Loading...
HomeMy WebLinkAbout114256 ROCKY MOUNTAIN SUPPLY INC - PURCHASE ORDER - 9123486PURCHASE ORDER PO Number Page City Of9123486 1 of s F^r} CollinsCThis number must appear ,�_,J`-, ` " J on all invoices, packing slips and labels. Date: 06/15/2012 Vendor: 114256 ROCKY MOUNTAIN SUPPLY INC 309 COMMERCE DR FORT COLLINS Colorado 80524-2760 Ship To: TRAFFIC OPERATIONS CITY OF FORT COLLINS 626 LINDEN STREET FORT COLLINS Colorado 80524 Delivery Date: 06/14/2012 Buyer: JOHN STEPHEN Note: Line Description Quantity. UOM Unit Price Extended Ordered Price 1 Bandit Supplies for Mason Cor As per Quote 4604844 1 LOT LS 3,906.22 In addition to the City of Fort Collins Standard Purchase Order Terms and Conditions, the following Federal clauses apply to this purchase order. 1. NO FEDERAL GOVERNMENT OBLIGATION TO THIRD PARTIES (1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. (2) The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. 2. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS (1) The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. § 3801 et seq . and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate. (2) The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. § 5307, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 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 Power OUST M: 303809 SHIP TO: City of Fort Collins 626 Linden Street non-taxable Fort Collins. CO 80524 RILL TO: City of Fort Collins Accounting Department P.O. Box 580 Fort Collins. CO 80522.0580 INVOICE CO NO. I DATE INVOICE NO. 0001 I_ 05/27/11 ! 5004692-00 P.O. ND. `��\ f DUE DATE PACE i 3211349 10AF 1 �_ 06/26/1.1 I Ani UNT OUS--`' 9.943. 78 Send Payments To: P.O. Box 1000. Dept 839 Memphis. 'IN 38148-0839 For questions contact: ar(aptsupply.com 901-866-3070 - Credit Line SHIP POINT I SHIP VIA Drop Ship ** Drop Ship INSTRUCTIONS I REFERENCE 17X2VV/DD I FREIGHT I PA YMENi TERMS 1 Freight In: N Freight Out: N I Net 30 Days LIVE I PRODUCT AND DESCRIPTION N0. I QUANTITY I QUANTITY ORDERED D.O. QUANTITY SHIPPED Q7Y. UIM UNIT PRICE PRICE UIM TOTAL Comments:------ FEDEX FREIGHT - 2027386885 1 1C881 WIRE 4.000 0 4,000 FT 316.94444 MFT 1,267.78 CABLE 8GA 1COND SOL BARE CU SOFT DRAWN 3coo X0•3►�qd� - ` T�IRS-, Let : 501693 Qty: 4000.00 3 x 500' ' 2 25C14871'l91 4.000 0 4.000 FT 2.169.00 hl 8,676.00 CABLE 14GA 25COND STRDD 19-1 IMSA 600V AERIAL OU Lot r: 501693 Qty: 4000.00 I x 4,000' Currency: US Dollar _ Lines Total Qty Shipped Total 8.000 Total 9,943.78 Invoice Total 9.943.78 LAST PAGE NOTE: CREDIT MEMOS EXPIRE 90 DAYS FROM DATE ISSUED. I All accounts are cue and payable within 30 days iron billing and, if not timely paid. shr all be subject to .nance Charges as set rortn in our rerms and Conditions of Sale. Accounts are secured by a security interest in the goods and materia's Platerials listed are based on our understanding of Infornation received fron customer and necessary assumptions. Customer is responsible for ensuring naterial is correct and complete and meets the customer's requirements. All sales are subject to all our ferns and Conditions Of Sale as set forth in the Credit Application and on our website at http:/fe,w.pLsuppoly.comRlarketing/fOsclaimer.htm 4ncludin9 but not limited to DISCLAIMERS OF WARRANTY and L!MIIAI!ONS OF 1 L'V?ILITY AND REFIED1Ei. .No change or addition to such Terms and Conditions will be of any effect unless openly and expressly proposed to P3T in writing and specifically and expressly accepted in writing by P3i. CLIFFORD OF VERMONT Route 107-RO. Box 51- Bethel, Vermont 05032 USA ORIGINAL III � REMIT TO: iPO:BOX MEFAPHISj�7N 381'S9. Sales: 800-451-4381 G4 Other: 800-233-0111 J=B Control1238640 Fax- 802-234-5006 SAE/JNS Pg 1 e-mail: caMesalesdcliiiordvl.com INVOICE INVOICE NUMBER # 220501 o City of Fort Collins H City of Fort Collins o Accounting Department P 626 Linden Street P.O. Box 580 o Fort Collins, CO 80524 o Fort Collins, CO 80522-0.580 INVOICE DATE SHIPPING DATE ORDER NUMBER FROMrarhnnrialp PA ORDER DATE VIA Fed Ex- Motor Ert- TERMS: FDB S.P. _ OUA.ORDERED N. SPECIFICATION OUAN. SHIPPED UNIT PRICE UNIT TOTAL' - 3,000f 1) 1 5C 14 B 7 I19-1 3CA 3000 $442.0 1000 $1,326.00 3,000f 2) 1 7C 14 B 7 I19-1 3CA 3000 $623.0 1000 $1,869.00 6,000f 3) 1 1C 14 B19 LOOP 3CL 6000 $103.0 1000 $618.00 6,000f 4) 1 1P 14 T19 I50-2 3CL 6000 ( $274.0 Z-74 1000 $1,644.00 fw.0 v ^, 0-G o0 p X 6f000f 5) 1 3P 18 T16 EPS*1 3CL 6000 $427.0 1000 $2,562.00 *** TOTAL DUE ....... ................ $8,019.00 Thank you!! THIS COMPL TES YOURORDER! 0�6 5 This Transaction is expressly subject to the terms anu conunu i , VII Litt; luvQt,� vt ,rrr� ------------------------I--------------------------------------------------------------------------- ----------------------------------------- PLEASE DETACH HERE AND RETURN THIS PORTION WITH YOUR REMITTANCE. J=B Control#238640 TO: CLIFFORD OF VERMONT P.O. BOX 2121, MEMPHIS,TN 38159 SAE/JNS Pg 1 # 220501 o City of Fort Collins L Accounting Department ° P.O. Box 580 AMOUNT ENCLOSED$ o Fort Collins, CO 80522-0580 Solid Bare Copper Bare Copper OneStopBuy.com Page 1 of 2 Main Menu Menu (Click to Open) Electrical Products Act: er pnes ammers no Fan speed E'ectric vehicle Chargers • Fuses and Fuse Holders • GFCI Ground Fault • :Home Automation • Laripbcide,i • Light Solos • Light Fixtures & Acce5sones • O cup, lc7 San ors • Pun S 51.. 0 Devices • Portable owdet so uiS . Power �,.rmouon • P,eceotacles • Safe" PmducK • Single a.14 Cam Connectors Stage Pin Devices Straight Blade Devices _t,ucto,ed i\laina Suometars Surge Prou't,a, Switches Tuner, Tools Rest L:ck Devices • Viailplazes • 'VI.nvi lght Devices •'Neather resistant Devices • Wire & Cable • vice Cor..ectors 3 Lugs • Ylire Management Vtireless Controls • VA. enesh Safety Grips • Wiring Device5 Main Menu Home • 8y Manufacturer Electrical Prod,cn Energy Sating PreducC: New items • Products for the Home • 97P Cus:ome: • voice & Data Neovor'dng a A 'e+: Shoppfrfy.Cdrt Sa yort ':Atsmrnt' Manufacturers I Omni Cable Corporation I Omni Cable Product Menu I Industrial Wire and Cable I Bare Copper I Solid Bare Copper Solid Bare Copper Bare Copper g11201 - N1211C(SOLID) SOFT DRAWN BARE fore.,, 12 AWG Solid Conductor Bare Copper Bare Copper - Price: y}?J (You Save sO.05) I.H. C... ' Our Price per Foot: $0.24 Cut Lengths 250 to 499 it @ 50.20 it Ir AWG Cut Lengths 500 to 999 It @ $0.18 it Click to Order Cut Lengths 1000 to 2499 it @ SO.18 R Cut Lengths 2500 it s Chi t-877-633-5212 For Price & Availability Q11001 - #1011 C(SOLID) SOFT DRAWN BARE Lm,... 10 AWG Solid Conductor Bare Copper Bare Capper - 9.ke e.r• Price: $0.•YP (You Save 60.09) a' I t c.e,.r Our Price per Foot: $0.38 to AWG Cut Lengths 250 to 499 n @ 60.31 it Cut Lengths 500 to 999 it @ 50.29 it Click to Order I l v {F Cut Lengths 1000 to 2499 it @ $0.28 it l Cut Lengths 2500 ft F Call t.871.633.5212 For Price & Avellab1hr7 10801 - #811 C(SOLID) SOFT DRAWN BARE Abbe. LEVITQNA 8 AWG Solid Conductor Bare Copper Bare Copper - t A*4 / Price: se.FI (You Save 50.15) s.a.r. It..P•, Our Price per Foot: $0.59 Battery•Operated ULII fy ghl e AWG Cut Lengths 0 to 499 it @ 50.49 It 50 Cut Lengths SCO to 999 It ft 50.46 it Click to Order Cut Lengths 1000 It Y @ 30.44 h Cut Lengths 2500 + Call :-877 633-5212 For Price 9 ® F On Paeebook Availability r ( � t7f, 7 Become Q10601-9611C(SOLID) SOFT DRAWN BARE f..a.. =V=hJLO, O� 6 AWG Solid Conductor Bare Copper Bare Copper - a Fan! solid .... Price: i-t. 68 (You Save 50.23) C."., Our Price per Foot: $0.95 Cut Lengths 250 to 499 R n i0.79 It e AVID Cut Lengths 500 to 999 it @ 50.73 it Click b Order Cut Lengths 1000 to 2499 R @ $0.71 it Cut Lengths 2500 it t Call 1-877-633-5212 For Price & Availability 1C> 1�- #VIC(SOLID) SOFT DRAWN BARE fo. 4 AWG Solid Conductor Bare Copper Bare Copper - ......... Price: jt.BP (You Save $0.37) c..P.r Our Price per Foot: $1.50 Cut Lengths 250 to 499 it 0 51.25 R . AWG Cut Lengths SOO to 999 it @ 51.I6 it Click b Order Cut Lengths 1000 to 2499 it @ SL 12 it Cut Lengths 2500 it t Call I a77-633-5212 For line & Availability �'=ena e�-:•xcie Q10201-#2/i C(SOLID) SOFT DRAWN BARE fora 2 AWG Solid Conductor Bare Copper Bare Copper - Send a.r. C.Aw Price: Call 1-877-633.5212 For Price & Availability Click IC Orders 2 Awe Alternate Categories Manufacturers I Omni Cable Corporation I Omni Cable Product Menu I Industrial Wire and Cable I Bare Copper I Solid Bare Copper Direct Telephone Support Mon -Fri 7AM - SAM COT, Call 1-877-633-5212 Levv ron Prpdu Ct Lev ton Cheetah 9u5smana Fuses Omni Cable PowerBr'dpe C.I1e kout Supoo3 My Account Coi 02008-2011 01e510 Eluy.<om, lrnhmd±xe, 'Kansas 67301 http://www.onestopbuy.coin/oinni-wire-cable/Solid-Bare-Copper-36928.asp 6/1 1/2012 Type SO/SOOW - l8 AWG Flexible and Portable Cord OneStopBuy.coin Pagel of 3 No `a a Wish :Sh-ppinyLce Sup o ' Aaaunt 11.. Catalog I Energy Saving Green Products I ROHS Compliant Products I Y/ire & Cable Type SO/SOOW - 18 AWG Flexible and Portable pgrkl,ace T Main Menu (Click to Open) Cord he. eElectrical Products 811802 - 18AWG 2C Type SOOW CarolpreneUUCSA600V Cable- rBlack-Cut To Lenglh more._t_:inners and an =,, 18-2 Type - SCOW 90°C - 600 Volt Flexible And Portable Cord - Black �,.r•,'�eed .-Type so/soow ;.