HomeMy WebLinkAbout140637 H2O POWER EQUIPMENT INC - PURCHASE ORDER - 9123730City of
�,.F,.�ort Collins
Date: 06/29/2012
PURCHASE ORDER
Vendor: 140637
H2O POWER EQUIPMENT INC
6057 E 49TH DR
COMMERCE CITY Colorado 80022-4510
PO Number Page
9123730 1 of 6
This number must appear
on all invoices, packing
slips and labels.
Ship To: TRANSFORT BUS FACILITY
CITY OF FORT COLLINS
6570 PORTNER ROAD
CITY OF FORT COLLINS Colorado
Delivery Date: 06/29/2012 Buyer: JOHN STEPHEN
Note:
Line Description Quantity UOM Unit Price Extended
Ordered Price
Replacement power washer
1 LOT LS
6,945.00
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.
(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
C3. O!tR�sQ�
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
Electronic Quote
Company Name:
RJO
Quote Number:
- /
Date:
-I" �s- �a
Ref: Small Purchase Quote Request
THIS IS A PRICE QUOTATION -- NOT AN ORDER
Please supply pricing, per attached Scope of Work, as requested below.
Respond within THREE WORKING DAYS to:
Jeff Brown, Transfort Shop: fax: 970-224-6110 or email: jbrown@fcgov.com
Any questions regarding this inquiry should be directed to Jeff Brown, 970-221-6625
Provide pricing on the following Items:
Qty
Part No. and/or Description
Price, each:
Is
Bidder's Statement:
I have read and fully understand all the specifications, and requirements set forth herein. I hereby
agree to comply with all said specifications and requirements, as stated'or Implied.
By:
Title:
Print 01 Name: /414L
�t I--r
MI)lenhOuse_
Phone:
Email:
Foderal funds will be used for this project. Its addition to the City of Fort Collins Standard
Purchase Order Torms and Conditions, the Federal Requiroments listed below will apply
to this order.
Electronic Quote
Company Name: Hotsy Equipment of Northern Colorado
Quote Number:
Date: May 24, 2012
Ref: Small Purchase Quote Request
THIS IS A PRICE QUOTATION -- NOT AN ORDER
Please supply pricing, per attached Scope of Work, as requested below.
Respond within THREE WORKING DAYS to:
Jeff Brown, Transfort Shop: fax: 970-224.6110 or email: jbrown@fcgov.com
Any questions regarding this inquiry should be directed to Jeff Brown, 970-221-6625
Provide orlclna on tho tnllnwinn Itgame-
Qty
Part No. and/or Description
Price, each:
1
1260SSG hotsy 4.3GPM @ 3000 PSI
$ 7395.00
1
1270SSG hotsy 4.5 GPM @ 4000 PSI
$ 6295.00*
1
1280SSG hotsy 5.1 GPM @ 3500 PSI
$ 8295.00
send detailed product info on a subsequent e-mail
Bidder's Statement:
I have read and fully understand all the specifications, and requirements set forth herein. I hereby
agree to comply with all said specifications and requirements, as stated or Implied.
By: Tony Cassidy Title: Sales
Print Name: Tony Cassidy Phone: 970 351-7910
Email: hotsy0hotsywashers com Coll: 303 981-3424
Federal funds will be used for this project. In addition to the City of Fort Collins Standard
Purchase Order Terms and Conditions, the Federal Requirements listed below will apply
to this order.
Electronic Quote
Company Name: Jordan High Pressure Washer Corp
Quote Number: j CAJ 12.05.07
Date: May 24, 2012
Ref: Small Purchase Quote Request
THIS IS A PRICE QUOTATION -- NOT AN ORDER
Please supply pricing, per attached Scope of Work, as requested below.
