HomeMy WebLinkAbout472553 MSI TEC INC - PURCHASE ORDER - 9117106Fort Collins
`-
Date: 11/30/2011
Vendor: 472553
MSI TEC INC
11211 E ARAPAHOE RD #108
CENTENNIAL Colorado 80112
PURCHASE ORDER
PO Number Page
9117106 'l of 7
This number must appear
on all invoices, packing
slips and labels.
Ship To: MIS
CITY OF FORT COLLINS
215 N MASON, 3RD FLOOR
FORT COLLINS Colorado 80524-4
Delivery Date: 11/30/2011 Buyer: JAMES HUME
Note:
Line Description Quantity UOM Unit Price Extended
Ordered Price
Quote 83035
ARRA Funding
FEDERAL REQUIREMENTS
1 LOT LS
To the extent applicable, the terms and conditions under federal law listed below are incorporated into this
Agreement.
No Obligation by the Federal Government
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.
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
72,903.50
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
Ethernet Switches
Freight Freight Charges - Estimated MSI Tec $350.00 1 $350.00
Total: $72,903.50
TERMS & CONDITIONS
Payment Terms: N30 with Approved Credit
Availability:
Freight On Board: FOB Origin
Additional Notes:
FAXQUOTE
# 1121-2011 Company Name Ani er - Denver
Attn: Cindy Brogdon
DATE: 11-21-2011
Ref: MOXA equipment
THIS IS A PRICE QUOTATION -- NOT AN ORDER
Please supply pricing and delivery information. All items to be quoted FOB destination, as
requested below. Respond via email or fax not later than FIVE BUSINFSS DAYS to:
JIM HUME, BUYER---1hume(Wfcaov.com or FAX: (970) 221.6707
Any questions regarding this inquiry should be directed to Jim Hume, 970-221-6776.
Part Name - Fiald Switch
Price -
}-
10
MoxaEDS.,B11-T -314-S
5b
�cF fj
10
Mom MDR-40-24
p
10
Mom SFP-1G10ALC-T 3-
5
10
MoxaSFP-1G10BLC-T 3-5 412v-t-$
-4
! �
1
M0xaSFP-1G20ALC-T 3-5
V5S( --
1
Moxa SFP-1G20BLC-7-
l
10
Maxa CM-600-3SSC/1TX
Part Name - Indoor Switch
3
Maxa ICS-G7525-BGSFP-4GTXSFP-2xG-NV-
HV
d
3
Mom SFP-1G10ALC 5 c4�
�i
a
McxaSFP-1G100LC S .1es.kg
}�3;L:l
tf
)4 c7�
3
Moxa 5FP-10GSRLC
Part Name - Media Converters
2
Moxa WC-2IA-S-SC-T CJ
((p
1
Moxa MDR-40-24 2"
Part Name - Mounting Kit
10
Mom WK-75
Total•
d BVLC '-iN
N'"00 6 t ! 06 '1? '^Ofd
Exceptions from the above specifications, if any:
By: A
Date: (I / -3 acp t (
Print Name:
Title: i&IS cc , 52CoS
Company Name:
Phone #: �ap3 - 5--.'L543
Address: 45a5 �o ice &"
-0_ v Vlef cA $�3�
Bidders take note!
Federal funds will be used In this project. In addition to the City`s standard
Purchase Order Terms and Conditions, the following Federal clauses apply to any
order placed under,this Request for Quote,
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 pan 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 Contractors failure to so comply shall
constitute a material breach of this contract,
t .J HU "JN AVO:6 <JOZ 9a'AON
icon hoc , Inc.
16782 Von Karman Avenue
Unit 25
Irvine, CA 92606
USA
Voice: 949-861-2550
Fax: 949-861-2555
Quoted To:
Anixter Inc.
PO Box 804
Morton Grove, IL 60053-0804
U.SA.