(Price: pee53 You Save s0.10) -iE<Iri_V=-hlll2 Cfta,_i 1e AW6 ( ,ulo, • Fuses and : utfi rial�ar5 Our Price per Foot: $0.42 Cut Lengths 100 to 249 it 0 $0.351t — �: Cut Lengths 250 to 499 It 0 $0.32 It Click to Order I - • Ycme anbndtuju Cut Lengths 500 to 999 It 0 SOJ( It Cut LengMs 1000 it � Call 1.0]]-633-5212 For Pace & • LampM1O:O+:s availability • L�qhz 3u ter Tq B71803 -18 AWG 3C Type SOOW Carolprene UUCSA GOON Cable • Black - Cut To Length • Pi, & c.ea+e at 18-3 Type - SCOW 90°C - 600 Volt Flexible And Portable Cord - Black • Portable Ou!'ec Genes TTP Ie ewc °W Price: !c'r6? (You Save 50. 13) ' Pa e sa b cn Our Price per Foot: $0.54 a R-eceete:125 18-3 Cut Lengths 100 to 249 it P 50.45 It x.'s Cut L^n9ths Z50 to n99 R 0 50.41 /t ' Click w Order .I SaI r . acu - Cut Lengths 500 to 999 it 0 50.40 ft �/•. -' • Single Ptue Car^ G nrcc;ors Cut Lengths 1000 It L Call 1-877-633-5212 For Price & "led • Sta a P o ,ce_ CO rv-� � L Sa a,, ade.a :r_, t`�� OwOJ 2 Pin aSleeve SuucnvEd =d,a B- 18 AWG 4C Type SOOW Carolprene UUCSA GOON Cable - Headquarters • Slmmatars Black lack - Cu[ To Length emrp... 18-4 Type - SCOW 90•C - 600 Volt Flexible And Portable Cord - Black �w l Typ 16 :.sa ow Price: Sdc95 (You Save $0.17) S vn:cneS • r,m; s Our Price per Foot: $0.68 to-& =Cut Lengths 100 to 249 it 0 50.57 It I r a • I Oats Cut Lengths 250 to 499 /t 0 $0.53 /t Click 10 Oul., Cut Lengths 500 to 999 It o 50,5t It -a^' • r•.:u Lock cevFzs Cat Lengths 1000 it + Call 1.8]]-633-5212 Per Price & • Vi ali Plata. Avalla Wlir, p - - • \'later: i:�h� OErras jl� i vrea:her-P h>:an: oe:nces B11805 - 18 AWG 5C Type SO0W Carolprene UUCSA 600V Cable - vit', - Cate Black - Cut To Length M.,e, . # • vr:re Connector, s Lugs 18-5 Type - SCOW 90°C - 600 Volt Flexible And Portable Cord - Black . w,o liand9'=T2r.: Type so/soow u Awe Price: tt-a? (You Save $0.22) - y • Wrteless controls Our Price per Foot: $1.10 ". • Wiremesh Safety Grips IE-S Cut Lengths too to 249 It 0 So.9 t it ' s Cut Lengths 250 to 499 It 0 50.85 it Clicklo Order '/ i' I ^ g Gece` Cut Lengths 500 to 999 It 0 SO.92 It Cut Lengths 1000 h+Call 1-8]]-533-5212 For Price & C73Find us On Main Menu availability Become book eyu • /•la,:s:ac::.•rer 811806 - 18 AWG 6C Type SOOW Carolprene UUCSA GOON Cable -Beco„1 Electrical PrwuaS Black - Cut To Length Mcu.- - en e:g.: Savin_ 18-6 Type - SCOW 90°C - 600 Volt Flexible And Portable Cord - Black a Fan' 5 -,,•ducts • Nev: Cems Tip e 01.3c 0w Price: i i. 69 (You Save S0.33) • ?rO,1¢;5 ter the Our Price per Foot: $1.36 •'ilP Cus;c:Par la-e Cut Lengths :0o u, 249 ft 0 51.13 tt `i o;ca & Cata r:r;;r�•xvp Cut Lengths 25U to 499 It 0 $1.05 it Click W Order t Lengths 500 to 999 It 0 s 1.01 It Cut Lengths 1000 It + Ca11 I.8])-633.5212 Far Price P. availability - itr,`'n-Rl B11807 - 18 AWG 7C Type SCOW Carolprene UUCSA 600V Cable - "` Black - Cut To Length moue nL%�a�i.e5 s`i� �1 .� 18-7 Type - SCOW 90°C - 600 Volt Flexible And Portable Cord - Black rn. so/soow t,„ •.y.= ��•1.,��'.. to Awe Price?5 (YOU Save $0 JS) Our Price Foot: f per $1.41 le4 i� �`II/�, A Zp MIX&N,'2y Cut Length. 100 to 249 /t 0 51.17 itr'? Cut LengMs 250 to 499 /t 0 $1.09 it . Click 6 Order Cut Lengths 500 to 999 it 0 5 1.05 It Cut Lengths 1000 C + C411 1-927-633-5212 For Price & Ae0ab l ry B11803 - 18 AWG SC Type SCOW Carolprene UUCSA 600V Cable - Black - Cut To Length store.,. 18-8 Type - SCOW 90°C - 600 Volt Flexible And Portable Cord - Black Type 5o/5cow littp://www.onestopbLly.com/omtii-wire-cable/Type-SOSOOW-l3-AWG-37006.asp 6/11/2012 19-1 Non -Shielded Stranded IMSA Traffic Signal Cable OneStopBuy.com Page 2 of 3 ) apt *fit t7r2� z IM19114127 - #14-12C IMSA 19.1 STRD 600V nm.e.. 14-12 19-1 IMSA 600 Volt Stranded Imsa Traffic Signal Cable -Black r�-� •rl'•.r...... Price: $3-86(You Save $0.76) Our Price per Foot: $3. 10 ` t� 1y12 Cut Lengths 100 to 249 It 0 S2.57 h Cut Lengths 25C to 999 It @ $2.39 It Click to Order Cut Lengths 1000 to 2499 It 0 $2.31 B pp Cut Lengths 2500 A f Call t-377-633.5212 Far Price'. BOR Availabhuv Click to' - IMSA 19-e STRD 600V cure... Review am 14-1619-1 I IMSA600C 14-16 19-1 IMSA 600 Volt Stranded Imsa Traffic Signal Cable -Black Price: 95.05 (You Save S0.98) r.......... .r•.•... -•• Our Price per Foot: $4.07 . Cut Lengths 100 to 249 k ® $3.371 r..0 Cut Lengths 250 to 999 ft 0 S3.14 It CIIck to Order, 6f:v "" Cut Lengths 1000 to 2499 It 0 S3.02 It Cut Lengths 2500 It - Call :-877-633-5212 For Price & Availabihty IM19114207 . #14.20C IMSA 19.1 STRD 600V ra, 14-20 19-1 INISA 600 Volt Stranded Imsa Traffic Signal Cable : Black J5'' Price: $630 (You Save $1.22) « • -•• Our Price per Foot: $5.06 • r 14-20 Cut Lengths 100 to 249 It 0 $4. 19 ft Cut Lengths 250 to 999 It 0 $3.90 It Click b Ortler a r Sn. a `•S'... Cut: engths 1000 to Cai 2 2 It@ $3. 6 t Cut Lengths 2500 tt Call t 0 7-63 Ift Far Price &- Avadability E IM19114257 - #14-25C IMSA 19.1 STRD 600V store -'�f�- r..r ......r. o....., 14-25 19-1 IMSA 600 Volt Stranded Imsa Traffic Signal Cable - Black '-`• Price: Call 1.877-633-5212 For Price & Availability Click to Order CrieStapauv.c:m rs an Auth.,,o 11.29 ' OntriOu:o: at Le.va.r , rows. Purl-10i, r_omnle:e Access to IM7911221 - #12-2C IMSA 19.1 STRD 600V sore.. g"ar't' L'="'m"""":e' 12-2 19-1 IMSA 600 Volt Stranded Imsa Traffic Signal Cable - Black .. Price: M (You Save S0.22) ' Site Mao '^•• Our Price per Foot: $0.89 t�rrr� LZ-2 i Cut Lengths 100 to 249 It 0 $0.74 It Cut Lengths 250 to 999 It 0 $0.69It CIIck to Order Privacy POII'V ^� Cut Lengths 1000 to 2499 it 0 $0.66 It - Cut Lengths 2500 C * Call 1-877-633-5212 For Price & Availabaity damIM1911237 -#12-3C IMSA 19-1 STRD 600V uo,. ' • • 12-3 19-1 IMSA 600 Volt Stranded Imsa Traffic Signal Cable - Black '^`• • Price: Call 1-877-633-5212 For Price & Availability Click to Order 12-3 IM7911247 - #12.4C IMSA 19-1 STRD 600V e S 12-4 19-1 IMSA 600 Volt Stranded Imsa Traffic Signal Cable -Black Price: 42e5 (You Save $0.40) r... ......r..r...,... ^•• our Price per Foot: $1.65 12-4 Cut Lengths 100 to 2.19 tt p 51.37 It Cut Lengths 250 to 999 It 0 51.28 It Oick io O der '-' Cut Lengths 1000 to 2499 It 0 S1.23 It Cut Lengths 2S00 it . Call 1-877.633-5212 For Price & Avadl b'.IiF7 IM1911257 - #12.5C IMSA 19.1 STRD 600V store... 12.5 19.1 IMSA 600 Volt Stranded Imsa Traffic Signal Cable - Black '"`• Price: call 1-877-633-5212 For Price & Availability Cnck to Order 12-$ I 1911277 - #12.7C IMSA 19-1 STRD 600V sloe... G 12-7 19-1 IMSA 600 Volt Stranded Imsa Traffic Signal Cable . Black Price: $3r43 (You Save $0.68) ^•• Our Price per Foot: $2.85 Cut Lengths 100 to 249 ft 0 52.36 it 12-1 Cut Lengths 250 to 999 It 0 S2.201t Click b Order 'w Cu[ Lengths 1000 to 2499 It 0 $2.11 It Cut Lengths 2500 it . Carl 1-877-633-5212 For Price Avadabeity IM1911297 - #12-9C IMSA 19.1 STRD 600V Pore.. p� 12-9 19-1 IMSA 600 Volt Stranded Imsa Traffic Signal Cable - Black .... „e,. Price: 5 1.59 (You save $0.88) littp:Hwww.onestopbuy.com/omni-wire-cable/l9-1-Non-Shld-Stranded-IMSA-37l10.asp 6/11/2012 19-1 Non -Shielded Stranded IMSA Traffic Signal Cable OneStopBuy.com Pagel of 3 F nd }�. a NeT e,Ad-Irltna k8 ii.. ,5liupp�ip ca Su icon a Assistance? Main menu (Click to Open; Electrical Products . access,^rnes • ammars aad ran Spe-ec Hecnc VaNch, Charger. • Fuses and F_se Hc!ders • CFCI Ground FaJ!t • Nome Autama:ion • Lamphelder5 Manufacturers I Omni Cable Corporation I Omni Cable Product Menu I industrial Wire and Cable I Traffic Sign a) Cable 1is- 1 Nan-5hld 51randed Io1SA 19-1 Non -Shielded Stranded IMSA Traffic Signal Cable 1111911117 -1114,2C IMSA 19-1 STRD 600V %fou, 14-2 19-1 IMSA 600 Volt Stranded Imsa Traffic Signal Cable - Black •. ^• .•• • • e•• Price: 16+±1 (You Save $0. 14) -•• Our Price per Foot: $0.60 14.2 M Cut Lengths 100 to 249 It 9 $0.50 It .Cut Lengths 250 to 999 It @ S0A6 R / Click to Ord., Cut Lengths 1000 to 2499 It 0 50.45 tt �1) Cut Lengths 2500 At t Call ttl77-6]3-5212 For Pace 3 Availability ________.__ - _.______ //► __ 9.• • Light Future. 3 4ccasicriA µ IM1911437 - #14.3C IMSA 19-1 STRD 600V lung ,P tj�� J"' • Cccvw,,./ sensors e^'S 14-3 19-1 IMSA 600 Volt Stranded Imsa Traffic Signal Cable - Black '3 • Fin 3 5leava Oevias' Price: !_:N (You Save 50.20) Pin a Sleeve Portahle Outlet Coles""' •• _ ....""""' Our Price per Foot: $0.84 Beadquarters • Poeier 0,trivuncu Cut Lengths 100 to 249 It 0 $0.69 It Cut 250 Click 0 Order • Fttepac!a5 14.3 Lengths to 999 It A $0.65 It Cut Lengths 1000 to 2499 It C $0.62 ft 1 Pr Cl yOUf ur • Saret? Produces Cut Lengths 2500 It . Call 1.877-633-5212 For Price & 0 FarrlllyllreT • Single Fels Cam CJnnee:dr. Availability Y it IV'dangerou�. • stage Pill cevlas LrestartsI • 5tra gh Slade oxma=_s S«ucwred n!erre '*S : IM1911447-#14-4C IMSA 19.1 STRD 600V More... 14-4 19-1 IMSA 600 Volt Stranded Imsa Traffic Signal Cable - Black 4„•a" ,.M d t • 5vbme[ar5 �. Price: lte94(You Save S0.27) r y • 5mp Pmt=_Leon •• '^•• Our Price per Foot: $ 'shantis; 5Pntches 14y � •'-' .90it Cut Lengths 250 to 249 R rQ $0.90 k Cu[ Lengths 250 [0 999 it Q 50.8.1 it Click to Order I knI,,. , -, eleetdc kn(vee;-: 'toe0[or avens;;rpt • rime¢ Cut Lengths00 to 2499 /t 0 S0.8t it etc:! • rinds Cut Lengths 2500 Is Call t-877-63]-633 5212 For Price H 1 II 1 Availability t . re;;t Lxk caoice5 • V7a 1p!at 5 IM1911457 - #14-5C IMSA 19-1 STRD 600V more- ' •/J`trt'glt[ Dxncb �Z errFind 14-5 19-1 IMSA 600 Volt Stranded Imsa Traffic Signal Cable - Black Weathel-PeS!Sam D_a_ s "� us on • 'Iire & Cable "' '" Price: et.6. (You Save S0.32) Faeebook '•.