HomeMy WebLinkAbout499137 INNER-TIGHT CORP - PURCHASE ORDER - 9121188City of
�,.F.�ort Collins
PURCHASE ORDER
Date: 02/27/2012
Vendor: 499137
INNER -TIGHT CORP
110 INDUSTRIAL DR
HOLDEN Massachusetts 01520-1893
PO Number Page
9121188 1of8
This number must appear
on all invoices, packing
slips and labels.
Ship To: ELECTRIC UTILITIES
CITY OF FORT COLLINS
700 WOOD ST
FORT COLLINS Colorado 80521
Delivery Date: 02/27/2012 Buyer: OPAL DICK
Note:
Line Description Quantity UOM Unit Price Extended
Ordered Price
I Meter Seals
Per quotation dated 2-9-2012
85,000 ea.
Padlock Style Meter Seal
Barcoded plastic padlock seal
' UV/weather resistant
' Tamper resistant
' Bar coded
' Utility name - FCLP
*75,000 Green/10,000 Red
75,000 #C-2080B
10,000 #C-2010B
Delivery: 12-13 Weeks ARO
Attn: Jack Killoran
FEDERAL REQUIREMENTS
1 LOT EA
24,225.00
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
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
Req. tt
Entered by:
PURCHASE ORDER REQUISITION
FORT COLLINS UTILITIES
Vendor Inner-Tite
Address V-* y qq 13-7
Date:
QTY. DESCRIPTION UNIT TOTAL CHARGE NUMBER
Meter Seals 24,225.00 5019100101.554999.3700
ARRA Fundin SGIG
Comments
i
equested By / �)(3)�Au horized By to 7
Page I of I
Opal Dick
From:
Chad Stanley
Sent:
Thursday, February 16, 2012 12:39 PM
To:
Opal Dick
Subject:
Inner Tite
Attachments: I nnerTite. doc
Hi Opal, here is the other letter. Also I have given the requisitions to Angel to have Steve sign, will get those to
you as soon as I get them back, if they go directly to you please let me know.
C6adStanCey
Utilities
Cl, �a(Fon Collin, cleclric • stormwater • wisw eater • water
U�tluee
Chad Stanley
Meter Systems Supervisor
70O Wood SL Phone (970) 221-6392
CO. Box .W Fax (970) 221-6619
rurt Callim, CO 8052M580 Cc0 (970) 217.61 III
cstanley@ fcgoecom • w%wJcgovcom/utiIWLs
o ardby
2/16/2012
The bid offered by Inner -rite Corp to supply meter seals for our deployment appears to
meet all of our specifications and requirements. The delivery,time on this product meets
our needs Ibr (his project. Furthermore the pricing provided by Inner-Tite Corp is very
competitive compared to the other offers.
Chad Stanley
No Text
No Text
City of
F6rt CoWns
Purchasing
Firm Name:
Date: February 2, 2012
Ref #:0131-2012-Padlock style meter seal
THIS IS A PRICE QUOTATION -- NOT AN ORDER
Financial Services
Purchasing Division
215 N. Mason St. 2n' Floor
PO Box 580
Fort Collins, CO 80522
970.221.6775
970.221.6707
kgov.com/purchasing
Please supply pricing and delivery information, all items to be quoted FOB Fort Collins,
Colorado, as requested below; and respond via FAX or E-MAIL within 3 BUSINESS days to:
Opal F. Dick, Senior Buyer, CPPO
odick@fcgov.com (e-mail)
(970)221-6707(fax)
Any questions regarding this inquiry should be directed to Opal F. Dick, Senior Buyer, CPPO
(970)221-6778.
Any technical questions should be directed to Chad Stanley, (970) 221-6392.
QUANTITY:
DESCRIPTION:
85,000 ea. Padlock Style Meter Seal
Barcoded plastic padlock seal. Must meet requirements listed below:
•UV/weather resistant
'Tamper resistant
'Barcoded
'Utility name - FCLP
*75,000 Green/10,000 Red
$ Ea. $ Total
Mfr. Mfr.#
Delivery:
Items being bid meet the above specifications without exception.
Yes_ No If not, please list exceptions, specifying
paragraph reference number, on a separate sheet and attach to
your bid. Send copy of specifications with quote submittal.
FEDERAL REQUIREMENTS
To the extent applicable, the terms and conditions under federal law listed below are
incorporated into this Agreement.
No Obligation by the Federal Government
(1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any
concurrence by the Federal Government in or approval of the solicitation or award of the
underlying contract, absent the express written consent by the Federal Government, the
Federal Government is not a party to this contract and shall not be subject to any
obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a
party to that contract) pertaining to any matter resulting from the underlying contract.
(2) The Contractor agrees to include the above clause in each subcontract financed in
whole or in part with Federal assistance provided by DOE. It is further agreed that the
clause shall not be modified, except to identify the subcontractor who will be subject to
its provisions.
Federal Changes
Contractor shall at all times comply with all applicable DOE regulations, policies,
procedures and directives, including without limitation those listed directly or by
reference in the Grant Agreement between the City of Fort Collins (the City) and DOE,
as they may be amended or promulgated from time to time during the term of this
contract. Contractor's failure to so comply shall constitute a material breach of this
contract.
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, 0 the contract is for services, the Contractor fails
to perform in the manner called for in the contract, or if the Contractor fails to comply
with any other provisions of the contract, the City may terminate this contract for default.
Termination shall be effected by serving a notice of termination on the contractor setting
forth the manner in which the Contractor is in default. The contractor will only be paid
the contract price for supplies delivered and accepted, or services performed in
accordance with the manner of performance set forth in the contract.
If it is later determined by the City that the Contractor had an excusable reason for not
performing, such as a strike, fire, or flood, events which are not the fault of or are beyond
the control of the Contractor, the City, after setting up a new delivery of performance
schedule, may allow the Contractor to continue work, or treat the termination as a
termination for convenience.
c. Opportunity to Cure The City in its sole discretion may, in the case of a termination
for breach or default, allow the Contractor 10 days in which to cure the defect. In such
case, the notice of termination will state the time period in which cure is permitted and
other appropriate conditions
If Contractor fails to remedy to the City's satisfaction the breach or default of any of the
terms, covenants, or conditions of this Contract within ten (10) days after receipt by
Contractor of written notice from the City setting forth the nature of said breach or
default, the City shall have the right to terminate the Contract without any further
obligation to Contractor. Any such termination for default shall not in any way operate to
preclude the City from also pursuing all available remedies against Contractor and its
sureties for said breach or default.
d. Waiver of Remedies for any Breach In the event that the City elects to waive its
remedies for any breach by Contractor of any covenant, term or condition of this
Contract, such waiver by the City shall not limit the City's remedies for any succeeding
breach of that or of any other term, covenant, or condition of this Contract.
Breaches and Dispute Resolution
Disputes - Disputes arising in the performance of this Contract which are not resolved
by agreement of the parties shall be decided in writing by the authorized representative
of the City's Director of Purchasing. This decision shall be final and conclusive unless
within ten (10) days from the date of receipt of its copy, the Contractor mails or otherwise
furnishes a written appeal to the Director of Finance. In connection with any such
appeal, the Contractor shall be afforded an opportunity to be heard and to offer evidence
in support of its position. The decision of the Director of Finance shall be binding upon
the Contractor and the Contractor shall abide be the decision.
Performance During Dispute - Unless otherwise directed by the City, Contractor shall
continue performance under this Contract while matters in dispute are being resolved.
Claims for Damages - Should either party to the Contract suffer injury or damage to
person or property because of any act or omission of the parry or of any of his
employees, agents or others for whose acts he is legally liable, a claim for damages
therefore shall be made in writing to such other party within a reasonable time after the
first observance of such injury of damage.
Remedies - Unless this contract provides otherwise, all claims, counterclaims, disputes
and other matters in question between the City and the Contractor arising out of or
relating to this agreement or its breach will be decided by arbitration if the parties
mutually agree, or in a court of competent jurisdiction within the State in which the City is
located.
Rights and Remedies - The duties and obligations imposed by the Contract Documents
and the rights and remedies available thereunder shall be in addition to and not a
limitation of any duties, obligations, rights and remedies otherwise imposed or available
by law. No action or failure to act by the City or Contractor shall constitute a waiver of
any right or duty afforded any of them under the Contract, nor shall any such action or
failure to act constitute an approval of or acquiescence in any breach thereunder, except
as may be specifically agreed in writing.
DOE Requirements
DOE requires specific contract terms for the purpose of making audit, examination,
excerpts, and transcriptions. Contractor is required to retain all required records for three
years after the City makes final payments and all other pending matters are closed.