To:
Quote Number. 111102
Quote Date: Nov 21, 2011
Good Through: Dec 21,2011
Page: 1
Customer ID
Requested'By
Payment Terms
Sales Rep
AN1001
Accounts Payable
Net 30 Days
00011
Quantity
Item
Description
Unit Price
Amount
10.00
EDS-611-T
Compact managed Ethernet switch system
2,210.00
22,100.00
with 2 slots for 4-port fast Ethernet interface
modules, for a total of up to 8+3G ports, -40
to 75°C operating temperatu
Availability: 0, lead time: 5-7 weeks
10.00
MDR-40-24
4OW/1.7A DIN -Rail 24V VDC power supply
88.00
880.00
with universal 85 to 264 VAC input: -20 to 70
Availability: 25pcs
10.00
SFP-1G10ALC-T
WDM-type (BiDi) SFP Interface module, Tx
356.00
3,560.00
131 Onm, Rx 1550nm, LC connector, 1 OKm
supported, support 40 to 75 degree
Availability: 0, lead time:3-5 weeks
10.00
SFP-1G10BLC-T
WDM-type (BiDi) SFP Interface module, Tx
700.00
7,000.00
1550nm, Rx 1310nm, LC connector, 1 OKm
supported, support 40 to 75 degree
Availability: 0, lead time: 3-5 weeks
1.00
SFP-1G20ALC-T
WDM-type (BiDi) SFP Interface module, Tx
590.00
590.00
131 Onm, Rx 1550nm, LC connector, 20Km
supported, support -40to 75 degree
Availability: 0, lead time: 3-5 weeks
1.00
SFP-1G20BLC-T
WDM-type (BiDi) SFP Interface module, Tx
1,160.00
1,160.00
1550nm, Rx 1310nm, LC connector, 20Km
supported, support-40 to 75 degree
Availability: 2pcs, lead time: 3-5 weeks
Subtotal
Continued
Federal Tax ID#20-3635059 CAGE Code: 4GE65
DUNS#61-103-5739 CA S B Certification Ref#52470
S810S Tax
Continued
Freight
NI prices are subject to change without notice due to market fluctuations unless guaranteed for a
TOTAL
- Continued
specific period, with an established expiration date, at time of quote.
icomyoh, Inc.
16782 Von Karman Avenue
Unit 25
Irvine, CA 92606
USA
Voice: 949-861-2550
Fax: 949-861-2555
Quoted To:
Anixter Inc.
PO Box 804
Morton Grove, IL 6005M804
U.S.A.
Quote Number. 111102
Quote Date: Nov 21, 2011
Good Through: Dec 21,2011
Page: 2
Customer ID
Requested By
Payment Terms
Sales Rep
AN1001
Accounts Payable
Net30 Days
00011
Quantity
Item
. .:Description
- Unit.Price
Amount
10.00
CM-600-3SSC/1TX
Fast Ethernet interface module with 1
1,840.00
18,400.00
10/100BaseT(X) ports and 3 10OBaseFX
single -mode ports (SC connectors)
3.00
ICS-G7526-8GSFP-4GTX
ICS-G7526-8GSFP-4GTXSFP-2XG-HV-HV
10,400.00
31,200.00
Layer 2 Full Gigabit managed Ethernet
switch with 12 10/100/1000BaseT(X) ports, 8
100/1000BaseSFP slots, 4
10/100/1000BaseT(X)
Availability: 0, lead time: 5 weeks
3.00
SFP-1G10ALC
WDM-type (BiDi) SFP Interface module, Tx
295.00
885.00
1310ri Rx 1550nm, LC connector, 10Km
supported
Availability: 2pcs, lead time: 5 weeks
3.00
SFP-1G10BLC
WDM-type (BiDi) SFP Interface module, Tx
646.00
1,938.00
1550nm, Rx 1310nm, LC connector, 1 OKm
supported
Availability: 1pcs, lead time: 5weeks
3.00
SFP-10GSRLC
SFP+ module with 1 10GBase-SR port for
1,375.00
4,125.00
33 m transmission, LC connector, 0 to 60C
operating temperature
Availability: 4pcs
2.00
IMC-2IA-S-SC-T
Industrial 10/1008aseT(X)to100BaseFX
437.00
874.00
media converter, single mode, SC
connector, -40 to 75 C
Subtotal
Continued
Federal Tax lD#20-3635059 CAGE Code: 4GE65
DUNS#61-103-5739 CA SB Certification Ref#52470
Sales Tax
Continued
Freight
All prices are subject to change without notice due to market fluctuations unless guaranteed for a
TOTAL
Continued
specific period, with an established expiration date, at time of quote.
16782 Von Karmen Avenue
Unit 25
Irvine, CA 92606
USA
Voice: 949-861-2550
Fax: 949-861-2555
Quoted To:
Anixter Inc.
