HomeMy WebLinkAbout189591 TRAPEZE SOFTWARE GROUP INC - PURCHASE ORDER - 9131722City of
9er Page
PURCHASE ORDER PO
PURCHASE 1 °f 7
13172
Fort Collins
This number must appear
on all invoices, packing
slips and labels.
Date: 04/03/2013
Vendor: 189591
Ship To: TRANSFORT BUS FACILITY
TRAPEZE SOFTWARE GROUP INC CITY OF FORT COLLINS
PO BOX 202528
6570 FORTNER ROAD
DALLAS Texas 75320-2528
CITY OF FORT COLLINS Colorado
Delivery Date: 04/03/2013 Buyer: ED BONNETTE
Note:
Line Description Quantity UOM Unit Price Extended
Ordered Price
Trapeze Interface with ATIS 1 LOT LS 63,249.00
Transfort portion
2 Trapeze Interface with ATIS 1 LOT EA 27,551.00
MAX BRT portion
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
L?4-cs 14
City of Fort Collins Director of Purchasing and Risk Management
This order is not valid over $5000 unless signed by John Stephen, CPPO, CPPB
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
February 15, 2013
To: Jim O'Neill, Director of Purchasing and Risk Management
From: Ed Bonnette, Buyer
Subject: Exception to use of competitive bidding under $200,000
Title: Purchase of Trapeze Interface between existing Trapeze Software and
new ATIS software from Clever Devices
Budgeted Amount: $96,352
Purchase Amount: $96,352
Background:
Transfort has used Trapeze software since 2000. A competitive negotiation process was
used for the initial purchase. Trapeze uses a proprietary database schema and the City
has entered into a confidentiality agreement with Trapeze Software. Because of this
agreement, integrating other software to Trapeze modules will require explicit licensing
agreements with Trapeze Software.
In 2012, Transfort awarded a $1.079M software contract to another vendor with the
understanding that the vendor would be required to integrate with existing Trapeze
operational and scheduling modules. As part of this effort, the next logical step is to
seek a licensing agreement with Trapeze Software so the project can be
completed. Trapeze has been a responsible vendor and their offered price is fair and
reasonable.
Exception to Competitive Bidding Rationale:
FTA Circular 4220.1 F
When the recipient requires supplies or services available from only one responsible
source, and no other supplies or services will satisfy its requirements, the recipient may
make a sole source award. The item was available only from a single source.
Ft of
Memorandum
DATE: February 14, 2013
TO: Jim O'Neil
FROM: Craig Dubin
SUBJECT: Trapeze Software Interface
Transfort I Dial -A -Ride
6570 Fortner Road
Fort Collins, CO 80522
970.221.6620
970.221.6285 - fax
fcgov. com
The cost analysis for the software interface to include Trapeze FX-MON and Trapeze OPS-
MON has been established with the independent cost estimate provided. A comparable quote
is from Trapeze Software Group that charges $90,800 for software licensing (inclusive of 1 year
of maintenance) that provides an interface from its own proprietary software to a newly procured
Computer Aided Dispatch (CAD) system. Trapeze Software Group has provided the quote as
part of the preliminary request for proposal for the CAD system which was procured for the
Transfort ATIS project.
Therefore I find this is a reasonable cost to have the work performed.
Please let me know if you have any questions that I can answer.
Thanks,
Craig Dubin
Communications & Administration Manager
City of Fort Collins — Transfort
Cdubin(@fcgov.com
(970) 224-6196
Aorta of
Date of Estimate: 1/23/2013
Contract Type:
Existing Contract or PO (YIN):
Independent Cost Estimate
Description of Goods (A) or Services (B): Software Interface
Transfort has procured a technical solution to provide real-time passenger information for its riders. The selected vendor is required to interface to Transfort's
existing operational system. This independent cost estimate includes a review of pricing of prior software implementations by Trapeze Software. The selected
costing of existing Trapeze modules is representative of the costs of customization required by Trapeze to provide the interface to another vendor.