• ,"Cut Our Price per Foot: $1.32 . Wire Ccnnec:o: s 6 LuyS ' 14.5 l Lengths 100 to 249 It 0 st, 10 it cut Lengths 250 to 999 it @ 51.a2 R Click b Ordar , Become • %ere Management • 9nreControls Cut Lengths I000 to 2499 it 0 $0.98 it Cut Lengths 2500 it + Call 1-877 633-5212 for Price I. j1 1 /'� 1� 7i ::'ireelosmesn Safety C.ri;i I �) Availablity U 'I'INIV� a Fan! • flying Devices Main Menu IM1911477 - #14-7C IMSA 194 STRD 600V Mnre 14-7 19-1 IMSA 600 Volt Stranded Imsa Traffic Signal Cable - Black ✓-'1 acme • ay Manura¢urer "-' 1... ""' Price: fx ?� (You seve 50.44) Our Price per Foot: $1.80 • Ehl-Incel p: cCuca Cut Lengths 100 to 249 1t e S 1.49 8 Click to Order . _ne•gy Saaing products • New Items too Cut Lengths 250 to 9991 0 $1.39 It Cut Lengths SC00 to 2499 It 9 $L34 It Cut Lengths 2500 it s Call t-877-633-5212 For Pic , It Produce For the HOee Availability • VIP _rst:mar • •/e cc & Data etel::ardeg 1111911497 - 1114.9C IMSA 19.1 STRD 600V 1.lore.. •rS 14-9 19-1 IMSA 600 Volt Stranded Imsa Traffic Signal Cable - Black • ...�^••.•,..a< Price: Se.85 (You Save S0.56) 11 {y4., - Our Price per Foot: $2.30 ,: . «.:) Cut Lengths 100 to 249 it 0 S 1,90 It u-9 Cut Lengths 250 ro 999 it 0 51.77 It Click to Order it d1-877`633r5212 Cut Lengths 2500 It ♦ Call For Price & ` i1 er�`fe Availability hsa IM19114107 - #14-10C IMSA 19-1 STRD 600V nh1ge. '•Z 14-10 19-1 IMSA 600 Volt Stranded Imsa Traffic Signal Cable - Black •� Price: !-3-3(Yen Save $0.63) =•• Our Price per Foot: $2.61 Cup. Lengths 100 to 249 1t C SZ. i6 ft 14.10 Cut Lengths 250 to 999 it 0 $2.O l !t Click to OMor n a Cat Lengths 1000 to 2499 It k3 51.94 It Cut Lengths 2500 It • Cail t 8'.7-633-5212 For Price & Availeoidity http://ww.w.oiiestopbuy.coiii/omni-wire-cable/19-1-Non-Stilct-Stranded-IMSA-37110.asp 6/11/2012 Shielded - PVC - IS AWG Security and Alarm Cable OneStopBuy.com Page 1 of 2 rid t Dina" 6nappfrp-[art Suppoie. MAocasM p�lllatas Manufacturers I Omni Cable Corporation I Onim Cable Product Menu I Commercial and • },i - Residential Cable I Security and Alarm Cable I Shielded - PVC - 58 AWG Main Menu (Clic to Open) Shielded - PVC - 18 AWG Security and Alarm Cable Wire & Cable • Al: ':sire & Carle_ • Bus Drop 610V Cable rn•a. DS11802 - #18/2C SHLD BC CL3R/CMR PVC ear... • SECO':: 6'�ov ::able <°'°i"° . s°°" 18-2 CL3R/CMR -Shielded Conductors 20.AWG & 18 AWG PVC/PVC Security And Alarm - Gray (Reel of 1000 Feet) . c) 3eaV Cabe • S1E(k;`;7 300:' Carle s.e 1Is .we.G Price: 529-P::5 (You Save sSZye) • s)coly 30ov Came 18 1 ,kus, Our Price per Reel: $237.27 Buy 20 S196.60rl h Add ib Can Qty' • SIT 5)TO SiTQW 330`7 Cab:- Buy 3 @) $183.04 rl • SCOW 600v Cable Buy 4 @` 5176.26 rl SU^y2 G9Ming CaC'e • STO 500V Cable • SVO 30CV 9-cu.m Carle DS11802-8 - 1812C SHLD BC CL3R/CMR PVC BOX em=e.. 18-2 CL3R/CMRA - Shielded Conductors 20 A'NG & 18 WG PVC/PVC _ • '�/ sO°" Security And Alarm - Gray (Box of 1000 Feet) • ihe-nostat ::ire smeave • w Cable is .we PnCe: h'9145 (You Save S57.48) • :•:elding Cattle Our Price per Box: $237.27 3e-1 - � Buy 20$196.60 b. Qty: 1'— Aid To Can Buy 3 es $183.04 b. Electrical Products Buy 4 Ili $176.26 bx • AC:essones auy S+ Call 1.377-633-52:2 For Price L Availabi8ty • D-mmers and Fan SP?ed • Elec3lc Vehin=_ Changer lm.a. DS11803 - #18/3C SHLD BC CL3R/CMR PVC More . C" 18-3 CL3R/CMR - Shielded Conductors 20 AWG 8 18 AWG PVC/PVC • Fuses and Fuse no!cer - soon Security And Alarm - Gray (Reel of 1000 Feet) • GFCI Ground Fault s"m-Ivc • Name Autanaum Is .we Price: 3•sa5.59 (You Save S86.37) • umorohler3 7aa:J Our Price per Reel: $358.63 +da Boy 2 ci $297.15 n Qty, 1 Add To Can • laght Bulbs Be, 3 p $276.66 d •'_ght Fliture5 g Accesames Buy 4 P 5266.41 n Buy 5+ Call 1-877.633-5212 For Price & A1a1labi8ry • OCxpancr Sa�iprs . P:n 41 Slee't2 • Parable Cunet 30xss Conn., DS11803-B - 1813C SHLD BC CL3R/CMR PVC BOX • Po'her D!Stnteucr. S... 18-3 CL3R/CMR - Shielded Conductors 20 AWG & 18 AWG PVC/PVC • Receptaaei snla Ivc Security And Alarm . Gray • Safety Pravue rs .wd Price: Call 1-877-633-5212 For Price &Availability Click W Ortler ! • Slagle Polt Cam Cornecnrs 19.3 • Stage Pi:: De -.ices _ • Straight Slac'a De'nCes t,r•.y, OS21804. #18/4C SHLD BC CL3R/CMR PVC ki.,... • stmctured Msc:a c°"ulna 18-4 CL3R/CMR - Shielded Conductors 20 AWG & 18 AWG PVC/PVC •S::bmeter. $p°" Security And Alarm- Gray (Reel of 1000 Feet) • Surge Prctectien snle-Ire u .wc Price: 15'F2r45 (You Save S105.74) • 5'.,itcheii " 1 Our Price per Reel: $436.51 . Timars ra• .• Buy 2 a 5361.68 d Qty: 1 Add To Cen • Teals 3 C $336.74 rl I guy auy 4 @ $324.27 rl • T:rst L06 Cevices • "]all^lace, Buy 5+ Call ;-877-633-5212 For Price & AvaBability f�v Bu ss mane Fuses! Find us on Facebook Become a Fan! . v:atu::gm D=aces rm.a. • weather-Resis;anc De:i�s Coning DS21804-8 - 18I4C SHLD BC CL3R/CMR PVC BOX esa. Soon soon 18-4 CL3R/CMR - Shielded Conductors 20 AWG & 18 AWG PVCIPVC • red Cable Security And Alarm . Gray Wi • tyre Conroe_^.c5 Y 1:�g5 rs .wa • `//:re Managomen- la-4 -, Price: Call 1-877-633-5212 For Price & Availability Click to Order 1 • `:::releii Convoli �- • S%Ir2me5n Sar'_ly 1rnis • :7irin9 D?vices tm,4s DS21806 - #18/6C SHLD BC CURICMR PVC ebb...°... 18-6 CL3R/CMR - Shielded Conductors 20 AWG & 18 AWG PVC/PVC Main t•lenu 5non Security And Alarm - Gray (Reel of 1000 Feet) I .wc ''rice: 1535F.25 (You Save $149.6q • By manufact '-, IA -a Our Price per Reel: $617.64 • Electrcai PrcGuac • Energs Saving ?redo S -- Buy 2 «) 551t.76 rl Qty; I—' Add To Can (� Buy 3 N 5476.46 rl �— Buy 4 2 d 1r�.'p (//0L13 `/(�� (y'�� v • Vew ;;?m: all 1 82 BUY 5+ Call 1-877-633-5212 For ?rice 8cA03i1aollfryt • Prceu; s'or cne Haire V:? Cstmn-•r [mayv ' <°"nm"° < D321806-8 - Ial6C SHLD BC CL3R/CMR PVC BOX nnar. littp://www.otiestopbLiy.conl/omni-wire-cable/Sliielclecl-PVC-I8-AWG-37140.asp 6/14/2012 Fort Collins Traffic Operations Price Analysis Worksheet Name of Contractor: Power & Tel Analysis: The price submitted by Power & Tel is reasonable ($13,623.58). Total bid values between the next lowest quote (Consolidated Electrical Distributors, $14,943.25) and Power & Tel differed by about 10 percent ($1,319.67). The highest bid (Winlectric #1, $39,040.00) was more than double the lowest quoted price ($25,416.42 higher). The current bid reflects a decrease in price for the wire since our last purchase (similar quantities based on previous purchases would total $14,731.75, 8% higher than the current quote. Price Analysis was conducted based on one or more of the following (documentation attached). ® Written quotations from 2 or more vendors Consolidated Electrical Distributors $ 14,943.25 Crescent Electric $ 38,474.25 Power & Tel $ 13,623.58 Rexel $ 15,921.00 Winlectric 1 $ 39,040.00 Winlectric 2 $ 18,580.00 ❑ Documented phone quotations (indication contact person, phone number) ❑ Published price lists from 2 or more vendors ® Previous purchases by Fort Collins of same or similar items(s) from this or another vendor Previous Purchase —Quantity 2012 Price Current Low Bid Cost Difference 25 Conductor, 14 Gauge 4000 $ 8,676.00 $ 8,423.00 $ 253.00 5 Conductor, 14 Gauge 4000 $ 1,791.12 $ 1,662.00 $ 129.12 2 Conductor, 14 Gauge 1000 $ 274.00 $ 235.83 $ 38.17 3 Pair, 19.Gau e 4000 $ 1,551.80 $ 1,559.00 $ 7.20 3 Conductor, 18 Gauge 6000 $ 1,488.00 $ 901.80 $ 586.20 1 Conductor, 8 Gauge Solid 3000 $ 950.83 $ 841.95 $ 108.88 TOTAL $ 14,731.75 $ 13,623.58 $ 1,108.17 ® Comparison to in-house estimate Estimate Quantity Estimated Cost Current Low Bid Cost Difference 25 Conductor, 14 Gauge 4000 $ 9,000.00 $ 8,423.00 $ 577.00 5 Conductor, 14 Gauge 4000 $ 2,000.00 $ 1,662.00 $ 338.00 2 Conductor, 14 Gauge 1000 $ 300.00 $ 235.83 $ 64.17 3 Pair, 19 Gauge 4000 $ 1,600.00 $ 1,559.00 $ 41.00 3 Conductor, 18 Gauge 6000 $ 1,800.00 $ 901.80 $ 898.20 1 Conductor, 8 Gauge Solid 3000 $ 1,200.00 $ 841.95 $ 358.05 TOTAL $ 15,900.00 $ 13,623.58 $ (2,276.42) ❑ Other Pagel of 2 CONSOLIDATED ELECTRICAL DISTRIBUTORS 1717 HEATH PARKWAY FORT COLLINS CO 80524 USA TEL:(970)484.4377 FAX:(970)484.1147 CONTACT: KENDRA COLEMAN QUOTE FOR: CITY OF FORT COLLINS ACCT: 14-24950 CITY OF FORT COLLINS ACCOUNTING PO BOX 580 FT COLLINS, CO 80522 TEL:(970)416-2466 IN QTY PRODUCT CODE 01 4000 WIRE 25C14GIMSA 19-1 02 4000 WIRE SC14GISMSA19-1 03 1000 WIRE 2C14G IMSA 50-2 04 4000 WIRE 3PR19C IMSA40-2 05 * 06 6000 WIRE 3CIBGVNTC 07 3000 WIRE BAREBSOL DESCRIPTION BARE COPPER QUOTATION 1AGE QUOTE # PATE REV # REV DATE 1015670 05/23/2012 1 05/25/2012 QUOTE EXPIRES PREPARED BY 06/22/2012 KC SLS INSLS 0620 5001 FOB FREIGHT SHIPPING POINT PREPAID CUST PO # JOB NAME PRICE PEREXT AMT 2308.14 M 9232.56 487.18 M 1948.72 261.75 M 261.75 461.70 M 1846.80 153.19 M 919.14 244.76 M 734.28 TOTAL: 14943.25** PLEASE NOTE: This is not an offer to contract, but merely a quotation of current prices for your convenience and information. Orders based on this quotation are subject to your acceptance of C.E.D.'s terms and Conditions. We make no representation with respect to compliance with job specifications. file://C:\Documents and Settings\saragon\Local Settings\Temporary Internet Files\0LK4l3\Q0T1015670.... 