Contractor shall submit all records, data, information and reports to the City required in
the Agreement containing Confidential Information which Contractor does not want
disclosed to the public or used by DOE or any other Governmental Authority for any
purpose other than in connection with this Agreement and the Project, marked
conspicuously with the following notice or with a notice or label of substantially the same
effect:
"Notice of Restriction on Disclosure and Use of Data
The data contained in pages ----of this [designate material] have been submitted in
confidence and contain trade secrets or proprietary information, and such data shall be
used or disclosed only for evaluation purposes, provided that DOE shall have the right to
use or disclose the data here to the extent provided in the DOE Grant Agreement. This
restriction does not limit the Federal government's right to use or disclose data obtained
without restriction from any source, including Contractor."
Intellectual Property
Contractor may copyright any work that is subject to copyright and is developed by
Contractor under the Agreement. To the extent specifically permitted under applicable
law, DOE reserves a royalty -free, nonexclusive and irrevocable right to reproduce,
publish or otherwise use any copyrightable work developed by Contractor under this
Agreement for Federal purposes and to authorize others to do so. DOE has the right to:
(1) obtain, reproduce, publish or otherwise use the data first produced under this
Agreement; and (2) authorize others to receive, reproduce, publish or otherwise use
such data for Federal purposes.
Debarment and Suspension
Contractor shall comply with requirements regarding debarment and suspension in
Subpart C of 2 C.F.R. parts 180 and 901.
Officials Not to Benefit
Contractor shall comply with the requirement that no member of Congress shall be
admitted to any share or part of this Agreement, or to any benefit arising from it, in
accordance with 41 U.S.C. 22.
Civil Rights Requirements
The following requirements apply to the underlying contract:
Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42
U.S.C. § 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42
U.S.C. § 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. §
12132, and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not
discriminate against any employee or applicant for employment because of race, color,
creed, national origin, sex, age, or disability. In addition, the Contractor agrees to
comply with applicable Federal implementing regulations and other implementing
requirements DOE may issue.
Equal Employment Opportunity - The following equal employment opportunity
requirements apply to the underlying contract:
(a) Race. Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil
Rights Act, as amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. §
5332, the Contractor agrees to comply with all applicable equal employment opportunity
requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal
Contract Compliance Programs, Equal Employment Opportunity, Department of Labor,"
41 C.F.R. Parts 60 et sec., (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) Acme. In accordance with section 4 of the Age Discrimination in Employment Act of
1967, as amended, 29 U.S.C. § § 623 and Federal transit law at 49 U.S.C. § 5332, the
Contractor agrees to refrain from discrimination against present and prospective
employees for reason of age. In addition, the Contractor agrees to comply with any
implementing requirements DOE may issue.
(c) Disabilities. In accordance with section 102 of the Americans with Disabilities Act, as
amended, 42 U.S.C. § 12112, the Contractor agrees that it will comply with the
requirements of U.S. Equal Employment Opportunity Commission, "Regulations to
Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29
C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the
Contractor agrees to comply with any implementing requirements DOE may issue.
Subcontracts - The Contractor also agrees to include these requirements in each
subcontract financed in whole or in part with Federal assistance provided by DOE,
modified only if necessary to identify the affected parties.
Cargo Preference Requirements
To the extent required under the ARRA or other applicable law for this Project, the
Contractor agrees: a) to use privately owned United States -Flag commercial vessels to
ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers,
dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or
commodities pursuant to the underlying contract to the extent such vessels are available
at fair and reasonable rates for United States -Flag commercial vessels; b) to furnish
within 20 working days following the date of loading for shipments originating within the
United States or within 30 working days following the date of leading for shipments
originating outside the United States, a legible copy of a rated, "on -board" commercial
ocean bill -of -lading in English for each shipment of cargo described in the preceding
Fort Collins
PURCHASE ORDER
PO Number Page
9121188 2of8
This number must appear
on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
the subcontractor who will be subject to its provisions.
Federal Changes
Contractor shall at all times comply with all applicable DOE regulations, policies, procedures and directives,
including without limitation those listed directly or by reference in the Grant Agreement between the City of Fort
Collins (the City) and DOE, as they may be amended or promulgated from time to time during the term of this
contract. Contractor's failure to so comply shall constitute a material breach of this contract.
Termination
a. Termination for Convenience The City may terminate this contract, in whole or in part, at any time by written
notice to the Contractor when it is in the Government's best interest. The Contractor shall be paid its costs,
including contract closeout costs, and profit on work performed up to the time of termination. The Contractor
shall promptly submit its termination claim to the City to be paid the Contractor. If the Contractor has any
property in its possession belonging to the City, the Contractor will account for the same, and dispose of it in the
manner the City directs.
b. Termination for Default If the Contractor does not deliver supplies in accordance with the contract delivery
schedule, or, if the contract is for services, the Contractor fails to perform in the manner called for in the contract,
or if the Contractor fails to comply with any other provisions of the contract, the City may terminate this contract
for default. Termination shall be effected by serving a notice of termination on the contractor setting forth the
manner in which the Contractor is in default. The contractor will only be paid the contract price for supplies
delivered and accepted, or services performed in accordance with the manner of performance set forth in the
contract.
If it is later determined by the City that the Contractor had an excusable reason for not performing, such as a
strike, fire, or flood, events which are not the fault of or are beyond the control of the Contractor, the City, after
setting up a new delivery of performance schedule, may allow the Contractor to continue work, or treat the
termination as a termination for convenience.
c. Opportunity to Cure The City in its sole discretion may, in the case of a termination for breach or default,
allow the Contractor 10 days in which to cure the defect. In such case, the notice of termination will state the
time period in which cure is permitted and other appropriate conditions
If Contractor fails to remedy to the City's satisfaction the breach or default of any of the terms, covenants, or
conditions of this Contract within ten (10) days after receipt by Contractor of written notice from the City setting
forth the nature of said breach or default, the City shall have the right to terminate the Contract without any
further obligation to Contractor. Any such termination for default shall not in any way operate to preclude the City
from also pursuing all available remedies against Contractor and its sureties for said breach or default.
d. Waiver of Remedies for any Breach In the event that the City elects to waive its remedies for any breach by
Contractor of any covenant, term or condition of this Contract, such waiver by the City shall not limit the City's
remedies for any succeeding breach of that or of any other term, covenant, or condition of this Contract.
Breaches and Dispute Resolution
Disputes - Disputes arising in the performance of this Contract which are not resolved by agreement of the
parties shall be decided in writing by the authorized representative of the City's Director of Purchasing. This
decision shall be final and conclusive unless within ten (10) days from the date of receipt of its copy, the
6�-
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
paragraph to the Division of National Cargo, Office of Market Development, Maritime
Administration, Washington, DC 20590 and to the DOE recipient (through the contractor
in the case of a subcontractor's bill -of -lading.): and c) to include these requirements in all
subcontracts issued pursuant to this contract when the subcontract may involve the
transport of equipment, material, or commodities by ocean vessel.
Project Reporting and Information Requirements
Contractor and its personnel shall cooperate with and provide all records, data,
information and reports requested by the City, in the form and format and within the
timeframes requested by the City, in order to enable the City to comply with the DOE
Grant Agreement reporting and information requirements for the Project. Contractor shall
also provide the City with any backup or additional documentation required by DOE or
any other Governmental Authority.
Final Cost Audit
In accordance with Applicable Law and the Federal Assistance Reporting Checklist,
DOE F 4600.2, DOE reserves the right under the DOE Grant Agreement to initiate a final
incurred cost audit in connection with the City's Project. Contractor and its personnel
shall cooperate with, and make all necessary AMI System and Contractor cost data and
documents available to the City and/or to any representative of DOE or any other
Governmental Authority for purposes of such audit.
Job Creation and Retention Reporting
Contractor shall provide the City with all AMI System and Contractor information, in the
format and within the timeframe, requested by the City to enable the City to complete
and timely submit to DOE reports, information and data regarding the City's Project job
creation and retention, including without limitation, monthly and/or quarterly cumulative
and/or current reports, as applicable, on AMI System and Contractor Services jobs
created and retained at the "contractor" or "Contractor" level by Contractor, as required
for the City to comply with the Federal Assistance Reporting Checklist, DOE F 4600.2
and the ARRA Section 1512 reporting requirements under the DOE Grant Agreement.
Final Close -Out Report
Contractor shall provide the City with all AMI System and Contractor information, in the
format and within the timeframe, requested by the City to enable the City to complete
and timely submit to DOE reports, information and data at the end of the DOE Grant
Agreement performance period regarding Project completion. Contractor will complete a
final close-out report which shall include such information and detail as the City, DOE or
any other Governmental Authority shall request regarding the Project and Contractor
services. If the AMI System and the Contractor services are completed or terminated
prior to Project completion, Contractor shall provide the City with a final report of the
AMI System and the Contractor services through the date of termination of this
Agreement.
