Loading...
HomeMy WebLinkAbout479656 SYSTEMS INTEGRATION CORP - PURCHASE ORDER - 9122094PURCHASE ORDER PO Number Page City Of9122094 ' of s ' `t Collins This number must appear 1 1 on all invoices, packing slips and labels. Date: 04/11/2012 Vendor: 479656 Ship To: TRANSFORT BUS FACILITY SYSTEMS INTEGRATION CORP CITY OF FORT COLLINS 4699 NAUTILUS CT S SUITE 205 6570 PORTNER ROAD BOULDER Colorado 80301 CITY OF FORT COLLINS Colorado Delivery Date: 04/10/2012 Buyer: JAMES O'NEILL Note: Line Description Quantity UOM Unit Price Extended Ordered Price 2012 Annual Maintenance 1 LOT LS 5,100.00 In addition to the City of Fort Collins Standard Purchase Order Terms and Conditions, the following Federal clauses apply to this purchase order. 1. NO FEDERAL GOVERNMENT OBLIGATION TO THIRD PARTIES (1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. (2) The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. 2. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS (1) The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. § 3801 et seq . and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate. (2) The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. § 5307, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 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 11, 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 39) Cost Analysis Required Cost analysis and profit negations were performed (initial award and modifications) And documented for price reasonableness Cost were included in the original was established on the basis of a catalog or negotiations with the vendor. market price of a commercial product sold in substantial quantities to the general public or �, n on the basis of prices set by 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 Yes records include: (t) the rationale for the method of Fixed Price 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 determined 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 sole source No 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 Annual Software maintenance is payment utilizing FTA funds and the contract typically paid in advance for the does not contain advance payment provisions or, if it did, prior written concurrence was year. obtained from FTA. 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 N/A property (materials, work in progress, and 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 ceiling rice. 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. No 2) The procurement file contains: Price reasonableness determination. 56) Clauses This contract contains the appropriate FTA Yes with PO required clauses. Excluded Parties Search EPS run and include in the file. Yes 11 Search Results for Parties Excluded by Firm, Entity, or Vessel : systems integration corp As of 10-Apr-2012 5:32 PM EDT Save to MyEPLS Paget # A B C D E F G H I J K L M N O P Q R S T U V W X YZ Your search returned no results. Page:1 #ABCDEFGHIJKLMNOPQRSTUVWXYZ Back New Search Report Excel XML ASCII Printer. Friendly Resources > Search Help > Advanced Search Tips > Public User's Manual > FAQ > Acronyms > Privacy Act Provisions > News System for Award Management (SAM) Reports > Advanced Reports > Recent Updates > Dashboard Archive Search - Past Exclusions > Advanced Archive Search > Multiple Names > Recent Updates > Browse All Records Contact Information > For Help: Federal PXMENTOR ©a Fort Collins - Student Card ""... ' ^" .. ° .-1 Iri-Vehicle Equipmrint .5124,640,: Ranger (including Smart Card Reader 40 each $2,005 $80,200 Ranger Mounting Bracket 40 each $65 $2,600 Cabling 40 each $98 $3,920 Dual Mode Antenna (GPS, Public Data Network) 40 each $114 $4,560 Mentor Ranger- Mobile Application License 40 each $142 $5.680 External Smart Card Reader 40 each $450 $18,000 Wi-Fi Module 40 each $242 $9.680 2:, Software XMobile ManageralSaftware License` 1 each 54,860 $4,860 Services Project Managerment and Implementation 40 days $1,080 $43,200 Travel Expenses 2 trips $3,500 $7.000 In -Vehicle Installation (Budgetary) 46 each $500 $20,000 rj4 O[Her$2435:. Ranger Programming Kit 1 each $195 $195 Ranger Training Kit 2 each $345 $690 Shipping 1 lot $1,550 $1.550 :T.otal.) .... ..: .- Long-term Support- -`- - -- - - $4t608 _.. System Support & Software Maintenance .-: .. 1 .....-_:.......______________._ _..........._.. ._.._ ._... year $4,608 $4,608 Year One is included in purchase price. Subsequent years would be billed at 20 % of current software license value. Additional spare in -vehicle equipment should be purchased to support swap -out maintenance. Mentor recommends a minimum spare ratio of 5%, one spare unit per training kit is required to conduct criver training. Payment Terms 20% - Due upon completion of the design review. 70%- Due upon delivery of hardware, software, and /or services. 