HomeMy WebLinkAbout255805 MENTOR ENGINEERING INC - PURCHASE ORDER - 9125102PURCHASE ORDER PO Number Page
City Of
9125102 1 of 5
Fort Collins
This number must appear
on all invoices, packing
slips and labels.
Date: 09/18/2012
Vendor: 255805
Ship To: TRANSFORT BUS FACILITY
MENTOR ENGINEERING, INC
CITY OF FORT COLLINS
10, 2175 - 29th ST NE
6570 FORTNER ROAD
CALGARY Alberta T1Y 7H8
CITY OF FORT COLLINS Colorado
Delivery Date: 09/18/2012
Buyer: ED BONNETTE
Note:
Line Description
Quantity UOM Unit Price Extended
Ordered Price
X-Gate annual maintenance
1 LOT LS 4,185.00
8/27/12-8/26/13
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 sect . and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R.
Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Contractor
certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes
to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being
performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it
makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the
Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986
on the Contractor to the extent the Federal Government deems appropriate.
(2) The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent
claim, statement, submission, or certification to the Federal Government under a contract connected with a
project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority
of 49 U.S.C. § 5307, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49
City of Fort Collins Director of Purchasing and Risk Management
This order is not valid over $5000 unless signed by James B. O'Neill II, CPPO
City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580
Phone:970-221-6775 Fax:970-221-6707 Email: purchasing@fcgov.com
Invoice Address:
City of Fort Collins
Accounting Department
PO Box 580
Fort Collins, CO 80522-0580
Title: X-Gate Annual Support and Software License
Date: 9/18/12
CONTRACT CHECKLIST FOR NON-COMPETITIVE PROPOSALS (SOLE SOURCE)
Checklist Item
Contract File
Comments
Location
7) Independent Cost Estimate
The City made and documented an
Yes in the file
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
mitigate the conflict (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 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
"brand
yes
offerors must provide. When using a
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
yes
The contract period of performance for rolling
stock and replacement parts does not exceed
five (5) years inclusive of options without prior
written FTA approval. For all other types of
contracts, the procurement file contains
evidence that the contract term is based on
sound business 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
1. Y
of past performance, and financial and
2 Y
technical resources.
3. Y
1. Appropriate Financial, equipment, facility
and personnel. (Y/N)
4. Y
2. Ability to meet delivery schedule. (Y/N)
5. Y
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
Yes standard Purchase Order
agreement. In addition, it includes remedies
Used
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
yes
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.)
1. Y
(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.
(4) The FT A authorized noncompetitive
negotiations.
(5) Competition was determined inadequate
after solicitation of a number of sources.
39) Cost Analysis Required
Yes cost analysis in file
Cost analysis and profit negations were
performed (initial award and modifications)
And documented for price reasonableness
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 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
na
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
1. Y
of this procurement. At a minimum, these
Z
records include:
(1) the rationale for the method of
3. Y
procurement,
4. Y
(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
na
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
payment utilizing FTA funds and the contract
correct
does not contain advance payment provisions
or, if it did, prior written concurrence was
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
property (materials, work in progress, and
na
finished goods) for which progress payments
are made. The contract may contain other
security in lieu of obtaining title.
47) Time and Materials Contracts
no
This is a time and materials contract; the
grantee determined that no other type of
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
correct
type contract.
49) Liquidated Damages Provisions
This contract contains liquidated damages
provisions and the assessment for damages
na
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.
na
2) The procurement file contains: Price
reasonableness determination.
56) Clauses
This contract contains the appropriate FTA
yes
required clauses.
Excluded Parties Search
EPS run and include in the file.
yes
Small Purchase of: X-Gate Annual Support and Software License
Date: 9/18/12
CONTRACT CHECKLIST FOR SMALL PURCHASES
Checklist Item
Contract File
Comments
Location
7) Independent Cost Estimate
Yes in the file
The City made and documented an
independent cost estimate before receipt of
proposals.
9) Unreasonable Qualification
no
Requirements
This solicitation did not contain unreasonable
requirements placed on firms in order for
them to qualify to do business.