PC Box 804
Morton Grove, IL 60053-0804
U. S A.
To:
Quote Number. 111102
Quote Date: Nov 21, 2011
Good Through: Dec 21,2011
Page: 3
Customer ID
Requested'By .Payment Terms
Sales Rep
AN1001
Accounts Payable Net 30 Days
00011
Quantity
Item
Description
Unit'Price
Amount -
Availability:0,lead time: 5 weeks
1.00
MDR40-24
40W/1.7A DIN -Rail 24V VDC power supply
88.00
88.00
with universal 85 to 264 VAC input: -20 to 70
Availability: 25pcs
10.00
WK-75
Wall Mounting Kit for EDS-600 series
21.00
210.00
modular DIN -Rail Ethernet Switches
Availability: 2pcs, lead time: 4 weeks
Subtotal
93,010.00
Federal Tax I0#20-3635059 CAGE Code: 4GE65
DUNS#61-103-5739 CA SB Certification Ref#52470
Sales Tax
Freight
All prices are subject to change without notice due to madcel fluctuations unless guaranteed fora
TOTAL.
93,010.00
specific period, with an established expiration date, at time of quote.
11/21/2011 18:19 RA% 512 832 5655
AWC Q0001/0002
11/21/2011 09t38 FAX 970 221 6534
FAXQUOTE
# 1121-2011
DATE: 11.21-2011
Ref: MOXA equipment
CITY OF FORT COLLINS - R 001/007
Company Name AWC Inc,
Attn: Lacey Morgan
THIS IS A PRICE QUOTATION -- NOT AN ORDER
Please supply pricing and delivery Information. All items to be quoted FOB destination, as
requested below. Respond via email or fax not later than FIVE BUSINESS DAYS to:
JIM HUME, BUYr;R---]hUMe@fcoov.com or FAX: (970) 221.6707
Any questions regarding this Inquiry should be directed to Jim Hume, 970-221-6776.
Name - Field SWRCtI
rice
EIDS-611-T
1
MC1R-40-24
1\
SFP-1G10ALC-TSFP-1G10BLC-TSFP-1G20ALC•TSFP-1G20BLC-TCM-600.3SSCITTXame
MR4
- Indoor Switch
3
Moxa 1CS•G752&OGSFP4GTXSFP-2XG•HV-
HV
3
MO%GSFP-1G10ALC
3
Mom SFP-1GIOBLC
�
3
Mo a SFP•10GSRLC
Part Name • Media Converters
2
Mom INIC-2IA-S-SC-T
1 J
Mom MDR-40-24
Part Name - MountIng Kit
10
Moxa W K-75
Total:
�!
11/21/2011 18:20 FAX 512 832 5655 AWC Q 000'2/0002
11/21/2011 03:38 FAX 370 221 8534
CITY OF FORT COLLINS
0 002/007
Exceptions from the above specifications, if any:
By:
Date: Ir ?_.I j r
Print Name: Z � ce I -I u v e e,-�
Title: — �'
kr
Company Name: <." J , , c
Phone #:
Address:
Bidders take note!
Federal funds will be used In this project. In addition to the City's standard
Purchase Order Terms and Conditions, the following Federal clauses apply to any
order placed under this Request for Quote.
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 Chances
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
heNveen 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.
Fort Collins
PURCHASE ORDER
PO Number Page
9117106 zof7
This number must appear
on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
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,
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
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 9117106 3 of 7
`t This number must appear
Collins1 on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
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:
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:
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. of117106 4 of 7
`t CollinsI This number must appear
` on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
(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.
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
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 9117106 s of 7
`t Collins This number must appear
on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
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 AN 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 - not applicable. See below
Source: OMB Circular
"A Desk Guide to the Buy American Provisions of the Recovery Act- February 2011"
Computer Hardware and Software
Server virtualization software and energy efficiency software are not manufactured goods; and thus not subject to
the Buy American provisions.
Cables and connections are examples of types of hardware equipment that could fall within the Buy American
Recovery Act provisions because their installation makes them a permanent fixture in the building, similar to
electrical wiring and outlets. Specific examples include fiber optic, Cat-5, or other cabling when installed inside
walls, ceilings, or flooring; conduit when installed inside walls, ceilings, or flooring; and RJ-45 and other
connectors when affixed to a wall or floor. Computer equipment that is built into the building, such as computer
systems that are wired into the HVAC system or used to create a " smart building" could fall within the Buy
American provisions under the same theory.