"American Recovery and Reinvestment Act of 2009"
Procurement Provisions:
This contract is funded by the "American Recovery and Reinvestment Act of 2009"
(ARRA). In compliance with the ARRA contractors and subcontractor must adhere to
the following provisions:
ARRA TITLE XV—ACCOUNTABILITY AND TRANSPARENCY
BUYAMERICAN
SEC. 1605. USE OF AMERICAN IRON, STEEL, AND MANUFACTURED
GOODS. (a) None of the funds appropriated or otherwise made
available by this Act may be used for a project for the construction,
alteration, maintenance, or repair of a public building or public
work unless all of the iron, steel, and manufactured goods used
in the project are produced in the United States.
(b) Subsection (a) shall not apply in any case or category
of cases in which the head of the Federal department or agency
involved finds that—
(1) applying subsection (a) would be inconsistent with the
public interest;
(2) iron, steel, and the relevant manufactured goods are
not produced in the United States in sufficient and reasonably
available quantities and of a satisfactory quality; or
(3) inclusion of iron, steel, and manufactured goods produced
in the United States will increase the cost of the overall
project by more than 25 percent.
(c) If the head of a Federal department or agency determines
that it is necessary to waive the application of subsection (a) based
on a finding under subsection (b), the head of the department
or agency shall publish in the Federal Register a detailed written
justification as to why the provision is being waived.
(d) This section shall be applied in a manner consistent with
United States obligations under international agreements.
ECONOMIC STABILIZATION CONTRACTING
SEC. 1611. HIRING AMERICAN WORKERS IN COMPANIES
RECEIVING TARP FUNDING. (a) SHORT TITLE. —This section may
be cited as the "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.
SUPPLEMENTAL INSTRUCTIONS
Prices quoted must remain firm for a 30 day period after the opening date.
Freight terms: F.O.B. destination freight prepaid. All freight charges must be included in
pricing submitted on proposal and not entered as separate pricing.
Any discount allowed by Vendor for prompt payment, etc. must be reflected in quoted
figure, and not entered as separate pricing.
The City reserves the right to accept or reject any and all quotes.
Any questions or inquiries regarding this bid should be directed to:
Opal F. Dick, CPPO, Senior Buyer (970) 221-6778
SIGNATURE AND TITLE
TYPED OR PRINTED NAME AND TITLE
EMAIL
COMPANY NAME (AREA CODE) TELEPHONE & FAX NUMBER
ADDRESS: STREET, CITY, STATE, ZIP DATE
PLEASE GO TO www.fcgov.com/purchasing TO REGISTER IN OUR E-
PROCUREMENT SYSTEM FOR FUTURE BID OPPORTUNITIES! BE SURE
TO SELECT ALL APPROPRIATE COMMODITY CODE!
PHONE:
FAX: 508-829-4469
security@inner-fite.com
tNNrli-T1TE CORP. • 110 Industrial Drive • Holden, MA, USA 01520-1893 w .inner-tite.com
February 9, 2012
Opal Dick
Senior Buyer, CPPO
CITY OF FOR"l' COLLINS
215 N. Mason St. 2Id Floor
P.O. Box 580
Fort Collins, CO 80522
By email: odick@fcgov.com
Subject: Request for Quotation: Ref#:0131-2012-Padlock style meter seal
Dear Opal Dick,
At the request of Mr. Jack Killoran, District Sales Manager, Inner -Tice Corp. is pleased to
quote pricing and Terms and Conditions of Sale for the following:
75,000 pcs C-2080B Clearseal Padlock Meter Seal with clear acrylic body, green
opaque acrylic insert and stainless steel wire hasp. One side of
the insert is imprinted with "FCLP" for company
identification and the other side is imprinted with an eight
digit sequential serial number. A label is affixed to one side
of the body. The label is printed with a barcode (Code 128)
comprised of .30" high bars and .10" high characters
containing an eight digit sequential serial number. Printed
below the barcode is the eight digit serial number in .I 1"
high characters.
Packaged: 100 pcs/bag, 3,000 pcs/carton
Price: .............................................. $ 285.00/M*
Extended Price: ................................. $21,375.00
10,000 pcs C-2010B Clearseal Padlock Meter Seal with clear acrylic body, red
opaque acrylic insert and stainless steel wire hasp. One side of
the insert is imprinted with "FCLP" for company
identification and the other side is imprinted with an eight
digit sequential serial number. A label is affixed to one side
of the body. The label is printed with a barcode (Code 128)
comprised of.30" high bars and .10" high characters
containing an eight digit sequential serial number. Printed
below the barcode is the eight digit serial number in .1 I"
high characters.
Packaged: 100 pcs/bag, 3,000 pes/carton
Price: .............................................. $ 285.00/M*
Extended Price: ................................. $ 2,850.00
Serving Utilities Since 1932
PHO X:508-829-4469
security@inner-tite.com
INNER-TITE CORP. • 110 Industrial Drive • Holden, MA, USA 01520-1893 www.inner-tite.com
Quotation Total: $24,225.00
* Pricing is based on minimum order quantity of 50,000 pieces. Smaller quantities can be
purchased at the prevailing list price less appropriate discount.
All alpha imprint and serial number information, even if
none required must be clearly stated on the purchase order.
Terms and Conditions of Sale are as follows:
FOB: Holden, MA
Terms: I % 10 Days, Net 30 Days (with approved credit)
Delivery: Shipments can be made 12-13 weeks after receipt of order.
Freight: Prepaid and Allowed (For quantity as quoted)
For additional information, please see attached Terms and Conditions of Sale.
Should you have any questions, please contact Mr. Jack Killoran, District Sales Manager
at 714-271-1354 or Inner-Tite Customer Service at 508-829-6361. Thank you for this
opportunity to quote.
Regards,
LI ivlarlene/e�rris
Customer Service Manager
C: George W. Davis Lee J. Holovnia Sallie K. Guskey
Attach: Terms and Conditions of Sale
Serving Utilities Since 1932
Jack Killoran
Electric Meter Locking Devices
Price List - Page 20
Effective: Mach 24, 2011
TERMS & CONDITIONS OF SALE
The terms contained herein supercede all other terms provided by either parry, prior or subsequent, unless signed by Inner -Tile.
MINIMUM ORDER: $250.00 Orders Under $250.00 Will Incur a Handling Charge of $25.00
PRICES; I
AN prices are subject to change without notice. All shipments will be invoiced at the price In effect on the
shipment date. Thirty days notice of any price change Iwlll be given for all blanket orders. Prices apply only to
standard packaging listed on price sheet. Non-standard quantities Incur a charge of $20.00 per broken carton.
FREIGHT:
Fast of the Rocky Mountains - Shipments totaling $2000.DO or more for all INNER-TITE Locking Devices and
Accessories will be shipped F.O.B. Holden, MA, freight, prepaid and allowed to one destination East of the Rocky
Mountains within the continental United States. I
West of the Rocky Mountains - Shipments totaling $4000.00 or more for all INNER-TITE Locking Devices and
Accessories will be shipped F.O.B. Holden, MA, freight prepaid and allowed to one destination West of the Rocky
Mountains within the continental United States.
All shipments totaling less than $2000.00 for destinations East of the Rocky Mountains, and $4000.00 for
destinations West of the Rocky Mountains, will be shipped F.O.B. Holden, MA, freight prepaid and added to the
customer Invoice. Shipments will be made by the lowest rate common carder or by other means determined by
INNER-TITE. When special routing Is specified, the additional cost for that routing Is at the customer's expense. In all
cases, risk of loss shall pass to customer when the product leaves INNER-TITE'S Holden plant.
Note: All Carton Weights listed in this price fist are apprwdmatkms and may very.
TERMS OF PAYMENT:
East of the Rocky Mountains - One percent (114) discount for cash wRhln 10 days agar INNER-TITE invoice date;
net on or before 30 days after INNER-TITE Invoke data.
West of the Rocky Mountains - One percent (1%) discount for cash within 15 days after INNER-TITE invoice date;
net on or before 30 days after INNER-TITE invoice date.
VISA, MasterCard and American Express we accepted.
TAX:
All prices are subject to the addition of state sales tax and other taxes, where applicable, In accordance with the laws under
which the tax Is Imposed.
SHIPPING CLAIMS:
Claims for goods damaged in shipment should be directed to the carrier by the customer. INNER-TITE will assist In processing
claims against the carrier but is not [fable for goads damaged In shipping. In ail cases, risk of loss shall pass to customer
when the product leaves INNER-TITE'S Holden plant
RETURNS:
INNER-TITE products may be returned for partial credit subject to the following conditions:
1. A written Return Material Authorization must be Issued by the INNER-TITE Customer Service Department before
product will be approved for return.
2. Only product shipped within the past 12 months can be returned.
3. Only product In the original packaging and In unused condition can be returned.
4. Product that has been discontinued or subsequently modified by INNER-TITE cannot be returned.
S. After Inspection and acceptance of the authorized returned products, the original purchase price less a 25%restocking
charge vdr be credited to the customer account.
6. All return shipments are to be made prepaid; colloct shipments may be rejected or result In a further deduction to the
credit due.