11) Organizational Conflict of
no
Interest (OCI)
If there is an apparent or potential OCI the
solicitation contains provisions to eliminate or
mitigate the conflict (e.g. by inserting a clause
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
no
There was no arbitrary action in the
procurement process. (An example of
arbitrary action is when award is made to
other than the contractor who most satisfied
all the City Requirements as specified in the
solicitation and as evaluated by staff.
13) Brand Name Restrictions
yes
Brand Name or Equal. When it is impractical
or uneconomical to provide a clear and
accurate description of the technical
requirements of the property to be acquired, a
"brand name or equal" description may be
used to define the performance or other
salient characteristics of a specific type of
property. The City must identify the salient
characteristics of the named brand that
offerors must provide. When using a "brand
name" specification, the City does not need to
reverse -engineer a complicated part to
identify precise measurements or
specifications in order to describe its salient
characteristics. FT A's "Best Practices
Procurement Manual," (BPPM) contains
additional information on preparation of
specifications including examples with
specific language.
14) Geographic Preferences
no
The solicitation contains no in -State or local
geographic preference except where Federal
statutes mandate or encourage them.
15 Contract Term Limitation
yes
The contract period of performance for rolling
stock and replacement parts does not exceed
five (5) years inclusive of options without prior
written FTA approval. For all other types of
contracts, the procurement file contains
evidence that the contract term is based on
sound business judgment.
23) Price Quotations
Sole Source
Price or rate quotations were obtained from
an adequate number of qualified sources.
24) Clear, Accurate, and Complete
yes
Specification
A complete, adequate, and realistic
specification or purchased description was
available and included any specifications and
pertinent attachments which define the items
or services sought in order for the bidder to
properly respond.
41 ) Cost or Price Analysis
Yes in the file
Either a cost analysis or a price analysis was
performed and documented. The price was
determined to be fair and reasonable.
Price reasonableness based on:
Price quotations.
Previous purchase.
Current price list or advertisement.
Value Analysis — copy in file.
42) Written Record of Procurement
1. Y
History
2. Y
The file contains records detailing the history
3. Y
of this procurement. At a minimum, these
4. Y
records include:
(1) the rationale for the method of
procurement,
(2) Selection of contract type,
(3) reasons for contractor selection or
rejection, and
4 the basis for the contract price.
56) Clauses
yes
This contract contains the appropriate FTA
required clauses.
Excluded Parties Search
yes
EPS run and include in the file
FEDERALLY REQUIRED AND OTHER MODEL CLAUSES
APPLICABILITY OF THIRD PARTY CONTRACT CLAUSES
(excluding micro -purchases, except for construction contracts over $2,000)
TYPE OF PROCUREMENT
X
Clause
Professional
Operations/
Rolling Stock
Construction
Materials &
Services/A& E
Management
Purchase
Supplies
No Federal Government
Obligation To Third Parties
X
All
All
All
All
All
(by Use of a Disclaimer
False Statements or Claims
All
All
All
All
All
Civil and Criminal Fraud
X
Access To Third Party
All
All
All
All
All
Contract Records
X
Changes to Federal
AllAll
All
All
All
Requirements
X
Termination
X
All
All
All
All
All
Civil Rights Title VI, EEO, ADA)
NA
>$10,000
>$10,000
>$10,000
>$10,000
>$10,000
Disadvantaged Business
All
All
All
All
All
Enterprises DBEs
X
Incorporation of (FTA) Terms
X
All
All
All
All
All
Suspension and Debarment
NA
>$25,000
>$25,000
>$25,000
>$25,000
>$25,000
Buy America
NA
>$100,000
>$100,000
>$100,000
Resolution of Disputes,
>$100,000
>$100,000
>$100,000
>$100,000
>$100,000
Breaches, or Other Litigation
NA
Lobbying
NA
>$100,000
>$100,000
>$100,000
>$100,000
>$100,000
Clean Air
NA
>$100,000
>$100,000
>$100,000
>$100,000
>$100,000
Clean Water
NA
>$100,000
>$100,000
>$100,000
