In 0, ever of anam y such delay. fhe dof delivery shall IllexmendLA for the pried equal Io the aim..orally used by reason ofth, delay. 3. WARRANTY, The finite . waonnts Ibut all Bawds, anicl,s, doughnuts oral wed cowRd by this order will cartoon with applicable drainp, ,pecifcalione, temples andlor other descriptions given. will be lit for the puryexs inemJ, and performed! with the hipheu degree Of ar, and sumpl n oalmo with werpred smndurmts I., vend of a miter . the Seller agree o hold the purcduserhnd :uev from any loss, damage o po exwhich the Procurance may sutler or incur on account of the Sellers breach of wamnry.'nc� Seller shall rgalae, npoir onmke good, without cost to the Porfor, r. any deniers or faults arising within one (p year rer pewithin such longriod of .Iran as may be prescribed by law may the ,.-army applicable wamnty providedm by the Seiler after the date of acceptance of the goods fumigated hereunder (acceptance not to be, umcawnably delayed), Reunion, from impenkcl Or defmtive work done or narcosis tumubed by the Seller. Acceptance or use of gads by the Purchaser shall not constitute a waiver orally claim under this warranty. Ealicid as mbuwive pm,ided in this imehave oNer. the Salley liability hereunder shall evuend to all dmages provinagely caused by the breach orally of the foregoing e or guammvcs, but such liability shall in no event include less efforts or loss of use. NO IMPLIED WARRANTS' OR MERCHANTABILITY OR OF IT I NESS FOR PURPOSE. SHALL APPLY, 4, CHANGES IN LEGAL TERMS. T he Purchaser may make clauses to legal It— by wrindn change order. 5. CHANGES IN COMMERCIAL TERMS. be Purchaser may make any change, m the temtl,.,her than legal umns, including additions I) or thermion, font the quantities originally ordered in the spmilicicon or dmwing,, by verWl or written elunge order . If my such loome alTcun, fbe othsins -norm duo or e ofm pTfmnmcc hereunder, an equitable adlmrent shall be made. b. TERMINATIONS. The Patchwr may at any limo by wench change omen mnnimte this agrenrm ,,.air, shall pemion urban ewds then not shipped subject to any cquimble nejmtmem pnwRn the Iwgim us w any weed err maerias then in pmgn'ss P.,tried that the Purchaser shall rem be liable 'or any ,laity for mtieipnad pr)lita an the maymadmad portion of the goofs andor work, for incidental or consequential damugu, mod Jan no such ndjumnent be (trade to favor dlfhe Scllcr wrob respny goods which are of Seller, sill thick. No such termination shall relieve hy The Purcncr or the Seller ornery my their obligaliem an to any goods delivered haconJer. ]. CLAIMS FOR ADJUSTTMEN 1. Any claim for adjustment mot be asserted within thirty (30) days rival the Jae the change or termination is ordered, 8, COMPLIANCE WITH LA W. The Seller warrant, the all gods mod ho,mder shall have been produced veld, delivered vad lurniahce in stria compliance with all upplicable law v and regulations 10 ivIrish the good, are subject. rlic Seiler h ll execute unit del ivur such dominants as may be rqu Tut to effect video oldiane All law and regulations required tobe corporate in agog cots of fhi, charuner via hereby incorporated btoemin by this reference. t'he Seller agrees indemnify and hold tire Purchaser c less Goat all emu and damages sOffered by I1.c Purchaser as o result of the Sellers failure to comply with ,uch low. 9. ASSIGNMENT. Neither Party shall align, mi-R, Or convey this order, or any mmtics due or to bceom, due heemder without the prior carmen moment Of,h, u0mr Party. 10. TITLE. The Seller warrant, full, clear and unrestricted title ionic Purchaser be all equipmem.materials, and fruits fumished n performance of this uncritical, free and clear of any and all limit, resrictimu, revreatioru, security interest enumbmnus one etuims )father,, 13. PURCHASERS PERFORMANCE OF SELLERS OBLIGATIONS. Drive Purdlov,r thinks the Seller ao,unto arr comodoting or d 1l cove gods by a data In be agreed upon by the Purchaser and the Seller, and the Seller themaBcr indicates its inability or onwillingnev Ic comply, the Purchaser nay auw the week o be python md by the hung expedition means .,.:table to it, and the Seller slmall pay all and, osswsled with such work. The Ailey shall r1ease the Purchvwr and as Odometers of any gist from, all liability and claims of any rearms resulting rent the performance ufsueh work. this relem, shall apply ,ven in the event of fault of negligence Of the party elcal and shall extend to the dimnon, officer .,,it nnpbyces of ,v,h parry. The Silures mntmnall obligations, including %aunty, shall no be drented to be reduced, in any way, because such work is peromted or caused to be M*fornt ni by the Pamervi. 