HomeMy WebLinkAbout189591 TRAPEZE SOFTWAR GROUP INC - PURCHASE ORDER - 9114143City of PURCHASE ORDER
PO
Number I Page
9114143 I 1017
ktColli�
Date: 07/19/2011
Vendor : 189591
TRAPEZE SOFTWARE GROUP INC
PO BOX 202528
DALLAS Texas 75320-2528
Delivery Date: 07/19/2011
Note:
Line Description
Pass
2 Pass Mon
3 Plan
4 OPS
5 COM
City of Fort Collins Director of Purchasing and Risk Management
This order 15 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
This number must appear
on all invoices, packing
slips and labels.
Ship To: TRANSFORT BUS FACILITY
CITY OF FORT COLLINS
6570 PORTNER ROAD
Quantity
Ordered
1 LOT
1 LOT
1 LOT
1 LOT
1 LOT
CITY OF FORT COLLINS Colorado
UOM
LS
LS
LS
LS
LS
Buyer:
Unit Price
Invoice Address:
JAMES HUME
Extended
Price
12,300.00
4,891.00
4,695.00
20,064.00
4,065.00
City of Fort Collins
Accounting Department
PO Box 580
Fort Collins, CO 80522-0580
PURCHASE ORDER PO Number I Page
City of
ktColli�
9114143 I 2017
This number must appear
on all Invoices. packing
slips and labels.
Line Description
6 FXJBlockbusdter
FEDERAL CLAUSES
1. NO GOVERNMENT OBLIGATION TO THIRD PARTIES
No Obligation by the Federal Government.
Quantity
Ordered
1 LOT
UOM Unit Price
LS
(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
Program Fraud and False or Fraudulent Statements or 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
U.S.C. § 5307(n)(l) 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
Invoice Address:
City of Fort Collins Director of Purchasing and Risk Management
Extended
Price
8.936.00
This order is not valid over $5000 unless signed by James B. O'Nelll ll, CPPO
City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580
Phone:970-221-6775 Fax: 970-221-6707 Email:purchasing@fcgov.com
City of Fort Collins
Accounting Department
PURCHASE ORDER
PO Number I Page
City of
ktColli�
9114143 I 3017
This number must appear
on all invoices, packing
slips and labels.
Line Description
Quantity
Ordered UOM Unit Price
any books, documents, papers and records of the Contractor which are directly pertinent to this contract for the
purposes of making audits, examinations, excerpts and transcriptions. Contractor also agrees, pursuant to 49
C.F.R. 633.17 to provide the FTA Administrator or his authorized representatives including any PMO Contractor
access to Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C.
5302(a)1. which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307,
5309 or 5311.
B. The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to
copy excerpts and transcriptions as reasonably needed.
C. The Contractor agrees to maintain all books, records, accounts and reports required under this contract for a
period of not less than three years after the date of termination or expiration of this contract, except in the event
of litigation or settlement of claims arising from the performance of this contract, in which case Contractor agrees
to maintain same until the Purchaser, the FTA Administrator, the Comptroller General, or any of their duly
authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto.
Reference 49 CFR 18.39(i)(11).
D. FTA does not require the inclusion of these requirements in subcontracts.
4. FEDERAL CHANGES
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.
Contractor's 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 closeMout costs, and profit on work
performed up to the time of termination. The Contractor shall promptly submit its termination claim to the City to
be paid the Contractor. If the Contractor has any property in its possession belonging to the City, the Contractor
will account for the same, and dispose of it in the manner the City directs.
b. Termination for Default If the Contractor does not deliver supplies in accordance with the contract delivery
schedule, or, if the contract is for services, the Contractor fails to perform in the manner called for in the contract,
or if the Contractor fails to comply with any other provisions of the contract, the City may terminate this contract
for default. Termination shall be effected by serving a notice of termination on the contractor setting forth the
manner in which the Contractor is in default. The contractor will only be paid the contract price for supplies
delivered and accepted, or services performed in accordance with the manner of performance set forth in the
contract.
If it is later determined by the City thai 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, afier
setting up a new delivery of performance schedule, may allow the Contractor to continue work, or treat the
termination as a termination for convenience.
Invoice Address:
City of Fort Collins Director of Purchasing and Risk Management
Extended
Price
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 80522M0580
Phone:970-221-6775 Fax: 970-221M6707 Email:purchasing@fcgov.com
City of Fort Collins
Accounting Department
PO Box 580
Fort Collins, CO 80522-0580
City of PURCHASE ORDER
ktColli�
PO Number
I
Page
9114143 I 4017
This number must appear
on all Invoices, packing
slips and labels.
Line Description Quantity
Ordered UOM Unit Price
c. Opportunity to Cure The City in its sale discretion may, in the case of a termination for breach or default,
allow the Contractor [an appropriately short period of time] 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 lerms, 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
Opportunily," 42 U.S.C. § 2000e note), and wilh 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 payor 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. §
Invoice Address:
City of Fort Collins Director of Purchasing and Risk Management
Extended
Price
This order is not valid over $5000 unless signed by James B. O'NeIllU, 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
City of Fort Collins
Accounting Department
PURCHASE ORDER PO Number I Page
City of
ktColli�
9114143 I 50f7
This number must appear
on all invoices, packing
slips and labels.
