Loading...
HomeMy WebLinkAbout446296 CLEAVELAND/PRICE INC - PURCHASE ORDER - 9126352Fort Collins Date: 12/12/2012 PURCHASE ORDER PO Number Page 9126352 1of7 This number must appear on all invoices, packing slips and labels. Vendor: 446296 Ship To: ELECTRIC UTILITIES CLEAVELAND/PRICE INC CITY OF FORT COLLINS 14000 RT 993 700 WOOD ST TRAFFORD Pennsylvania 15085-9550 FORT COLLINS Colorado 80521 Delivery Date: 12/12/2012 Buyer: OPAL DICK Note: Line Description Quantity Ordered UOM Unit Price Extended Price 1 1 ea. PAD motor controller & 1 LOT EA 8,195.00 motor assembly for PME-11 Quote #12M1113 Item 1 2 2 ea PAD drone unit with motor 1 LOT EA 14,470.00 assembly for PME-11 Quote #12M1113 Item 2 3 Control Switches for all motor 1 LOT EA 1,008.00 controls All controls wired per SCADA control drawings provided by Fort Collins Utilities. All controls shall be function tested prior to shipment. Axion configs will be provided by FCU Freight prepaid Project Engineer - Bob Hover 970.221-6725 Cell 1970-217-8109 bhover@fcgov.com Ship to: Fort Collins Utilities Attn: Bob Hover, 700 Wood Street, Fort Collins, Cc 80521-1945 Federal Requirements. To the extend applicable, the terms and conditions under federal law listed below are incorporated into this Agreement. DOE Requirements. DOE requires specific contract terms for the purpose of making audit, examination, Invoice Address: City of Fort Collins Director of Purchasing and Risk Management This order is not valid over $5000 unless signed by James B. O'Neill II, CPPO City of Fort Collins City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Accounting Department Phone:970-221-6775 Fax: 970-221-6707 Email:purchasing@fcgov.com PO Box 580 Fort Collins, CO 80522-0580 MEMORANDUM From: Bob Hover -Electric System Design Mgr. To: Opal Dick -Senior Buyer, Purchasing Date: ISeptember 16, 2012 RE: Sole Source Justification for Cleaveland Price Motor Controls As part of the SGIG project, Fort Collins Utilities — Light and Power Department, will add control and monitoring to six (6) 15KV distribution switches. Various data is gathered from the switches for transmission back to the control room via the SCADA system using 900MHz wireless technology. Cleaveland Price was selected as a sole source provider in 2008 for the distribution switch motor controls for the distribution switches for the following reasons: • Ability to provide motor controls for all our existing padmounted switch types. This allows for one common motor control design throughout the distribution system regardless of the switch manufacturer. Efficiencies will be realized for installation, checkout, SCADA master and remote configuration, and troubleshooting. It also provides operational consistency and therefore safety of distribution crews. • Cleaveland Price will integrate our standard SEL Axion RTU and our Rogowski current transducers into their controls and control cabinet. • Allows for a single automated distribution design rather than motor controls, SCADA interface; and different operating procedures from multiple vendors. • Wide penetration of the Utility market with over 14,000 units installed in the field. • Rapid engineering and delivery. In keeping.with our original engineering design criteria, we are requesting the current purchase of motor controls from Cleaveland Price. Please see the attached Purchase Order Requisition. Thank you. f %` PEA VELAND % PR/CE INC.. 14000 RT..993 • Trafford, PA 15085-9550 (724) 8.64-4177 www.'cleavelandprice.com, FAX (724) 864-9040 CITY OF. FORT COLLINS Fort Collins, CO 80524 Attention: Bob Hover Email: bhover@fcgov.com c: Equal.Electric, Inc. Quotation No. 12J1805 Date: September 18, 2012 Ref.: S&C PME-I I Delivery: 14 - 16 weeks ARO Prices Firm: Through delivery Quote Valid To: October 26, 2012 F.O.B. Point: Destination Freight Terms: Freight allowed Payment Terms: Net 30 Days Quoted By: Roy Onofrey Item No. Quan. Description Style Number Unit Price Extended Price I 1 PAD controller and motor assembly for mounting on Similar to 7,995 7,995 S&C PME-I I switches. The controller has provision for C33B1020 local and remote electrical control of the motor assembly. The controller will house the customer's RTU, radio, and RTCi sensor modules. • Critical features package essential for automation reliability. Package includes automatic load disconnect, No -Go function, temperature compensated battery charger, stallout timer with auto- reset, and dual power source for motor. The customer's 125NAC source is used as the primary power source with a battery as a backup. • Maxrad antenna supplied and installed by FCU. • Panel mounted