>$100,000
>$100,000
Caro Preference
NA
All
All
All
Fly America
Involves foreign
Involves foreign air
Involves foreign
Involves foreign
Involves foreign air
NA
transport or travel
transport or travel
air transport or
air transport or
transport or travel
b air
travel
travel
Davis -Bacon And Copeland Anti-
>$2,000 (including
Kickback Acts
NA
ferry vessels
Contract Work Hours And Safety
>$2,500 (except
>$2,000 (including
Standards Act
NA
transportation
>$2,500
ferry vessels)
services)
Bonding
NA
$100,000
Seismic Safety
A & E for New
NA
Buildings &
New Buildings &
Additions
Transit Employee Protective
Transit Operations
Agreements
NA
Charter Bus
NA
All
School Bus
NA
All
Drug Use - Testing and Alcohol
Transit Operations
Misuse - Testin
NA
Patent Rights and Rights in Data
Research &
and Copyright Requirements
NA
Development
Energy Conservation
X
All
All
All
All
All
Recycled Products
Contracts for items
Contracts for items
Contracts for items
designated by
designated by
designated by
NA
EPA,when
EPA, when
EPA, when
procuring $10,000
procuring $10,000
procuring $10,000
or more per year I
I
or more per year
or more per year
Conformance With ITS National
Architecture
NA
ITS Projects
ITS Projects
ITS Projects
ITS Projects
ITS Projects
ADA Access
NA
A & E
All
All
All
All
Bus TestingNA
All
Pre -Award And Post Delivery
Audits
NA
All
Fort Collins
PURCHASE ORDER
PO Number Page
9125102 2of5
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 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
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
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
City of
�,.Fort Collins
PURCHASE ORDER
PO Number Page
9125102 3 of 5
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. 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.
Invoice Address:
City of Fort Collins Director of Purchasing and Risk Management
This order is not valid over $5000 unless signed by James B. O'Neill II, CPPO City of Fort Collins
City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Accounting Department
Phone:970-221-6775 Fax: 970-221-6707 Email:purchasing@fcgov.com PO BOX 580
Fort Collins, CO 80522-0580
City of
/01 F r_t Collins
PURCHASE ORDER
PO Number Page
9125102 4of5
This number must appear
on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
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.
7. 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.
8. 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.
Rx� Q. o"r�:¢es�
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
Total
Invoice Address:
$4,185.00
City of Fort Collins
Accounting Department
PO Box 580
Fort Collins, CO 80522-0580
Purchase Order Terms and Conditions
Page 5 of 5
1. COMMERCIAL DE [AILS.
Tux exemptions. By statute the City of Fort Collins is exempt fmm state and local taxes. Our Exemption Number is II. NONWAIVER.
98-04502. Federal Excise Tax Exemption Cetlificare of Registry 84-6000587 is registered with the Collector of Failure of,be Purchaser in insist upon strict pwUmmonce ofare terns end conditions hereof, failure or delay to
Iutemal Revenue, Denver, Colorado (Ref. Colorado Revised Statutes 1973, Crude, 39-26, 114 (a) e,mmis, any rights or remedies provided herein or by law, failure to promptly notify hie S.IlV, in tic event of a
breach, the acceptance of orpayment forgoods hereunder or approval of the design, shall norm ease the Seller of
Goods Rejected GOODS REJNC'I ED due to failure or meet spenfimtions, either wban shipped or due to defects of any From warranties or obligations ofthis gurob— orderand.shall not be deemed a waiver ofany right ofthe
damage in transit, may be returned to you for credit and are not 1. be replaced exall ,an r eelpl of written purchaserm insist upon 1161, performance heeofor any ofirsnghts or remedla as to any such goods, regardless
instructions fmm the City of Fart Collins. of wben shipped received or accepted, as I. any prior or subsequent default hereunder, nor shall any pnRorted
cal modification or rescission of this purchase order by the Purchaser operate as a waiver of any of die tams
Inspection. CLUBS are subject o the City of Fort Collins inspection on anneal. hereof.