Line Description
Quantity
Ordered UOM Unit Price
12112. Ihe 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 7.6 %. 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' 5 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 5 work by the City of Fort Collins and contractor s receipt
of the partial retainage payment related to the subcontractor' 5 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
OBE subcontractor and perform that work through its own forces or those of an affiliate without prior written
consent of City of Fort Collins.
8. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS
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)
Invoice Address:
City of Fort Collins Director of Purchasing and Risk Management
Extended
Price
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
City of Fort Collins
Accounting Department
PO Box 580
Fort Collins, CO 80522-0580
PURCHASE ORDER
PO Number
I
Page
City of
ktColli�
9114143 I 60f7
This number must appear
on all Invoices, packing
slips and labels.
Line Description
Suspension and Debarment
Quantity
Ordered UOM Unit Price
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 signing and submitting its bid or proposal, the bidder or proposer 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.
Total
Invoice Address:
City of Fort Collins Oirector of Purchasing and Risk Management
Extended
Price
$54,951.00
This order is not valid over $5000 unless signed by James B. O'Neill II, CPPO
City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580
Phone:970-221-6775 Fax: 970-221-6707 Email:purchasing@fcgov.com
City of Fort Collins
Accounting Department
PO Box 580
Fort Collins, CO 80522·0580
Purchase Order Terms and Conditions
L COMMERCIAL DETAILS.
Tu exempliQlIS. Uy statulc Ihe City of 1'011 Collins is e�empl from state and locil taxes. Our Excmplion Nl,lInber is
98·04S02. !'.-dellli E�cisc Tax Exemplion Cenificale of Regislry 84-6000587 is regiSlcn:d wilh Ihe Collcelor of
Inlcmal Revenue, O\'nver, Colondo {Ref. Colondo Revised Stalules 1973, Chapter 39-26, 114 (I).
Good5 lkjceled. GOODS REJECTED due 10 failure to nlCC1 specifiealions, eilhcr when shipp;d or duo: 10 ddceli of
damage in Inlillsl, may be relunlcd 10 you for eredil and arc nO( 10 be replaced cxecpl upon receipi of wril1cn
inS1rUcliQlI$ from Ihe Cily ofl'on Collins.
Inspo.."("tion. GOODS Irc iubjccl 10 the Cily ofFon Collins inspection on Imvil.
Final Acceplancc. Rceeipt of the merchandise, serv� or equipment in rcsponse to this order can resull in
authorited paymell1 on Ihe pan of the Cily of Fon Collins. !io .... 'Cver, il is 10 be underslood Ihat FINAL
ACCEPTANCE is dependem upon completion of all applicable rcquircd inSflCICion procedures.
Freighl Ten11S. Shipment� muSI be 1'.0.11., Cily or Fon Collins. 700 Wood SI., Fon Collins. CO 80522, unless
olhcrwise specified on Ihis order. If permission is given to prepay frcighl and charge sepal1ltely, Ihe original frcighl
bill must lceompany invoice. Additional chargcs for p8(king will nOI be accepled.
Shipment Distance. Where ma'lUfaClurers have diwibuling poinls in various pans of Ihe counlry. shipment is
expecled from Ihe neareSI dimibulion poilll 10 d''Slinalion, and excess freigln will be dl-ducled from Invoice when
shipmenlS arc made from grcaler diSlnnce.
I'enuils. Seller shall procur� 81 sell�rs sole COSI all nceeS5llry permils. eenificalcs Bnd lieense$ rcquir�-d by all
3P1)licable law�, regul�lions, ordinances and rules of Ille Siale, municipality, terrilory or polilical subdivision where
Ihe work i5 l>crforllll-d, or r�quircd by any olher duly conStilUled public uUlhority having jurisdieliolL oyer Ihe wOlk
of vendor. Sellcr further agrees 10 hold Ihc City of Fort Coltins harmless from and againsl all liabililY lnd loss
incurred by them by reason of an asserted or cslablished violation of any such laW$, regu13lions, ordinanccs, rules
and requiremenlS.
Aulholizolioll. All Ilarlies to this ConltllCI agree Ihat Ihe reprc:scnlaliycs arc, in fael, bona filk and po5SCss full and
complete aUlhOOty 10 bind said panics.
LIMITATION OF TERMS. This Purehase Order e�prcssly limits lI«cplance 10 Ihe tC1Il1$ Ind eondilions 113ted
h�in 5I:t forth and Iny supplemclliary or addilional ternlS and condilions anne�l-d herelo or incorpomted herein by
reference. Any Iddiliolllli or different lemlS and cooditions proposed by seller are objceled to.nd hereby rcjceted.
2. DELIVERY.
PLEASE ADVISE PURCI IASING AGENT imnlcdialcly if you caMOI make complelc shipment to .mve on your
promised delivery date u notoo. Timc is oflhe essence. O\'liyCf}' and perfomlancc mU$l be effceled wilhin lhe time
Slated 011 Ihe purchase order and Ihe documents '''ochoo herelo. No acts of Ihe Purehasers including, willtoul
limitalion, leeeplancc of partial lale deliveries, shill opl'rate 1$ a w.i,"Ct of this provision. In Ihe evenl of.ny dday.