coaxial surge arrester • Powder coated white aluminum enclosure • Factory installation of customer supplied MDS Entranet • Factory installation of customer supplied RTU (SEL Axion) • Factory installation of customer supplied control switch •. Intruder switch (Open door alarm) • .Fuse blocks and fuses as required. • Terminal blocks as required. • Factory installation of customer supplied 3 Ph RTCi Rogowski coil current transducers (Qty = 4). CITY OF FORT COLLINS: Ref.: S&C PME-I I Quotation No. 12J1805 Item No. Quan. Description Style Number Unit Price Extended Price .2 1 PAD drone unit with motor assembly controlled by. Similar to 6,995 6,995 . a remote master unit for mounting on S&C PME-I I C33B1007GOI switches..The controller has provision for local and remote electrical control of the motor assembly. • Drone control provision using actuation signal'from a master PAD unit. • Critical features package essential for automation reliability. Package includes automatic load disconnect, No -Go function temperature compensated battery charger stallout timer with auto- reset, and dual power source for motor. The customer's 125 VAC source is used as the primary power source with a battery as a backup. • Powdercoated white aluminum enclosure • Factory installation of customer supplied. control switch • Intruder switch (Open door alarm) Technical Notes This quotation has been prepared without a specification available. 2 of 2 CP-OLEAVELANDIPRICE INC. 14000 .RT. '993 .-. Trafford, PA 15085-9550 • (724) 864-4177 W: mcleavelandprice.cdm FAX (724) 864-9040 CITY OF FORT COLLINS .Fort Collins, CO 80524 Attention: Bob Hover Email: bhover@fcgov.com c: Equal Electric, Inc. Quotation No. 12J1806 . Date: September 18, 2012 Ref: S&C VISTA532 Delivery: 14 - 16 weeks ARO Prices Firm: Through delivery Quote Valid To: October 26, 2012 F.O.B. Point: Destination Freight Terms: FA on order value > $20,006 Payment Terms: Net 30 Days Quoted By: Roy Onofrey Item. No. Quart. Description Style Number Unit Price Extended Price 1 1 PAD controller and motor assembly for mounting on Similar to 7,945 7,945 S&C VISTA532 switches. The controller has provision C33BI020 for local and remote electrical control of the motor assembly. The controller will house the customer's RTU, radio, and RM sensor modules. • Critical features package essential for automation reliability. Package includes automatic load disconnect, No -Go function, temperature compensated battery charger, stallout timer with auto- reset, and dual power source for motor. The customer's 125 VAC source is used as the primary power source with a battery as a backup. • Maxrad antenna supplied and installed by FCU. • . Panel mounted coaxial surge arrester • Powder coated white aluminum enclosure • Factory installation of customer supplied MDS Entrant • Factory installation of customer supplied RTU (SEL Axion) • Factory installation of customer supplied control switch • Intruder switch (Open door alarm) • Fuse blocks and fuses as required. • Terminal blocks as required. • Factory installation of customer supplied 3. Ph RM Rogowski coil current transducers (Qty = 5) Quote.12J 1806 '= QI211806r000.doc 1 of 2 CITY OE, FORT COLLINS Ref: S&C VISTA532 Quotation No. 12J 1806 Item . No. Quan. Description Style Number Unit Price Extended: Price 2 2 PAD drone unit with motor assembly controlled by Similar to 6,980 13,960 a remote master unit for mounting -on S&C C33BI007GOI VISTA532 switches. The controller has provision for local and remote electrical control of the motor assembly. • Drone control provision using actuation signal from a master PAD unit. • - Critical features package essential for automation reliability. Package includes automatic load disconnect,, No -Go function temperature. compensated battery charger stallout timer with auto- reset, and dual power source for motor. The customer's 125 VAC source.is used as the primary power source with a battery as a backup. • Powder coated white aluminum enclosure • Factory installation of customer'supplied control switch • Intruder switch (Open door alarm) Technical Notes This quotation has been prepared without a specification available. Attachments: C33141020 Quote.1211806 QI2J1806r000 doc_ 2 of 2 Roy. Onofrey R I J::: CLEA'VELAM/ PRICE INC. 14000 :'RT...993. - Trafford W . 15085-9550 • (724) 864-4177 : tniwwx cave/andprice.com FAX (724) 864-9040 CITY OF. FORT COLLINS Fort. Collins; CO 80524 Attentiom. Bob Hover Email: bhover@fcgov.com c: Equal Electric, Inc. Quotation No. 12J 1303 Date: September 13, 2012 Ref: S&C PME-9 Delivery: 14 - 16 weeks ARO Prices Firm: -Through delivery Quote Valid To: October. 