DISCLAIMER OF WARRANTIES:
EXCEPT FOR THE WARRANTIES EXPRESSLY SET FORTH ELSEWHERE IN WRITING AND SIGNED BY THE PARTIES HERETO, IF ANY,
INNER-TITE DISCLAIMS ALL WARRANTIES HEREUNDER, EXPRESSED OR IMPLIED, INCLUDING BUT NOT LIMITED TO THE
WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE.
LIMIT OF LIABIUTY:
In no event shall either parry be liable for special. Indirect incidental or consequential damages, or any damages related to the
loss of business or profits, goodwill, and all other damages or losses, even If the other parry shall have been advised of the
possibility of such damages. In no event shall INNER-TITE'S liability hereunder, whether based in contract, tort or otherwise
(1) exceed the purchase price paid by customer for the specific goods which gave rise to the claim, or (11) extend beyond one (1)
year after the data of shipment of the applicable goods to the customer, regardless of when the claim arose or was discovered.
INNER-TITE will not be liable for any claims if the goods (1) have been Improperly used, operated and/or installed, (11) the goods
have been subjected to unusual physical stress, Including but not limited to chemical stress and corrosion, and (111) proper use,
operation and/or Installation have been interfered with by third party products, applications or configurations.
INNER-TITE CORP. • 110 Industrial Drive, Holden, MA 01520
Tel: 508-829.6381 • Fax: 508-829-4469 • web site: www.lnner-tite.com • email: secuitty@inner-tite.com
fort of
Purchasing
Date:February 2, 2012
Ref #:0131-2012-Padlock style meter seal
Financial Services
Purchasing Division
215 N. Mason St. 2" Floor
PO Box 580
Fort Collins, CO 80522
970.221.6775
970.221.6707
rcgovcom7purchasing
Firm Name: Inner—Tite Corp.
THIS IS A PRICE QUOTATION -- NOT AN ORDER
Please supply pricing and delivery information, all items to be quoted FOB Fort Collins,
Colorado, as requested below; and respond via FAX or E-MAIL within 3 BUSINESS days to:
Opal F. Dick, Senior Buyer, CPPO
odickno fcgov.com (e-mail)
(970)221-6707(fax)
Any questions regarding this inquiry should be directed to Opal F. Dick, Senior Buyer, CPPO
(970) 221-6778.
Any technical questions should be directed to Chad Stanley, (970) 221-6392.
QUANTITY:
DESCRIPTION:
85.000 ea. Padlock Style Meter Seal
Barcoded plastic padlock seal. Must meet requirements listed below:
'UV/weather resistant
'Tamper resistant
'Barooded
'Utility name - FCLP
•75,000 Green/10,000 Red
$ Ea.
Mfr. Mfr.#
Delivery:
Total
Items being bid meet the above specifications without exception.
Yes, No If not, please list exceptions, specifying
paragraph reference number, on a separate sheet and attach to
your bid. Send copy of specifications with quote submittal.
See attached quotation as well as Inner —rite Corp.'s
Terms and Conditions of Sale.
FEDERAL REQUIREMENTS
To the extent applicable, the terms and conditions under federal law listed below are
incorporated into this Agreement.
No Obligation by the Federal Government
(1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any
concurrence by the Federal Government in or approval of the solicitation or award of the
underlying contract, absent the express written consent by the Federal Government, the
Federal Government is not a party to this contract and shall not be subject to any
obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a
party to that contract) pertaining to any matter resulting from the underlying contract.
(2) The Contractor agrees to Include the above clause in each subcontract financed in
whole or in part with Federal assistance provided by DOE. It is further agreed that the
clause shall not be modified, except to identify the subcontractor who will be subject to
its provisions.
Federal Changes
Contractor shall at all times comply with all applicable DOE regulations, policies,
procedures and directives, including without limitation those listed directly or by
reference in the Grant Agreement between the City of Fort Collins (the City) and DOE,
as they may be amended or promulgated from time to time during the term of this
contract. Contractor's failure to so comply shall constitute a material breach of this
contract.
Termination
a. Termination for Convenience The City may terminate this contract, in whole or in
part, at any time by written notice to the Contractor when it is in the Government's best
interest. The Contractor shall be paid its costs, including contract close-out costs, and
profit on work performed up to the time of termination. The Contractor shall promptly
submit its termination claim to the City to be paid the Contractor. If the Contractor has
any property in its possession belonging to the City, the Contractor will account for the
same, and dispose of it in the manner the City directs.
b. Termination for Default If the Contractor does not deliver supplies in accordance
with the contract delivery schedule, or, if the contract is for services, the Contractor fails
to perform in the manner called for in the contract, or if the Contractor fails to comply
with any other provisions of the contract, the City may terminate this contract for default.
Termination shall be effected by serving a notice of termination on the contractor setting
forth the manner in which the Contractor is in default. The contractor will only be paid
the contract price for supplies delivered and accepted, or services performed in
accordance with the manner of performance set forth in the contract.
If it is later determined by the City that the Contractor had an excusable reason for not
performing, such as a strike, fire, or flood, events which are not the fault of or are beyond
the control of the Contractor, the City, after setting up a new delivery of performance
schedule, may allow the Contractor to continue work, or treat the termination as a
termination for convenience
c. Opportunity to Cure The City in its sole discretion may, in the case of a termination
for breach or default, allow the Contractor 10 days in which to cure the defect. In such
case, the notice of termination will state the time period in which cure is permitted and
other appropriate conditions
If Contractor fails to remedy to the City's satisfaction the breach or default of any of the
terms, covenants, or conditions of this Contract within ten (10) days after receipt by
Contractor of written notice from the City setting forth the nature of said breach or
default, the City shall have the right to terminate the Contract without any further
obligation to Contractor. Any such termination for default shall not in any way operate to
preclude the City from also pursuing all available remedies against Contractor and its
sureties for said breach or default.
d. Waiver of Remedies for any Breach In the event that the City elects to waive its
remedies for any breach by Contractor of any covenant, term or condition of this
Contract, such waiver by the City shall not limit the City's remedies for any succeeding
breach of that or of any other term, covenant, or condition of this Contract.
Breaches and Dispute Resolution
Disputes - Disputes arising in the performance of this Contract which are not resolved
by agreement of the parties shall be decided in writing by the authorized representative
of the City's Director of Purchasing. This decision shall be final and conclusive unless
within ten (10) days from the date of receipt of its copy, the Contractor mails or otherwise
furnishes a written appeal to the Director of Finance. In connection with any such
appeal, the Contractor shall be afforded an opportunity to be heard and to offer evidence
in support of its position. The decision of the Director of Finance shall be binding upon
the Contractor and the Contractor shall abide be the decision.
Performance During Dispute - Unless otherwise directed by the City, Contractor shall
continue performance under this Contract while matters in dispute are being resolved.
Claims for Damages - Should either party to the Contract suffer injury or damage to
person or property because of any act or omission of the party or of any of his
employees, agents or others for whose acts he is legally liable, a claim for damages
therefore shall be made in writing to such other party within a reasonable time after the
first observance of such injury of damage.
Remedies - Unless this contract provides otherwise, all claims, counterclaims, disputes
and other matters in question between the City and the Contractor arising out of or
relating to this agreement or its breach will be decided by arbitration if the parties
mutually agree, or in a court of competent jurisdiction within the State in which the City is
located.
Rights and Remedies - The duties and obligations imposed by the Contract Documents
and the rights and remedies available thereunder shall be in addition to and not a
limitation of any duties, obligations, rights and remedies otherwise imposed or available
bylaw. 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 Date
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
PURCHASE ORDER PO Number Page
City Of 9121188 3 of 8
`t Collins This number must appear
on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
Contractor mails or otherwise furnishes a written appeal to the Director of Finance. In connection with any such
appeal, the Contractor shall be afforded an opportunity to be heard and to offer evidence in support of its
position. The decision of the Director of Finance shall be binding upon the Contractor and the Contractor shall
abide be the decision.
Performance During Dispute - Unless otherwise directed by the City, Contractor shall continue performance
under this Contract while matters in dispute are being resolved.
Claims for Damages - Should either party to the Contract suffer injury or damage to person or property because
of any act or omission of the party or of any of his employees, agents or others for whose acts he is legally liable,
a claim for damages therefore shall be made in writing to such other party within a reasonable time after the first
observance of such injury of damage.
Remedies - Unless this contract provides otherwise, all claims, counterclaims, disputes and other matters in
question between the City and the Contractor arising out of or relating to this agreement or its breach will be
decided by arbitration if the parties mutually agree, or in a court of competent jurisdiction within the State in which
the City is located.
Rights and Remedies - The duties and obligations imposed by the Contract Documents and the rights and
remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and
remedies otherwise imposed or available by law. No action or failure to act by the City or Contractor shall
constitute a waiver of any right or duty afforded any of them under the Contract, nor shall any such action or
failure to act constitute an approval of or acquiescence in any breach thereunder, except as may be specifically
agreed in writing.