Respond within THREE WORKING DAYS to:
Jeff Brown, Transfort Shop: fax: 970-224-6110 or email: ]brown@fcgov.com
Any questions regarding this inquiry should be directed to Jeff Brown, 970-221-6625
Provide oricIng on the following Items:
Qty
Part No. and/or Description
Price, each:
1
JSHG6030B
$7750.00
Is -
The price is net 30 days, FOB Denver, and includes training and commissioning of the machine at
6241 Federal Blvd, Delivery to, and commissioninq at, Fort Collins is an additional $250.0n
Bidder's Statement:
I have read and fully understand all the specifications, and requirements setforth herein. I hereby
agree to comply with all said specifications and requirements, as stated or implied.
By: Andrew Jordan
Title: President
Print Name: Andrew Jordan
Phone: 303 426 6800
Email: AndrewOiordanpressu[gLAt shers.com
Federal funds will be used for this project. In addition to the City of Fort Collins Standard
Purchase Order Terms and Conditions, the Federal Requirements listed below will apply
to this order.
1
Company
City of Fort Collins
Street
City
Fort: Collins Colorado
Attention
Steve Lukowski
Phone
970 567-7278 (cell)
e-mail: slukowskiefeeov.com
1na1�.���(��/��lle�s. c-v►�
K
HOTSY EQUIPMENT OF NORTHERN COLORADO INC.
101 13TH STREET
GREELEY COLORADO 80631
OFFICE (970) 351-7910
FAX (970) 351-6297
TOLL FREE 1 800 607-7910
Ship To
Street
City
Attention
Date November 7, 2011
1 12608SG ON engine powered, hotsy pressure washer
$ 9085.00
$ 7195.00
4.3 GPM @ 3000 PSI
16 HP Vanguard V-Twin gas engine w I electric start
Hotsy tri lex pump w / belt drive
11G fuel tanks ( one for engine / one for burner)
(We provide an electric, gas engine fuel purrip We)
50' 2 wire 5000 PSI HP hose / hour meter
3 S.S. color coded sprav nozzles ( 0-15-40 de ee)
( more sees ec sheet)
1
FiQed 200' ca acit 16") hotsy hose reel
( Way reel has a two year no leak warranty)
$ 299.00
$199.00
1
] t}0' 2 wire SC00 PS1 IiP hose (w / d ad r in credit oP supplied
50' hose)
229.00
$ 114.50 a a'
Steve, We keep this hotsy in stock. I can coordinate with
-Jon Lucero regarding any filters, antifreeze setup, etc. he
- may require, as wel I as delivery to kris shop for setup.
Tony @ hats 970 351-7910 (shop)303 981-3424 (my cell)
Your price w / discount
Your Price w / trade in credit of su lied 50' hose
Subtotal
$ 7508.5U
Tax
N.A.
Frei t
.Included
Total
$ 7508.50
-
Notes
_
0 Warranty Summary
• 7 YR. hotsy pump: ( Less normal wear items)
• Lifetime: Manifold 5YR,: heating coil
• 2 YR: gas engine lYR; farts 8c labor
Small Purchase of:
CONTRACT CHECKLIST FOR SMALL PURCHASES
Checklist Item
Contract File
Comments
Location
7) Independent Cost Estimate
The City made and documented an
- (�
independent cost estimate before receipt of
proposals.
9) Unreasonable Qualification
Requirements
�s '
This solicitation did not contain unreasonable
requirements placed on firms in order for
them to qualify to do business.
11) Organizational Conflict of
Interest (OCI)
mod'
If there is an apparent or potential OCI the
solicitation contains provisions to eliminate or
mitigate the conflict (e.g. by inserting a clause
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
P rd
procurement process. (An example of
arbitrary action is when award is made to
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
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
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
written FTA approval. For all other types of
contracts, the procurement file contains
evidence that the contract term is based on
sound business judgment.
23) Price Quotations
Price or rate quotations were obtained from
3
an adequate number of qualified sources.
24) Clear, Accurate, and Complete
Specification
Lj S
A complete, adequate, and realistic
specification or purchased description was
available and included any specifications and
pertinent attachments which define the items
or services sought in order for the bidder to
properly respond.