26, 20.12 F.O.B. Point: Destination Freight Terms: FA on order value > $20,000 Payment Terms: Net 30 Days Quoted By: Roy Onofrey . Item No. Quan.. Description Style Number Unit Price Extended Price 1 4 PAD controller and motor assembly for mounting on Similar to 7,945 31,780 S&C PM&9 switches. The controller has provision for C33B1020 local and remote electrical control of the motor assembly. The controller will house the customer's RTU, radio, and RM sensor modules. • Critical features package essential for automation reliability. Package includes automatic load disconnect, No -Go function, temperature compensated battery charger, stallouttimer with auto- reset, and dual power source for motor. The customer's 125 VAC source is used as the primary power source with a battery as a backup. • Maxrad antenna supplied and installed by FCU. • Panel mounted coaxial surge arrester • Powder coated white aluminum enclosure • Factory installation of customer supplied MDS Entranet • Factory installation of customer supplied RTU (SEL Axion) • Factory installation of customer supplied control switch • Intruder switch (Open door alarm) • Fuse blocks and fuses as required. • Terminal blocks as required. • Facto_ ry.installation of customer supplied 3 Ph RM Rogowski coil current transducers (Qty = 4) Quote. I2J 1303' - ;-:Q12J1303i000.doc _CITY OF FORT COLLINS Ref.: S&C PME-9 Quotation No. 12J1303 Item No. Quart. Description Style Number Unit Price Extended Price . 2 4 PAD drone unit with motor assembly controlled by Similar to 6,980 27,920 a remote master unit for mounting on S&C PME-9 C33B 1007G01 switches. The controller has provision for local and remote electrical control of the motor assembly. • Drone control provision using actuation signal from a master PAD unit. • Critical features package essential for automation reliability. Package includes automatic load disconnect, No -Go function. temperature compensated battery charger stallout timer with auto- reset; and dual power source for motor. The customer's 125 VAC source is used as the primary power source with a battery. as:a backup. • Powder coated white aluminum enclosure • Factory installation of customer supplied control switch . Intruder switch (Open door alarm) Technical Notes Thus-quotationhas been prepared without a specification available. Qd6te.12J 1303 Q 12J.1303r000:doc City of art Collins PURCHASE ORDER PO Number Page 9126352 2of7 This number must appear on all invoices, packing slips and labels. Line Description Quantity UOM Unit Price Extended Ordered Price excerpts, and transcriptions. Professional 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 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. Clean Air Act : Professional will comply with all applicable standards, orders, or requirements issued under section 306 of the Clean Air Act (42 U.S.C. 1857(h)), section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and Environmental Protection Agency regulations (40 CFR part 15). Energy Policy and Conservation Act : Professional will 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 (Pub. L. 94-163, 89 Stat. 871). Intellectual Property . Contractor may copyright any work that is subject to copyright and is developed by Contractor under the Agreement. 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. Lobbying Restrictions . Contractor shall comply with the restrictions on lobbying in 31 U.S.C. 1352, as implemented by the DOE at 10 C.F.R. Part 601, and shall submit all disclosures required by Law. In addition, Contractor shall comply with the prohibition in 18 U.S.C. 1913 on the use of Federal funds, absent express Congressional authorization, to pay directly or indirectly for any service, advertisement or other written matter, telephone communication, or other device intended to influence at any time a Member of Congress or official of any government concerning any legislation, Law, policy, appropriation, or ratification. 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 FTA 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 C3. O'ls:.sQ� City of Fort Collins Director of Purchasing and Risk Management This order is not valid over $5000 unless signed by James B. O'Neill II, CPPO City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Phone:970-221-6775 Fax:970-221-6707 Email:purchasing@fcgov.com Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 City of �,.Fort Collins PURCHASE ORDER PO Number Page 9126352 3of7 This number must appear on all invoices, packing slips and labels. Line Description Quantity UOM Unit Price Extended Ordered e 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. Clean Water Act. The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq . The Contractor agrees to report each violation to the Purchaser and understands and agrees that the Purchaser will, in turn, report each violation as required to assure notification to DOE and the appropriate EPA Regional Office. Cargo Preference Requirements . 