5/30/2012 QUOTATION - PRICES SUBJECT TO CHANGE - QUANTITIES AVAILABLE SUBJECT TO PRIOR SALE CRESCENT ELECTRIC SUPPLY CO Phone: 970-484-4333 Sales Order Nr: 126-915517-00 1404 E MAGNOLIA ST FAX: 970-484-2067 Purchase Order: TRAFFIC WIRE QUOTE FORT COLLINS, CO 805244717 Order Date: 05/30/12 By JRCLAR Customer: 208280-10 Ship TO: ALL TICKETS MUST HAVE JOB CITY OF FORT COLLINS LOCATION ACCOUNTS PAYABLE PO BOX 580 FORT COLLINS, CO 80522 FORT COLLINS, CO 80522 Ordered By: SANDY ARAGON Ship VIA: CRESCENT TRUCK Line Order Qcy Avail BO Qty Type Product Description - p Unit Price Extension CESCO# 861186 1 4000 IM19114257 OMNI 14-25C IMSA 4419.75/M 17679.00 CESCO# 861191 2 4000 IM1911457 OMNI 14-5C IMSA 644.50/M 2578.00 CESCO# 861197 3 1000 LD502142 OMNI 14-2C IMSA 401.25/M 401.25 CESCO#.861200 4 4000 19/3P_IMSA_40-2 OMNI STR 3870.50/M 15482.00 CESCO# 861201 5 6000 A11803 OMNI 18/3C VNTC - 243.25/M 1459..50 CESCO# 017011 6 3000 BARE-SD-8-SOL-CU-SOOS/R WIRE WIRE 291.50/M 874.50 ---------_-- Merchandise Total 38474.25 Freight Charge Other Charges Tax (NONE) ------------ Invoice Total 38474.25 PURCHASE ORDER PO Number Page C117/ Of23486 2 of 6 `ppear F6rt Collins( on all invoices, pacst king ` v J on all invoices, packing slips and labels. Line Description Quantity UOM Unit Price Extended Ordered Price U.S.C. § 5307(n)(1) on the Contractor, to the extent the Federal Government deems appropriate. (3) The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions. 3. ACCESS TO RECORDS AND REPORTS Access to Records - The following access to records requirements apply to this Contract: A. Where the Purchaser is not a State but a local government and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 18.36(i), the Contractor agrees to provide the Purchaser, the FTA Administrator, the Comptroller General of the United States or any of their authorized representatives access to any books, documents, papers and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. Contractor also agrees, pursuant to 49 C.F.R. 633.17 to provide the FTA Administrator or his authorized representatives including any PMO Contractor access to Contractors records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. B. The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. C. The Contractor agrees to maintain all books, records, accounts and reports required under this contract for a period of not less than three years after the date of termination or expiration of this contract, except in the event of litigation or settlement of claims arising from the performance of this contract, in which case Contractor agrees to maintain same until the Purchaser, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. Reference 49 CFR 18.39(i)(11). D. FTA does not require the inclusion of these requirements in subcontracts. 4. FEDERAL CHANGES Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Master Agreement between Purchaser and FTA, as they may be amended or promulgated from time to time during the term of this contract. Contractors failure to so comply shall constitute a material breach of this contract. 5. TERMINATION a. Termination for Convenience The City may terminate this contract, in whole or in part, at any time by written notice to the Contractor when it is in the Government's best interest. The Contractor shall be paid its costs, including contract close-out costs, and profit on work performed up to the time of termination. The Contractor shall promptly submit its termination claim to the City to be paid the Contractor. If the Contractor has any property in its possession belonging to the City, the Contractor will account for the same, and dispose of it in the manner the City directs. b. Termination for Default If the Contractor does not deliver supplies in accordance with the contract 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 a we0 r CUST p: 303809 SHIP TO: City of Fort Collins 626 Linden Street non-taxable Fort Collins. CO 80524 BILL TO: City of Fort Collins Accounting Department P.O. Box 580 Fort Collins. CO 80522-0580 C)t1nTF CO NO. QUOTE DATE ORDER NO. 0001 05/24/12 5201084.00 P.O. NO. REQ SHIP PAGE Sandy Aragon - 1 05/24/12 1 Contact: Sue Erickson (901)866-3264/ sue.erickson@ptsupply.com SHIP POINT SHIP VIA Power & Telephone Supply Co. WHS ROUTING INSTRUCTIONS �, REFERENCE FREIGHT PAYMENTTERMS Freight In: N Freight Out: N Net 30 Days LINE N0. PRODUCT AND DESCRIPTION QUANTITY ORDERED. QTY. U/M UNIT PRICE PRICE tL . TOTAL 1 25cl4b7il91 4.000 FT 2.105.75 M 8.423.00 CABLE 14GA 25COND STRDD 19-1 IMSA 600V AERIAL DU Ix 4000' 25P 14GA Stranded IMSA 19-1 w/ double Trace on last 4 conductors (another option is to number the last 4 Conductors) 3 5C14B71191 4.000 FT 415.50 M 1,662.00 CABLE 14GA 5COND STRDD 19.1 IMSA 600V AERIAL DU Ix 4000' 5C 14GA Stranded IMSA 19.1 4 1pl4t191502 1.000 FT 235.83 M 235.83 CABLE 14GA 1PR STRDD 50-2 SHLDD LOOP LEAD IN Ix 1000' 2C 14GA Stranded, IMSA 50-2 5 3pl967i402 4.000 FT 389.75 MFT 1,559.00 CABLE 3PR 19GA STRDD 40.2 IMSA 300V AERIAL & Ix 4000' 3Pair 19GA Stranded IMSA 40-2 6 3cl8b7tray 6,000 FT 150.30 M 901.80 CABLE 18GA 3COND TRAY 600V THHN Ix 6000' 3C 18GA Stranded VNTC Tray 600V Direct Bury rated 7 lc8blwire 3.000 FT 280.65 MFT 841.95 CABLE 8GA 1COND SOL BARE CU SOFT DRAWN lx 3000' 8GA Solid Bare Copper 4 Week Lead Time To Ship - 2.3 days travel time We Pay Freight Pricing & Freight Based On Quantities Quoted Currency: US Dollar 6 Lines Total Subtotal: 13,623.58 Total: 13,623.58 LAST PAGE Please be aware that special ordered items may not be returnable. Contact your account manager for details. All accounts are due and payable within 30 days from billing and. if not timely paid. shall be subject to Finance Charges as set forth in our Terms and Conditions of Sale. Accounts are secured by a security interest in the goods and materials. Materials listed are based on our understanding of information received from customer and necessary assumptions. Customer is responsible for ensuring material is - correct and complete and meets the customer's requirements. All sales are subject to all our Terms and Conditions of Sale as set forth in the Credit Application and on our website at http://www.ptsupply.com/Marketing/disclaimer.htm including but not limited to DISCLAIMERS OF WARRANTY and LIMITATIONS OF LIABILITY AND REMEDIES. Ito change or addition to such Terms and Conditions will be of any effect unless openly and expressly proposed to PET in writing and specifically and expressly accepted in writing by P&T. 05/30/2012 WED 10:39 FAX ------------- (0001/001 Terry Bland 970-461-4714 970-663-1444 !rrV.bland @ rexelusa.co QUOTATION 5/30/2012 DATE PROJECT: ADDRESS: CUSTOMER NAME: City of Fort Collins QUOTED BY: BID TO: Bland 3680 Draft Horse Drive Loveland, CO 80538 loft EXPIRATION DATE QUANTITY ITEM CATALOG NUMBER AND DESCRIPTION PER UNIT PRICE TOTAL PRICE 4000 1 25 conductor 14 awg cable, Coleman 559125 M $ 2,583.00 $ 10.332.00 4000 2 5 conductor 14 awg cable, Coleman 559105 M $ 603.00 $ 2,412.00 1000 3 2 conductor 14 awg cable, Coleman 513258 M $ 324.00 $ 324.00 4000 4 3 pair cable - no bid no bid $ - 6000 5 3 conductor. 16 awg cable direct bury IEEE 1202 M $ 343.00 $ 2,058.00 3000 6 8 awg, solid copper soft drawn bare wire M $ 265.00 $ 795.00 NOTE - Due to the volitility of the copper market, we are taking $ exception to holding the price for 30 days. This quote Is valid $ until close of business 6/2/2012. $ $ All sales transactions are subject to credit approval. Any quotation and all transactions with Rexel are conditioned upon Rexel's Terms and Conditions of Sale located at hapYMmmexelusa.com/tarms, Quotation Is valid for 30 days after the date of issue unless othervdse specified with the exception of commodity Items. Quotation for commodity items is valid for the day of the quote only unless othermse specified. All amounts quoted do not include state, local or municipal taxes of any kind. Applicable sales tax will be added at the time of sale, Any services included in this quotation and listed as not being,pedormod by Rexel shall be, provided on a pass -through basis with the actual service providers terms and conditions governing the provision of the services. $ $ TOTAL _ $ 15,921.00 Thank You Page 1 of l Sandy Aragon From: RJBauer@Winlectric.com Sent: Thursday, May 24, 2012 8:05 AM To: Sandy Aragon Subject: cable Attachments: IM1911425-7.pdf Thanks for the request: see attachment for the cable we are quoting. 4,000' = 25/c $4.50ft $18,000.00 (5-7 days lead time) 4,000' = 5/c $ .66ft 2,640.00 (5-7 " 1,000' = 2/c $ .41ft 410.00 (5-7 " 4,000' = 3/pr $3.92ft 15,680.00 (3-4 weeks) 6,000' = 3/c $ .25ft 1,500.00 (3 days) 3,000' = 8 sol/bare x500'spool .27ft $810.00 (3 days) Thanks, Ron Bauer/FORT COLLINS WINLECTRIC._1— This email message and any attachments is for use only by the named addressee(s) and may contain confidential, privileged and/or proprietary information. If you have received this message in error, please immediately notify the sender and delete and destroy the message and all copies. All unauthorized direct or indirect use or disclosure of this message is strictly prohibited. No right to confidentiality or privilege is waived or lost by any error in transmission. 5/30/2012 Page l of 1 Sandy Aragon From: RJBauer@Winlectric.com Sent: Thursday, May 24, 2012 9:59 AM To: Sandy Aragon Subject: cable Sandy; I did find another company with a lot better price but the lead time is 5 weeks. THEY WOULD DOUBLE STRIP OR NUMBER THE 4 CONDUCTORS. 