DOE Requirements
DOE requires specific contract terms for the purpose of making audit, examination, excerpts, and transcriptions.
Contractor is required to retain all required records for three years after the City makes final payments and all
other pending matters are closed.
Contractor shall submit all records, data, information and reports to the City required in the Agreement containing
Confidential Information which Contractor does not want disclosed to the public or used by DOE or any other
Governmental Authority for any purpose other than in connection with this Agreement and the Project, marked
conspicuously with the following notice or with a notice or label of substantially the same effect:
" Notice of Restriction on Disclosure and Use of Data
The data contained in pages ---of this [designate material] have been submitted in confidence and contain
trade secrets or proprietary information, and such data shall be used or disclosed only for evaluation purposes,
provided that DOE shall have the right to use or disclose the data here to the extent provided in the DOE Grant
Agreement. This restriction does not limit the Federal government's right to use or disclose data obtained
without restriction from any source, including Contractor."
Intellectual Property
Contractor may copyright any work that is subject to copyright and is developed by Contractor under the
Agreement. To the extent specifically permitted under applicable law, DOE reserves a royalty -free, nonexclusive
and irrevocable right to reproduce, publish or otherwise use any copyrightable work developed by Contractor
under this Agreement for Federal purposes and to authorize others to do so. DOE has the right to: (1) obtain,
reproduce, publish or otherwise use the data first produced under this Agreement; and (2) authorize others to
receive, reproduce, publish or otherwise use such data for Federal purposes.
Debarment and Suspension
City of Fort Collins Director of Purchasing and Risk Management
This order is not valid over $5000 unless signed by James B. O'Neill II, CPPO
City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580
Phone:970-221-6775 Fax:970-221-6707 Email:purchasing@fcgov.com
Invoice Address:
City of Fort Collins
Accounting Department
PO Box 580
Fort Collins, CO 80522-0580
requirements DOE may issue
Equal Employment Opportunity - The following equal employment opportunity
requirements apply to the underlying contract:
(a) Race. Color, Creed, National Origin Sex - In accordance with Title VII of the Civil
Rights Act, as amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. §
5332, the Contractor agrees to comply with all applicable equal employment opportunity
requirements of U.S. Department of Labor (U,S. DOL) regulations, "Office of Federal
Contract Compliance Programs, Equal Employment Opportunity, Department of Labor,"
41 C.F.R. Parts 60 et sec., (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) Acme. In accordance with section 4 of the Age Discrimination in Employment Act of
1967, as amended, 29 U.S.C. § § 623 and Federal transit law at 49 U.S.C. § 5332, the
Contractor agrees to refrain from discrimination against present and prospective
employees for reason of age. In addition, the Contractor agrees to comply with any
implementing requirements DOE may issue.
(c) Disabilities. In accordance with section 102 of the Americans with Disabilities Act, as
amended, 42 U.S.C. § 12112, the Contractor agrees that it will comply with the
requirements of U.S. Equal Employment Opportunity Commission, 'Regulations to
Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29
C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the
Contractor agrees to comply with any implementing requirements DOE may issue.
Subcontracts - The Contractor also agrees to include these requirements in each
subcontract financed in whole or in part with Federal assistance provided by DOE,
modified only if necessary to identify the affected parties.
Cargo Preference Requirements
To the extent required under the ARRA or other applicable law for this Project, the
Contractor agrees: a) to use privately owned United States -Flag commercial vessels to
ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers,
dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or
commodities pursuant to the underlying contract to the extent such vessels are available
at fair and reasonable rates for United States -Flag commercial vessels; b) to furnish
within 20 working days following the date of loading for shipments originating within the
United States or within 30 working days following the date of leading for shipments
originating outside the United States, a legible copy of a rated, "on -board" commercial
ocean bill -of -lading in English for each shipment of cargo described in the preceding
paragraph to the Division of National Cargo, Office of Market Development, Maritime
Administration, Washington, DC 20590 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
Prolect Reporting and Information Requirements
Contractor and its personnel shall cooperate with and provide all records, data,
information and reports requested by the City, in the form and format and within the
timeframes requested by the City, in order to enable the City to comply with the DOE
Grant Agreement reporting and information requirements for the Project. Contractor shall
also provide the City with any backup or additional documentation required by DOE or
any other Governmental Authority.
Final Cost Audit
In accordance with Applicable Law and the Federal Assistance Reporting Checklist,
DOE F 4600.2, DOE reserves the right under the DOE Grant Agreement to initiate a final
incurred cost audit in connection with the City's Project. Contractor and its personnel
shall cooperate with, and make all necessary AMI System and Contractor cost data and
documents available to the City and/or to any representative of DOE or any other
Governmental Authority for purposes of such audit.
Job Creation and Retention Reporting
Contractor shall provide the City with all AMI System and Contractor information, in the
format and within the timeframe, requested by the City to enable the City to complete
and timely submit to DOE reports, information and data regarding the City's Project job
creation and retention, including without limitation, monthly and/or quarterly cumulative
and/or current reports, as applicable, on AMI System and Contractor Services jobs
created and retained at the "contractor" or "Contractor" level by Contractor, as required
for the City to comply with the Federal Assistance Reporting Checklist, DOE F 4600.2
and the ARRA Section 1512 reporting requirements under the DOE Grant Agreement
Final Close -Out Report
Contractor shall provide the City with all AMI System and Contractor information, in the
format and within the timeframe, requested by the City to enable the City to complete
and timely submit to DOE reports, information and data at the end of the DOE Grant
Agreement performance period regarding Project completion. Contractor will complete a
final close-out report which shall include such information and detail as the City. DOE or
any other Governmental Authority shall request regarding the Project and Contractor
services. if the AMI System and the Contractor services are completed or terminated
prior to Project completion, Contractor shall provide the City with a final report of the
AMI System and the Contractor services through the date of termination of this
Agreement.
"American Recovery and Reinvestment Act of 2009"
Procurement Provisions:
This contract is funded by the "American Recovery and Reinvestment Act of 2009"
(ARRA). In compliance with the ARRA contractors and subcontractor must adhere to
the following provisions:
ARRA TITLE XV—ACCOUNTABILITY AND TRANSPARENCY
BW AMERICAN
SEC. 1605. USE OF AMERICAN IRON, STEEL, AND MANUFACTURED
GOODS. (a) None of the funds appropriated or otherwise made
available by this Act may be used for a project for the construction,
alteration, maintenance, or repair of a public building or public
work unless all of the iron, steel, and manufactured goods used
in the project are produced in the United States.
(b) Subsection (a) shall not apply in any case or category
of cases in which the head of the Federal department or agency
involved finds that—
(1) applying subsection (a) would be inconsistent with the
public interest;,
(2) iron, steel, and the relevant manufactured goods are
not produced in the United States in sufficient and reasonably
available quantities and of a satisfactory quality; or
(3) inclusion of iron, steel, and manufactured goods produced
in the United States will increase the cost of the overall
project by more than 25 percent.
(c) If the head of a Federal department or agency determines
that it is necessary to waive the application of subsection (a) based
on a finding under subsection (b), the head of the department
or agency shall publish in the Federal Register a detailed written
justification as to why the provision is being waived.
(d) This section shall be applied in a manner consistent with
United States obligations under international agreements.
ECONOMIC STABILIZATION CONTRACTING
SEC. 1611. HIRING AMERICAN WORKERS IN COMPANIES
RECEIVING TARP FUNDING. (a) SHORT TITLE. —This section may
be cited as the "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.
SUPPLEMENTAL INSTRUCTIONS
Prices quoted must remain firm for a 30 day period after the opening date.
Freight terms: F.O.B. destination freight prepaid. All freight charges must be included in
pricing submitted on proposal and not entered as separate pricing.
Any discount allowed by Vendor for prompt payment, etc. must be reflected in quoted
figure, and not entered as separate pricing.
The City reserves the right to accept or reject any and all quotes.
Any questions or inquiries regarding this bid should be directed to:
Opal F. Dick, CPPO, Senior Buyer (970) 221-6778
Customer Service Manager
TITLE
Marlene Ferris Customer Service Manager
TYPED OR PRINTED NAME AND TITLE
Marlene.ferris@inner-tite.com
EMAIL
Inner-Tite Corp.:
(508) 829-6361 Phone (508)829-4469 Fax
COMPANY NAME (AREA CODE) TELEPHONE & FAX NUMBER
110 Industrial Drive Holden, MA 01520 February 10, 2012
ADDRESS: STREET, CITY, STATE, ZIP DATE
PLEASE GO TO www.fcaov.com/purchasing TO REGISTER IN OUR E-
PROCUREMENT SYSTEM FOR FUTURE BID OPPORTUNITIES! BE SURE
TO SELECT ALL APPROPRIATE COMMODITY CODE!