10 % -Due upon system acceptance , Prices are in US dollars and valid for 90 days. All applicable sales/use taxes are additional and payment of such is the sole responsibility of the purchaser. Mentor Engineering Inc Confidential 6/14/2010 Page 1 AN SP)( DIVISION Sold -To -Party CITY OF FORT COLLINS PO Box 580 FORT COLLINS CO 30521 Ship -To -Party CITY OF FORT COLLINS 6570 FORTNER ROAD FORT COLLINS CO 80525 751 Pratt Boulevard Ell; Grove Village, IL 60007 Ph: (847) 593-8855 Faz:(847) 593-8870 I Page 1 of 2 Sales Quotation Information Sales Quote No. 5001209 Document Date 0910312010 Customer No. 604 Currency USD Contact Name Phone 303221-6625 FAX EMAIL Validity Start Date 09/03/2010 Validity End Date 12/3112010 Req Delivery Date 01/0112011 End.User -- - -- --— -- -- CITY OF FORT- COLLINS-- — PO Box 580 FORT COLLINS CO 80521 The hard code is for the University card only. The smart card reader will not function with any other card. Item Material Quantity Price Amount 10 CAB-SCOPT 34 EA 450.00 USD 15,640.00 Smart Card Reader w/cover and Bid S/W Delivery date: Day 09/09/2010 20 D20001-0007 35 EA 750.00 USD 26,250.00 SIA, FAREBOX CONTROLLER BD. _ Delivery date: Day 0910912010 30 D00700-0012 33 EA 192.80 USD 6,362.40 S/A, MAIN HARNESS (D20001) Delivery date: Day 0910912010 40 CO3i43-0004 34 EA 165.00 USD 5,610.00 S/A KEYBD,CAB,16 BUTTON(D20750) . Delivery date: Day 01101/2011 50 017361-021X 34 EA 238.96 USD 8,124.64 S/A,DRIVERS/DATA DISPLAY (4 DIGIT) Signature: i " l�7 / /�i Date:09/09/2010 Sales Representative: Mark Mahon Email: mark.mahon@spx.com Phone: 847-871-1415 GFI Price Quotation Summary Terms & Con ditions: All prices are valid for 30 days unless otherwise noted above. Delivery will be made within 120 days ARO unless other dates are quoted above. Payment terms are Net 30 days after delivery and based on GFI customer credit acceptance. Wanamy is (1) year from Installation date or (I4) months from shipment for new system equipment, whichever comes first- All warranty items must be directed to GFI for acceptance and disposition, not through OEM Bus Manufacturing Cam panles Prices do not include any state or local taxes unless specifically fisted. Tax is based on shipment antllair invoice, data not quote and/or purchase and at data. Quotation is FOB Elk Grove, IL and freight charges are not included. All price quotations are submitted in accordance with standard GFI terms and conditions which are available an request. C71 GENFA RE AN SPX DIVISION Sold -To -Party CITY OF FORT COLLINS PO Box 580 FORT COLLINS CO 80521 Ship -To -Party CITY OF FORT COLLINS 6570 FORTNER ROAD FORT COLLINS CO 30525 Item 751 Pratt Boulevard Elk Grove Village, IL 60007 Ph: (847) 593-8855 Fax:(847) 593.8870 Page 2 of 2 Sales Quotation Information ' Sales Quote No. 5001209 Document Date 09/03/2010 Customer No. 604 Currency USD Contact Name Phone 303 221-6625 FAY. EMAIL Validity Start Date 09/03/2010 Validity End Date 12131/2010 Req Delivery Date 01/0112011 End User CITY OF FORT COLLINS PO Box 580 FORT COLLINS CO B0521 60 C15992-0003 34 EA 504.70 USD S/A POWER SUPPLY PC BOARD Delivery date: Day 01/01/2011 70 ITEM 1 EA 8,000.00 USD Software hard code (Aaron) Delivery date: - Day 0110112011 80 D06090-1010 33 EA 650.00 USD S/A,TOPCASTING,SWC-Y,PD-Y,SMC-Y(D20001) Delivery date: Day 01/01/2011 90 INSTALL 33 EA 550.00 USD Install Delivery date: Day 01/01/2011 Final amount: Signature: &='//y �// . Date:09/09/2010 Sales Representative: Mark Mahon Phone: 847-871-1415 Email: mark. mahon@spx.com 17,159.80 8.000.00 21,450.00 18,150.00 GFI Price Quotation Summary Terms & Conditions: All pricas are valid for 30 days unless otherwise noted above. Dallvery wig be made within 120 days ARO unless other dates are quoted above. Payment lames are Net 30 days altardelivery and based on GFI cvstomercredit acceptance. Warranty is (I) yearfrom Installation dale or (14) months from shipment fornsw system equipment whichaver comas First. All warranty items must be directed to GFI for acceptance and disposition, not through OEM Bus Manufacturing Companies. Paces do not include any state or local taxes unless specifically fisted. Tax is based on shipment andlor invoice date not quote and/or?urchass older dale. Quotation is FOB Elk Grove, IL and freight charges are not included. Al price quotations are submitted in accordance Mth standard GFI terms and conditions which are available an requesL November 12, 2010 Dean Erickson Systems Analyst MIS City of Ft Collins 6570 Pointer Road Fort Collins, CO 80525 REF: RAM.card Authentication System (RCAS) Dear Dean, Thank you for the opportunity to provide this proposal. We are proposing software and hardware to provide authentication of Colorado State University RAM Cards to be used with City of Fort Collins technology and infrastructure systems. The RCAS will comprise of a hardware and software solution for basic authentication of the CSU RAM Card smartcard technology. I SCOPE OF WORK - RAM Card Authentication System (RCAS) Proposed system: Each fixed route bus will be provided with two (2) smart card readers: one (1) for rider verification and one (1) for RUN information. These readers are to be used for logging/verification and for visual/audible feedback and will use the contactless