4,OOOft = 25/c $ 2.93 ft 4,OOOft = 5/c .58 ft 1,OOOft = 2/c .33 ft 4,OOOft = 3/pr .55 ft 6,OOOft = 3/c .20 ft 3,OOOft = 8bare .27 ft $ 11,720.00 2,320.00 330.00 2,200.00 1,200.00 810.00 (3 days) Thanks; Ron Bauer FORT COLLINS WINLECTRIC This email message and any attachments is for use only by the named addressee(s) and may contain confidential, privileged and/or proprietary information. If you have received this message in error, please immediately notify the sender and delete and destroy the message and all copies. All unauthorized direct or indirect use or disclosure of this message is strictly prohibited. No right to confidentiality or privilege is waived or lost by any error in transmission. 5/30/20 12 2012/04/19 15:45:51 2 /2 PAGE 1 OF 1 CONSOLIDATED ELECTRICAL INVOICE iNVOICENO. INVOICE DATE DISTRIBUTORS 2457-586140 04/19/2012 1717 HEATH PARKWAY FORT COLLINS CO 80524 PLEASE SHOW INVOICE NO. AND REMIT TO: (970)434-4377 FAX: (970)484-1147 CED - DENVER f� ffl111,,, P.O. BOX 9599 �\ V DENVER \J CO 80209 USA (303)759-3311 FAX: (303)792-9140 SOLD TO: cm OF FORT LOLL—liS CIT'f OF FORT COLLINS ACCOUNTING V 1717 HEATH PAP-MRAY PO BOX 530 FT COLLINS, FORT COLLINS CO 80524 CO 80522 ACCCUNTNO. 14-24950 JOBNAMEANOADORE55 COSTOMER OROV NO, CIT'f OF FORT COLLINS 3210248 SALESPERSON SHIPPING INFORMATION SHIP DATE 5001 KC PREPAID WWI CALL 04/09/2012 Duavrin QUANTITY PRODUCTCOOE DESCRIPTION SHIPPED PRICE a DISC. EXTENSION GD ' 9000 SiIRE 1903VNTC 6000 248. DOM 1498.00 FIRE SH:7?2llG 1 0.00E 0.00 :rzL£.ImY.9k:I:GL'OP;A u.GE :G VEn[wrCA:F>.E't:." PJINiJi iItlIVENT.:UIV'a FJP'1YEP: )P :AY/EEJ VEPC,UICGE �' O.DNICi YpU M1UVPiL/C'IAGEPI,:t'J t'IVPOfl0EP, 719 CCLE MERCHANDISE .tlgNlJ BE vALE :0 GP41E^ I$'SC:I EII'II:F IINOIGC'1 1488.00 V EPCFA e:LEE PETIf+I.[J nI:MNI ]'.4 :OII:E:.: rv:t_:N:9E RNO EPED ntl i:m.sn^GN.G PECF'.fJl.'M1F:::NGTIP;CTEO SALES TAX SHIPPING CHARGE 0.00 ACCh�:EJ . �E^ ECV'J:G C;.LaEE nqC )F V+CE GN PC: WnEJ CAI,CE 0.00 iEO.'ii lvi[oS CEiE:.:liE D4'�vU C44'JP'J11 ,::'Pi. C, ,CL:KE_DNOT IN S:iCN'.WGLZ TO P1,PCPA iE LCCA 4f A IFIWNTE CI. PnEOF 1 II:l)ci vWl. ?LT NU TO E(CEED ;�,c N ET PA YNENT IS DU E BY 1H E 15TH OF TOTAL DUE 1488.00 �I(IMEii.YOIINT (AW%CAI/ALLInFDIIv �.Plli R1Ll111 f•.i i 1. JI ILL OE Y. GF:N Ct lIQ t ONE.CSOlI:3 Ern ru:aPD TEPIIG.w cGlor.:c.v.PPv :I nM1; �;t THE MONTH FOLLOWING PURCHASE Dr2 �North American Headquarters INVOICE 2673 Yale Avenue Memphis, TN 38112 N ( 1 r 901.866.3300 Invoice Date 04/26/11 Page 1 SEND PAYMENTS TO: P.O. Box 1000, Dept. 839, Memphis, TN 38148-0839 ( Invoice Number Bill To: Ship To: 4437905 City of For Collins City of Fort Collins Accounting Deoanment Traffic Operations Amount Due P.O. Box 580 626 Linden Street 10,681.02 Fort Collins CO 80522-0580 Fort Collins CO 80524 Due Date UNITED STATES UNITED SF�\ ES 05l26l11 Co/Cust No Ship To No Order No jCustomer PO Whs Ter Sls 1 Sls 2 Sls 3 1/0000303809 2 7Y8PR!00 13211349 PA PA 152-47 1 300 j Ship Via Roadway Express Inc. Terms ms Net 30 days Ref# Notes FOB Shipping Point - Prepay/Allow I AR Code EN!G»' Item Number/Description U/M Ordered Shipped Sell Price Price UM Total 5C14B71191 FT 9,000 9.000 447.7800 tl 4.030.02 CABLE 14GA 5COND STRDD 19-1 L� X o — } 1 r767 I 9L — 3 x 3000' ri' 7C14B71191 FT 6,000 6.000 611.2900 M 3,667.74 CABLE 14GA 7COND STRDD 19-1 1 x 2750' (stock length) & 1 x 3250' & to cut 1C14B19L00P5 FT 6,000 6.000 109.2600 DAFT 655,56 CABLE 14GA 1COND STRDD 51-5 2 x 3000' 3P18T16EPSS1 FT 6,000 6.000 387.9500 M 2,327.70 CABLE 18GA 3PR 50-2 GADOT 1 2875' 1 t 1-��IJL X 0 ;�Ij61� - } x (stock length) & 1x 3125' to cut -1� CVCUTT025PR EA 6 6 0.0000 EA 0.00 CUT CHARGE UP TO 25PR Back on the other items - they will have a lead time these items will shin this week. Freight TRACK: Shipment Nbr ,1085213. 04/26/11 TRACK: RDWY 1`1229006003, 3348 LBS. TRACK: Order(s) - 7Y3PR!00 w"vw.ptsupply.com ISO 9001 & TL9000 Registered CONTINUED ' 0.00 HW2r el I L D:-' , Cc.; I Ins P.O. Fort C01,1171-i. Co JINVOIC E I L -004 6-9') f- .... 12.-oo Ic i Z4u SHIP I"jiti- SIIIV PA INS TRU.- No.,Ii P.'Y-J�tl- 7ERV7 ��IJANTIT IJIJ7 PRIC 7, jIj-.. X 7; 07, M V;IA i I C56 1WIRE 25C146711911 I-AU-1L 14C-A. 2"COND SWE'D IMS' 600%,* AERIAL Fili Linos lUtdi Fir:' Shipper iGta! It;; 1',,Jl ':ifl US Ono F,-,. t : 1 CLIFFORD OF VER1VfONT REMIT TO: P.O. BOX 2121 MEMPHIS,'TN 38159 Saps: 800-451 d381 G4 Route 107-RO. Box 5 1 - Bethel, Vermont 0W32 USA Other: 800-233-0111 J=B Control#238640 Fax: 802-234s006 SAE/JNS Pg 1 1 t I 1 CM tiffIll d I nl 1t-r!)M . Cd 1 esd es C or v .Co ORIGINAL INVOICE INVOICE NUMBER # 220501 o City of Fort Collins H City of Fort Collins D Accounting Department P 626 Linden Street P.O. Box 580 T Fort Collins, CO 80524 o Fort Collins, CO 80522-0580 0 INVOICE DATE SHIPPING DATE ► ORDER NUMBER FROM Carbondale ORDER DATE VIA TERMS: - FOB S.P. _ QUAN. OROEREO SPECIFICATION QUAN. SHIPPED UNIT PRICE UNIT TOTAL 3,000f 1) 1 5C 14 B 7 119-1 3CA 3000 $442.0 1000 $1,326.00 3,000f t 2) 1 7C 14 B 7 I19-1 3CA 3000 $623.0 1000 $1,869.00 6,000f• 3) 1 1C 14 B19 LOOP 3CL 6000 $103.0 1000 $618.00 61000f 4) 1 1P 14 T19 I50-2 3CL 6000 $274.0 1000 $1,644.00 �, 2= t coo x, L-74 1 %, v U 6,000f 5) 1 3P 18 T16 EPS*1 3CL 6000 $427.0 1000 $2,562.00 *** TOTAL DUE ....... ................ $8,019.00 Thank you!! THIS COMPL TES YOURORDER! pp6 5 This Transaction is expressly subject to the terms and conditions on the reverse of this cloCUment. --------------------------------- ------------- ---------------------------------------------------- ----- --- ------ PLEASE DETACH HERE AND RETURN THIS PORTION WITH YOUR REMITTANCE. J=B Control#238640 TO: CLIFFORD OF VERMONT P.O. BOX 2121, MEMPHIS,TN 38159 SAE/JNS Pg 1 o City of Fort Collins L Accounting Department D P.O. Box 580 o Fort Collins, CO 80522-0580 # 220501 AMOUNT ENCLOSED S Small Purchase of: W + Pf 4g -t-r CONTRACT CHECKLIST FOR SMALL PURCHASES Checklist Item Contract File Comments Location 7) Independent Cost Estimate The City made and documented an independent cost estimate before receipt of proposals. 9) Unreasonable Qualification Requirements N J This solicitation did not contain unreasonable requirements placed on firms in order for them to qualifV to do business. 1 2) Arbitrary Action There was no arbitrary action in the procurement process. (An example of ^, D arbitrary action is when award is made to other than the contractor who most satisfied all the City Requirements as specified in the solicitation and as evaluated by staff. 1 3) Brand Name Restrictions Brand Name or Equal. When it is impractical (/ or uneconomical to provide a clear and accurate description of the technical requirements of the property to be acquired, a "brand name or equal" description may be used to define the performance `or other salient characteristics of a specific type of property. The City must identify the salient characteristics of the named brand that offerors must provide. When using a "brand name" specification, the City does not need to reverse -engineer a complicated part to identify precise measurements or specifications in order to describe its salient characteristics. FT A's "Best Practices Procurement Manual," (BPPM) contains additional information on preparation of specifications including examples with specific language. 1 4) Geographic Preferences The solicitation contains no in -State or local /✓ geographic preference except where Federal statutes mandate or encourage them. 1 5) Contract Term Limitation The contract period of performance for rolling stock and replacement parts does not exceed �. five (5) years inclusive of options without prior written FTA approval. For all other types of contracts, the procurement file contains evidence that the contract term is based on —sound business 'ud ment. 23) Price Quotations Price or rate quotations were obtained from an adequate number of qualified sources. 24) Clear, Accurate, and Complete Specification A complete, adequate, and realistic 11 specification or purchased description was available and included any specifications and pertinent attachments which define the items or services sought in order for the bidder to properly respond. 