By contrast, personal computers, file servers, and networking hardware equipment are typically easily removable
and not intended to be permanent fixtures. As such, these products are not covered by the Recovery Act Buy
American provisions . Other examples of hardware components that likely are not covered are- laptops or
notebook computers, personal digital assistants, hand-held computers, and wireless communication devices;
peripheral input/output devices - including keyboards, printers, etc.
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
C117/ of PURCHASE
9117106 s of 7
`t Collins( V C This number must appear
` on invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
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.
Total
903.50
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 ll, 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 Tgrnls and Conditions Page 7 of 7
I. COMMERCIAL DETAILS.
To, exem,mon, B,mhom the Cry mi'l Collins, In due and local mrse,O Ement,han Number is II. NONWAIVER.
98 N502 Federal Excise I or Evennimin C.n I cab of Registry 84 IMM587 is N,ofisd wrh the Collector of Failure ofthePardinscr In -insist"upon strictperformance of the terns unit condit son' Iner,of. I' delay to
In ail Iferm,Deaver Colorado H(mg Colorado Revised Statutes 1973 Chapter 3926114(a) exercise any rights or ouredics provided berm or by law, failure to pmmpdy notify the Seller in tire went of
breach, the acceptance of or payment for goods hereunder or approval of the design, shall not release the Seller ml'
Goods Rejected, GOODS REJECTED due 1. failure to men sRNifrc iart,either when shipped or due to defects of any offs, warranties or obligations of this purchase under and skill not be deemed 0 warver of any right of the
damage in transit. may be r'turned to you for aedir and ure not to be replaced except upon receipt of wrinen purchascrro insist upon strict pafommnec harcof orally ofitsrightb-rowdies as to say .mch goods, organic,
mstrumm s from IM1e Ciry MFen Collins. of when shipped, received or accepted. as to any pooror
subsequent default hereunder. nor shall any puapncd
oral mtdlim ition or rcwisin of this punluse aide, by the Purchaser operwe is a waives Of any mile Nona
Inpanimi. GOODS are subject e the City of Fun Collins inspection On arrival. hereof.
Final Aecepmnce. terms, of ,he merchandise, sanwas or equipment in respnnse to this Omer can result in 12. ASSIGNMENT OF ANTITRUST CLAIMS.
amhorizd payment sot ,he pan of Be City of Fun Collins. However, it is to M undmmud ,het FINAL Seller and the Purchaser rerognize that in actual economic practice, Overcharges resulting poor antitrust
ACCEPTANCE is dependent upon completion mall applicable Nchird inspection ymcedum, violation an in fan home IN the Purchasv,Tinhetofore nfur gordemove and as consideration for executing this
purchase ome, the Seller hereby assigns to the Purchaser any sod all claims it may now have or hereafter
Freight Tenor. Shipments must Be EOB., City of Fun Collins, 103 WOW SL, Fun Collins, CO 80513, unless squired under federal or auto antitrust laws for such overcharges misting to the pmieular goods or services
mhh-i, specified ure Nis OWar. Ifpembiaion is given to parlay )ration and charge separately, the miginal(Night purcheed or acquired by the Purchaser pursuant o this purchaa omen
bill most accompany invoice. Additional clearges for packing rill no IN accepted.
13. PURCHASERS PERFORMANCE OF SELLERS OBLIGATIONS.
Shipaam Dominica. Where manufacmnn hate eismilyina, in, in various parts of the country, shipment is If the Purchaser directs the Seller to acne, nonronfonming or dcfmtis a goods by a dare to be agreed upon by the
expctd from the neaaal distribution point to destwtiun, land race. fmigln will be deducted form lathe, when Purchaur and the Seller, and the Seller theremter indicates i, inability or raw 'tippers to comply, the Puahaan
shipments arc nude from grcacr d'uumN, may reuse the work Or he Performed by the mmm expeditious mrare asuidable to it, and me Seller shall pay all
costs assmiamd with such work.
Permits. Seller shall pros seller able cost all nootiverhory, scrolls. eer ifieaecin s and licenses r ud by all
applicable lows, Ngulaimnondimncs gad rolls of ,he slate, munieipaliry, mmm s or polifical subdivision when, The Seller shall release he Preseason and i, eommaon of any net from all liability and claims of wry nature
the work is perfontred, or requited by any other duly emmutuad public ambomy having jutsdictimn on'a IM1e work ¢ohms, firm the prfomrune mfsuch x'ork.
of,ermor. Sallcr Iwhv, agrccs to hold the City of Fun Collins halls. room and agairn all liability and loss
incurred by them by mown of son .maned or established viohtion of any such laws, regulations, omirmiess, rules T his release shall apply e n the c of fault of neglitpo a of the parry released and shill exend to the
con
rgNm�u mm. dimemn, sec iern and employees of such pony.