Final Acceptance. Receipt of the mcalimmder, services or equipment in response to this order w cork in 12, ASSIGNMENT OFANf ITRUST CLAIMS.
authorized payment on We pad of the City of Fort Collins, however, it is to be undersmmd that. FINAL Seller end tie Purchaser megilill that in actual economic practice, a cmlmrre, moildrg [,a. .utltaust
ACCEPTANCE is dependent upon completion of all applicable required inspection paced -rev Violations are in fact home by the Purehoker Theretofore for good cause and as consideration for exewtiag this
pumhase order, the Seller hereby assigns to the Purchaser any and all claiiva it may now have or hereafter
Freight Term. Shipments must be P.OJC, City of Von Collins, 900 Wood St, Port Collins, CO 8052+ unless unry'red under federal or state antitrust laws for such overcharges relating to the particular goods or services
aicariss specifiW on this order. lfpemnission is given to prepay freight and charge separately, the origilml Height produced or acquired by the Purchaser pursuant to this pueral order.
bill must accompany invoice. Additional charges for packing will not be recovered.
13, PURCI I ASERS PER FORMANCE. OF SELLERS OBLIGATIONS.
Shipment Distance. Whom mamfacmrers have distributing points in Various parts of the country, shipment is Ifthe Parahmer directs the Seller to correct lanconlamhing or defective goods by acute to be agreed upon by the
expected from the nearest distribution point to destination, end excess deighl will be deducted from Invoice when Purchaser and the Seller, and tie Seller thereafter indicates its inability or unwillingness to comply, the Purclmscr
shipments we made from greater distance. may cause the weak m be performed by the most expeditions means available to it, and rho Seller shall pay all
casts associated with such work.
Permits. Seller shall procure at sellers sole cost all necessary permits, biannual, and licenses required by all
applicable laws, mendacious, ordinances and talcs ofthe state, municipality, territory or political subdivision where
the work is performed, or required by any other duly cmmimted public auNmity having jurisdiction over the work
of vendor. Seller further agrees to hold the City of Fort Collins harmless from and against all liability and loss
incurred by them by reason of an asserted or established violation of any such Taws, regulations, ordinances, roles
and requirements,
Authorisation. All parties to this contract agree that the mgmsentatives are, in fact, bons fide and possess full unit
colonel, audacity Io bind said parries.
LIMITATION OF TERMS. This P.Mase Order expres,ly limits acceptance no the tears and conditions embed
herein set forth and any supplementary nr additional terms and conditions annexed herein or incoryumted herein by
reference Any additional or different hems and conditions proposed by seller are objected to and hereby jeered.
2. DELIVERY.
PLEASE ADVISE PURCHASING AGENT immlledimely ifyon cannot make con.plete shipment to arrive on your
promised delivery dam as noted. Time is of tie m,bree. Delivery and pc,hmm u ce must be effected within the into
stated on the ,..chase aide, end tic dacmncnts attached hereto. No nets of the Purchasers including, without
Emnalow, acceptance of partial fare deliveries, shell operate as a waiver mf this provision. In the event ofany delay,
the Purchaser shall Lave, in addition to o,hr, Iegnl and equitable remedies, the option of placing Wt, order elsewhere
and holding the Seller liable for damages. However, the Seller shall not be liable for dmnages as a result of delays
due to causes not reasonably foreseeable which are beyond its mawnable control and without its fault of negligence,
such acts of God, acts of civil or military authorities, govenmmntal priorities, foes, shrikes, flood, epidemics, wars or
riots provided that notice of the conditions causing such delay is given m the Purchaser within live (5) days of the
hit,, when the Seller f t received knowledge thereof In the even, of any such delay, the date ofdelivery shall be
extended for the period equal to the time actually lost by mason ofthe delay.
3. WARRANTY.
The Seller woccurs rho( all goods, articles, materials and work covered by this order will conform with applicable
drawings, specifications, samples all other descriptions given, will be fit for the purposes intended, and
performed with the highest degree of care and eampetence in accordance with accepted standards for work of a
milar nature. The Seller agrees to hold the purchaser hamileu from any loss, damage or expense which the
Purcbm r may suffer or cam on account ofthe Sellers breach ofwarranty.'Ihe Seller shall replace, repair or make
good, without cost to the Purchaser,any defects or faults nosing within one (1) year within such longer period of
time as may be prescribed by law or by the taints of any applicable warranty provided by the Seller after the dam of
cee,mnw of the goods fumished hereunder (acceptance not to be uomosonably delayed), resulting from imperfect
or defective work done or materials famished by the Seller. Acceptance or use at pods by the Purchaser shall not
ousend a waiver orally claim under this w'arranly. Except as otherwise provided in this purchase order, the Sellers
liability hereunder shall extend to all damages proximately caused by the breach of any of the foregoing warranties
or 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. CHANGES IN LEGAL TERMS.