Ille Purchaser shall have, in addilion to Olher legal lnd t'<iuilable renlcdies, the opIiQlI of pladng this order cI!iCwherc
Ind holding Ihc Seller liable for damab'CS. Uowcver, Ihe Seller shall not be liable for damages IS. result of delays
due 10 causes nOl reasonably foreseeable which arc beyond ils rellSQl1ablc conlrol.nd without ils flult of negligel\("e,
such acts of God, IciS of civil or mililary lulhorilies. govCTmTHm'al priorilies. fires, sITikes, nood, epidemics, Wlrs Dr
riOls llrovided Ihal nOlice of Ihe condilions causing such delay is given 10 Ihe I'urchaser wilhin five (5) days of lhe
lime when Ihe Seller firsl received knowledge Ihereof. In Ihe cwnl of any such delay, Ihe dale of delivery shall be
ulendcd for Ihe period equal 10 Ihc lime aClually 10SI by rcason of the delay.
3. WARRANTY.
The Seller wammlS Ihal all goods. articles. nlalerials and work covcred by Ihis order will conform wilh applicable
(\llIwings. sllCcifiemions. snmpJcs andlor olher dcscriplions given, will be fil for Ihe purposes im�nded, and
pcrforml-d wilh Ihe highesl degree of cnrc and eonlpelcnce in accordance wilh aeceplcd Slnndards for work of a
similar nalUre. The Seller agrecs 10 hold Ihc purehaser hamlless from any loss, dama8e or e�pensc which the
Purchascr nloy sutTer or incur on aCCOUil1 of lhe Sellers breach of warranlY. The Seller shall replace, repair or make
800d, wilhoul eO$t to Ihe purchaser, any defcels or faults arising wilhin 01lC (1) ycar or wilhin such tonger period of
time as may be preseribl-u by law or by the IcmtS of any applicable warnul1y provided by Ihe Seller after the date of
acceplancc of Ihc goods furnished hereunder (acecplance nOl 10 be unreasonably delayed). resulting from imjX"rfctl
or dcrcelive won. done or malerials furnished by the Seller. Acceptance or use of goods by Ihe Purchaser shall nOl
cOlmitule a waiycr OflllY claim under this wamlnly. Excepl as olherwise provided in lhis purchase order, lhe Sellers
liability hereunder shall eXlend 10 all damages pro�imalcly caused by Ihe breach ofany oflhe foregoing warranlies
or lluaranll"("s. bUI such liability shall in no evenl include loss ofprolits or loss of use. NO IMPLIED WARRANTY
OR MERCUANTAUJLlTY OROI' FITNESS FOR PURPOSE SHALL APPLY.
4. CIIANGES IN LEGAL TERMS.
The Purchaser lilly nUlkc changt'S to leill tCTmS by wrinen change order.
S. CIIANGES IN COMMERCIAL TERMS.
The Purchaser may ma�c any chanb'CS 10 Ihe lemlS. olher than legal terntS, illCluding addilions 10 or dclC1ions from
Ihe quamilies originally onLcn.-d in Ihc specificalions or dlllwings, by verNl or wril1en challge order. If Iny sucll
July 19, 2011
Trapeze Excluded Parties search
File Edit View Favorlte� Tools Help
Ie Exc�lded Pa!1les Ust System
I .. h
),"tlox • HIe...
Search Results for Parties Excluded by
Firm. £n'''�. Qr 'I ... �!, T"p�,.
,\, of !9.J"'·�0l1 ';4Q I'r.\ �OT
s.v<> '" 1,I'rEPlS
You, .. �rch f�lurn.d no ' ..... ,1 •.
Do(Urllellt:\ .. ',dHklo$oftE ...
MfvlJ.,P,H,##b"il
,J-Internet
Title: Trapeze
Date: July 19, 2011
CONTRACT CHECKLIST FOR NON-COMPETITIVE PROPOSALS (SOLE SOURCE)
Checklist Item Contract File Comments
Location
7) Independent Cost Estimate
The City made and documented an Completed 7/15
independent cost estimate before receipt of
proposals.
10) Unnecessary Experience and
Excessive Bonding
Unnecessary experience and excessive n/a
bonding requirements were not included in
this solicitation or contract documents.
11) Organizational Conflict of
Interest (OCI)
If there is an apparent or potential OCI the
solicitation contains provisions to eliminate or
mitigate the conmct (e.g. by inserting a clause No
that prohibits the contractor from competing
for the follow-on contract to the current design
or research contact) and OCI Certification is
submitted by the contractor.
12) Arbitrary Action
There was no arbitrary action in the
procurement process. (An example of
arbitrary action is when award is made to No
other than the contractor who most satisfied
all the City requirements as specified in the
solicitation and as evaluated bv staff.)
13) Brand Name Restrictions
Brand Name or Equal. When it is impractical
or uneconomical to provide a clear and
accurate description of the technical
requirements of the property to be acquired, a
"brand name or equal" description may be
used to define the performance or other
salient characteristics of a specific type of
property. The City must identify the salient
characteristics of the named brand that n/a
offerors must provide. When using a "brand
name" specification, the City does not need to
reverse-engineer a complicated part to
identify precise measurements or
specifications in order to describe its salient
characteristics. FT A's "Best Practices
Procurement Manual," (BPPM) contains
additional information on preparation of
specifications including examples with
specific language.
14) Geographic Preferences
The solicitation contains no in-State or local NO
geographic preference except where Federal
statutes mandate or encourage them.
15) Contract Term Limitation
The contract period of performance for rolling
stock and replacement parts does not exceed
five (5) years inclusive of options without prior nla
written FTA approval. For all other types of
contracts, the procurement file contains
evidence that the contract term is based on
sound business judgment.