Andalusian, All panics o dais contract agree that the representatives an. in fact, bane an
d m possess full mat The Seller mom nml obligationw, including mnry, shm all not Be dmec d d to Be redu, in any way, bwausc
complete authority to beam said partio, such semi is performed or carrell in be perfomNd by the Purchases.
LIMITATION OF TERMS, This Purchase Order expressly lino, acceptance to the sme, and conditions stated
M1a set botch and any supple
mentary or additional mot, and cmmnions annexed harem or inempormcd heroin by
reference. Any additional or di llcmn ears and condition prep ad by seller are objected to and hereby mjemed.
1. DELIVERY.
PLEASE ADVISE PURCHASING AGENT intmedimdy If you could make complete shipment to active on your
s mmised delivery data as rate. Timm is Nine essence. Delivery and porforameme must be ciliated within the time
money on the purchase omen and IM1e dowvments anah,d harm. No acts of the Purchase,, including, without
limitation. acceptance ofpanial late deliveries shall Operate as a waiver of this pro tn. In IM1e Ivan, ofany data,,
,he Purchaser sM1all he,,,, i t udoman Ira.,he, legal and v taimbll Narrow, he option ofplucimg this Omar elsewhere
and holding the Seller liable far danmga. However, the Seller shall not be liable for damages as a result of delays
due to curses not musuni dly fi—mr,able which are a yond its rheonable control unit without its fault of negligence,
such ac, of God, m, of civil or miIn, ry aulhmilln, gmvemmmltul priorthr'. li.... ..Ives. Heard. epidemics, its or
.....ded dam .,are ufill,cl arions evuein, such did, is eIvan to the Purchase, wi,b'm five (5) days of the
When the Seller it,,, received knowledge acnnf In the -am of any such dcl,, ,he data ofdcivery shall be
emended far he Period .quo) IU the linen actually loll by moon, mlhe delay.
3. WARRANTY.
IM1e Seller warrunt, that all goods,,nicles, nmonal, and w'mrk.melect by this order will confonut our applicable
drawings, specifications. ampler and/or ude,r descriptions given, will be Its for Tire purposes 'upended, and
performed with rah, Ingham degree of cure and comparative in accordance x'nit 0... pd standards for work IIa
or nauw. The Serer agree o hold the purhaser l mndns from any loss, damaged expect which the
Purchaser may suffer or inpr ou recount of Iha Safe, berth of ream ty.'De, Seller such mplucc repair mmake
good, without cost to me purchase, any detects or faults urimng w do one( p year or within such longer period ml'
mc as may be ....armed by law or by thm e atoof any pplieublc..,runty provided by she Sale, Nr the nine of
pon of the goes finished hema ndn (acmptua, nut ,, be mueamnibly delayed). r salting from imperfect
or detective work done or nrner als fumishW by the Seller. Accoompe, or use of goods by the Purchaser shall not
ratline a wiiver ofany claim under this warranty. Ifxcift us otherwise provided in 'his p.clev, order, the Sellers
lability haVandm shot)extend 1st all damages mosima¢Iy lard by live beach uflary fihc frre,oin, waaamies
or gmmmces, but such liability shall in no event include loss Insulation or loss of use. NO IMPLIED WARRANTY
OR MERCHANTABILITY OR OF FTfNESS FOR PURPOSE SHALL APPLY.
4. CHANGES IN LEGAL TERMS.
no Purchase may make clunges to (gal more by written change order.
S. CHANGES IN COMMERCIAL'I ERMS,
The Purchaa may make any clon,as o the rams, other than legal a n including additions to or delains from
,he gmmine, originally miard in the s,lifealons or drawings, bym,lul or wrinen change order. If any such
change of ems the amount due or the time of perfunnnce horcmWer, an exportable adjustment shall be made.