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 subcontractors bill -of -lading.) 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 City, in the form and format and within the timeframes requested by City, in order to enable City to comply with the DOE Grant Agreement reporting and information requirements for the Project. In addition to the requirements set forth in the Agreement and in this Schedule, 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 PO FCityof PURCHASE ORDER 912635er Page `t Collins6352 4of7 [ This number must appear �VI ` J on all invoices, packing slips and labels. Line Description Quantity UOM Unit Price Extended Ordered Price Contractor and its personnel shall comply with the following requirements. Contractor shall also provide 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 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 City with all AMI System and Contractor information, in the format and within the timeframe, requested by City to enable City to complete and timely submit to DOE reports, information and data regarding 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 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 City with all AMI System and Contractor information, in the format and within the timeframe, requested by City to enable 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 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 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 . The following provisions of ARRA shall apply: 1.2 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 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 Il, 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 City of art Collins PURCHASE ORDER PO Number Page 9126352 5of7 This number must appear on all invoices, packing slips and labels. Line Description Quantity UOM Unit Price Extended Ordered Price 1.3 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. Termination Clauses: If either party is prevented in whole or in part from performing its obligations by unforeseeable causes beyond its reasonable control and without its fault or negligence, then the party so prevented shall be excused from whatever performance is prevented by such cause. To the extent that the performance is actually prevented, the Service Provider must provide written notice to the City of such condition within fifteen (15) days from the onset of such condition. Notwithstanding the time periods contained herein, the City may terminate this Agreement at any time without cause by providing written notice of termination to the Service Provider. Such notice shall be delivered at least fifteen (15) days prior to the termination date contained in said notice unless otherwise agreed in writing by the parties. All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to the following addresses: City: City of Fort Collins Attn: Purchasing PO Box 580 Fort Collins, CO 80522 Copy to: City of Fort Collins Attn: Bob Hover PO Box 580 Fort Collins, CO 80522 Service Provider: Cleaveland/Price Inc. 14000 RT 993 Trafford Pennsylvania 15085-9550 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 City of /000"' rt Collins PURCHASE ORDER PO Number Page 9126352 6of7 This number must appear on all invoices, packing slips and labels. Line Description Quantity UOM Unit Price Extended Ordered Price In the event of early termination by the City, the Service Provider shall be paid for services rendered to the date of termination, subject only to the satisfactory performance of the Service Provider's obligations under this Agreement. Such payment shall be the Service Provider's sole right and remedy for such termination. 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 Il, CPPO City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Phone:970-221-6775 Fax:970-221-6707 Email:purchasing@fcgov.com Total Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 Purchase Order Terms and Conditions Page 7 of 7 1. COMMERCIAL DETAILS. Tax exemptions. By statute the City of Fort Collins is exempt from since and local taxes. Our Exemption Number is I L NONWAIVER. 