18) Award to Responsible
Contractor
The City made a determination that it was Completed This contractor has
awarding to a responsible contractor performed work satisfactorily for
considering such matters as contractor
integrity, compliance with public policy, record the City in the past.
of past performance, and financial and
technical resources.
19) Sound and Complete Agreement
This contract is a sound and complete
agreement. In addition, it includes remedies Comply
for breach of contract and provisions covering
termination for cause and convenience.
24) Clear, Accurate, and Complete
Specification
A complete, adequate, and realistic
specification or purchased description was
available and included any specifications and
nla
pertinent attachments which define the items
or services sought in order for the bidder to
properly respond.
38) Sole Source if other Award is
Infeasible
The contract file contains documentation that
award of a contract was infeasible under
small purchase procedures, sealed bids, or
competitive proposals and at least one
of the following circumstances applies:
(1) The item was available only from a single
source.
(2) Public exigency for the requirement did
not permit a delay resulting from a
competitive solicitation.
(3) An emergency for the requirement did not
permit a delay resulting from a competitive
solicitation. Justification completed, services
(4) The FT A authorized noncompetitive available from a single source.
negotiations. 7/18
(5) Competition was determined inadequate
after (6) The solicitation item procured of a number was an of associated sources,
capital maintenance item (as defined in
49U.S.C., Paragraph 5307 (a) ( 1) that is
procured directly from the original
manufactured or supplier of the item to be
replaced and the grantee first certified in
writing to the FT A: (i) that such manufacturer
for supplier is the only source for such item;
and (ii) that the price of such item is no higher
than the price paid for such item by like
customers.
39) Cost Analysis Required
Cost analysis and profit negations were
performed (initial award and modifications)
And documented for price reasonableness Completed
was established on the basis of a catalog or
market price of a commercial product sold in
substantial quantities to the general public or
on the basis of prices set bv law or regulation.
40) Evaluation of Options
The option quantities or periods contained in
the contractor's bid or offer were evaluated in
order to determine contract award. (To be n/a
eligible for Federal funding, options must be
evaluated as part of the price evaluation of
offers, or must be treated as sole source
awards.)
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 Completed
procurement,
(2) Selection of contract type,
(3) reasons for contractor selection or
rejection, and
(4) the basis for the contract price.
43) Exercise of Options
The grantee exercised an option on this
contract adhering to the terms and conditions
of the option stated in the contract and
detenmined that the option price was better n/a
than prices available in the market or that the
option was a more advantageous offer at the
time the option was exercised.
If an option was not exercised under this
contract, check NA.
44) Out of Scope Changes
The grantee amended this contract outside
the scope of the original contract. The
amendment was treated as a sale source n/a
procurement (complying with the FTA
requirements for a justification, cost analysis
and profit negotiation).
45) Advance Payment Provisions
The contractor did not receive an advance
payment utilizing FT A funds and the contract NO
does not contain advance payment provisions
or, if it did, prior written concurrence was
obtained from FT A.
46) Progress Payment Provisions
The contract contains progress payments
based on costs incurred (as opposed to
percent of completion) and the contract
contains a provision giving the grantee title to
property (materials, work in progress, and NO
finished goods) for which progress payments
are made. The contract may contain other
security in lieu of obtaining title.
47) Time and Materials Contracts
This is a time and materials contract; the
grantee determined that no other type of No
contract is suitable; and the contract specifies
a ceilinq price.
48) Cost Plus Percentage of Cost
This is not a cost plus a percentage of cost No
type contract.
49) Liquidated Damages Provisions
This contract contains liquidated damages
provisions and the assessment for damages No
is specified in the contract at a specific rate
per day for each day of overrun in contract
time.
50) Piggybacking
1) The file contains: Assignability provisions.
nfa
2) The procurement file contains: Price
reasonableness determination.
56) Clauses
This contract contains the appropriate FTA Comply wf PO
required clauses.
July 18, 2011
To: Jim O'Neill, Director of Purchasing
and Risk Management
From: Jim Hume, Buyer
Subject: Exception to use of competitive bidding under $200,000
Title: Purchase of Trapeze Software Support and Maintenance
Budgeted Amount: $ 54,951
Purchase Amount: $ 54,951
Background:
Transfort has used Trapeze software for about 15 years. A competitive negotiation process was
used for the initial purchase.
Maintenance support for this software cannot be obtained from anyone but Trapeze. The
offered price for such support is less than last year's cost in spite of increases in fleet size and
dispatch requirements. Trapeze has been a responsible vendor and their offered price is fair
and reasonable. Though CPI adjustments could have increased their prices by about $1200
over 2010 pricing, the company lowered the prices of three application maintenance products,
resulting in overall pricing $3,489 less than last year.
Exception to Competitive Bidding Rationale:
FTA Circular 4220.1 F
When the recipient requires supplies or services available from only one responsible source,
and no other supplies or services will satisfy its requirements, the reCipient may make a sole
source award.
I approve this sole source purchase of maintenance from Trapeze.
Jim O'Neill, FNIGP, CPPO
Director of Purchasing and Risk Management
DATE: July 15, 2011
TO: Jim Hume
FROM: Karl Gannon
Memorandum
SUBJECT: Trapeze Software - Justification of Costs
I find the 201 1/2012 maintenance fees for Trapeze Software to be fair and equitable based on:
the 2011/2012 fees are in line with previous year's maintenance fees, differing only because of
increased/decreased fleet sizes and Dispatch requirements. In fact, we recently completed ajoint
audit of assets related to Trapeze fees and I am confident that we are not being awarded costs for
unused assets. Original maintenance fees were based on 20% of the license cost with an annual
aIlowable adjustment based on the CPI for the Denver/Boulder region. Transfort has used
Trapeze software products for nearly 15 years and we are pleased with past support and
assistance.