6. TERMINATIONS.
The Purhasrn may at any time by wrinen change oral tarn imm this agreement as, to any or all Anions of the
goods then not shipped, subject to any veritable adjusm,eut between the panics as to any work or materials then in
progress provided that the Puahnar mull nor I, liable for ally claim¢ for —reigned pmNa on the urcan,0lamd
poi of the gomLs and/or ark, for incidental or eonsvqucmial damages, and that no such adjosuvmn be made in
favnrofthv&III, with respe[ no any goods xIuJr.,a the&III. smnJard stock. No such ,.,Iranian shall NIir,a
me Puahaar or the Seller Many us their obligations as to any goals delivered hereunder.
). CLAIMS FOR ADIUSTMENT.
Any claim lot adjustment most Be asslnnd within thirty (30) days farm the done the change or tcmainaion is
tadead.
8. COMPLIANCE WITH LAW.
The Seller warrants that all grmob sold hervmmer sM1all have been produced, sold, dclimrd and fumishcd in strict
compliance with all applicable laws and regulations to uhich the goads arc subject The Seller s1jal exc use and
deli,,, such dmamem, as nay Is, ,limit by 111.1 tar evidence vumpliance. All laws and rcguhtimrs required m be
ncospoatd in agree of this character arc hereby innrpmraed herein by this afeamc. The Seller agmis to
indemnify and hold he Forstmann hamdes lion all era, and coinages suffered by the Pullover on a result of the
Sellers fail., to comply with such law.
9. ASSIGNMENT.
Neither an, dull assign, vanfcr, or convey this mnde, or any monies due or to become due hereunder without the
in.. amine. cm .m of Ill, .,her ply.
10. TITLE..
The Seller.arnnnts full, clear and unrestricted lisle m the Punih,in for all equipmam, marred ,and inches famished
ire p,fommnce of this s,memem, lice and d... of any and Al liens, restrictions, oWerimiom, sacmiry inlrma,
ncianbmnme and chin i madems
14. PATENTS.
Whenever the Seller is rquired to use any deign, device. mornial or process covered by lever, proof bodemurk
or copyright, the Seller shall indemnify and save hamiless the Purchaser farm any and all chin for intiingenan,
by reason of the use of such pitrntcd daig, device, material or pmxss in connection vs'ith the contract, and
shall Imemmry, the Purchaser for any cast. expeme or damage which it may be obliged m pay by .on Of such
infringement al any time during the pmwmaiun or after the completion of the work. bt Ouse said equipment, or
any pan thereof or the intended use of the goods, ssuch suit held m constitute infringement and the use at
aid equipment or pan is enjoined, the Seller shall, atin
its Own expense and at its option, either gm,nam for the
Purchaser the right to continue
sing smaid cquipnmm or grams, replace the same with smicamiallequal but
mainfinging equipment, or modify it so it becomes noninfringing.
15. INSOLVENCY.
If the Salle, shall became
sabent Or bankrupt, make ssi...... I fin Ile, better, of creditors, ,panel u
maniver or aster for any of the Sellers property or business, this order Only fnnM1with be canceled by ,he
Puhaser ovol out liability.
16. GOVERNING LAW.
'The definirimi, mtoms used e, the inteNralmov HEN agreement and the rights Of ill panics homunder shall be
OrstmN under and gavvrncd by the Imes of the State of Colmudo. USA.
the following Additional Condition apply only in cases ela, the Seiler is to perl'onn work hermalm,
including the services of Sellcm ReEmseatative(s), on the premises ofolmr,
IZ SELLERS RESPONSIBILITY.
I he Seller hit as, In nd workrSeller's to,tv risk iltheso a "fully -ruplhdaOld .....peel and bill,
in case of y accident, destraction or injury to the we& amilter in,brick before Sellers feat umnplet en and
cceponce, crundme the work at Sellers own caprose and to the an,mm rat time Pmchmer. When tnateriuls
and equipment are furnished by o0ers for installation or erection by the Seiler, the Seller shill receive, unload.
more and handle mare at the site and become resWosible therefor as though such materials and/or equipment
were being famished by me Seller under the Omer.
19, INSURANCE.