Our integration service IS FX-MON in itself. FX-MON is an export tool from Trapeze FX (which Transfort is curren0y licensed to use) to external systems such
as CAD/AVL software. While Clever Devices has successfully integrated to Trapeze-FX using Trapze FX-MON, they do not currently have any systems
integrations to OPS-MON. However, the two tools are similar in scope and are both similar Trapeze products.
I have obtained the following estimate from;
Published Price List / Past Pricing (date) 1/l/2011
Engineering or Technical Estimate (performed by)
Independent Third Party Estimate (performed by) Craig Dubin
Other (specifiy) Software interface pricing obtained through a review of existing pricing of Trapeze software implementations that
the City has commissioned. This estimate is being used to compare pricing for a software interface to existing systems.
Cost Estimate Details:
(Estimate calculated in US Dollars)
Cost of Standard Items
Product
lCost ($lea)
ICPI Adj.
JAchusted Price
1# Modules Required
lExtended Price
Notes/Data Source
Transit Software Integration Tool
Per Module)
$54,835
$ 2,215.33
$57,050.33
2
$114,100.67
Total
1 $54,835
$ 2,215.33
1 $57.050.33
1 2
$114,100.67
Note: CPI Adjustment based on 2% per year for 2 years.
B Cost of Services, Repairs, or Non -Standard Items
Item/Task:
•Se•, . Gene,al aM Mnvri athe Ememes
Signature of Preparers
CONTRACT AMENDMENT #6
THIS AMENDMENT is made effective this 15th day of March, 2013 between:
I. Trapeze Software Group, Inc. with its place of business at 8360 East Via de Ventura, Scottsdale,
Arizona, U.S.A. 85258, ('Trapeze'); and
2. City of Fort Collins with its place of business at 657d Portner Road, Fort Collins, Colorado, U.S.A.
80526 ("Licensee').
WIIEREAS Trapeze and Licensee intend to amend the Software Maintenance Agreement dated January
20'h, 2000, Amendment #1 dated January 20, 2006, Amendment #2 dated August 15d' 2007, Amendment
#3 dated September 18", 2007, Amendment 44 dated November 21", 2007; Amendment #5 dated
November 28". 2007 and Amendment #5 dated April Td, 2008 collectively (the "Agreement"), in order to
add the Trapeze FX-MON Software and Trapeze OPS-MON Software products to the Trapeze Software
licensed there under;
NOW THEREFORE Trapeze and Licensee agree as follows:
1. Amendment to Agreement
(a) The parties agree to add the Trapeze FX MON Software and Trapeze OPS-MON Software
products to the scope of the Agreement. Exhibit A-6 attached hereto, is therefore added to and
incorporated within the terms of the original Agreement.
(b) The parties agree that all maintenance fees related to the Trapeze FX MON Software and
Trapeze OPS-MON Software products shall be invoiced according to the annual maintenance
fees as identified under Exhibit A-6, attached hereto.
(c) All remaining terms, conditions, and covenants of the Agreement remain unchanged.
IN WITNESS WHEREOF, the parties have caused this Contract Amendment to be signed by their duly
authorized representatives as of the date above.
TRAPEZE, SOFTWARE GROUP, INC.
By:
Name:
Title: Ve FfkanT
I/Z-h 3
LICE �EE3` i7f.s
Na
Title:
Contma Amendment #6 TRAPEZE CONFIDENTIAL
Page 1 of 2
EXMIT A-6
(Contract Amendment #6)
Software Maintennnep
Item
Description
TRAPEZE
F%MON
I TRAPEZE
OPS MON
Grand total
1
Warranty (90 days from
installation)
included
included
included
2
1 stYear Maintenance
$Z605
$5,705
$8,310
Grand Total
$
$5 705 1
$8 10
First year payable maintenance fee only. For all subsequent annual renewals, the annual maintenance fee will
be based on the operational characteristics of licensed use by Licensee and subject to Trapeze's then current
pricing.