Please let me know if you have any questions that I can answer.
Thanks,
Karl
Karl Gannon
City of Fort Collins
Transfort / Dial A Ride
(970 )41 6-2087
�rapezeTM
Software Support Invoice
City of Fort CollinslTransfort
Atln:Accounts Payable
6570 Portner Road
Fort Collins, CO 80525
USA
Trapeze PASS
Number of Workstations: 9
Up to 299 Booked Trips
Coverage period June 01, 201 1 • May 31, 2012
Ge-q,. �t� 6' �4t:IL-:� L-
V
�'S99e; 1s
g 1...1 yo::\'t '. -.::.::s; VIA \,\UMk-
��rz.. ', � gq S"ct \
�: �S"4-,15'1 . 00
A( c ; �,,"",\1;,G � �t> V�.>
.2.<t. o'" CO 03 1. �'S"$ � '2-t::>
�
c.,1.C,02.OH A
�ii><""v.� .,,- Vv><Q.L .
State Tax · Exempt
Total payable in USD
Please Make Payment To
Trapeze Software Group Inc.
P.O. Box 202528
Dallas, TX 75320·2528
Invoice
Date
Contract No.
Due dale
Contract type
Project No:
11·106080
June 28, 2011
0000000549
June 01, 2011
012PTMAINT
$12,300.00
L..tv\£ I - -# 12/,00 - rA.S'<;
LIV\t 7.... - �1I(8Cc I - ri\'SS !\.lot-.!
L
-
..,
� 4 G'lS' - :PL.AN
I I'\\:.
J
-'
(
L\V\6 If - $.20,0('4 - orrS
L\V\� .s - � '1,ObS' - CoVl-\
l,lt\E' £ - ��/G3b - FX !
1X<X.:. ll()vfl('a2
$0.00
$12,300.00
._ www.trapezegroup.com
5800 Explorer Drive, 5th floor . Mississauga, Ontario l4W 5K9 Canada · t. 905.629.8727 • f. 905.238.8408
8360 East Via de Ventura, Suite L�200 • scottsdale, Arizona 85258 U.S.A .• t. 1.80.627 .8400 • f. 480.627.8411
«'TrapezeT"
Software Support Invoice
City of Fort ColJinsiTransfort
Attn:Accounts Payable
6570 Portner Road
Fort Collins, CO 80525
USA
Trapeze PASS MON
Number of Workstations:
Up to 18 Paratransit Vehicles
Coverage period June 01, 2011 - May 31, 2012
State Tax - Exempt
Total payable in USD
Please Make Payment To
Trapeze Software Group Inc.
P.O. Box 202528
Dallas, TX 75320-2528
Invoice
Date
Contract No.
Due date
Contract type
Project No:
11-106079
June 28, 2011
0000000548
June 01, 2011
1451TSMAIN
$4.891.00
$0.00
$4,891.00
www.trapezC.group.com
S800 Exptorer Drive, 5th floor . t4ississauga, Ontario L4W 51<9 Canada . t. 905.629.8727 • f. 905.238.8408
8360 East Via de Ventura, Suite l-200 • Scottsdale, Arizona 85258 U.S.A .• t. 480.627.8400 • f. 480.627.8411
<-<-Trapeze ™
Software Support Invoice
City of Fort CoilinsfTransfort
Attn:Accounts Payable
6570 Portner Road
Fort Collins, CO 80525
USA
Trapeze PLAN (RID & HH)
Number of Workstations:
Upto 25 Peak Vehicles
Coverage period June 01, 201 1 - May 31, 2012
State Tax - Exempt
Total payable in USD
Please Make Payment To
Trapeze Software Group Inc.
P.O. Box 202528
Dallas, TX 75320-2528
Invoice
Date
Contract No.
Due date
Contract type
Project No:
11-106078
June 28, 2011
0000000547
June 01, 2011
012PTMAINT
$4,695.00
$0.00
$4,695.00
www.trapezegroup.com
5800 Explorer Drive, 5th floor . t�ississau9a, Ontario L/,W 5K9 Canada · t. 905 .629.8727 • f. 905.?.38.8/,OB
8360 East Via de Ventura, Suite L··200 ' Scottsdale, Arizotl<1 85258 U.S.A .• t. 480.627.&400 ' f. 480.627 .8/�11
«Trapeze"
Software Support Invoice
City of Fort Collins/Transfort
Attn:Accounts Payable
6570 Portner Road
Fort Collins, CO 80525
USA
Trapeze OPS
N umber of Workstations:
Up to 75 Total Drivers
Coverage period June 01, 2011 - May 31 ,2012
State Tax - Exempt
Total payable In USD
Pleasa Make Payment To
Trapeze Software Group Inc.
P.O. Box 202528
Dallas, TX 75320-2528
Invoice
Date
Contract No.
Due date
Contract type
Project No:
11-106077
June 28, 2011
0000000546
June 01, 2011
012PTMAINT
$20,064.00
$0.00
$20,064.00
__ LO"""".
"' ..
qW""· ",<;r� __ " .. ,",,_-______ . __ ._ .. __ � __ '.