41 ) Cost or Price Analysis Either a cost analysis or a price analysis was performed and documented. The price was l determined to be fair and reasonable. Price reasonableness based on: Price quotations. Previous purchase. Current price list or advertisement. Value Analysis — copy in file. 42) Written Record of Procurement £ �' History The file contains records detailing the history of this procurement. At a minimum, these records include: (1) the rationale for the method of procurement, (2) Selection of.contract type, (3) reasons for contractor selection or rejection, and 4 the basis for the contract price. Excluded Parties Search (� EPS run and include in the file PURCHASE ORDER PO Number Page City Of 9123486 s of s ' `t Collins This number must appear on all invoices, packing slips and labels. Line Description Quantity UOM Unit Price Extended Ordered Price schedule, or, if the contract is for services, the Contractor fails to perform in the manner called for in the contract, or if the Contractor fails to comply with any other provisions of the contract, the City may terminate this contract for default. Termination shall be effected by serving a notice of termination on the contractor setting forth the manner in which the Contractor is in default. The contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner of performance set forth in the contract. If it is later determined by the City that the Contractor had an excusable reason for not performing, such as a strike, fire, or Flood, events which are not the fault of or are beyond the control of the Contractor, the City, after setting up a new delivery of performance schedule, may allow the Contractor to continue work, or treat the termination as a termination for convenience. c. Opportunity to Cure The City in its sole discretion may, in the case of a termination for breach or default, allow the Contractor 30 days in which to cure the defect. In such case, the notice of termination will state the time period in which cure is permitted and other appropriate conditions If Contractor fails to remedy to The City' s satisfaction the breach or default of any of the terms, covenants, or conditions of this Contract within (ten (10) days] after receipt by Contractor of written notice from the City setting forth the nature of said breach or default, the City shall have the right to terminate the Contract without any further obligation to Contractor. Any such termination for default shall not in any way operate to preclude the City from also pursuing all available remedies against Contractor and its sureties for said breach or default. d. Waiver of Remedies for any Breach In the event that the City elects to waive its remedies for any breach by Contractor of any covenant, term or condition of this Contract, such waiver by the City shall not limit the City's remedies for any succeeding breach of that or of any other term, covenant, or condition of this Contract. 6. CIVIL RIGHTS REQUIREMENTS Civil Rights - The following requirements apply to the underlying contract: (1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. (2) Equal Employment Opportunity - The following equal employment opportunity requirements apply to the underlying contract: (a) Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, the Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seq ., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. § 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. Cam, c3. oil s� U City of Fort Collins Director of Purchasing and Risk Management This order is not valid over $5000 unless signed by James B. O'Neill II, CPPO City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Phone:970-221-6775 Fax:970-221-6707 Email:purchasing@fcgov.com Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 Excluded Parties List System Page 1 of 1 Search - Current Exclusions > Advanced Search > Multiple Names > Exact Name and SSN/TIN > MyEPLS > Recent Updates > Browse All Records View Cause and Treatment Code Descriptions > Reciprocal Codes > Procurement Codes > Nonprocurement Codes Agency & Acronym Information > Agency Contacts > Agency Descriptions > State/Country Code Descriptions OFFICIAL GOVERNMENT USE ONLY > Debar Maintenance > Administration > Upload Login EPLS Search Search Results for Parties Excluded by Firm, Entity, or Vessel : Power & Tel State : TENNESSEE Country: UNITED STATES As of 14-Jun-2012 7:00 PM EDT Save to MyEPLS Your search returned no results. Back New Search Printer -Friendly Resources 7 >Search Help >Advanced Search Tips > Public User's Manual j >FAQ > Acronyms I > Privacy Act Provisions > News System for Award Management ' (SAM) I I Reports i i > Advanced Reports > Recent Updates > Dashboard Archive Search - Past Exclusions > Advanced Archive Search > Multiple Names > Recent Updates > Browse All Records Contact Information > For Help: Federal Service Desk https://www.epls.gov/epls/search.do 16/14/2012 PURCHASE ORDER PO NumberJ-4 Page City. of PURCHASE n9123486 of 6 `t Collins This number must appear ` " on all invoices, packing slips and labels. Line Description Quantity UOM Unit Price Extended Ordered Price The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (b) Age - In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. § § 623 and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (c) Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. § 12112, the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (3) The Contractor also agrees to include these requirements in each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties. 7. DISADVANTAGED BUSINESS ENTERPRISE (DBE) a. This contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs. The national goal for participation of Disadvantaged Business Enterprises (DBE) is 10%. The agency' s overall goal for DBE participation is 9.9 %. A separate contract goal [has not] been established for this procurement. b. The contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of this DOT -assisted contract. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as City of Fort Collins deems appropriate. Each subcontract the contractor signs with a subcontractor must include the assurance in this paragraph ( see 49 CFR 26.13(b)). The successful bidder/offeror will be required to report its DBE participation obtained through race -neutral means throughout the period of performance. c. The contractor is required to pay its subcontractors performing work related to this contract for satisfactory performance of that work no later than 30 days after the contractor' s receipt of payment for that work from the City of Fort Collins . In addition, is required to return any retainage payments to those subcontractors within 30 days after incremental acceptance of the subcontractor' s work by the City of Fort Collins and contractor s receipt of the partial retainage payment related to the subcontractor' s work. d. The contractor must promptly notify City of Fort Collins whenever a DBE subcontractor performing work related to this contract is terminated or fails to complete its work, and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. The contractor may not terminate any DBE subcontractor and perform that work through its own forces or those of an affiliate without prior written consent of City of Fort Collins. Invoice Address: City of Fort Collins Director of Purchasing and Risk Management This order is not valid over $5000 unless signed by James S. O'Neill ll, CPPO City of Fort Collins City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Accounting Department Phone:970-221-6775 Fax: 970-221-6707 Email: purchasing@fcgov.com PO BOX 580 Fort Collins, CO 80522-0580 PO PURCHASE ORDER 912348er Page City OfCollins � 9123486 5 of 6 Flirt Gol f „s This number must appear ,�—J`-' ` ` 1 , on all invoices, packing slips and labels. Line Description Quantity UOM Unit Price Extended Ordered Price 8. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1 F, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any City of Fort Collins requests which would cause the City of Fort Collins to be in violation of the FTA terms and conditions. 9. GOVERNMENT -WIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT) This contract is a covered transaction for purposes of 49 CFR Part 29. As such, the contractor is required to verify that none of the contractor, its principals, as defined at 49 CFR 29.995, or affiliates, as defined at 49 CFR 29.905, are excluded or disqualified as defined at 49 CFR 29.940 and 29.945. The contractor is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it enters into. By accepting this purchase order, the vendor or contractor certifies as follows The certification in this clause is a material representation of fact relied upon by the City of Fort Collins. If it is later determined that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to the City of Fort Collins, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 49 CFR 29, Subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. 10. ENERGY CONSERVATION REQUIREMENTS Energy Conservation - The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. 2 Bandit Supplies for Sig Maint As per Quote 4604844 c3. oi'l�:ges�- 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 1 LOT LS 730.05 Total $4.636.27 Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 Purchase Ordcr Terms and Conditions Page 6 of 6 I. COMMERCIAL DETAILS. Tax exemption, By statute the City of Fan Collins is exempt fmm state and local taxes. Our Exemption Number is 98-04502. Federal Excise Tax Exemption Certificate of Registry 84-6000587 is registered with the Collector of Intcmal Revenue, Denver. Colorado (Ref. Colorado Revised Statutes 1973, Chapter 39-26, 114 (a). Goods Rejected. GOODS REJECTED duc to failure to meet specifications. either when shipped or due to defects of damage in transit may be returned to you for credit and arc not to be replaced except upon receipt of written instructions from the Cityof Fort Collins. Inspection. GOODS arc subject to the City of Fart Collins inspection an arrival. 