Mifare chip provided with the CSU RAM Cards. The software will include a SQL Express based database and basic diagnostics. The hardware, software and authentication methodology will be designed as follows: • The unique student ID number would have to be compared to a Good list before authorized boarding. The list will be updated and maintained by CSU in conjunction with the City. This list will be available as a table and/or view to a table (SOL) accessible from the system server located in the Depot. • Visual and Audio notification of valid or invalid RAM Card ID numbers via Red/Green LED indication and audible. o Green —"Good"list o Red —Not on "Good" list o Audible —"Good" List 4699 Nautilus Court 5 Suite 205 Boulder, CO 80301 (303) 920-8800 Fax (303) 920-8844 Design, Installation, Implementation, Management d Service, Network/Data, Communications, Security, Life Safety • Smartcard uses the MIFARE chip set, No dedicated transit sector on smartcard would be needed. System will use the same reader(s) as currently used on CSU campus to allow reading of the CSU proprietary encryption. • System will be designed to work with up to 100K students/faculty • Good List methodology selection will need to meet minimal dwell time. Estimated worst case dwell Time: 1.0s. • Ridership data including CSU id, time, date, and GPS and route data will be uploaded (assuming connectivity is in place — by the City) from the transit vehicles daily based on a user definable schedule. • Custom ridership reports may be created by the City based on the information contained in the RACS database located on the Server (provided by the City). The tables will include (at a minimum): CSU id, Good/Bad read, Time, Date, GPS data as provided via TIAP Interface and RUN code. • Data communications will need to established between the following systems: o City Data center and CSU- to be designed and coordinated by others o City Data center and on board RCAS components. Wireless LAN by others, we will provide an RJ45 jack for connection. IP addressing for the hardware can be set via Telnet o eRim and GPS unit for location and time data • Hardware — Vehicle o Smart Card proximity reader(s) and eRim with enclosure. Card readers and power (12VDC) will be connected to eRim with removable edge connectors. • Hardware — Depot data center o Server (virtual or fixed) to be provided by the City. Estimated cost: Software/Hardware Design and Five (5) test units Design/On-site testing: $24,000.00 Hardware: $3,975.00 Additional units: Cost: $ 795.00 ea. Notes: 1. Installation of the equipment by others 2. We strongly recommend that the City purchases 2 spare units — cost: $ 795 each 3. 12VDC by others. 4. All equipment, material listed in this proposal will be under warranty for one (1) full year. Labor shall be under warranty for one (1) year. This warranty is contingent upon the proper use and maintenance of the equipment and any cabling system provided by SIC. The warranty shall not apply if adjustment, repair, parts replacement or system modification, addition or deletions accomplished by persons other than SIC. S. Computers, unless specified, are not included. 6. Sales taxis NOT included 7. Annual software/hardware maintenance year 2: $ 150/unit (includes software support and/or firmware updates, material replacement (year 2), labor) This proposal is valid for 30 days from the date signed. I hope this proposal meets with your needs and should you have any questions please do not hesitate to call me. Sincerely, Systems Integration Corp Brian FitzGerrell Accepted by: Dated: Network Switch Proposed CSU Bus Configuration Owner Provided WiFi and switch eRim in Heavy Duty Plasic Enclosure — built -In WiFi w/ external antenna RAM DB with Student 10s. Good List information to be transferred to Depot Server Note: 1. eRim will have on -board RAM with lookup table for CSU Bus Access based on update from the -Host- CSU Verification Roeder -RUN" Reader. LEDs and Sounder to be used for Audible and Visual Feedback PURCHASE ORDER PO Number Page r CI�/ of PURCHASE 9122094 2 of 6 6rt Coll ins This number must appear ` ` on all invoices, packing slips and labels. Line Description Quantity UOM Unit Price Extended Ordered Price U.S.C. § 5307(n)(1) on the Contractor, to the extent the Federal Government deems appropriate. (3) The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions. 3. ACCESS TO RECORDS AND REPORTS Access to Records - The following access to records requirements apply to this Contract: A. Where the Purchaser is not a State but a local government and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 18.36(i), the Contractor agrees to provide the Purchaser, the FTA Administrator, the Comptroller General of the United States or any of their authorized representatives access to any books, documents, papers and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. Contractor also agrees, pursuant to 49 C.F.R. 633.17 to provide the FTA Administrator or his authorized representatives including any PMO Contractor access to Contractors records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. B. The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. C. The Contractor agrees to maintain all books, records, accounts and reports required under this contract for a period of not less than three years after the date of termination or expiration of this contract, except in the event of litigation or settlement of claims arising from the performance of this contract, in which case Contractor agrees to maintain same until the Purchaser, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. Reference 49 CFR 18.39(i)(11). D. FTA does not require the inclusion of these requirements in subcontracts. 