98-04502. Federal Excise Tax Exemption Certificate of Registry 84-6000587 is registered with the Collector of Failure of the Purchaser to insist upon strict performance of the terms and conditions hereof, failure or delay to Internal Revenue, Denver, Colorado (Ref. Colorado Revised Statutes 1973, Chapter 39-26, 114 (a). exercise any rights or remedies provided herein or by law, failure to promptly notify the Seller in the event of a breach, the acceptance of or payment for goods hereunder or approval of the design, shall not release the Seller of Goods Rejected. GOODS It due to failure to meet specifications, either when shipped or due to defects of any of the warranties or obligations of this purchase order and shall not be deemed a waiver of any right of the damage in transit, may be returned to you for credit and are not to be replaced except upon receipt of written purchaser to insist upon strict performance hereofor any of its rights or remedies as to any such goods, mgardiess ,instructions from the City of Fort Collins. of when shipped, received or accepted, as to any prior or subsequent default hereunder, nor shall any purported oral modification or rescission of this purchase order by the Purchaser operate as a waiver of any of the terms Inspection. GOODS are subject to the City of Fort Collins inspection on arrival. 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 part of the City of Fort Collins. However, it is to be understood that FINAL Seller and the Purchaser recognize that in actual economic practice, overcharges resulting from antitrust ACCEPTANCE is dependent upon completion of all applicable required inspection procedures. violations are in fact home by the Purchaser. Theretofore, for good cause and as consideration for executing this purchase order, the Seller hereby assigns to the Purchaser any and all claims it may now have or hereafter Freight Terms. Shipments must be F.O.B., City of Fort Collins, 700 Wood St., Fort Collins, CO 80522, unless acquired under federal or state antitrust laws for such overcharges relating to the particular goods or services otherwise specified on this order. If permission is given to prepay freight and charge separately, the original freight purchased or acquired by the Purchaser pursuant 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 manufacturers have distributing points in various pans of the country, shipment is If the 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 thereafter indicates its inability or unwillingness to comply, the Purchaser shipments are 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 costs associated with such work. Permits. Seller shall procure at sellers sale cost all necessary permits, certificates and licenses required by all applicable laws, regulations, ordinances and mles 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. Seller further agrees to hold the City of Fort Collins harmless from and against all liability and loss incurred by them by reason of an assenW or established violation of any such laws, regulations, ordinances, rules and requirement. Authorization. All parties to this contract agree that the representatives are, in fact, bona fide and possess full'and complete authority to bind said parties. LIMITATION OF TERMS. This Purchase Order expressly limits acceptance to the terms and conditions stated herein set forth and any supplementary or additional terms and conditions annexed hereto or incorporated herein by reference. Any additional or different teats and conditions proposed by seller are objected to and hereby rejected. 2. DELIVERY. PLEASE ADVISE PURCHASING AGENT immediately if you cannot make complete shipment to arrive on your promised delivery date as noted. Time is of the essence. Delivery and performance must be effected within the time stated on the purchase order and the document attached hereto. No act of the Purchasers including, without limitation, acceptance ofpa¢ial late deliveries, shall operate as a waiver ofthis provision. In the event of any delay, the Purchaser shall have, in addition to other legal and equitable remedies, the option ofplacing this order elsewhere and holding the Seller liable for damages. However, the Seller shall not be liable for damages as a result of delays due to causes not reasonably foreseeable which are beyond its reasonable control and without its fault of negligence, such act of God, act ofcnil or military authorities, governmental priorities, fires, strikes, flood, epidemics, wars or riots provided that notice of the conditions 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 date of delivery shall be extended for the period equal to the time actually lost by reason of the delay. 