11. NONWAIVER. Failure of the Purchaser to insist upon strict performance of the tame, and conditions hereof. Eaibirc or delay to exercise any rights or remedies provided herein or by lam, failure to promptly notify the Seller in the event of a breach, the acceptance of or payment for goods hercundcr or approval of the design, shall not release the Scllct of any of the wuanfc, m obligations of this purchase order and shall not he deemed a waiver of any right of the purchaser to insist upon strict perfnrmanec hacof orany of its rights or remedies as to any such goods, regardless of when shipped. received or accepted, as to any prior or subsequent default hercundcr, nor shall any purynned am1 modification or rescission of this purchase order by the Purchaser operate as a waiver of any of the terms hereof. Final Acceptance. Receipt of the merchandise, services or equipment in response to this order can result in 12. ASSIGNMENT OF ANTITRUST CLAIMS. authorized payment on the pan of the City of Fan Collins. However, it is to be understood that FINAL Seller and the Purchaser recognize that in actual economic practice, overcharges resulting from antitrust ACCEPTANCE is dependent upon completion ofall applicable required inspection procedures. violations are in fact borne by the Purchaser. Theretofore, for good cause and as consideration for executing this purchase order, the Seller hereby assigns to the Purchaser any and all claims it may now have or hereafter Freight Terms. Shipments most be F.O.B., City of Fan Collins, 7(K) Wood St., Fort Collins, CO 80522. unless acquired under federal or state antitrust laws for such overcharges relating to the particular goods or services othervrise 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 be accepted. 13, PURCHASERS PERFORMANCE OF SELLERS OBLIGATIONS. Shipment Distance. Where manufaetuRrs have distributing points in various pans of the country, shipment is Tithe Purchaser directs the Seller to correct nonconforming or defective goods by a date to be agreed upon by the expected from the nearest distribution point to destination, and excess freight will be deducted from Invoice when Purchaser and the Seller, and the Seller thco uMr indicates its inability or unwillingness to comply, the Pa¢hascr shipments arc made from greater distance. may cause the work to be performed by the most expeditious means available to it, and the Seller shall pay all mere occrc,omrd -irh rnrh —A Permits. Seller shall procure at sellers sale cost all necessary permits, certificates and licenses required by all applicable laws, regulations. ordinances and rules of the state, municipality, territory or political subdivision where the work is performed, or required by any other duly constituted public authority having jurisdiction over the work of vendor. Scllcr further agrees to hold the City of Fan Collins harmless from and against all liability and loss incurred by them by reason of an asserted or established violation of any such laws, regulations, ordinances, sales and requirements. Authorization. All panics to this contract agree that the representatives arc, in fact, bona fide and possess full and complete authority to bind said panics. LIMITATION OF TERMS, This Purchase Order expressly limits acceptance to the terms and conditions stated herein act forth and any supplementary or additional temus and conditions annexed hereto or incorporated herein by reference. Any additional or different terms and conditions pnrpoud by seller arc objected to and hereby rejected. 2. DELIVERY. PLEASE ADVISE PURCHASING AGENT immediately if you cannot make complete shipment to arrive an your premised delivery date as noted. Time is of the essence. Delivery and performance most be ciliated within the time stated on the purchase order and the documents attached hereto. No acts of the Purchasers including, without limitation, acceptance of partial late deliveries, shall operate as a waiver fthis provision. In the event crony delay, the Purchaser shall have, in addition to other legal and equitable ¢medics, the option ofplacing this order elsewhere and holding the Sella liable for damages. Hmmver, the Seller shall not be liable for damages as a result of delays due to causes not reasonably foreseeable which arc bcyand its reasonable control and without its fault of negligence, such acts i God, acts ofcivil or military mnhmitics. governmental pnontics, fires, strikes, flood, epidemics, wars or riots provided that notice of the conditions cousing such delay is given to the Purchaser within five (5) days of the time when the Seller fast received knowledge thereof In the event of any such delay, the date of delivery shall be extended for the period equal to the time actually lost by reason ofthc delay. 3. WARRANTY. The Seller warrants that all goods, articles, materials and work covered by this order will conform with applicable drawings, specifications, samples and/or other dacriptionx given, will be 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 harmless fmm any loss, damage or expense which the Purchaser may suffer or incur on account of the Sellers breach of warranty. The Seller shall replace, repair or make good, without cost to the purchaser, any defects or faults arising within one (I I year or within such longer period of time as may be prescribed by Iry or by the terms of any applicable waanty provided by the Seller after the date of acceptance of the goods furnished hereunder (acceptance not to be unreasonably delayed), resulting from imperfect or defective work done or materials famished by the Seller. Acceptance or use of goods by the Purchaser shall not constitute a waiver orany claim under this warranty. Except as otherwise provided in this purchase order, the Sellers liability hereunder shall extend to all damages proximately caused by the breach of any of the foregoing semantics or guarantees, but such liabi lily shall in no event include loss of profits or loss of use. NO IMPLIED WARRANTY OR MERCHANTABILITY OR OF FITNESS FOR PURPOSE SHALL APPLY. 4. CHANGES IN LEGAL TERMS. The Purchaser may make changes to legal terms by written change order. 5. CHANGES IN COMMERCIAL TERMS. The Purchaser may make any changes to the teas, other than legal term. including additions to or deletions from the quantities originally ordered in the specifications or drawings. by verbal or written change order. If any such change affects the amount due or the time of pci fora ince hercundcr, an equitable adjustment shall be made. 6. TERMINATIONS. The Purchaser may at any time by written change order, ruminate this agreement as to any or all portions of the goods then not shipped. subject to any equitable adjustment bmwccn the parties as to any work or materials then in progress provided that the Purchaser shall not be liable for any claims for anticipated profits on the uncompleted ,anion of the gads and/or wark, for incidental or consequential damages, and that no such adje tmcnt be made in favor of the Scllcr with respect to any goods which am the Scllcrs standard stock. No such termination shall relieve the Purchaser or the Seller of any of their obligations as to any grads del ivcred hereunder. 7. CLAIMS FOR ADJUSTMENT. Any claim for adjustment must be asserted within thirty (30) days room the date the change or termination is ordered. 8. COMPLIANCE WITH LAW. The Seller .warrants that all guests sold hercundcr shall have been produced, sold, delivered and furnished in strict compliance with all applicable laws and regulations to which the goods arc subject. The Seller shall execute and deliver such documents as may be required to effect or evidence compliance. All laws and regulations required to be incorporated in agreements of this character arc hereby incorporated herein by this reference. The Seller agrees to indemnify and hold the Purchaser harmless from all costs and damages suffered by the Purchaser as a result of the Scllcrs failure to comply with such law. 9. ASSIGNMENT. Neither parry shall assign, transfer or convey this order, or any monies due or to become due hereunder without the prior written consent of the other parry. 10. TITLE. The Scllcr namnts full, clear and unrcntricted title to the Purchaser for all equipment, materials, and items furnished in performance of this agreement, free and clear of any and all liens, restrictions, reservations, security interest encumbrances and claims of ithers. The Seller shall release the Purchaser and its contractors of any tier from all liability and claims of any nature resulting from the Performance ofsuch work. This release shall apply even in the event of fault of negligence of the party relaxed and shall extend to the dircatc x. omccrs and employees ofsuch party. The Scllcr's contractual obligations, including warranty, shall not be deemed to be reduced, in any way, because such work is perforated or caused to be performed by the Purchaser. 14. PATENTS. Whenever the Seller is required to use any design, device, material or process covered by latter, patent, trademark or copyright, the Seller shall indemnify and save harmless the Purchaser from any and all claims for infringement by reason of the use of such patented design, device, material or process in connection with the contract. and shall indemnify the Purchaser for any cost, expense or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution or strict the completion of the work. In case said equipment or any pan thereof or the intended use of the goods, is in such suit held to constitute infringement and the use of said equipment or part is enjoined, the Seller shall, at its own 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 noninfringing equipment or modify it so it bao m.