Contract Ammdmmt #6
Page 2 of 2
TRAPEZE CONPIDHNTIAL
Contract Amendment #7
THIS AMENDMENT is made effective this 15d day of March, 2013 between:
L Trapeze Software Group, Inc. with its place of business at 8360 East Via de Ventura, Scottsdale,
Arizona 85258, (" Trapeze"); and
2. City of Fort Collins with its place of business at 6570 Portner Road, Colorado, USA, 80526,
("Licensee").
WHEREAS Trapeze and Licensee intend to amend the Software License Agreement dated January 2d ,
2000, Amendment #1 dated January 24, 2006, Amendment #2 dated.August 15ai 2007, Amendment #3
dated September 181h, 20(Y7, Amendment #4 dated November 21a,, 2007, Amendment #5 dated November
281h, 2007, Amendment #5 dated April 3`d, 2008 and Amendment #6 dated April Td, 2008 collectively
(the "Agreement"), in order to add the Trapeze FX-MON Software and Trapeze OPS-MON Software
products to the Trapeze Software licensed there under;
NOW THEREFORE Trapeze and Licensee agree as follows:
1. Amendment to Agreement
a) The parties agree to add the Trapeze FX-MON Software and Trapeze OPS-MON Software
products to the scope of the Agreement. Exhibit A-6, attached hereto, is therefore added to and
incorporated within the terms of the original Agreement.
b) The pardes agree that all license fees and related implementation costs for the Trapeze PX-MON
Software and Trapeze OPS-MON Software products shall be invoiced according to the pricing as
identified under Exhibit B-5, attached hereto.
c) The parties agree that the Trapeze FX-MON Software and Trapeze OPS-MON Software products
will be provided in accordance with the terms of Exhibit C-7, Statement of Work, attached hereto.
d) All remaining terms, conditions, and covenants of the Agreement remain unchanged.
IN WITNESS WHEREOF, the parties have caused this Contract Amendment to be signed by their duly
authorized representatives as of the date above.
TRAPEZE SOFTWARE GROUP, INC.
By;
Name: �ti q j k�
Tide; VQ F� na" L.L
y'�zI�3
LICENSEE
N ,jt_QS---
Title:
IV4- % O
��2Z+t3
TRAPEZE CONFIDENTIAL
Page 1 of 8
EDIT A-7
(Contract Amendment #7)
Software
Item
Licensed Product
Configuration
License Pee
License Date
1.
Trapeze FX MON
Base Station
$13,025
Effective date of
this Agreement
2.
Trapeze OPS MON
Base Station
$19,017
Effective date of
this Agreement
TOTAL
$32,042
Notes:
1) OPS MON Licenses are provided up to 72 processed employees
2) PX MON Licenses are provided for up to 32 peak vehicles
3) Warranty period valid for 90 days from installation
4) Applicable taxes are not included
TRAPEZE CONFIDENTIAL
Pegs 2 of a
EDIT B-7
PROPOSED PRICING AND PAYMENT MILESTONES
Item
Description
FX MON
OPS MON
Grand Total
Date
7
Net Application License Fees
$13,025
$19,017
$32,042
2
Implementation Services
$30,600
$20,400
$51,000
3/4
Expenses
$2,500
WOO
$5,000
TOTAL
$46,W
$4 17
042
Payment Milestones
1 1 100% of licenses due upon contract signing
2 1 25% of services due upon receipt of operational review document
3 1 25% of services due upon software installation.
4 125% of services due upon completion oftraining
5 1 25% of services due upon operational and functional
6 1 Expenses as incurred
TRAPEZE CONFIDENTIAL
Page 3 of 8
EDIT C-7
Statement of Work and Project Budget: FX-MON AND OPS-MON
Overview
The following information defines the services to be provided by Trapeze for the project and the effort
that will be required from Transfort staff and resources.
The product will be implemented 'off -the -shelf and will provide the functionality as described in the
most recent user manual.