_
______________ www.trapezegrOlJP·com
5800 Exp[orN Drive, 5th floor . l�issiS5auga, Ontario l4W 5K9 Canada · t. 905.629.8727 • f. 905.23 8.8/,08
8360 East Via de Ventura, Suite L�200 . Scottsdale, Arizona 85258 U.S.A .• t. 480.627.8400 · f. 480.627.8411
«Trapeze™
Software Support Invoice
City of Fort ColiinsfTransfort
Attn:Accounts Payable
6570 Portner Road
Fort Collins, CO 80525
USA
Trapeze INFO COM
Number of Workstations:
Up to 25 Peak Vehicles
Coverage period June 01, 2011 • May 31, 2012
State Tax · Exempt
Total payable in USD
Please Make Payment To
Trapeze Software Group Inc.
P.O. Box 202528
Dallas, TX 75320·2528
Invoice
Date
Contract No.
Due date
Contract type
Project No:
11.106076
June 28, 2011
0000000545
June 01, 2011
012PTMAINT
$4,065.00
$0.00
$4,065.00
____
__________ www. trapezegroup.com
5800 Explorer Drive, 5th floor ' Mississauga, Ontario l4W SK9 Canada It t. 905.629.8727 • f. 905.238.8408
8360 East Via de Ventura, Suite l�200 ' Scottsdale, Arizona 85258 U.S,A. · t. 480.627.8400 ' f. 480.627.8411
«'TrapezelM
Software Support Invoice
City of Fort CollinslTransfort
Attn:Accounts Payable
6570 Portner Road
Fort Collins, CO 80525
USA
Trapeze FX/BLOCKBUSTER
Number of Workstations: 1
Up to 25 Peak Vehicles
Coverage period June 01, 201 1 - May 31, 2012
State Tax - Exempt
Total payable in USD
Please Make Payment To
Trapeze Software Group Inc.
P.O. Box 202528
Dallas, TX 75320-2528
Invoice
Date
Contract No.
Due date
Contract type
Project No:
11-106075
June 28, 2011
0000000544
June 01 , 2011
012PTMAINT
$8,936.00
$0.00
$8,936.00
___________ VlWW. trapezegroup. com
5800 Explorer Drive, 5th floor . Mississauga, Ontario L4W 5K9 Canada ' t. 905.629 .8727 • f. 905,238.8408
8360 East Via de Ventura, Suite L-200 • Scottsdale, Arizona 85258 U.S.A .• t. 480,627.8400 ' f. tiBO.6?7.8411
Date of Estimate: 7/1512011
Cont-ad Type:
Existing Contract or PO (YIN): N
Description of Goods (AJ or Services (B): Trapeze Sof':ware -A'lMua! Maintenance fees
I have obtained the following estimate from;
pl.!brrshcd Price Ust' Past Pricing {dalel
Engineering orTeetdncal Estimate (performed by)
Incepeno:ientTnird Party Estlmate(perfu!Tl1ed by)
Other (specifiy}
6130/2010
Independent Cost Estimate
(EstimaCost te O)Estimate tcu.lated if! DetaHs: US Dollars)
B Estimates are based on pest pricing plus a 20/0 lnereasefor lfJe 2010 CPl lna-ease.
C Note: Actual costs may "elY per product depending en fleet vehicles and paratranslt dispatch needs.
DATE: July 15, 2011
TO: Jim Hume
FROM: Karl Gannon
Memorandum
SUBJECT: Trapeze Software - Justification of Costs
I find the 201 112012 maintenance fees for Trapeze Software to be fair and equitable based on:
the 201 1/2012 fees are in line with previous year's maintenance fees, differing only because of
increased/decreased fleet sizes and Dispatch requirements. In fact, we recently completed a joint
audit of assets related to Trapeze fees and r am confident that we are not being awarded costs for
unused assets. Original maintenance fees were based on 20% of the license cost with an annual
allowable adjustment based on the cpr for the Denver/Boulder region. Transfort has used
Trapeze software products for nearly 15 years and we are pleased with past support and
assistance.
Please let me know if you have any questions that I can answer.
Thanks,
Karl
Karl Gannon
City of Fort Collins
Transfort / Dial A Ride
(970)41 6-2087
change afefcts Ihe anlouni due or Ihe lime of pcrfomllnce hcrcunder. an equilable adju51111enl shill be milk.
6. TERMINATIONS.
The I'urehaser may II any time by wrinen change order. terminate Ihis agreenlCnl 1$ to Iny or all poniQlIS of Ihe
goods then 1I0t shipped, subjcet to any equilable adjUSlmenl belween the parties as 10 any wOlk or malerials Ihen in
llrogress provided Ihal Ihe Purehaser shall nOi be liable for any claims for anlicipaled profils on the unconlpleted
portion oflhe goods and/or wOlk. for incidental or con5Cquenlial damages, and Ihat no such adjustmenl be made in
favor orlhe Seller wilh respcct lo any goods which 8rc Ihe Sellers siandard S101:k. No such temlinalion Shall relieye
Ihe I'urchaser or the Sl'llcr orany Orlheir obligalions as 10 any goods delivered hereunder.
7. CLAIMS FOR ADJUSTMENT.
AllY claim for adjuSIl11CIlI must be nsscned wilhin Ihiny (30) days from Ihe date Ihe ehallge or tenllinnlion is
ordCT\-.l. .