The Sella shall, at his own expeme, provide for the payment ml'xrivers conlpenvown, including ownpa,it ml
minces, (rains, to its employees employed on or in cunnectiun x'im the work covered by Nis purchim, order,
and/or to their dpanders in accordance with the Laos mile so¢ m which the work is 1. M done The Seller
shall also cam comprehensive general liability including, but Out limited has eonmanml ..it smanumbile public
liability imurance with bodily injury and d.lh line, afar Ien, S300,000 for any on, person. $500,000 for any
one accident and properly damage limit per accident of S400,000. Tire Seller shall likewise requim his
commemrs, if any, to pmvide for such compensation and insurance. Before any of rho Sellers, or his aomraetuu
employees shall do any wod own the priumnes ofohcn. the Seller shall furbish the Purchaser with a cenifcme
that such confirmation and mausolea have been provided. Such criifieams shall specify The dam when such
ompnatlon and imanmc nave ben provided. Such ronificmn anon.pcifY the date when such romp atiun
and insurance expire.. The Sell, e,,, he, xach campenmion and Imumnae mean be nminuined on',] alley the
enure x'ork is completed cad accepted.
19. PROTECTION AGAINST ACCIDENTS AND DAMAGES.
The Seller hereby wommn the entire rspaosibdus and liability for any and all dvboge, loss or injury of any kind
or mouse w haimsever in Persons or propny caned by tar resulting trainthe execution of the work psided for in
en this p.rtM1 omor in connectionea hwhth. The Sella re
ill indemnily and hold harmless the P evehaser and any
r all of the Purchows, oB'can. agents and anpbyees fromdI,J
a.,arm any all claims, losses, damages,
chmga or expcnes, whiner direct or indirect, and whether to permna or pmpny to which the Purchaser may
be put or subject by reason of any act, actin, region, omission in default on the pen of the Sella, any of his
conarractor, or any of the Sellers or commebor, officers, agents or employd. eIn ease any suit or other
proceedings shall be brought again,[ the Puahascr. or its o0iecn, agars or emplgms at any time on account or
by reason of any OIL anion, neglem, omission or default of the S:ller of any of his cwuanors or any of its or
[hair indicate, aben, or employee, as aforesaid, the Seller hereby agave to assume the delbnse thereof and [o
defend the same t the Sells, own expense, to pay any and all cools, a nNO, attorneys fca and other extrore
any and all judgments that may be immured by or obtained against me Purchaser or any of its or their ollicers,
i grn, or employee such snits o th oer prm'eadap, and in case judgment or Omer lien so placed upon
obtained again[ the property, of the Purchaser, or said panics in or as a result ofsuch suits or other pmnd cingsr
the Seller will at once came the same to be dissolved and delurgm by giving bond or otherwise•. The Soler and
his contractor, shall take all safety precautions, fumsh and im[al] all guards necessary for the prevention of
mcidems, comply with all Inn and regulations with regard to safety including, but without limiatiun, the
Occupational Safetyand Health Act of 1970 red all rates and regulations issuud p rrsewn nheam.
Rlvimd 030010
Management Information Services
215 N. Mason St.
City of
PO Box 580
ll
F�ort Coins
Fort Collins, 80522
970.221.6790
970.221.6329 fax
fcgov.com
TO:
File
FROM:
Paul Folger, Director — Infrastructure Services
and Jim Hume, Senior Buyer
DATE:
'14 November 2011
RE:
AMFC - MOXA equipment sourcing, Independent Cost Estimate, Price
Analysis, and EPLS
Single source iustification
The Advanced Meter Fort Collins project has reached the stage of design where field network hardware
requirements have been finalized. The equipment is manufactured by MOXA, the Citv's standard for field
hardened network infrastructure.
Independent Cost Estimate
The needed switches, media converters, and mounting kit hardware has a MOXA MSRP of $97,158. Based on
previously bid and ordered MOXA equipment we expect to receive a discount from MSRP of 19 to 23%. At a
19% discount, the equipment we estimate the total cost to be about $79,000.
Component price quotes will be solicited from authorized distributors of MOXA equipment.
Price Analysis
MOXA MSRP
$97,158.00
ICE
—$79,000 — 19% discount from list
iCom Tech quote
$93,010.00 4.3% discount from list
MSI Tee quote
$72,903.50 25% discount from list
Quotes were solicited from three MOXA distributors and online prices were compared to the quotes received. No
source was able to offer pricing close to MSI Tec. A bid from Anixter was considered non -responsive because
the offered prices were about 6% higher than MOXA's own MSRP. Based on the results of our request for quotes
and online investigations, we conclude that MSI Tee's offered pricing is fair and reasonable.