Any additional functionality, reports or interfaces required but not identified within this document will be
considered 'out -of -scope' and addressed through the Trapeze change order process and may result in
additional costs
Unless otherwise indicated, Trapeze will provide 'standard' services (project management, operational
review, testing, installation, training) as defined by Trapeze. Any special requirements will be considered
a change request and processed through the change request system.
In addition, it is assumed this system will take advantage of existing Trapeze infrastructure, data sources
and systems unless otherwise stated.
Product
Trapeze will implement the following modules for Transfort for this project:
✓ FX-MON AND OPS-MON with Operational Events Import
Unless otherwise indicated, Trapeze will provide 'standard' software and will provide the functionality as
described in the most recent user manual. Any additional functionality, reports or interfaces required but
not identified within this document will be considered 'out -of -scope' and addressed through the Trapeze
change order process and may result in additional costs
Project Budget
1.0 Application Software
item
Description
FX MON
OPS MON
Grand Total
1
Net Application License Fees
$13,025
$19,017
$32,042
2
Implementation Services
$30.600
$20,400
$51,000
3/4
Expenses
$2,500
$2,500
$5,000
TOTAL $41 7 $88.042
Page 4 of 9
2.0 Software Maintenance
Item
Description
FX MON
OPS MON
Grand Total
Warranty (90 days from
1
installation)
included
included
included
2
1stYearMaintenance
$2,605
$5.705
$8,310
Grand Total
$2,605
$5 705
10
06E
* Prices in effect until 04130113
* OPS MON Licenses are provided up to 72 processed employees
* FX MON Licenses are provided for up to 32 peak vehicles
* Warranty period valid for 90 days from installation
* Applicable taxes are not included
Payment Milestones
All
1 100% of licenses due upon contract signing
2 25% of services due upon receipt of operational review document
3 25% of services due upon software installation.
4 25% of services due upon completion of training
5 25% of services due upon operational and functional
6 1 Expenses as incurred
7RAP=CONFIDENTIAL
Page 5 of 8
City of
�,.Fort Collins
PURCHASE ORDER
PO Number Page
9131722 2of7
This number must appear
on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986
on the Contractor to the extent the Federal Government deems appropriate.
(2) The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent
claim, statement, submission, or certification to the Federal Government under a contract connected with a
project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority
of 49 U.S.C. § 5307, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49
U.S.C. § 5307(n)(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. Contractors
failure to so comply shall constitute a material breach of this contract.
5. TERMINATION
City of Fort Collins Director of Purchasing and Risk Management
This order is not valid over $5000 unless signed by John Stephen, CPPO, CPPB
City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580
Phone:970-221-6775 Fax:970-221-6707 Email:purchasing@fcgov.com
Invoice Address:
City of Fort Collins
Accounting Department
PO Box 580
Fort Collins, CO 80522-0580
Implementation TSme$ame
The table below identifies the total duration of the project as well as the approximate resource.
requirements from Transfort.
"b�'yt �
s*Y +.�93w y*'. v3fr 'Way fi„? ,
jnTOt81'IiU171tiOn'a
�tR Trandbi't+�BQ'Ir,
°'.ZI
& `�'�^"40$� 2S
.�.;a
1 PT project manager
OPS-MON/FX-MON
4 months
a 1 PT Subject Matter
J
Expert
a IT Support
Note:
1) Projects that endure longer then anticipated may be subject to additional project management
fees.
Trapeze Services
The following section describes the assumptions employed to determine the services required to provide
the required enhancements. Section 'Transfort Resource Requirements" of this document identifies the
resources and associated tasks that will be required from Transfort.
Project Management
A Trapeze Project Manager will be assigned to the project. The Project Manager will coordinate all
project efforts between Trapeze and Transfort. The Project Manager will be responsible for ensuring that
project requirements are communicated and understood and milestones are met. The Project Manager is
the key point of contact for the project and is responsible for project schedules, resource allocation and
issue management. (Note: Trapeze PM will provide similar services as those identified in Section
'Transfort Resource Requirements", presented below).