3. WARRANTY. The Seller warrants that all goods, articles, materials and work covered by this order will conform with applicable drawings, specifications, samples and/or other descriptions given, will 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 nmmm. The Seller agrees to hold the purchaser harmless from 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 (1) year or within such longer period of time as may be prescribed by law or by the terms of any applicable warranty provided by the Seller after the date of acceptance of the goods famished 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 ofany 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 warranties or guamnttts, but such liability shall in no event include loss ofprofit 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 TER-NIS. The Purchaser may make any changes to the ter¢, other than legal rears, 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 affect the amount due or the time of performance hereunder, an equitable adjustment shall be made. 6. TERMINATIONS. The Purchaser may at any time by written change order, terminate this agreement as to any or all portions of the goods then not shipped, subject to any equitable adjustment between the parties as to any work or materials then in progress provided that the Purchaser shall not be liable for any claims for anticipated profits on the uncompleted portion of the goods and/or work, for incidental or consequential damages, and that no such adjustment be made in favor of the Seller with respect to any goods which are the Sellers standard stock. No such termination shall relieve the Purchaser or the Seller of any of their obligations as to any goods delivered hereunder. 7. CLAIMS FOR ADJUSTMENT. Any claim for adjustment most be asserted within thirty (30) days from the date the change or termination is ordered. 8. COMPLIANCE WITH LAW. The Seller warrants that all goods sold hereunder shall have been produced, sold, delivered and famished in strict compliance with all applicable laws and regulations to which the goods are subject. The Seller shall execute and deliver such document as may be required to effect or evidence compliance. All laws and regulations required to be incorporated in agreement 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 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 due hereunder without the prior women consent of the other party. 10. TITLE. The Seller warrant full, clear and unrestricted title to the Purchaser for all equipment, materials, and items furnished in performance of this agreement, free and clear of any and all liens, resnictiom, reservations, security interest encumbrances and claims of others. The Seller shall .]case 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 released and shall extend to the directors, officers and employees of such parry. The Sellers contractual obligations, including warranty, shall not be deemed to be reduced, in any way, because such work is performed or caused to be performed by the Purchaser. 14. PATENTS. Whenever the Seller is required to use any design, device, material or process covered by letter, 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 after 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 parrs, replace the same with substantially equal but moninfringing equipment, or modify it so it becomes noninfringing. 15. INSOLVENCY. If the Seller shall become insolvent or bankrupt, make an assignment for the benefit of creditors, 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 of terms used or the interpretation of the agreement and the rights ofall parties hereunder shall be construed under and governed by the laws of the State of Colorado. USA. The following Additional Conditions apply only in cases where the Seller is to perform work hereunder, including the services of Sellers Represenmtive(s), on the premises of others. 17. SELLERS RESPONSIBILITY, The Seller 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 Sellers final completion and acceptance, complete the work at Seller's own expense and to the satisfaction of the Purchaser. When materials and equipment are famished by 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 and/or equipment were being famished by the Seller under the order. 