41 ) Cost or Price Analysis
Either a cost analysis or a price analysis was
performed and documented. The price was
determined to be fair and reasonable.
Price reasonableness based on:
Price quotations.
Previous purchase.
Current price list or advertisement.
Value Analysis — copy in file.
42) Written Record of Procurement
History
fs_
The file contains records detailing the history
of this procurement. At a minimum, these
records include:
(1) the rationale for the method of
procurement,
(2) Selection of contract type,
(3) reasons for contractor selection or
rejection, and
4 the basis for the contract price.
Excluded Parties Search
EPS run and include in the file
�(
Fort Collins
PURCHASE ORDER
PO Number Page
9123730 2of6
This number must appear
on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
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 Contractor's 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. Contractors
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
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
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 Of9123730 3 of 6
`t Collins
OI` l I n �+J This number must appear
on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
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
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.
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
s PURCHASE ORDER PO Number Page
City Of///���OI Collins
9123730 4 of 6
`t ( V This number must appear
" on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
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
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.
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///��� 9123730 s of s
Fort Collins This number must appear
,y`=_J`'' ` on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
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.
C3. O✓l�:sQ�
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:
$6,945.00
City of Fort Collins
Accounting Department
PO Box 580
Fort Collins, CO 80522-0580
Purchase Order Terms and Conditions
Page 6 of 6
1. COMMERCIALDFTAILS.
Tax exemptions. By .statute the City of Pon Collins is exempt from state and local taxes. Our Exemption Number is 11. NONWAIVFR.
98-04502. Federal Excise Tax Exemption Certificate of Registry 84-6000587 is registered with the Collector of Failure of the Purchaser to insist upon strict performance of the terms and conditions hereof. failum or delay to
Internal Revenue, Dcnvcr, Colorado (Ref. Colorado Revised Statfms 1973. Chapter 39-26. 114 (a). exercise any rights or remedies provided herein or by last failure to promptly notify the Seller in the event of a
breach, the acceptance ofor payment for goods hereunder or approval ofthe design. shall not release the Seller of
Goods Rejected, GOODS REJECTED due to failure to meal specifications, either when shipped or due to defects of any of the Anon mics or obligations of this purchase order and shall not be deemed a waiver of arry right of the
damage in transit, may be remmcd to ,you for credit and arc not to be replaced except upon receipt of written purchaser to insist upon strict performance hercnfor any of its rights or remedies as to any such goads, regardless
instructions fmm the City of Fort Collins. of when shipped, received or accepted, us to any prior or subsequent default hereunder, nor shall any purported
oral modification or rescission of this purchase order by the Purchaur npcmte as a waiver of any of the toms
Inspection. GOODS are subject to the City of Fort Collins inspection on arrival. hereof.
Final Acceptance. Receipt of the merchandise. scmices or equipment in response to this order can result in 12. ASSIGNMENT OF ANTITRUST CLAIMS.
authorized payment on the pan 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 dependent upon completion ofnll 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 Tcros. Shipments most be F.O.B., City of Fart Collins, 700 Wood St.. Fort Collins, CO 90522. unless acquired under federal or state antitrust laws for .such overcharges relating to the Particular goods or services
otherwise specified on this order. If permission is given to prepay freight and charge separately, the original freight purchased or acquired by the Purchaser pursuant m this pnrchau order.
bill must accompany invoice. Additional charges for puking will not he accepted.
Shipment Distance. Where manufacturers have distributing points in various pans of the country, shipment is
expected fmm the nearest distribution Point to dwincition, and excess freight will be deducted from Invoice when
shipments am made fmm greater distance.
Permits. Seller shall pmeure at sellers sole cost all ncceouy 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 perrfomed, or required by any other duly constituted public authority having jurisdiction over the work
of vendor. Seller lumber agrees to hold the City of Fan Collins harmless from and against all liability and loss
incurred by them by reason of an asserted or established violation of any such laws, regulations, ordinances, rules
and requirement.