4. FEDERAL CHANGES Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Master Agreement between Purchaser and FTA, as they may be amended or promulgated from time to time during the term of this contract. 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 close-out costs, and profit on work performed up to the time of termination. The Contractor shall promptly submit its termination claim to the City to be paid the Contractor. If the Contractor has any property in its possession belonging to the City, the Contractor will account for the same, and dispose of it in the manner the City directs. b. Termination for Default If the Contractor does not deliver supplies in accordance with the contract C� c3. oiU:9-eel 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 Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 PURCHASE ORDER PO Number Page City Of 9122094 3 of 6 `t Collins This number must appear on all invoices, packing slips and labels. Line Description Quantity UOM Unit Price Extended Ordered Price schedule, or, if the contract is for services, the Contractor fails to perform in the manner called for in the contract, or if the Contractor fails to comply with any other provisions of the contract, the City may terminate this contract for default. Termination shall be effected by serving a notice of termination on the contractor setting forth the manner in which the Contractor is in default. The contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner of performance set forth in the contract. If it is later determined by the City that the Contractor had an excusable reason for not performing, such as a strike, fire, or flood, events which are not the fault of or are beyond the control of the Contractor, the City, after setting up a new delivery of performance schedule, may allow the Contractor to continue work, or treat the termination as a termination for convenience. c. Opportunity to Cure The City in its sole discretion may, in the case of a termination for breach or default, allow the Contractor 30 days in which to cure the defect. In such case, the notice of termination will state the time period in which cure is permitted and other appropriate conditions If Contractor fails to remedy to The City' s satisfaction the breach or default of any of the terms, covenants, or conditions of this Contract within [ten (10) days] after receipt by Contractor of written notice from the City setting forth the nature of said breach or default, the City shall have the right to terminate the Contract without any further obligation to Contractor. Any such termination for default shall not in any way operate to preclude the City from also pursuing all available remedies against Contractor and its sureties for said breach or default. d. Waiver of Remedies for any Breach In the event that the City elects to waive its remedies for any breach by Contractor of any covenant, term or condition of this Contract, such waiver by the City shall not limit the City's remedies for any succeeding breach of that or of any other term, covenant, or condition of this Contract. 6. CIVIL RIGHTS REQUIREMENTS Civil Rights - The following requirements apply to the underlying contract: (1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. (2) Equal Employment Opportunity - The following equal employment opportunity requirements apply to the underlying contract: (a) Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, the Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seq ., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. § 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. City of Fort Collins Director of Purchasing and Risk Management This order is not valid over $5000 unless signed by James B. O'Neill ll, CPPO City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Phone:970-221-6775 Fax:970-221-6707 Email:purchasing@fcgov.com Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 PO PURCHASE ORDER 912209er Page. C117/ Of///��� 9122094 4 of 6 Fort Collins This number must appear Fort ` on all invoices, packing slips and labels. Line Description Quantity UOMI Unit Price Extended Ordered Price The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, 'color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (b) Age - In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. § § 623 and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (c) Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. § 12112, the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (3) The Contractor also agrees to include these requirements in each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties. 7. DISADVANTAGED BUSINESS ENTERPRISE (DBE) a. This contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs. The national goal for participation of Disadvantaged Business Enterprises (DBE) is 10%. The agency's overall goal for DBE participation is 9.9 %. A separate contract goal [has not) been established for this procurement. b. The contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of this DOT -assisted contract. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as City of Fort Collins deems appropriate. Each subcontract the contractor signs with a subcontractor must include the assurance in this paragraph ( see 49 CFR 26.13(b)). The successful bidder/offeror will be required to report its DBE participation obtained through race -neutral means throughout the period of performance. c. The contractor is required to pay its subcontractors performing work related to this contract for satisfactory performance of that work no later than 30 days after the contractor' s receipt of payment for that work from the City of Fort Collins . In addition, is required to return any retainage payments to those subcontractors within 30 days after incremental acceptance of the subcontractor' s work by the City of Fort Collins and contractor' s receipt of the partial retainage payment related to the subcontractor' s work. d. The contractor must promptly notify City of Fort Collins whenever a DBE subcontractor performing work related to this contract is terminated or fails to complete its work, and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. The contractor may not terminate any DBE subcontractor and perform that work through its own forces or those of an affiliate without prior written consent of City of Fort Collins. Invoice Address: City of Fort Collins Director of Purchasing and Risk Management This order is not valid over $5000 unless signed by James 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 PURCHASE ORDER PO Number Page City Of9122094 s of s `t Collins This number must appear on all invoices, packing slips and labels. Line Description Quantity LION! Unit Price Extended Ordered Price 8. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1 F, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any City of Fort Collins requests which would cause the City of Fort Collins to be in violation of the FTA terms and conditions. 9. GOVERNMENT -WIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT) This contract is a covered transaction for purposes of 49 CFR Part 29. As such, the contractor is required to verify that none of the contractor, its principals, as defined at 49 CFR 29.995, or affiliates, as defined at 49 CFR 29.905, are excluded or disqualified as defined at 49 CFR 29.940 and 29.945. The contractor is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it enters into. By accepting this purchase order, the vendor or contractor certifies as follows The certification in this clause is a material representation of fact relied upon by the City of Fort Collins. If it is later determined that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to the City of Fort Collins, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 49 CFR 29, Subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. 10. ENERGY CONSERVATION REQUIREMENTS Energy Conservation - The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. 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: 100.00 City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 Purchase Order Terrns and Conditions Page 6 of 6 I. COMMERCIAL DETAILS. Tax exemptions. By statute the City of Fon Collins is exempt fmm State and local taxes. Our Exemption Number is 11. NON WAIVER. 98-W 502. Federal Excise Tax Exemption Certificate of Registry 84-6000587 is registered with the Collector of Failure of the Purchaser la insist upon strict performance of the terms and conditions hereof. failare or delay to Internal Revenue, Dearer, Colorado (Ref. Colorado Revised Statutes 1973. Chapter 39-26. 