Financial Services
Purchasing Division
215 N. Mason St. a Floor
Po Box 580
Fort Collins, CO 80522
970.221.6775
970.221.6707
Icgov.com/purchasing
Firm Name:
Date:February 2, 2012
Ref #:0131-2012-Padlock style meter seal
THIS IS A PRICE QUOTATION - NOT AN ORDER
Please supply pricing and delivery information, all items to be quoted FOB Fort Collins,
Colorado, as requested below; and respond via FAX or E-MAIL within 3 BUSINESS days to:
Opal F. Dick, Senior Buyer, CPPO
odick(&fcgov.com (e-mail)
(970)221-6707(fax)
Any questions regarding this inquiry should be directed to Opal F. Dick, Senior Buyer, CPPO
(970) 221-6778.
Any technical questions should be directed to Chad Stanley, (970) 221-6392.
QUANTITY:
DESCRIPTION:
85,000 ea. Padlock Style Meter Seal
Barcoded plastic padlock seal. Must meet requirements listed below:
'UV/weather resistant
'Tamper resistant
'Barcoded
'Utility name- FCLP
*75,000 Green/10,000 Red
$ y<7 Ea. $ J y, 000. 00 Total
6D6 /70, -a 7 5'"^
Mfr.B�nOi Mfr.#Goi,r7o '7 _
Delivery: -7 Grl LL �S
Items being bid meet the above specifications without exception.
Yes ✓ No If not, please list exceptions, specifying
paragraph reference number, on a separate sheet and attach to
your bid. Send copy of specifications with quote submittal.
e.L(o c✓ r ..3,
SUPPLEMENTAL INSTRUCTIONS
Prices quoted must remain firm for a 30 day period after the opening date.
Freight terms: F.O.B. destination freight prepaid. All freight charges must be included in
pricing submitted on proposal and not entered as separate pricing.
Any discount allowed by Vendor for prompt payment, etc. must be reflected in quoted
figure, and not entered as separate pricing.
The City reserves the right to accept or reject any and all quotes.
Any questions or inquiries regarding this bid should be directed to:
Opal F. Dick, CPPO, Senior Buyer (970) 221-6778
-L�
ATUR
rry n, �y
TYPED OR PRINTED NAME AND TIITLv�E
E AIL
10
COMPANY NAME
ADDRESS: STREET.
CODE) TELEPHONE & FAX NUMBER
Utnu.v,i L'01 d7aoc.!-- P-,P-ya.
CITY, STATE, ZIP DATE
PLEASE GO TO www.fcnov.com/purchasing TO REGISTER IN OUR E-
PROCUREMENT SYSTEM FOR FUTURE BID OPPORTUNITIES! BE SURE TO
SELECT ALL APPROPRIATE COMMODITY CODE!
SUPPLY COMPANY
11333 E. 55 ° Avenue, Suite A
Denver, CO 80239
303-217-7514
303-217-7535 fax
Item No / Description UM Quantity
1 6061702-27 / BAR CODED ENDURO SEAL SO.BTM,047 GALV SECUR EA 75,000.0
HASP GREEN INS CLR BODY
Bar Code: Code 39 ( see additional comments) _
Scaring: NO SCORING
LAEEL (FCLP)
Packaging: Std. I000/Box 5000/Carton
NUMBERED GONSECUDVELY
2 6061701-27 / BAR CODED ENDURO SEAL SO.BTM.047GALV SECUR EA 10,000.0
HASP RED INS CLR BODY
Bar Code: Code 39 ( see additional comments )
Scaring: NO SCORING
LABEL (FCLP)
Packaging: Std. 1000Gox 5000/Carton
NUMBERED CONSECUTIVELY ;
?roa:HAMILTON ASSOCIATES 303 463 7553 02/07/2012 10:36
0093 P.001/002
970-221-6593
City of
Fort Collins
Purchasing
Date:Fabruery 2, 2012
Ref #:0131-2012-Padlock style meter seal
02:20:08 p.m. 02-02-2012
Flnendd SaMeee
Pmthneing Melon
215 N. Me mSL 20/Flair
PO aw Sao
Fart Cd9ne6 CO 90522
070.221.0T7S
970.221.0707
rogVV.MWPurdrer1V
9/16
Firm Name
THIS IS A PRICE QUOTATION - NOT AN ORDER
Please supply pricing and delivery Information, all items to be quoted FOB Fort Collins,
Colorado, as requested below, and respond via FAX or E-MAIL within 3 BUSINESS days to:
Opal F. Dick, Senior Buyer, CPPO
adick0fcuov.com (e-mail)
(970)221.6707(fax)
Any questions regarding this Inquiry should be directed to Opel F. Dick, Senior Buyer, CPPO
(970)221-6M.
Any technical questions should be directed to Chad Stanley, (970) 221,6392.
UANTITY- DESCRIPTION:
85,000 ea. Padlock Style Meter Seel
Barcoded plastic padlock seal.. Must meet requirements listed below.
*UV/weather resistant
.Temper realstent
'Bercoded
'U811ty name - FCLP
*75,000 OrearJ10,000 Red
$ 0-5760Ea. $ /�.'iSO=°rota)
Mfr. �T 1�5 lootorHo2��7 - 6 -c SV
ea ota
Delivery: uryt"2 -SAW=- yT,
Iteming bid meet the above specifications without exception.
Yes No _. If not,.pleasa list exceptions, specifying
par graph reference number, on a separate sheet and attach to
your bid. Send copy of specifications with quote submittal.
From:HANILTON ASSOCIATES 303 463 7553 02/O7/2012 10:37 #093 P.002/002
970-221-6593 02:33:29 p.m. 02-02-2012 16116
SUPPLEMENTAL INSTRUCTIONS.
Prices quoted must remain firm for a 30 day period after the opening data.
Freight terms: F.O.B. destination freight prepaid. All freight charges must be Included In
pricing submitted an proposal and not entered as separate pricing.
Any discount allowed by Vendor for prompt payment, ate. must be reflected in quoted
figure, and not entered as separate pricing.
The City reserves the right to accept or reject any and all quotes.
Any questions or Inquiries regarding this bid should be directed to:
Opal F. Dick, CPPO, Senlor Buyer (970) 221.677E
— zx�t'
U2 7?
OR PRINTED NAME AND TITLE
EMAIL
14,A,r r - - A. s, �2s
COMPANY NAME (AREA CODE) TEI
ADDRESS:
CITY, STATE, ZIP
'HONE & FAX NUM' ER
Cam, 3:�-/
a1711-2-
DATE
PLEASE GO TO www.fegov.com/ourchosing TO REGISTER IN OUR E-
PROCUREMENT SYSTEM FOR FUTURE BID OPPORTUNITIESI BE SURE
TO SELECT ALL APPROPRIATE COMMODITY CODEI
PURCHASE ORDER PO Number Page
City. of PURCHASE
9121188 a of 6
`t Collins This number must appear
` on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
Contractor shall comply with requirements regarding debarment and suspension in Subpart C of 2 C.F.R. parts
180 and 901.
Officials Not to Benefit
Contractor shall comply with the requirement that no member of Congress shall be admitted to any share or part
of this Agreement, or to any benefit arising from it, in accordance with 41 U.S.C. 22.
Civil Rights Requirements
The following requirements apply to the underlying contract
Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000d, section
303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section 202 of the Americans with
Disabilities Act of 1990, 42 U.S.C. § 12132, and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees
that it will not discriminate against any employee or applicant for employment because of race, color, creed,
national origin, sex, age, or disability. In addition, the Contractor agrees to comply with applicable Federal
implementing regulations and other implementing requirements DOE may issue.
Equal Employment Opportunity - The following equal employment opportunity requirements apply to the
underlying contract:
(a) Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as amended,
42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, the Contractor agrees to comply with all
applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations,
"Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41
C.F.R. Parts 60 et seq ., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as
amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment
Opportunity," 42 U.S.C. § 2000e note), and with any applicable Federal statutes, executive orders, regulations,
and Federal policies that may in the future affect construction activities undertaken in the course of the Project.
The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are
treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action
shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or
recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for
training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing
requirements DOE may issue.
(b) Age . In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29
U.S.C. § § 623 and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees to refrain from discrimination
against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with
any implementing requirements DOE may issue.
(c) Disabilities . In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. §
12112, the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity
Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities
Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Contractor
agrees to comply with any implementing requirements DOE may issue.
Subcontracts - The Contractor also agrees to include these requirements in each subcontract financed in whole
or in part with Federal assistance provided by DOE, modified only if necessary to identify the affected parties.