Authorization. All parties to this mnnad agree that the representatives are, in fact, bona fide and possess full and
complete authority to bind said parties.
LIMITATION OF TERMS. This Purchase Order expressly limits acceptance to the terms and conditions stated
herein set forth and any supplementary or additional terms and conditions annexed hereto or incorporated hcrcin by
reference. Any additional or different tams 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 oa your
promised delivery date as noted. Time is of the essence. Delivery and Performance must be effected within the time
stated on the purchase order and the document attached hereto. No acts of the Purchasers including, without
limitation, acceptance of partial [.ate deliveries shall operate as a waiver of this provision. In the event afire delay,
the Purchaser shall have, in addition to other legal and equitable remedies, the option ofplacing this order elsewhere
and holding the Seller liable for damages. However, the Seller shall not be liable for damages as a result of delays
due to causes not reasonably foreseeable which ate beyond its reasonable control and without its fault ofugligence,
such sets of God, acts ofcivil or military authorities, governmental pnoritics, fires, strikes, Bond, epidemics, wars or
riots provided that notice of the conditions causing such delay is given to the Purchaser within five (5) days ofth,
time when the Seller first received knowledge thereof In the event affinity such delay, the date of delivery shall be
extended for the period equal to the time actually lost by reason ofthe delay.
3. WARRANTY.
The Seller warrants that all goods, articles, materials and work covered by this order will conform with applicable
drawings, specifications, samples and/or other descriptions given, will he BI for the purposes intended, and
performed with the highest degree of care and competence in accordance with accepted standards for work of a
similar nature. The Seller agrees to hold the purchaser harmless from any lass, damage or expense which the
Purchaser may suffer or incur on account of the Scllcrs breach of wamnty. The Seller shall replace, repair or make
good, without cost to the purchaser, any defects or faults arising within one (I) yen
r or within such longer period of
time as may he prescribed by Inca or by the terms of any applicable warranty provided by the Seller net the date of
acceptance of the goods famished hereunder (acceptance not to be uvreasonxbly delayed), resulting fmm imperfect
or defective work done ar materials famished by the Seller. Acceptance or use of goods by the Purchaur shall not
constitute a waiver ofany claim under this warranty. Except as otherwise presided in this purchase order, the Sellers
liability hcnmnder shall extend to all damages proximately caused by the breach ofany of the foregoing aarontics
or guamntecs, but such liability shall in no event include loss of profits or loss of use. NO IMPLIED WARRANTY
OR MERCHANTABILITY OR OF FITNESS FOR PURPOSE SHALL APPLY.
4. CHANGES IN LEGAL TERMS.
The Purchaur may make changes to legal terms by written change order.
5. CHANGES IN COMMERCIAL TERMS.
The Purchaur may make any changes to the rem¢, other than legal rcrms, including additions to or deletions from
the quantities aripinally ordered in the specification or drawings, by ena) or written change order. If any such
change affects the amount due or the time ofperfomance hereunder. an equitable adjustment shall be made.
6. TERNIINATIONS.
The Purchaser may at any time by written change order, terminate this agreement as to any or all portions of the
grads Then not shipped, subject to any equitable adjustment berscen the Parties as to any work or materials then in
progress provided that the Purchaser shall not be liable for any claims for anticipated profits on the uncompleted
portion of the goods and/or work, for incidental or conscqucntial damages, and that na such adjustment he made in
favor of the Seller with respect to any goods which are the Sellers standard stock. No such temiriion shall retire,
the Purchaser or the Seller ofany ofthcir obligations as to any goads delivered hereunder.
7. CLAIMS FOR ADJUSTMENT.
Any claim for adjustment must be asened within Ihirty, (30) days farm the date the change or termination is
ordered.