% noninfringing. 15. INSOLVENCY. If the Seller .%hall becnme insolvent or bankrupt, make an assignment for the benefit of creditors, appoint a receiver or trustee for any of the Sellers property or business, this order may forthwith he canceled by the Purchaser without liability. 16. GOVERNING LAW. The definitions ofica s used or the interpretation ofthe agreement and the rights ofall panics hereunder shall be construed under and governed by the laws ofthc State of Colorado. USA. The following Additional Conditions apply only in cases where the Seller is to perform work hereunder. including the services of Scllcrs Rcprcscntative(s). on the premises crashers. 17. SELLERS RESPONSIBILITY. The Scllcr shall carry on said work at Seller's own risk until the same is fully completed and accepted, and shall, in case of any accident, destruction or injury to the work and/or materials before Seller's fail eamplctian and acceptance, complete the work at Seller's own expense and to the satisfaction of the Purchaser. When materials and equipment ore famished by others for installation or erection by the Seller, the Seller shall receive, unload, store and handle same in the site and become rcspanxiblc therefor as though such materials and/or equipment were being furnished by the Seller under the order. 18. INSURANCE The Seller shall, at his own expense, provide for the payment Mwnrkcrs compensation. including aceusitional disease benefit, to its employees employed on or in connection with the stork covered by this purchase order. and/or to their dependents in accordance with the laws of the state in which the work is to be done. The Seller shall also carry comprehensive general liability including, but not limited to, contracmol and automobile public liability insurance with bodily injury and death limits of at lenzt S300.000 far any one person. S500.000 for nay one accident and pmperty danagc limit per accident of S400,000. The Seller shall likewise require his contractors, if any, to provide far such compensation and insurance. Before any of the Sellers or his contractors employees shall do nay work upon the pmmisea crashers, the Seller shall famish the Purchaser with a certificate that such compensation and insurance have been provided. Such certificates shall specify the date when such compensation and insurance have been provided. Such certificates shall specify the date when such cnmpcvsatum and insurance expires. The Seller agrees that such compensation and insurance shall be maintained until after the entire work is completed and accepted. 19. PROTECTION AGAINST ACCIDENTS AND DAMAGES. The Scllcr hereby assumes the entire responsibility and liability for any and all damage, loss or injury array kind or nature whatsoever to persons or pmperry caused by or resulting from the execution ofthe work provided far in this purchase order or in connection herewith. The Seller will indemnify and hold harmless the Purchaser and any or all of the Purchasers officers, agents and employees from and against any and all claims, losses danmges, charges or expenses whol er direct or indirect, and whether to persons or property to which the Purchaser may be put or suhiat by reason of any act, action, neglect omission or default on the pan of the Scllcr, any of his contractors, or any of the Sellers or contractors officers, agents or employees. In case any suit or other pmcccdings shall be hraught against the Purchaser, or its effects, agents or employees at any time on account or by reason of any act, action, neglect, omission 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 assume the defense flume f and to defend the same at the Sellers own expense, to pay any and all cots, charges, aaomcvs tax and other expenses, anv and all judgments that may be incurred by or obtained against the Purchoser or any of its or their officers, agents or employees in such suits or other proceedings, and in case judgment or other lien be placed upon or obtained against the property of the Purchaser, or said panics in or as a result ofsuch suits or ether proceedings. the Seller will at once cause the same to be dissolved and discharged by giving bond or otherwise. The Seller and his contractors shall take all safety precautions, famish and install all guards necessary for the prevention of accidents. comply with all laws and regulations with regard to safety, including, but without limitation. the Occupational Saferyand Henith Act of 1970 and all ales and regulations issued pursuant thereto. Revised 03/2016 City of ,' FOf'i C011inS Independent Cost Estimate �� C Date of Estimate: 5/25/2012 Contract Type: Material Bid Existing Contract or PO (YIN): N Description of Goods (A) or Services (B): Provide wire per City of Fort Collins specifications for the Mason two-way conversion r I have obtained the following estimate from: Prior City of Fort Collins Traffic Operations Jobs; City of Loveland current bid, current published pricing Published Price List / Past Pricing (date) Current as of 5/25/2012 Engineering or Technical Estimate (performed by) Britney Sorensen Independent Third Party Estimate (performed by) Britney Sorensen Other (specify) Cost Estimate Details: (Estimate calculated in US Dollars) Quantity auvaiu uenrs Cost ($/ea) Cost ($/ea) Cost ($/ea) . Data Source 1: City Data Source 2: Engineering of Fort Collins Prior Published Pricing Product Estimate Purchase onestopbuy.com 25C 25 conductor, 14 au a stranded, IMSA 19-1 4000 $ 9,000.00 $ 8.676.00 $ 15,040.00 5C J5 conductor, 14 gauge stranded, IMSA 19-1 4000 $ 2,000.00 $ 1,791.12 $ - 3,920.00 2C 2 conductor, 14 gauge stranded, IMSA 50-2 1000 $ 300.00 $ 274.00 $ 450.00 3P 3 2air, 19 gauge stranded, IMSA 40-2 4000 $ 1,600.00 $ 1,551.80 $ 1,835.28 3C 3 conductor, 18 gauge stranded 6000 $ 1,800.00 $ 1,488.00 $ 2,400.00 #8 (single, solid bare copper) 3000 $ 1,200.00 1 $ 950.83 I $ 1.320.00 Source Notes 1: Prior City of Fort Collins purchase for wire (4/19/12, 5126/11, 1/25/06) 2: Current Published Pricing at onestopbuy.com (6/10112) Signature of Preparer: +"c..ra a w,ana.za CONSOLIDATED ELECTRICAL DISTRIBUTORS 1717 HEATH PARKWAY FORT COLLINS CO 80524 (970)484-4377 FAX:(970)484-1147 SOLD TO: CITY OF FORT COLLINS ACCOUNTING PO BOX 580 FT COLLINS, CO 80522 2012/04/19 15:45:51 INVOICE 2 /2 PAGE 1 OF 1 INVOICE NO. INVOICE DATE 2457-586140 1 04/19/2012 PLEASE SHOW INVOKE NO. AND REMIT TO: CED - DENVER P.O. BOX 9599 DENVER CO 80209 USA (303)759-8311 FAX: (303)782-9140 CITY OF FORT COLLINS 1717 HEATH PARKWAY - FORT COLLINS CO 80524 ACCOUNT NO. 14-24950 JOB NAME AND ADDRESS RD NO. STOMER 077 CITY OF FORT COLLINS 3210248 SALESPERSON SHIPPING INFORMATION SHIP DATE 5001 KC PREPAID WILL CALL Od/09/2012 QUANTITY QUANTITY P ORDERED PROOI/CTCODE DESCRIPTION i SHIPPED PRICE n DISC. EXTENSION CID 6000 WIRE 1803VNTC 6000 248.00H 1488.00 1 WIRE SHIPPING I 0.00E 0.00 TR,9 AIL RISK Or L06G OR GMAOE TOME PCNAIGSE wG9E9 A' PINNT OF GHIPMEM, CUING FeNDNCP10R 00.M GEJ MFRCINIAL ^f� iO AD'/IOF YOU%OVPY CONEPt1t0 YOUR ORDER IMI8 C00E MERCHANDISE B?m ..OE TO WIRER, ID00II OUR AOC[J 1468.00 MCnC t:CSERE,LRNED'nnMWO':VCOtKEtin!LL!:OTJE 0._cC.PCFMEO Y,"3.IPA55W. AS RECE.K'EO 1I.E5S Y:5'1M1ICTEO SSALESALESTGAX CHARGE 0.00 ACCEPiEC A RESIUNiA CMPOF �lLL GF VAC"e ON RF E�N.ED 0.00 I, WdE690ETFCTNE CPTMW CNPORON GURPAPi C,"ANCELLEO NOiIN6�CK 1R4OLf i0 PUPC1MCf lSALLY A 3EIMCE CIMROE Of 110 r R MOIRN. OUT NET TO EPCEED TITF PUT NIONEOT A MO PM WIT ML'Y ALLOYtE D OY G NTiNGI IN 11115 RTA TE, I" INS ACE AU PAS T WE ACCOUNT s. NET PAYMENT IS WE BY THE ISTH OF THE MONTH TOTAL DUE 1488.00 O UP GTANO I TERMS MO C0ILXIOTA AP RY.0 TM13 ULE FOLLOWING PURCHASE North American Headquarters ST2r 21s Memphis, TN 38112 Invoice Date 04/26/11 Page 1 SEND PAYMENTS TO: P.O. Box 1000, Dept. 839, Memphis, TN 38148-0839 Invoice Number Bill To: i Ship To: 4437905 City of For Collins City of Fort Collins Amount Due Accounting Department Traffic Operations P.O. Box 580 626 Linden Street 10,681.02 Fort Collins CO 80522-0580 Fort Collins CO 80524 Due Date UNITED STATES --UIgTE0'SFA�TES i 05/26/11 \i Co/Cust No Ship To No Order No stomer PO Whs Ter Sls 1 Sls 2 Sls 3 1/0000303809 2 7Y8PR/0g 111349'�SQ�Fi/ PA PA 5217 300 Ship Via Roadway Express Inc. Tf+rms Net 30 days Ref# Notes ✓� FOB Shipping Point - Prepay/Allow AR Code EN/G4 Item Number/Description U/M Ordered Shipped Sell Price Price UM Total SC14B71191 FT CABLE 14GA 5COND STRDD '19-1 3 x 3000' 7C14871191 FT CABLE 14GA 7COND STRDD 19-1 1 x 2750' (stock length) & 1 x 3250' & to cut 1C14B19L00P5 FT CABLE 14GA iCOND STRDD 51-5 2 x 3000' 3P18T16EPSS1 FT CABLE 18GA 3PR 50-2 GADOT 1 x 2875' (stock length) & I 3125' to cut CVCUTT025PR EA CUT CHARGE UP TO 25PR 9,000 9,000 447.7800 NI 4.030.02 6,000 6.000 611,2900 M 3,667.74 6,000 6,000 109.2600 MFT 655.56 6,000 6,000 387.9500 M 2,327.70 L�UNoca x o. -?D�n�i� _ $ 65i-� 6 6 0.0000 EA 0.00 Back on the other items - they will have a lead time these items will ship this week. Freight TRACK: Shipment Nbr #1085218, 04/26/11 TRACK: P.DWY #1229006003, 3348 LBS. TRACK: Order(s) - 7Y8PR/00 www.ptsupply.com ISO 9001 & TL9000 Registered CONTINUED 0.00