The Purchaser may make changes m legal temps by wrirten change o,de.
5. CHANGES IN COMMERCIAL TERMS.
The Puahmer any make any changes go the retail, other thin legal terms, including additional to or deletions from
the quantities originally ordered in the specifications or drawings, by verbal or written change order If any such
change affects the woman due onhe time ofperfotmance hereunder, an equitable adjustment shall be tried,.
6. TERMINATIONS.
The Purchaser may at any time by wrinal change order, terminate this agreement as Ira orry or all throw, of the
goads then on shipped subject to any equitable adjustment between the parties as to any work or materials then in
,mgrees.... sued ha the Purchaser afall arm be liable for any claims for anticipated pmfias oil the uncompleted
portion ofdne goods and/or work, for incidental or consequential damages, and that no such adjustment be mode in
favor of he S filer with rV,,-t to any goods which are the Sellers standard stock. No such contraction shall relieve
the Purchaser or the Seller orally oftheir obligations as to any goods dal issued hereunder.
Z CLAIMS I OR ADJUSTMENT.
Any claim for adjus anent must be ravened within thirty (30) days from the date the change or formulation is
ordered.
S. COMPLIANCE WI IH LAW.
The Seller, cou n, the, all goods sold hereunder shall have been produced, sold, delivered and famished in strict
compliance wish all npp1wwbIV laws and regulations N which the gV& ore subject. The Seller shall execute and
deliver such documents as may be required to Order or evidence emardi... ac All laws and regulations required to be
ncotuomred in ao cements of this charade, are hereby incorporated herein by this reference. The Seller agrees to
indemnify and hold the Purchaser hamiless from el I costs .rid damages wifiered by Ihe Pumhme, as a result of the,
Sellers failure to comply with such law.
9. ASSIGNMENT.
Neither party shall assign, transfer, or convey this Vora, or any monies due or to become due hereunder without the
prior written consent of the other party.
10.911LE.
The Seller warrants full, clear and unresGrcted line to the Pumhm.r far all equipn.... l, materials, and than, famished
in performance of this agreement, free and clear of any and all liens, restrictions, reservations, security interest
encumbrance and claims oLetters
'Ihe Seller shall release the Parchme and its contractors of any lie, from all liability and claims of ary nature
resulting from the performance ofsuch work.
This release shall apply even in the event of fault of negligence of the party released and shall extend to the
directors, officers and employees of such party.
'Ihe Seller's wnchaual obligations, including warranty, shall not be declared to be reduced, in any way, became
such works performed ur caused to be performed by the Purchase.
14. PATENTS.
Whenever the Seller is required to use any design device, material or process covered by letter, patent, nadetru3
eopynbhl the Seller shall indemnify and save hmmless the Purchaser fmm any and all claims for infringement
by arorm of he rise of rich patented design, device, material or porress in connection with the contract, and
shall indemnify the Purchaser for any cost, expense t damage which it may be obliged to by by reason of such
infringement at any time during the prosecution or after the completion of the work.In case said equipment, or
any paid thereof or the intended use of the goods, is in such suit held to constitute arrangement and the use of
said equipment or pad is canceller, the Sell,, shall, at its own expense and or its option, either pmcum for the
Purchaser the right to continue using said equipment or parts, replace the same with substantially equal but
noninfringing equipment, or modify it se, it becomes hishomm.ging.
15. INSOLVENCY.
If the Seller shell become insolvent or bankrupt, make an ..signmenl for the belief, of creditors, nppVi.t a
receiver or nusee for any of the Sellers property of business, this order may foMwith be canceled by the
Purcbmer without habihty.