8. COMPLIANCE Wlnl LAW.
The Seller warranlS Ihnl all goods sold hereullder shall have been produced, sold. delh'ered and furnisbed in sITiet
compliance wilh all applicable laws and regulalions 10 which the goods arc subjecl. The Seller shall exctute alld
deliver such docunl�nls all may be lequired to effecI or cvidellCe compliance. All laws and rcgulatiollS rC(juired 10 be
incorporaled in agrecmenls of this character are hereby incorponled herein by this rcfcrence. The Seller agrees to
indemnify and hold the I'urchaser harmless from all COSts and damages suffel�-d by the Purchlser lSI rcsull oflhe
Sellers failure to comply wilh such law.
9. ASSIGNMENT.
Neither pany shall assign, transfer. Dr con\"Cy Ihis order, or any monics due Of 10 beconlC duo: hereunder ..ithoul ... lhe
prior wril1en consenl oflhe OIher party.
10. TITLE.
The Seller wamnts full. eleu and unrel1ricted lilk to thc Purchaser for III t'<i"ipmenl, material5, Ind ilcnl� furnished
in perfon11ance of Ihis agreemenl, free and cleu of any and III liens. rcsniclions, reservations, $ceurily inlercl1
eneUmbral1«S ,nd dainlS of Ollie IS.
Page 7 of 7
II. NONWAIVER.
Flilurc of Ihe Purchaser 10 ill$ist upon $lril;I perfonnanec oflhe l�rntS and condilions Ilcrcof. failure or Iklpy 10
ellerci!iC any riglus Of remedies provided herein or by I�w, failur� to prof"plly nOlify the Seller in Ihe evem of a
breach, Ihc Icccplance ofor payment for goods hereunder or '[lIIIoval oflbe design, shall nO( release Ihe Sellerof
Iny of the warranlies or obligalions of Ihis purchase OrUcr and shall nOl be deemed I waiver of any righl of Ihe
purchaser 10 insist upon snicl performance hm:ofor Iny ofit$ righli or remedies as 10 Iny such goods, regardless
of ""'hell shipped, received or accepted, 1$ to any prior or sub$cquent default hereunder, nor shall iny purponed
01111 modification or reseission of Ihis purchase order by the Pun:huer opl'l1'Ile .s I ..i...-cr of any of the lemlS
hereof.
12. ASSIGNMENT OF ANTITRUST CLAIMS.
&lIer and Ihe Purchaser n:rognize Ihat in actual economil; pracliee, o\'ereharges resulting from anlill\l$1
yiolalions Bre in fact borne by Ihe Pun:hascr. TllCl1Itofore, for 1l00d calISe Ind $S con�ideralion for exceuling Ihis
purchase order, Ihe Seller hereby assigns 10 Ihc Purehaser Iny and all claims il may now have or hercafler
acquired under fedenl or Siale .nlill\lSI laW$ for such overeharges Idaling 10 Ihe panicular goods or 5I:"'ices
purchased or acquired by Ihe Purchaser pursuant 10 this purchase order.
13. PURCHASERS PERFORMANCE OF SELLERS OULlGAT10NS.
Iflhe PurehaserdirccIS Ihe Seller 10 correl'l n01\confonlling or defl"("tiYe goods by. dale 10 be agreed upon by the
I'urehaser and Ihe Sellcr, and the Seller thcrcafter indieales its inability or unwillingness 10 comply, Ihe Purehaser
lIlay cause Ihe work 10 be performoo by Ihe JllOSI expeditious Iilcans available 10 it. and Ihe Seller shall pay all
costs associated willi such work.
The Seller shall release Ihe Purehaser and ils COnitaelors of ally lier from all liabilily and claims of any nalure
resulting frol1l lhc performnnce of such wOlk.
This release shall apply even in the eyent of fault of ncgligellCe of the party released and shall eXlend to Ihe
diT\'Clors, officers and employees of such pany.
Tile Sellen conlraC1ual obligations, including Wamlnly, shall nOi be dccmed to be reduced, in .ny way. because
such work is perfomu:d or causcd 10 be performed by Ihe Purchaser.
14. PATENTS.
Whenever Ihe Seller is rC1:)uired 10 use any design, dcvice, malaial or process covered by Leller, patent, tradcm:uk
or copyrighl, the Seller sh.all inlknmify Ind save harmless Ihe Purch.aser from Iny and III claims for infringemenl
by rellSQl1 of Ihe use of such palCtlted design. device. malerial or proccss in conncelion wilh the conlract, and
shall illdcmnify Ihe Purehaser fOf any C051, expense or damage ""'hich it may be obliged 10 pay by rcason of such
infringcmem II .ny linlC during Ihe prosecution or Ifter Ihc conlplelion of the work. In case said t'<iuipmem, or
any pan Ihereof Of Ihe imended usc of Ihe goods, is in such iuit beld 10 coo51ilute infringemCtlt Ind Ihe use of
said t'<iuipmenl or pan is eltioined, Ihe Seller sh.ll, ., its own expense and at its OfIiIon. eilher procure for Ihc
Purchaser Ihe ligbl 10 coolinue using said t'<iuipnlCni or pans, replaee Ihe sanlC wilh subslanlially C1:)ual but
noninfringing cquipnH:nl, or modify il so il blume, noninfringing.
IS. INSOLVENCY.