Excluded Parties Search - MSI Tee
edged un syYdn,. wl m YYRmR
fi,ist
+MhdtC:dYm
iunA Rnu4bVW.4WMF
`Su
.IldpiY�,
Rn. fMY.wYa„N:YYT
aM+rtW �M1lP
�FnJINn NSLYM
NN�AY EMPY FIT
1 aPtic Ya/�YM
Srvatd YIFRFS
i ��
aR TK UN/!f
r ROr.ss NRqu'6
YaswM�MMmn.Wi
i >MvxYKI FYman
Yx.
.lMs
Y.YoercY
d.a s.ana nad..an.ndry
' .SyYmIWK.N
l4d�R
Note: This RFQ should have been a regular bid, since the amount is over the City bid threshold. This requirement
was simply overlooked during the procurement process. However, since the firms we solicited quotes from are
the only ones who can supply MOXA equipment, the RFQ process was adequate. MOXA uses a restrictive
supply chain. Only designated vendors can sell and supply their products.
M51 Tec UUS 1 UMtK UUU I A I IUN
11211 E. Arapahoe Rd.
Centennial, CO 80112
(866) 397-7388
www.msitecinc.com
Part Number Description
Quentin Antrim
City of Fort Collins
215 N Mason St
Fort Collins, CO 80522
Phone: (970) 221-6539
gantdm@fcgov.wm
Manufacturer
Quote Number:
83035
Quote Date:
11/28/2011
Expiration Date:
12/21/2011
Issued By:
Marty Huff
Price Qty. Extend
Field Switch
EDS-611-T
Compact managed Ethernet switch system with 2 slots for
Moxa
$1,688.00
10 $16,880.00
4-port fast Ethernet interface modules, for a total of up to
8+3G ports, -40 to 75C operating temperature
MDR-40-24
40W/1.7A DIN -Rail 24V VDC power supply with universal 85
Moxa
$95.00
10 $950.00
to 264 VAC input:-20-70?
SFP-IG10ALC-T
Small Form Factor pluggable transceiver with 1000Base
Moxa
$280.00
10 $2,800.00
WDM,type A, LC connector, 10 km, -40 to 85C
SFP-1G10BLC-T
Small Form Factor pluggable transceiver with 1000Base
Moxa
$553.00
10 $5,530.00
WDM,type B, LC connector, 10 km, -40 to 85C
SFP-1G20ALC-T
Small Form Factor pluggable transceiver with 1000Base
Moxa
$466.00
1 $466.00
WDM,type A, LC connector, 20 km, -40 to 85C
SFP-1 G20BLC-T
Small Form Factor pluggable transceiver with 1000Base
Moxa
$918.00
1 $918.00
WDM,type B, LC connector, 20 km, -40 to 85C
CM-600-3SSC/1TX
Fast Ethernet interface module with 1 10/100BaseT(X) port,
Moxa
$1,373.00
10 $13,730.00
RJ45 connector, and 3 100BaseFX single -mode ports, SC
connectors, -40 to 75?C operating?temperature
Indoor Switch
ICS-G7526-8GSFP-4
Layer 2 Full Gigabit managed Ethernet switch with 12
Moxa
$8,227.00
3 $24,681.00
GTXSFP-2XG-HV-HV
10/100/1000BaseT(X) ports, 8 100/1000BaseSFP slots, 4
10/100/1000BaseT(X) or 100/1000BaseSFP slot combo ports
and 2 10GbE SFP+ slots, 2 isolated power supplies (85 to 264
VAC), 0 to 60C operating temperature
SFP-1G10ALC
Small Form Factor pluggable transceiver with 1000Base
Moxa
$235.00
3 $705.00
WDM,type A, LC connector, 10 km, 0 to 60�C
SFP-1G10BLC
Small Form Factor pluggable transceiver with 10008ase
Moxa
$507.00
3 $1,521.00
WDM,type B, LC connector, 10 km, 0 to 60�C
SFP-10GSRLC
SFP+ module with 1 10GBase-SR port for 33 m transmission,
Moxa
$1,085.00
3 $3,255.00
LC connector, 0 to 60C operating temperature
Media Converter
IMC-2IA-S-SC-T
Industrial 10/100BaseT(X) to 100BaseFX media converter,
Moxa
$405,00
2 $810.00
single mode, SC connector, -40 to 75 C
MDR40-24
40W/1.7A DIN -Rail 24V VDC power supply with universal 85
Moxa
$95.00
1 $95.00
to 264 VAC input:-20-70C
Mounting Kit