R. COMPLIANCE WITH LAW.
The Seller wamnts that all galls sold hereunder shall have been produced, sold, delivered and furnished in strict
compliance with all applicable laws and regulations to which the goods are subject, The Seller shall execute and
deliver such documents as may be required to effect nr evidence compliance. All laws and regulation., required to be
incorporated in agreements of this character are hereby incorporated herein by this reference. The Seller agrees to
indemnify and hold the Purchaser harmless fmm all costs and damages suffered by the Purchaser as a result of the
Scllcrs 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
poor wrimco consent of the other party.
10. TITLE.
The Seller wamnts fall, clear and unrestricted title to the Purchaur far all equipment, materials. and items finished
in Performance of this agreement free and clear of any and all liens, restrictions, mscrntions, security interest
encumbrances and claims of others.
13. PURCHASERS PERFORMANCE OF SELLERS OBLIGATIONS.
If the Purchaserdircot the Seller to correct nonconfnming or defective goods by a date to be agreed upon by the
Purchaser and the Scllcr, and the Seller therea Mr indicates its inability or unwillingness to comply, the Purchaser
may cause the work to be performed by the most expeditious means available to it, and the Scllcr shall pay all
costs associated with such wink.
The Seller shall release the Purchaur and its continuous of any tier fmm all liability and claims of anv nature
resulting from the Performance ofsuch work.
This release shall apply even in the event of fault of negligence of the party released and shall extend to the
directors, officers and employees ofsuch Party.
The Seller's contractual obligations, including wamnty, shall not be deemed 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 proces covered by letter, patent, trademark
or copyright, the Seller shall indemnify and save hamless the Purchaser fmm any and all claims for infringement
by reason of the use of such patented design, davicc, material or process in connection with the contract and
shall indemnify the Purchaser for any cost, expense or damage which it may be obliged to pay by reason ofsuch
infringement at any time daring the prosecution or after the completion of the work. In caw said equipment, or
any part thereof or the intended use of the goads, is in such snit held to constitute in0ingcmcat and the use of
said equipment or pan is eninined. the Seller shall, at its own expense and at its option, either procure for the
Purchaur the right to continue using said equipment or parts, replace the same with substantially equal but
nonieffinging 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, appoim a
receiver or trustee for any of the Sellers property or business, this order may forthwith be canceled by the
Purchaser without liability.
16. GOVERNING LAW.
The definitions oftems used or the interpretation ofthc agreement and the rights of all parties hereunder shall be
construed offerings] governed by the laws ofthe State of Colorado, USA.
The following Additional Conditions apply only in taus where the Seller is to perform work hereunder.
including the services of Scllcrs Reprcscntative(s). on the premises ofothcrs.
17. SELLERS RESPONSIBILITY.
The Seller shall carry on said work at Seller's own risk until the lime is fully completed and accepted, and shall.
in case of any accident, destruction or injury to the work andlor materials before Scllcrs final completion and
acceptance, complete the work at Seller's own expense and to the satisfaction ofthe Purchaser. When materials
and equipment am fumishcd by others for installation or erection by the Seller. the Seller shall receive, unload.
store and handle came at the site and became tespnnsible themfor 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 ofw'orkcm eompensztinn, including occupational
disease benefits. to its employees employed on of in connection with the work cavered by this purchase nrdcr.
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 bodily injury and death limits of at least S300,006 for any one person. S500.001) for any
one accident and property damage limit per accident of S400,000. 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 Seller shall famish the Purchaser with a ecnificate
that such compensation and insurance have been provided, Such certificates shall specify the date when such
compensation and insurance have been provided. Such eani0eates shall specify the date when such compensation
and insurance expires. The Scllcr agrees that such compensation and insurnncc shall be mnindi,ed until aficr the
entire work is completed and accepted.