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 11, CPPO City of Fort Collins
City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Accounting Department
Phone:970-221-6775 Fax: 970-221-6707 Email: purchasing@fcgov.com PO Box 580
Fort Collins, CO 80522-0580
PURCHASE ORDER PO Number Page
City OfCollins
��� 9121188 5 °f a
`t Coll` I ns This number must appear
on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
Cargo Preference Requirements
To the extent required under the ARRA or other applicable law for this Project, the Contractor agrees: a) to use
privately owned United States -Flag commercial vessels to ship at least 50 percent of the gross tonnage
(computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any
equipment, material, or commodities pursuant to the underlying contract to the extent such vessels are available
at fair and reasonable rates for United States -Flag commercial vessels; b) to furnish within 20 working days
following the date of loading for shipments originating within the United States or within 30 working days following
the date of leading for shipments originating outside the United States, a legible copy of a rated, "on -board"
commercial ocean bill -of -lading in English for each shipment of cargo described in the preceding paragraph .to
the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590
and to the DOE recipient ( through the contractor in the case of a subcontractor's bill -of -lading.); and c) to
include these requirements in all subcontracts issued pursuant to this contract when the subcontract may
involve the transport of equipment, material, or commodities by ocean vessel.
Project Reporting and Information Requirements
Contractor and its personnel shall cooperate with and provide all records, data, information and reports
requested by the City, in the form and format and within the timeframes requested by the City, in order to enable
the City to comply with the DOE Grant Agreement reporting and information requirements for the Project.
Contractor shall also provide the City with any backup or additional documentation required by DOE or any other
Governmental Authority.
Final Cost Audit
In accordance with Applicable Law and the Federal Assistance Reporting Checklist, DOE F 4600.2, DOE
reserves the right under the DOE Grant Agreement to initiate a final incurred cost audit in connection with the
City' s Project. Contractor and its personnel shall cooperate with, and make all necessary AMI System and
Contractor cost data and documents available to the City and/or to any representative of DOE or any other
Governmental Authority for purposes of such audit.
Job Creation and Retention Reporting
Contractor shall provide the City with all AMI System and Contractor information, in the format and within the
timeframe, requested by the City to enable the City to complete and timely submit to DOE reports, information
and data regarding the City' s Project job creation and retention, including without limitation, monthly and/or
quarterly cumulative and/or current reports, as applicable, on AMI System and Contractor Services jobs created
and retained at the " contractor" or " Contractor" level by Contractor, as required for the City to comply with the
Federal Assistance Reporting Checklist, DOE F 4600.2 and the ARRA Section 1512 reporting requirements
under the DOE Grant Agreement.
Final Close -Out Report
Contractor shall provide the City with all AMI System and Contractor information, in the formal 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"
Procurement Provisions:
This contract is funded by the " American Recovery and Reinvestment Act of 2009" (ARRA). In compliance with
C3. O✓la:-nQ�
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///��� 9121188 s of s
F/' rt Collins
I ns This number must appear
!\,J`' ` " on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
the ARRA contractors and subcontractor must adhere to the following provisions:
ARRA TITLE XV-ACCOUNTABILITY AND TRANSPARENCY
BUY AMERICAN
SEC. 1605. USE OF AMERICAN IRON, STEEL, AND MANUFACTURED
GOODS. (a) None of the funds appropriated or otherwise made
available by this Act may be used for a project for the construction,
alteration, maintenance, or repair of a public building or public
work unless all of the iron, steel, and manufactured goods used
in the project are produced in the United States.
(b) Subsection (a) shall not apply in any case or category
of cases in which the head of the Federal department or agency
involved finds that-
(1) applying subsection (a) would be inconsistent with the
public interest;
(2) iron, steel, and the relevant manufactured goods are
not produced in the United States in sufficient and reasonably
available quantities and of a satisfactory quality; or
(3) inclusion of iron, steel, and manufactured goods produced
in the United States will increase the cost of the overall
project by more than 25 percent.
(c) If the head of a Federal department or agency determines
that it is necessary to waive the application of subsection (a) based
on a finding under subsection (b), the head of the department
or agency shall publish in the Federal Register a detailed written
justification as to why the provision is being waived.
(d) This section shall be applied in a manner consistent with
United States obligations under international agreements.
ECONOMIC STABILIZATION CONTRACTING
SEC. 1611. HIRING AMERICAN WORKERS IN COMPANIES
RECEIVING TARP FUNDING. (a) SHORT TITLE. -This section may
be cited as the " 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-1B dependent
employer (as defined in section 212(n)(3) of such Act (8 U.S.C.
1182(n)(3))), except that the second sentence of section
212(n)(1)(E)(ii) of such Act shall not apply.
(2) DEFINED TERM. -In this subsection, the term " hire"
means to permit a new employee to commence a period of
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 80522-0560
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 9121188 7 of e
' `t Collins This number must appear
on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
City of Fort Collins Director of Purchasing and Risk Management
This order is not valid over $5000 unless signed by James B. O'Neill II, CPPO
City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580
Phone: 970-221 -6775 Fax:970-221-6707 Email:purchasing@fcgov.com
Total
Invoice Address:
City of Fort Collins
$24,225.00
Accounting Department
PO Box 580
Fort Collins, CO 80522-0580
Purchase Order Tennis and Conditions
Page 8 of 8
I. COMMERCIAL DETAILS..
Tax exemptions, By statute the Cite of Fan Collins is exempt from state and local taxes. Our Exemption Number is 11. NONWAI VER.
98-01502. Federal fxeisc Tax Exemption Certificate of Registry 84-6(W587 is registered with the Collector of Failure of the Purchaser to insist upon .strict performance of the terns and conditions hereof. failure car delay to
Internal Revenue, Denver, Colorado (Ref. Colorado Revised Statutes 1973. Chapter 34 26. 114 (a). exercise any rights or mnmdics pmvidcd herein or by law, failure to promptly notify the Serer in the event of r
breach, the acceptance ofor payment for goods haamder or approval of the design, shall not release the Scllerof
Goods Rejected. GOODS REJECTED duc to failure In mcct specifications, either when shipped or due to defects of any of the uamntics or obligations of this purchase order and shall not be dmmed a univer of any right of the
damage in "not. may be returned to you for credit and are not to he replaced eecept upon receipt of written purchaser to insist upon .strict pafomanec hereofm any of its rights or remedies as to any such goods. regardless
insmimioas from the City of Fort Collins. of when shipped, merived or accepted. a, to any print or subsequent default hereunder, not shall any purport
weal msdificaLion or rescission of this purchase onler by the Purchaser operate as a waiver of any of the terms
Inspection. GOODS arc subject to the City of Fan Collins inspection on arrival, hereof.
Final Acceptance. Receipt of the merchandise, services or equipment in response In this ruder can result in 12. ASSIGNMENT OF ANTITRUST CLAIMS,
trou vcd payment on the pan of the City of Fort Collins. However, it is to be andcr000d that FINAL Seller and the Purchaser recognize that in actual economic pmaice, overcharges emitting from antitrust
ACCEPTANCE is dependent upon completion ofall applicable required inspection pmerdures. violations arc in fact borne by the Purchaser. Theretofore, for goad cause and as consideration for executing this
purchase enter, the Scllcr hereby assigns to the Purchaser any and all claims it may near have or hercene,
Freight Temx, Shipments must be F.O.B., City of Fort Collins, 7(N) Wood St., Furl Collins, CO 80522. unless acquired under federal or state antitrust laws for such overcharges relining to the p.irticular goods or senates
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 to this purchase order.
bill must accompany invoice. Additional charges for packing will not he accepted.
Shipment Distance. Where manufacturers have distributing paints in various pans of the country, shipment is
expected front the nearest distribution point to de,tinmion, and execs. freight will be deducted front Invoice when
shipments are made front greater distance.
Permits, seller shall procure at sellers sole cast all nmessaw permits. certificates and licenses required by all
applicable laws, regulations, ordinances and mlcs of the state, municipality, territory or political stiNivision where
the work is performed, or required by any other duly constituted public authority having jurisdiction over the work
of vendor. Seller further agrees to hold the City of Fan Collins harmles Form and against all liability and Inca
incurred by them by reason of an asserted or established violation of any such laws, regulations, onlinances. mles
and requirements.
Authorization. All panics to this contract agree that the rcprescntatives arc, in fact, bona fide and posses full and
complete, authority to bind slid panics.
LIMITATION OF TERMS. This Purchase Order expressly limits acceptance to the terms and conditions stated
herein .1 forth and any sarpleamm ry or additional moves and conditions annexed hereto or incorporated herein by
reference. Any additional or di Kenn, mats and conditions pmposed by seller arc objected to and hereby rejected.
2. DELIVERY.
PLEASE ADVISE PURCHASING AGENT immediately if you cannot make complete shipment to arrive on your
premised delivery date as noted. Time is of the eserce. Delivery and performance must he effected within the time
stated on the purchase order and the documents attached hereto. No acts of the Purchasers including, without
limitation, acceptance of partial laic deliveries, shall operate as a waiver ofthis prevision. In the event of env delay,
the Purchaser shall have, in addition to other legal and equitable comedies, 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 arc beyond its reasonable control and without its fntdt of negligence.
such acts of Civil. acts of ei viI or military mnhoritics, govemmcntal priorities. Gres, strikes, hood, epidcmna, wars or
riots pmvidcd that notice of the condi rions causing such delay is given to the Purchaser within five (5) days of the
time when the Seller first received knowledge thereof. In the event of any .such delay, the (laic of delivery shall be
extended for the period equal to the time actually lost by reason afire delay.