18. INSURANCE. The Seller shall, at his own expense, provide for the payment of workers compensation, including occupational disease benefits, to its employees employed on or in connection with the work covered by this purchase order, and/or to their dependent in accordance with the laws of the state in which the work is to he done. The Seller shall also carry comprehensive general liability including, but not limited to, contractual and automobile public liability insurance with bodily injury and death limit of at least S300,000 for any one person, $500,000 for any one accident and property damage limit per accident of S400,000. The Seller shall likewise require his contractors, if any, to provide for such compensation and insurance. Before any of the Sellers or his contractors employees shall do any work upon the premises of others, 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 eenificams shall specify the date when such compensation and insmmmme 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 Seller hereby assumes the entire responsibility and liability for any and all damage, loss or injury ofarry kind or nature whatoever to persons or property caused by or resulting from the execution of the work provided for in this purchase order or in connection herewith. The Seller will indemnify and hold harmless the Purchaser and any or all of the Purchasers oRcers, agent and employees form and against any and all claims, losses, damages, charges or expenses, whether direct or indirect, and whether to persons or property to which the Purchaser may be put or subject by reason of any act, action, neglect, omission or default on the part of the Seller, any of his contractors, or any of the Sellers or contractors officers, agent or employees. In case any suit or other proceedings shall be brought against the Purchaser, or its officers, agent or employees at any time on account or by reason of any act, action, neglect, omission or default of the Seller of any of his contractors or any of its or their officers, agents or employees as aforesaid, the Sell ter hereby agrees to assume the defense thereof and to defend the same at the Sellers own expense, to pay any and all costs, charges, attorneys fees and other expenses, any and all judgments that may be incurred by or obtained against the Purchaser 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 parties in or as a result of such suits or other proceedings, the Seller will at once cause the same to be dissolved and discharged by giving bond or otherwise. The Seller and his contractors shall take all safety precautions, 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 Safety and Health Act of 1970 and all m]es and regulations issued pursuant thereto. Reused 0312010 Excluded Parties List System Page 1 of 1 Search - Current Exclusions EPLS Report Resources Results > Advanced Search x. m_.z:: = _ ,.: �.. . -::::: .. - ., � > Search Help P > Multiple Names Search Results for Parties > Advanced Search Tips > Exact Name and SSN/TIN a Excluded by > Public User's Manual > MyEPLS Firm, Entity, or Vessel : Cleaveland Price Inc ,_.' > FAQ > Recent Updates As of 04-Oct-2012 4:08 PM EDT > Acronyms > Browse All Records > Privacy Act Provisions > News View Cause and Treatment Code Your search returned no results. System for Award Management Descriptions ' (SAM) Back New Search > Reciprocal Codes Reports i Procurement Codes Nonprocurement Codes > Advanced Reports > Recent Updates Agency & Acronym Information >,Dashboard > Agency Contacts Archive Search - Past Exclusions > Agency Descriptions > State/Country Code Descriptions , Advanced Archive Search > Multiple Names OFFICIAL GOVERNMENT USE ONLY > Recent Updates > Browse All Records > Debar Maintenance > Administration Contact Information > Upload Login > For Help: Federal Service Desk https://www.epls.gov/epls/search.do 10/4/2012 Req. # Entered by: Date: PURCHASE ORDERREQUISITION FORT COLLINS UTILITIES Vendor Cleaveland / Price Inc. Address 14000 RT. 993 Trafford, PA 15085-9550 Attn:-Rov Onofie* QTY. DESCRIPTION UNIT TOTAL. CHARGE NUMBER I PAD motor controller and motor assembly 7,995 7,995 f6r'PME41 Quote,#12MM Item I I PAD drone unit.With motor assembly for 6,995 6,995 PME-11,Quote#,12J14 805 Item 2 1 PAD motbr controller and motor assembly 7,945 7,945 for VISTA 532:Quote #12J1806 Item I 2 PAD drbn6 unit Mth*motoir`aisserfibly for 6,980 13,960 VISTA 532 Quote# 12JI 1806 Item 2 4 PAD motor Controller and. motor assembly 7,945 31,780 for PM&9' Quote #12J]303 Item I 4 PAD drone unit with motor assembly for 6,980 27,920 PME-9:Quote # 12JI303 Item 2 All controls wired per SCADA control drawings provided by Fort Collins i Utilities. All controls shall be function tested prior to shipment. Axi(jij coinfiks will beprovided by FCU. Freight reaid SoWsource Total 96,595 (SGIG) 5019100120.559§99.Y" Project Engineer— Bob Hover (97.0),221m6725 Cell — 970 217-8109 bhovet@fcgoy,.Com L96' 1 Ga 'G m nj TO -0 0E.