114 la), exercise any rights or remedies pmvidcd herein or by law, failure to promptly notify the Scllcr in the event of a breach. the acceptance ofor payment for goods hereunder or approval of the design, shall not release the Seller of Goods Rejected. GOODS REJECTED due to failure to area specifications, either when shipped or due to defects of any of the womaties or ohigmions of this purchase order and shall not be deemed a waiver of any right of the damage in transit, may be resumed to you for credit and arc not to be replaced except upon receipt of written purelinser to insist upon strict performance hereofm any of its rights or remedies ns to any such goods, regardless instructions form the City Of Fon Collins. of when Shipped, received or accepted, ns to any prior or subsequent default hereunder, nor shall any purf'r ed oral modification or rc ci,,ioU of this purchase order by the Purchaser opcmtc as a waiver of any of the terms Inspection. GOODS arc subject to the City of Fon 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 pan of the City of Fort Collins. However, it is to be Understood that FINAL. Seller and the Purchaser recognize that in moral economic practice, overcharges resulting Farm antitmst ACCEPTANCE is dependent upon completion ofal) applicablc required inspection procedures. vinlatia r, are in fact home by the Putehamr. Theretofore, for good cause and is consideration for executing this purchase order, the Scllcr hereby assigns In the Purchaser any and all claims it nary now have or hereafter Freight Term,. Shipments most be F.O.B.. City of Fort Collins, 700 Rood 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 frcight purchased car acquired by the Purchaser, pursuant to this purchase order. bill must accompany invoice. Additional charges for packing will not be accepted. Shipment Distance. Where manufacturers hove distributing points in various pans of the country, shipment is expected from the nearem distribution point to destination, and excess freight will be deducted Tom Invoice when shipments ure made from greater distance. Permits. Seller shall procure at sellers Sole cost all necessary permits, ecnifiextes and licenses required by all applicable Imes, regulations. ordinances and rules of the state, municipality, territory or political Subdivision where the work is performed. or required by any other duly constituted public authority having jurisdiction over the wank of vendor. Seller further agrees to hold the City of Fort Collins harmless firm and against all liability and loss incurred by them by reason of an asserted or established violation of any such laws regulations, ordinances, mlcs and requitement. Authorization. All panics to this contract agree that the mprerentntives arc, in fact. bona fide and possess full and complete nuthardy to bind slid parties. LIMITATION OF TERMS. This Purchase Order expressly limits acceptance to the terms and conditions stored herein set forth and any supplementary or additional temu and conditions annexed hneto or incorporated herein by reference Any additional or different term, and conditions proposed by seller m c objected round hereby rejected. 2. DELIVERY. PLEASE ADVISE PURCHASING AGENT immediately if you cannot make complete shipment to arive on your premised delivery date as noted. Time is of the essence. Dehicry and perfarmanec must be effected within the lime stated on the purchase order and the documents attached hereto. No acts of the Pnrchascr, including, without limitation, acceptance ofpartid late deliveries, shall opemte as a waiver of this provision, In the event ofany delay. the Purchaser.shzll have in addition to other legal and equitable remedies, the option of placing this order clsewherc and holding the Seller liable for damages. However. the Seller shall not be liable far damage, as a result of delays due to causes not reasonably frrttecable which are beyond its reasonable control and without its fault ofnegligence, such acts ofGrd. acts ofcivil or military authorities, governmental printings, fires, strikes, Rood, 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 he extended for the period equal to the time actually lost by reason of the delay. 3. WARRANTY. T'hc Seller warrants that all goods, mnicics. 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 nature The Seller agrees to hold the purchaser harmless from any loss, danmge or expense which the Purchaser may Suffer or incur on account of the Sellers breach of wamnty. The Scllcr shall replace, repair or make good. without cost to the purchaser, any defects or faults arising within one (I) year or within such longer period of time as may be prescribed by law or by the temss ofany applicable wamnty pmvidcd by the Seller after the date of acceptance of the good fumished hereunder (acceptance not to be unreasonably delayed), resulting from imperfect Or defective work done or materials furnished by the Seiler. Acceptance or use of goods by the Purchaser shall nod constitute a waiver ofany claim under this warranty. Exccpl as otherwise pmvidcd in this purchase order, the Sellers liability hereundershall extend to all damages proximately caused by the breach ofany of the foregoing warm runs or guarantees, but such liability shall in no event include loss of profits or loss of use. NO IMPLIED WARRANTY OR MERCHANTABILITY OR OF FITNESS FOR PURPOSE SHALL APPLY. 4. CHANCES IN LEGAL TERMS. The Purchaser may make changes to legal terms by written change order. 