14. PATENTS. Whenever the Seller is required to use any design, dery material or roccovered by tenor. Patent, trademark p r coyright mmhs the Seller shall indemnify and save hathPurchaser from any and all claims for in Mngamrnt by R ul'the a of such peered deign, device. parent] or procce. a coralwnh the nadrays, am axr shall intimmiry the Purchfor any coal, aspen or damage which its y W obliged to pay by ¢ uf such infringement at any lime during the pm ccution or after the completion of the work. In case said cluipi um , or any an thereof or the intended uv of the goads, kc in such suit held to co urimu arriagrntent and the use of said cipiphicant or pan ` ejoinod, theSeller shall. at its own expense and at it, ophon, eitherprovion for the Purchaser the right to continue using sa J equipment or pats, Place the some with substantially equal but noninllinging u'quipincm, or mafity it w it Ncomcs nuninfringing. 15, INSOLVCNCY, I1 the Seiler shall bucome inwtvent Or bank.,. make an ocignmcnt In, the benefit of creditors, appoint a ovocivm or source aor any of the Scien property Or brines,, this oNo rimy forthwith be canceled by the Purehmr without liability. lo. GOVERNING LAW. The Jcliontons of thrall used or the inteaptetmion of the agovinem aml the dghninfall parties haemaa shall be husband under -of governing by the laws of the Slate of CuloraJo, USA. The following Additional COmlitium apply only in cases mhac the Seller is to prfelon work h rmonic, including the swim ol'SaEan Repmsentaive(G. on the premiers of ohm. 19. SELLERS RESPONSIBILI I Y. Tb, Server anal mr, o said nod aI Scllm-i ono risk mail the vow is fully mmplmd and accepted, and shag, in crew, of any accident, duwni)n or injury to the work and/or materials before Scifer's final mmplenidn and irca,hinc, complete tile work at Setters own expense and to the edistuction of the Particular. When materials and equipment arc punished by others for inateRnic n Or memom by the Seller, the Seller gulf remise, unload, ame and hush, rare at the sit, and becom, intangible thenf r as though such materials andaur equipnanl ncre being furnished by she Sailer under the Omer. 18, INSURANCE. The Serer shall, ail his ..it capac, Provide for the payment of workers compensation, including occupational disease brnebn, to its employees employed on or in connection with the won covered by this purchase oNer, error to their dcpendme, in aeemdmev with the lies of the state in which the %ork s to h done. The Seger shall ultra curry compnbaane general liability including, but and furnace to, cmnactual aml automobile pairs liability insurance with bodily injury and death limits oral least S3lgpfp for any one prawn, S5110.000 for any ccidem and prvMny damage limit per ne,gam of Sundial The Seiler share lihwive require his commeua, if any, to provide lot such eunmpntetion and insurance. Before any of the Sellers or his contractors employee, share d0 any work dies. fit, ovince,ufothen, the Sellastrall burnish the POrchaserooll acenifcme ,hot such c mdopmaiom and im r have been provided. Such smilie... s shall specify the dam when such spolonesention and immoral have when provided Such amilicatesshall specify the date when such mormansation and insurance expires, the S,Ilcr agate that such .mmnea ern and insurance shun b, maintained until after the entire work is completed and al 19. PRO I ECIIUN AGAINS I ACCHNiIt S AND DAMAGES. The Seller hereby avionics the mairs responsibility soul liabil iry for any and all Janage,loss or injury ofanY kind or nature whacmvcr