19. PROTECTION AGAINST ACCIDENTS AND DAMAGES.
The Seller hereby assumes the entire resransibiliry and liability for any and all damage. Inc, or injury fany kind
or nature whatsoever to persons or property caused by or resulting fmm the execution ofthe work provided for in
this purchase order or in connection herewith. The Seller will indemnify and hold hamless the Purchaser and any
or all of the Purchasers officers, agents and employees hung and against any and all claims, losses, damages,
charges or expenses, whether direct or inducer, sad whether to persons or propmy to which the Purchaser may
be put or subject by reason of any act action, neglect, omission or default on the pan of the Seller, 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 of employees as aforesaid the Seller hereby agrees to assume the defense thcour 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 income l by or obtained against the Purchaser or any of it or their officers.
agents or employees in such suits or other proceedings, and in ease judgment or other lien he placed upon or
obtained against the property of the Purchaser. or said parties in max a result ofsuch suits or other proceedings,
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 all guards necessity for the pmcntion of
accidents. comply with all Imes and regulations with regard to safety, including, but without limitation, the
Occupational Safety and Health Act of 1970 and all mlce and regulations issued pursuant theme.
Revised 03/2010
° lz3 7C:�6
May, 2012
Independent Cost Estimate
Scope of work was written for a replacement High Pressure Washer for the replacement
of a 12 year old worn out, beyond cost effective repair unit A2608 that was purchased in
2000.
Quotes were solicited from three Vendors.
Jordan Pressure Washer Corp. $ 7750.00
Hotsy Equipment of Northern Colorado $ 8295.00
H2O Power Equipment $ 6945.00
Price Analysis
H2O price is lowest and the High Pressure Washer will be purchased from them. Based
on our own estimate and other quotes, the H2O Power Equipment price is fair and
reasonable.
ELPS ,1-120 Power Equipment and Landa search done documents attached
Excluded Parties List System
Search • Current Exclusions EPLS Search Results-1 Resources
> Advanced Search
> Mulllple Names
> Exact Name and SSNMN
• MyEPLS
> Recent Updates
> Browse AD Records
View Cause and Treatment Code
Descriptions
> Reciprocal Codas
• Procurement Codes
• Nonprocurement Codes
Agency &Acronym Information
• Agenaj Contacts
> Agency Descriptions
> Stale/Country Code Descriptions
OFFICIAL GOVERNMENT USE ONLY
• Debar Maintenance
> Administration
> Upload Login
Search Results for Parties Excluded
by
Firm, Entity, or Vessel: H2O power Equipment
As of 30.May-2012 6:10 PM EDT
Save to MyEPLS
Your search returned no results.
Back Now Search
Page 1 of 1
> Search Help
•Advanced Search Tips
• Public User's Manual
> FAD
• Acronyms
• Privacy Act Provisions
• News
> System for Award Management
(SAM)
Reports
>Advanced Report-,
>Recent Updates
> Dashboard
Archlvo Search - Past Exclusions
> Advanced Archive Search
> Multiple Names
> Recent Updates
> Browse All Records
Contact Information
> For Help: Federal Service Desk
littps://www,epls.gov/epls/searGh.do 5/30/2012
Excljuled Parties List System Page 1 of I
Search - Current Exclusions
> Advanced Search
> Multiple Names
> Exact Name and SSN1TIN
> MyE PLS
> Recent Updates
> Browse All Records
View Cause and Treatment Code
Descriptions
> Reciprocal Codes
> Procurement Codes
> Nonprocuremenl Codes
Agency &Acronym Information
>Agency Contacts
>Agency Descripiions
> Stale/Country Code Descriptions
OFFICIAL GOVERNMENT USE ONLY
> Debar Maintenance
> Admirustmtlon
> Upload Login
https:,'/www.cpls.gcv/eplslsearch.do
Search Results for Parties Excluded
by
Firm, Entity, or Vessel : Lands
As of 30-May-2012 5:03 PM EDT
Save to MyEPLS
Your search returned no results.
Back New Search Printer•Frlondly
Resources
> Search Help
> Advanced Search Tlps
> 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
5/30/2012
E