5. CHANGES IN COMMERCIAL TERMS. The Purchaser may make any changes to the terms, other than legal terms, including additions to or deletions form the quantities originally ordered in the Specifications or drawings, by verbal or s7dren change order. If any such change affects the amount due or the time of perf cam ncc 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 ministration between the panics as to any work or materials then in progress pmvidcd 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 adjnstment be made in favor of the Seller .with respect to any goods which are the Sellers standard stuck. No such termination shall relieve the Purchaser car the Seller ofany of their obligations as to any goods delivered hereunder. 7. CLAIMS FOR ADJUSTMENT. Any claim for adjustment must be asserted within thirty (30) days them the date the change or termination is ordered. S. COMPLIANCE WITH LAW. The Seller warrants that all gonrt, sold hereunder shall have been pmdueed, sold, delivered and finished in strict compliance with all applicable laws and regulations to which the goods arc subject. The Seiler shall execute and deliver such documents as may be required to effect or evidence compliance. All laws and mgulations required to be incogromted in agreements of this character are hereby incorporated herein by this reference. The Seller agrees to indemnify and hold the Purchaser hamiles, 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 ri or any monies due or to become dire hereunder without the prior wrimur consent of the other party. 10. TITLE. The Seller wamnts 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 restrictions, reservations security interest encumbrances and claims of others. 13, PURCHASERS PERFORMANCE OF SELLERS OBLIGATIONS. If the Purchaser directs the Seller to correct nonconforming or defective good by a date to be ere cat upon by the Purchaser and the Seller,and the Seller thereafter indicates its inability or unwillingness to comply, the Purchaser may cause the work to be performed by the most expeditious means available to it and the Seller shall pay all costs essocimcd with such work. The Seiler shall release the Purchaser and its contractors of any tier from all liability and claims of any nature resulting fmm the performance ofsach 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 ofsach parry. The Seller's contractual obligations, including wamnry, shall not be it to be reduced, in any way, because such work is performed or caused to be performed by the Purchaser. 14. PA "TENTS. tb'hencvcr the Seller is required to use any design, device. material or process covered by letter, Patent, trademark or copyright, the Seiler shall indemnify nod save harmless the Pmeitaxcr from any and all claims for infringement by reason of the use of such parented design, device, material Or process in connection with the contnet and shall indemnify the Purchaser f r any east expense or damage which it may be obliged to pay by reason ofsueh 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 arch snit held to constitute infringement and the use of slid equipment or pan is enjoined, the Seller shall, at its own cxpcusc and at its option. either pmcurc fur the Purchaser the right to continue using said equipment or pans, replace the same with substantially equal but noninfringing equipment or modify it so it becomes mminfringing. 15. INSOLVENCY. If the Seller shall become insolvent or hankmpt 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 deftnitions oftems, used car the interpretation of the agreement and the rights olall parties hereunder Shall be construed under and governed by the lams of the State of Calomdo, USA. The fallowing Additional Conditions apply only in cases where the Seller is to perform wark hereunder. including the services Of Sellers Rclumsentativc(s). on the premises ofothcrs. 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 Scllcrs final completion and necuffacc, complete the work at Sellers man expense and to the Satisfaction of the Purchaser. When materials and equipment arc famished by others for installation Or erection by the Seiler. the Seller ,hall receive, unload, store and handle Same cat the Site and become responsible therefor as though Such r iars and/or cquipmcm were being fumished by the Seller under the order. I A. INSURANCE. 'rhe Seller shall, at his own expense provide for the payment of workers contpcnsatinn, including occupational disease benefits, to its employees employed on or in connection with the work covered by this purchase order. and/or to their dependents in accordance with the laws of the state in which the work is to be done, The Seiler shall also carry comprehensive general liability including, but not limited in, contractual and automobile public liability insurance with bodily injury and death limit, of at least S300,000 for any one person. S500.000 far any one accident and pmpeny damage limit per accident of S400.000. The Seller shall likewise require his contactors. if any, to provide for Such compensation and insurance. Iiefure any of the Sellers or his contractors employees shall do any work upon the premises of others, the Seller shall furnish the Purchaser with a certificate that such compensation and insurance have been pmvidcd. Such certificates shall Specify the date when such compensation and insurance hnvc been pmvidcd. Such cenificams shall specify the dare when such compensation and insurance expires The Scllcr agrees that such compensation and insurance shall he 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 ofany kind or nature whatsoever to persat or property caused by or resulting fmm the execution ofthe work provided far in this purchase order or in connection herewith. The Seller will indemnify and hold harmless the Purchaser and any ar all of the Purchasers oRccm. agents and employees form and against any and all claims. Imes. 