16. GOVERNING LAW.
The definiouns of terms used or Ill, interpretation oftbe agreement and the rights of all polies hereunder shall be
construed under and governed by the laws ofthe State of Colorado, USA.
The following Additional Conditions apply only where tilerm Seller is o perfowork hereunder,
including the scar ices of Sellers Reprosenterve(s), onthecases
premises of others
19. SELLERS RESPONSIBILITY.
The Seller shall carry on laid work at Seller's own risk until the same is fully completed and accepted, and shall,
in e of any accident, destruction o, injury to the work and/or materials before Sellers final completion and
acceptance, complete the work at Seller's own expense and to the satisfaction of the Purchase, When materiels
and equipment are Pomisbed by others far installation or erection by the Seller, the Seller shall receive, unload,
store and handle acme at the site and became ,V,,.n,iblV therefor as though such materials and/or equipment
were being fumished by the Seller under the order_
IS. INSURANCE
The Seller shall, at his own expense, provide for payment of,-k... compenatioa, including me histfi nId
disc... benefits, 1. 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 dune. The Seller
,hull also carry comprehensive genen'al liability including, bur are, limited m, contractual soil mhtal lle public
liability insurance with bodily injury and death limits of at least S300,000 for any one person, S500,000 for any
one widest and property damage lima, per accident of S400,000. The Seller shall likewise inquire his
courmcers, irony, to provide for such compensation and insurance Before any of the Sellers or his contractors
employees shall do any work upon the premises of others, the Seller shall Pomish Ihe Purchase will. a. re iVark
that such compensation and insurance have been provided. Such emifemes shall spwify the date when each
compensation and insurance In.. been provided. Such certificates shall specify the date when such compensation
and invurwce x.,mm, 'Ibn Scllcr agrees that such compensation and coluence ahall be maintained wail he, the
entire work is real and accepted
19. PROfECI ION AGAINST ACCIDENTS AND DAMAGES,
The Seller hereby arviou,the entire co, .... bflity and liability for any and all damage loss snjnry ofany kind
Ibnature whatsoever to persons or property cause(] by or resulting from the execution of the work provided for in
is purchase order or in connection huewith_The Seller will sndcmnify and hold harmless the Purchaser and any
r all of We Purchasers officer, agents and eoryloyees from and regainsn bay road .11 claims, I ... V, damages,
charges expert to direct or indirect, and whether pas or property to which the Purchaser may
be put .subject by reason of any act, action, neglect, omission or default on the parr of the Seller, airy of his
contractors, or any of the Sellers or contractors officers, agenls or employees In rose any srtr other
proceedings duall be brought against the Purchaser, or its officers, goals or employees at any time oil account or
by acrawn of any act, action, neglect, o or default of the Seller of any of Ills cornmors ctor any of its or
their officers, agents 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, attorneys fees end other expert
any and of I judgments Ihar by be incurred by or obtained against the Purchaser or any of its or their officers,
agents or employees in such an, or other pmceedin3, and in ease judgment or other lien be placed upon or
mbmined against the Property of Ihe Purchaser, or said panics in or as a resell of such suits or other proceedings,
the Seller will at once cause the same to be dissolved and disallowed by giving bond or otherwise. The Seller and
his contactors shall take all safety preeamtmns, Danish and imbill all goods necessary for the prevention of
accidents, comply with all laws and regulations with regard to safety including, but without limim,son, the
Occupational Safety and Health Act of 1970 and all roles and regulations issued pursuantthereto,
Revised W/4U10
/Y� 112661
,MENTOR
ENGINEERING
Bill to:
City of Fort Collins
PO Box 580,
Fort Collins, CO
80522.0580
Attn: Dawn Hondorson
'125EP 6 31O91`11
MENTOR ENGINEERING INC.
Invoice
10. 2175- 29in Sheet NE
Number ................:
PRINOD020701
Calgary,ADCanada TIY7N8
Page .... ..:1
.... .....
. of 1
Pn (40317773760
Data ....................