to perwm or praprfy caused by or resulting from the eveculton of the work pre, and for in this purchase order or in connection herewith. The Seller witI indenmi ly mad hold hamJev the Pascal and any t air .1'the Purchuaen Offices, agent and cmpoyces don, and viniml any and all .Ia..s, heev, damages, charges or ecpenes, wfictber dimet or inl mud whahvr to perwas or pmpeny m a hick the Purchaser may be pm Or subject by mown of any act, aaiun, neglect, m .111u1i err.,fault mat Ore an of the Seller, any of his suntractors, or any of thcontractors ni e Sellers or contraors Ocmv, air+'nls or employeesm. In cany suit or oiler ucceeding, shall be brought against he Purvouch, oridO iLen, agents Or coldayecs at any time on overall or by reasonof ay.e .usn Efrwv c tiagen rJduult of the Sellerry of tof his contractors or any of its or their dfree,. agents ufirrewto x ld, the Seller Leomy apeca aue the Jefenthereof and in defend the m the Sewers Own cmanov, to pay any and all cost,, charges, attorneys Ike and other expos any and at judgm gals that may be incrocid by or obtained against the Purchaser or any of it, or their oBicers. ogeafs or employee such suits O other uniev illp. and it se judge ivm or other lien be placed upon r obtained against theproprty of hoe Puruhater, or said parties in or n a result of such suits or other pmcadings ,he Seiler will atonce can,the .mne as be dissolved od discharged by giving band ormherw E. The Seller and niv contractors shall take all airy precauniou, Ernst and install all gram, n[awry for th, presenllon of ecdvina , empty with Orr raw, and regulations with regard in safety including, but without limitation, the Occupational Safety and Health Act of 1970 u d all m1e, and regulations issued pursuant thereto RvviWd1 03/2WO October 3, 2011 Source Justification and Independent Cost Estimate (ICE), Streets Facility Lighting Neptun makes the only 500 watt Induction fixture currently available. Neptun Induction Shoe Box Fixture - 23" square, 37500-UNV-SA6 pricing: Price, direct from Neptun: $711 each Price, Shineretrofit.com $670 each Price, Conserve -A -Watt $675 each Since the requirement is for eight such fixtures, we do not expect to obtain much of a discount from any supplier. Estimated cost: $670 Price Analysis: Prices were received from Neptun and Conserve -A -Watt. The Shineretrofit pricing is available for any purchaser, via their web page. Shineretrofit $670 each, plus the cost to powdercoat the fixtures white Conserve -A -Watt $675 each, including white powdercoat Neptun $596 each, including white powdercoat Based on our research and the prices received, Neptun's price is fair and reasonable. Excluded Parties Search (EPLS) >amanced Search >MWtple Names >Es Name an!SSNMN >MyEPLS >Recera Updates Browse AS Recerds ,Reciprocal Cocks >P.Wedr ena Codes *Nmprocuremeril Codes Search Results for Parfet Excluded by F , EnUm or Vusit: N*ptun As of 01-0ea3011 6A1 PM EST Save to MVEPLS Your search returned no resuhs. Back New Sateen-Pnntor{rlendly >Searcn Retp >Advvved Search rros >Pubbc Usefs Manual >FAC -Acmtryms > Pmacy Act pervades *News System for Award ISwgement (SAM) >AMarced Reports LOADRITE L-SERIES Quote Date: September 21, 2011 To: Neal Jaspers City of Fort Collins Fort Collins, CO To supply and install on front-end loader or forklift of your choice: One LOADRITE Model 2180 digital weighing system as per the attached specifications. One LOADRITE Model L2180 System , $ 7,450 Technical Support Representative to $ 1,200 Assist in installation, calibration, and Training of customer personnel. (Installation price to be confirmed). Heavy Duty Optimum Precision Install $1,500 Optional Features: Loadprint Model LP950 Printer $ 1,695 LR966 Ground Slope Compensation $1,200 LD957 Material Management System $ 2,500 (Office base and one loader mobile) LD954 MMS2 Add -on System $ 1,823 (mobile only, for additional loaders) LD 100-S MMS2 Radio Modem System $ 2,495 (Office base and one loader modem) LD100-A MMS2 Radio Modem System $ 1,345 (For additional loaders) Conditions of Sale: Termination: This quote remains valid for 30 days.