If Ihe Seller shall beconlC insolvenl or bankT\lpl, make an assignnH:nl for Ihe lII'ncfit of tredilors, appai", I
receiver or IMlee for any of Ihe Sellers propeny Dr business, Itlis onJer may fonhwilh be canceled by Ihe
Purchaser Wilhoul liability.
16. GOVERNING LAW.
The definitions oftcrnlS used Dr Ihe interprelalion oflhe Dgreemelll alld Ihe rights of nil parties hereunder shall be
eOnSIT\led under and governed by Ihc laws ofille SI31e of Col 0111 do, USA.
The following Addilional Condilions apply only in cases where Ihe Sellcr is to perform work hereunder.
including the services ofScllers Repre!iCnl�live(s), on Ihe pn:mises of olhers.
17. SELLERS RESPQNsmtLITY.
The Seller shall carT}' on said work at Sellcr's own risk unlil the SlIme is fully conlpleled and accepled. and shall.
in case of any Becidenl, dCSII\ICIion or injury 10 Ihe work andlor materials before Seller's final complelion and
.ceeplance, eonlp1cle Ille work II Seller's own expense Iltd 10 Ihc sntisfactiOll of lhe Purchaser. When malerials
Ind cquipmenl Irc furnished by Olhers for inSlalialiOlI or erection by Ihe Sellcr. Ihe Seller shall receive, unload,
store and handle same al Ihe sile and beeome responsible lhen:for 1$ Ihough such malerials andlor t'<iuipnlCni
were being furnished by Ihe Seller ullder Ihe order.
IS. INSURANCE.
11lc Seller shall, al his own e�pcnse. provide for lhe payn>cnl of wolkers compensnlion. including occupalional
disease: benefits, to its cmployees cmployed on Of in conllCClion wilh Ihe wOlk covered by Ihis purchase order,
anoJlor 10 Iheir dependents in lceordance wilh Ihe laws of Ihe Slate in which Ihe woO: is 10 be done. The Seller
Shall also carT}' comprehensive general liabilily including, but not limiled 10, colul1l1lC1al alld automobile public
liabilily insurance wilh bodily injury IIId dealh timitl> of al leas! SJ.O,OOOO for Iny 01"lC person, S500.000 for Iny
01lC accidcnl Ind JIfOInICy damage limil per .ecidenl of 5400.000. The Seller shall likewise require his
eOOlnctOl"$, if Iny, 10 provide for such COOlpcnsalion Ind insurance. !J.cfore Iny of the Sellers or his conlraCIOl"$
employees shall do any work upon the premises of others. Ihe Seller shill furnish Ihe Purchaser wilh a cen;fie"e
Ihat such conlpCtlSlltion and insurancc have been llrovided. Such cenificaiCS shall specify tile date when such
compensalion and insurance have been provided. Such eenifieales �hall spc<:ify Ihe dale whcn such eompensillion
and insulllncc cxpircs. The Seller agrees Ihn! such conlpcnsalion and insul1lnce shall be mainlaincd unlil ancllhe
cmire wOlk is completed and accepled.
19. PROTECTION AGAINST ACCIDENTS AND DAMAGES.
The Seller hereby assulHes Ihe entire respollsibilily and liability for any and all damage, loss or i'ljury of any kind
Dr nalure whalsocver to persons or property caused by or resulling from lhe exeeulion of lhe work provided for in
Ihis purehase onJcr or in connection hcrcwilh. Thc Seller will illdemnify and hold harmless Ihe Purchaser and any
or all of Ihc Purchasers officers. agents and employees from and agnillst allY and all claims, losses, damages,
cbarges or expenses, whelher direct or indirecl. and whelber 10 persons or prollCny 10 which Ihe Purehaser may
be put or subjcet by reason of any ael, sClion, negkcl, omission or default 011 Ihe pan Of lhc Seller. any of his
conlnclors, or any of Ihc Sellers or contraclOrs omcen, agcnls or employees. In case any suit or DIller
proceedings shall be broughl againSI Ihe Purchaser, or its omeers, .genls or employccs 81 any lime on accounl or
by reason of any aCI, action. neglcel, omissioo Dr defaull of Ihe Seller of any of his conlracrors or any of its or
Iheir officers, agents or employees as afQl"(said, Ihe Seller hereby agrces 10 assume Ihe defen!iC Ihereof and 10
defend the same al ,he Sellers own expense, 10 pay Iny Ind all e051S, charges, al10meys fees and OIher e�pcllSC$,
Iny and III judgnlCnts Ihat may be incum:d by Of obIained againsl the Purchaser or .ny of its or lheir officers.
agenls or employees in such suilS or olher proceedings, and in Clse judgmcnl or other lien be placed upon or
ob.Iined 19ainsl lhe propeny oflhe Purchaser, or said par1ics in or IS. rcsuh of such suils or olher proceedings,
lhe Seller will at Ol"lCe cause Ihe same to be dissoh·ed.nd discharged by giving bond or olllerwise. The Seller and
his COn!rIC101$ shall 1a�e all safety prccaulions, furnish and install all guuds nc:ceWiry for lhe ptC\'enlion of
accidents, comply wilh all laws and regulalions wilh regard ,0 ufely illcluding, but wilhoul limilalion. Ihe
Occ�lional Safely Ind lleallh Act of 1970 Ind all rulei Ind regulalions isslled pursu'm thereto.
Revi!iCd 0312010
PO Box 580
Fort Collins, CO 80522-0580
PO Box 580
Fort Collins. CO 80522-0580