1. WARRANTY,
The Seller womnts that all goods, articles, materials and work covered by this order will confnrm with applicable
dnmvings, specifications, mmplcs and/or other descriptions given. will he fit 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 harmles from any loss, 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 cast to the purchaser, any defects or faults arising within one (1) yen, m within such longer period of
time as may he prescribed by law or by the terns ofery applicable warranty provided by the Seller a0cr the date of
acceptance of the goods famished hereunder (acceptance not to be unreasonably delayed), resulting fmm imperfect
or defective work done or material, famished by the Seller. Acceptance or use of goods by the PuMhrsa shall not
constitute a waiver artily claim under this warranty. Except as otherwise pracided in this purchase order, the Sellers
liability hereunder shall extend to all damages pmximmly caused by the breach of any of the foregoing warranties
or guxmmccs. Intt such liability. shall in no event include los of pmfls ar Ins of use. NO IMPLIED WARRANTY
OR MERCHANTABILITY OR OF FITNESS FOR PURPOSE SHALL APPLY.
a. CHANGES IN LEGAL TERMS,
The Purchaser may make changes to legal Isms by written change order.
5. CHANGES IN COMMERCIAL TERMS.
The Purchaser may retake any changes to the terms, other than legal terms, including additions to or deletions fern
the quantities originally ordered in the specification or drawings, by verbal or written change mdee If tiny such
change affects the amount true or the time ofperformance hereunder. an equitable adjustment still he mode.
6. TFRh11NAT10NS.
The Purchaser may at any time by written change all". terminate this agreement as to any or all panions of the
goods then not shipped, subject in any cquimble adjumment bcnscca the panics as to any work or mamrinls then in
pmgrrcs provided that the Purchaser shall not be liable for any claims for anticipated pmtits on the uncompleted
portion of the goods andfor stork. for incidcnml or consequential damages, and that no such rdbi.snnenl he made in
favor of the Seller with respect In any goods which are the Sellers standard vt mk. No such tcrminntion shall relieve
the Purchaser or the Seller of any ofthclr obligations as to any goods delivered hereunder.
7. CLAIMS FOR ADJUSTMENT.
Any claim for adjuamcm must be assined within thirty (30) days fmm the dire the chnngc or termination is
ordered,
R. COMPLIANCE WITH LAW.
The Seller warrants that all goods sold hereunder shall have been produced, sold, delivered and furnished in strict
compliance with all applicable Imes and regulations to which the guess are subject. The Seller shall execute and
deliver each documents as may be required to effect or evidence compliance. All laws and regulations required to be
incorporated in agreements of this character are hereby incerpommel herein by this reference. The Seller agrees to
indemnify and held the Purchaser hamles from all costs and damages suffered by the Purchaser as a result of the
Sellers failure to comply with such law.
9. ASSIGNMENT.
Neither party shall assign, transfer, or convey this order, or any monies due or to become doc hcramdcr without the
prior written consent of the other parry.
10. TITLE.
The Seller wam *, fall, clear and unrestricted title to the Purchaser for all equipment mmcrials and items furnished
in performance of this agreement. free and dear of any and all liens, restriclions, rescnalions, seeunty interest
encumbrances and claims ofethers.
13. PURCI IASERS PERFORMANCE OF SELLERS OBLIGATIONS.
If the Purchaser directs the Scllcr to correct nonconforming or defective goods by a date to he agreed upon by the
Purchaser and the Scllcr,and the Seller thercaler indienten its mahility, or unwillingness to comply, the Ptuchaser
may cause the work to be perforated by the most expeditions means available to it and the Seller shall pay all
costs asweiated with such work.
The Scllcr shall release the Purchaser and its contractors array tier Term all liability and claims of any nature
resulting from the performance of such work.
This release shall apply even in the event of foul, of negligence of the party released and shall extend to the
directors, effects and employee, af."'6 party.
The Scllcr, contactual obligations, including wamnty, shall not be deemed to be reduced, in any way. because
such work is performod or caused to be performed by the Purchaser.
14. PATENTS.
Whenever the Seller is rcquimd to use any design, device, material or process cm'cmd by letter. patent, trademark
or copyright, the Seller shall indemnify and save harmless the Purchaser fmm any and all claims for infringement
by reason of the use of mch patented design, device, material or pmecks in connection with the contract, and
shall indemnify the Pamhascr for any cost, expense or damage which it may be obliged to pay by reason of such
infringement at any time during the prosecution or after the completion of the work. In case said equipment. or
any part thereof or the intended use of the goods, is in such .suit held to constitute infringement and the use of
said equipment or pan is enjoined, the Seller shall. at its earn expense and at its option, either procure for the
Purchaser the right to continue using said equipment or Pans, replace the same with substantially equal but
nnninfringing equipment. or modify it so it becomes noninfringing.
15. INSOLVENCY.
If the Seller shall bete.. insolvent or banknipl, make on assignment for the benefit of creditors, appoint a
receiver or trustee for any of the Sellers property or business. this order may forthwith be canceled by the
Purchaser without liability.
16. GOVERNING LAW.
The definitions oftems used or the interpretation of the agreement and the rights of ill panics hereunder Shull be
conslmed under and governed by the hiss ofthe State of Colorado, USA,
The following Additional Conditions apply only in cries when the Seller is to Perform work hereunder,
including the scrvtccs of Scllcrs Rcpresentativc(x), on the premises of athcrs.
17. SELLERS RESPONSIBILITY.
The Seller shall carry on said work at Seller's men risk until the same is fully completed and accepted, and shall,
in case of any accident. destruction or injury to the work andfor materials before Seller's final completion and
acceptance, complete the work at Seller's own expert a and in the satisfaction of the Purchase, When muterids
and equipment are famished hp others for installation or erection by the Seller. the Seller shall receive, unload,
store and handle same at the site and become responsible therefor as though such materials andfor equipment
were being furnished by the Seller under the order.
IS. INSURANCE.
The Seller shall, at his own expense, pmvidc for the payment of worker, compensation. including occupational
disease benefits, to its employees employed on or in connection with the work covered by this purchase order.
andfor to their dependents in accordance with the laws of the state to 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 balily injury and death limits of at least S300,MO for any one person. S500,100 for any
one accident and property damage limit per accident of S400.000. The Seller shall likewise require his
connance , if any, m preside for such compcomion and insurance. Before any of the Sellers or his contractors
employees shall do any work upon the premises of mhers, the Seller shall famish the Purchaser with a ecnificam
that such compensation and insurance have been pmvidcd. Stich ecnifcates shall specify the date when such
compensation and insurance have been pmvidcd. Such certificates shall specify the date when such compensation
and insurance expires. The Seller agrees that such compensation and insurance shall be maintained until net the
entire work is completed and accepted.
19. PROTECTION AGAINST ACCIDENTS AND DAMAGES.
The Seller hereby assumes the entire responsibility and liability for any and all damage, Ins, or injury cfeny kind
ar nature whatsoever to persons or property cased by or resulting from the exccutinn of the work provided for in
this purchase order On in connection herewith. The Seller will indemnify and hold harmless the Purchaser and any
or all of the Purchasers officers, agents and emplayecs from and against any and all claims losses, damages,
charges or expenses, whether direct at indirect. and whether to persons or pmpcny 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 my of the Scllcrs or contractors officers, agents or cmployccs. In case any suit or other
pmccci ings 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. omjsion or default of the Seller crony of his contractors or any of its or
their officers, agents or employees as aforesaid, the Seller hereby agrees to asome the defense thereof and to
defend the some at the Sellers own expense, to pay any and all costs, charges, attorneys fees and other expenses,
anv and all judgments that may be inci and by or obtained against the Purchaser or any of its or their oRccm.
agents or employees in such suits or other proccotl and in ease judgment or mhcr lien be placed upon or
obtained against the property of the Parchascr, at mid panics in or as a tcsull of such suits or other prcecedings.
the Seller will at once cane the same to he dissolved and discharged by giving bond or other,isc. The Seller and
his contractors shall take all safety precautions. famish and install all guards necessary for the prevention of
accidents, comply with ell laws and regulations with regard to safety including, but without limitation, the
Occupational Safety and Health Act of 1970 and all talc, and regulations issued pursuant thereto.
Revised 032010
EPLS Search Results Page I of 1
r::PLIS Excluded Parties List System.
Search Results Excluded By
Firm, Entity, or Vessel : Inner-Tite
as of 15-Feb-2012 11:59 AM EST
Your search returned no results.
h ttps://www.epls.gov/epls/search.do?ful I_name=l n ner-Tite&status=current&getreport=tru... 2/ 15/2012