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 net, action, neglect, omission or defeuh can the pan of the Scllcr, any of his eonsmcmrs, or any of the Scllcrs err contractors officers, agents or employees. In case any suit or other pmec,dings shall be brought against the Purchaser, or its officers, agents or employees at any time on account or by rcmon ofany act, action, neglect, omission or default of the Seller of any of his contractors or any of its or Ihemployeescir officers, agent, or employees as aforesaid, the Seller hereby agrees to assume the defense thereof and to defend the Same at the Sellers own expense. to pay any and all costs, charges, ottnmcys fees and other expenses, any and all judgments that arty be incuncd 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 panics in or as a result ofsueh suits or other proceedings. the Scllcr will at once cause the same to be dissolved and discharged by giving bond or otherwise. The Seller and his contractors shall take all safely precautions, famish and install all guards necessary for the prevention OF accidents. comply with all Imes and regulations with regard to safety including, but without limitation, the Occupational Safetyand Health Act of 1970 and all roles and regulations issued Pursuant thereto. Revised 0312010 an, of Ort� C�S Independent Cost Estimate Date of Estimate: 03/31/2012 Contract Type: Existing Contract or PO (YIN): N Systems Integration Corp. - Annual (2012) Maintenance on Proximity Description of Goods (A) or Services (B): Card Reader System re obtained the following estimate from Published Price List / Past Pricing (date) 12/6/2010 -Contract Quote wring or Techincal Estimate (performed by) indent Third Party Estimate (performed by) Other (specify) Cast Estimate Details: (Estimate calculated in US Dollars) Cost of Standard Items Product CPI TOTAL NoteslData Source 2011 Hardware & Software Support $ 55,005.00 2012 Hartlware&Software Suppon-20% of Installation $ 11,001.00 2012 Hardware &Software Support - Contract Agreement $ 5,100.00 N/A $ 5,100.00 Total E 5,100.00 B Estimates are based on 2010 Contract with vendor C \Documents and Settings\joneill\Local Senings\Temporary Internet Files1OLKl MICE - 2012 Systems Integration MaintenanceSystems Integration 04110/2012 Title: Systems Integration Annual Maintenance Date: 4/10/12 CONTRACT CHECKLIST FOR NON-COMPETITIVE PROPOSALS (SOLE SOURCE) Checklist Item Contract File Comments Location 7) Independent Cost Estimate The City made and documented an With PO dated 3/31 independent cost estimate before receipt of proposals. 10) Unnecessary Experience and Excessive Bonding Unnecessary experience and excessive No 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 No Software chosen originally mitigate the conflict (e.g. by inserting a clause based on particular need. 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 by 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 NO 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 No 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 awarding to a responsible contractor considering such matters as contractor integrity, compliance with public policy, record of past performance, and financial and technical resources. 1. Appropriate Financial, equipment, facility Yes vendor has proven to be very and personnel. (Y/N) reliable. Software is working. 2. Ability to meet delivery schedule. (Y/N) 3. Satisfactory period of performance. (Y/N) 4. Satisfactory record of integrity, not on declined or suspended listings. (Y/N) 5. Receipt of all necessary data from vendor. (Y/N) 19) Sound and Complete Agreement This contract is a sound and complete agreement. In addition, it includes remedies Y Purchase Order 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 Y available and included any specifications and 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. (Verify prices are no higher than price for such item by likely customers.) The only party who can provide (2) Public exigency for the requirement did software maintenance is the not permit a delay resulting from a actual software vendor. . competitive solicitation. (3) An emergency for the requirement did not permit a delay resulting from a competitive solicitation. (4) The FT A authorized noncompetitive negotiations. (5) Competition was determined inadequate after solicitation of a number of sources.