:Jul M 2012
FM(40317773769
Sales order ....... _....:
758
Purchase order .........:
PO Pending
Payment ........ ........:
Not 30
Sales representative ...:
Dave H
Sales lax ...............:
Exempt
Project .................:
City of Pod Collins
Annual XGate Maintenance & Support Feas as per original contract.
August 27, 2012 to August 26, 2013
Ship to:
Clty of Fort olllns, Transfort Bus Facility
Attn: Doan E son /
6570 Fortner Roa,-/
Fort Collins, CO
80525
Delivered Unit prlca Line amount
1.00 4,185,00 4,185,00
► (C 2go�►c0003l. 533320 42��i2
�� )o12 Yo Qe(
Sales balance Prepayment Relainage Sales tax ' Total
0.00 4,185.00 0.00 0.00 4,185.00 USE)
GST: 12152 7733 RT FEIN: 98-0407050 Email: ar@manloreng.com Payment Due: Aug 30 2012
Transfort! Dial -A -Ride
6570 Portner Road
Fort Collins, CO 60522
970.221.6620
970,221.6285 - fax
fcgov.corn
Memorandum
DATE: 9/12/12
TO: Ed Bonnette
FROM: Karl Gannon
SUBJECT: X-Gate Annual Maintenance— Cost Analysis
Mentor Engineering, exercise of an option to purchase of annual support for Mentor Engineering
XGate software and MDCS.
The original contract with Mentor has been in effect since October, 2001. Annual support costs were
evaluated as part of the original award and specified in the contract at $4,995 per year. We have
purchased annual support every year since 2002.
The annual cost is lower than the original option specified due to a reduction in the number of vehicles
using the software and hardware. This lower price was not negotiated with the vendor, but offered as a
result of a smaller number of licenses in use.
Rationale for the method of procurement:
Mentor Engineering retains ownership of the intellectual property rights of its X-Gate software. Transfort
has acquired (purchased) a license to use their software but cannot contract out annual maintenance of
the product to a different vendor.
Mentor Engineering has been a responsive and responsible contractor throughout their term of service to
the City.
Basis for price:
Support costs for 2012/2013 are 5% higher than the previous year's cost of $3,895. This is still a fair and
reasonable price as it is the first time in years that Mentor has raised the annual cost.
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)416-2087
Ins Independent Cost Estimate
Date of Est mate: 9/122012
Contract Type:
Existing Contract or PO (YIN): N
Description of Goods (A) of Services (B): Mentor Engineering A.+.ual Software Support & License Costs
,a obtained the following estimate from;
Published Price List Past Pricing (date) 722/11- Support & Software License oast for 201112012.
,ring or Techincal Estimate (performed by)
indent TNrd Parry Estimate (performed by)
Other (specify)
Cost Estimate Details:
(Estimate calculatafl in US Dollars)
Cost of Standard It...
Product 7
2011/2012
I CPI
I TOTAL
Notes/Data Source
2011/2012 Mentor Support&Sofcvam Licence Costs
$ 398500
$ 79.70
$ 4,064,70
Total
1 $ 3,985.09
1 $ 79.70
1 $ 4.064.70
B Estimates are based on past pricing plus 2%Increase forthe 2011 CPI increase.
S:\Tr msfortlAdm mRnamolal Coordinator- Kamio.rchasing-GenemNCE - 2012 Merdor MalnteranLe.%IS2012-X-Gate Maintenance 9y;y2012
Search -Current Exclusions
> Advanced Search
> Multiple Names
> Exact Name and SSNf
> MyEPLS
> Recent Updates
> Browse All Records
View Cause and Treatment Code
Descriptions
> Reciprocal Codes
> Procurement Codes
> Nonprocurement Codes
Agency & Acronym Information
> Agency Contacts
> Agency Descriptions
> State/Country Code Descriptions
OFFICIAL GOVERNMENT USE ONLY
> Debar Maintenance
> Administration
> Upload Login
ExcWd'ed! Pao- es; Iist System
Results
I
Search Results for Parties
Excluded by
Firm, Entity, or Vessel : Mentor Engineering
As of 18-Sep-2012 11:35 AM EDT
Save to MyEPLS
Your search returned no results.
Back New Search 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 Service Desk