Operational Review
An Operational Review (OR) will be performed as part of this project. This will outline all
requirements of this project
A document will be prepared summarizing the information discussed during the OR. This
information will be obtained by OPS-Mon questionnaire and interviews with key This document will
include:
✓ Explanation of daily work and vehicle assignments and how these transactions are summarized
using OPS-MON
✓ Specify any business process changes necessary to implement OPS-MON.
✓ Identification of Schedule data elements required to implement PR-MON.
Transfort will be provided a draft of the OR document to comment on. The second operational review
document delivered will be the final document, unless otherwise agreed upon.
TRAPEZE CONFMEN71AL
Pop 6 of a
Interface Control Document
An interface control document will be provided by Trapeze. This document will specify structure and
data flow of the of the PX-MON and OPS-MON interfaces. The interface control document will be used
in the acceptance testing to confirm FX-MON and OPS-MON are working correctly.
Training
FX-MON
Training provided will be based on Trapeze standard training agendas. Training sessions will be nfr
day sessions. Each session can be attended by up to six (6) employees.
■ Up to five (5) days of data development
Up to five (5) days of off -site support
OPs n�o1J
There is no training included with OPS-MON. It is expected Transfort is familiar with Trapeze OPS
can perfomt the following tasks:
• Dispatch — Assignment Employees to work
• Yard Management — Assignment of Vehicle to Blocks
Note: The above Trapeze OPS processes required for OPS-MON will be reviewed at the
operational review.
Data Development
The data development will be the responsibility of Transfort. Transfort will be entering the required data
during the interactive training sessions. All necessary data not completed during the training session will
be the responsibility of Transfort to input before the next training session.
Installation
The Software will be installed once in the test environment. Once User Acceptance testing has been
completed, Trapeze will assist Transfort with the migration of the Software to the production
environment.
Acceptance Testing
The final phase of the project will be acceptance testing. This involves Transfort utilizing the Software in
the test environment to ensure the Software responds accurately to users input and the features and
functions of the application work correctly.
We estimate the duration of user acceptance for this project to be approximately two (2) weeks.
OPS-MON Testing
The test strategy for timekeeping is based on the following assumptions:
The client employs OPS bidding, dispatching, yard management and employee management
in the production environment.
■ The client updates the OPS system with the daily events for at least one week period
In order to confirm the OPS-MON is working correctly, Transfort is required to ensure information is
accurate in OPS. Accurate data in OPS is defined as:
:r/• � • u 41tl :
Page 7 of 8
• All assignment information (regular and extra board) is entered into Trapeze
• Split Runs
• All vehicles assigned
• Extra Work (above and beyond schedule or extra board)
• Extra Pay
User acceptance testing consists of Transfort performing test to confirm OPS-MON is performing
according to the specification document. (ICD)
Upon acceptance the Software will be moved into the production environment.
Support
Support is included in this project. This includes offsite support and production support. Go live support
will take place at Transfort facility. A Trapeze Technical Product Specialist will be on -site during the
production pedod.
Transfort Resource Requirements
The following identifies the resource requirements for the Transfort
Project Manager
The Tmnsfort project manager will be responsible for ensuring that project requirements are
communicated and understood and milestones are met. The project manager is the Transfort key point of
contact for the OPS project. They are responsible for project schedules, resource allocation and issue
management.
Subject Matter Expert
The Subject Matter Expert will be responsible to perform user acceptance testing. Power users will work
with Trapeze Technical Product Specialist to execute tests to confirm that the timekeeping results are
working as expected. This resource should be well versed in the Trapeze product using it on a daily basis
and Transfort timekeeping rules.
IT Support
Transfort IT support will be required throughout this project. Transfort IT will need to supply a testing
environment, location for testing with workstations, and support staff on an ongoing basis Transfort may
be required `after hours' during the production upgradelcut over to provide access to Trapeze software
servers. The testing environment may need periodic 'data' refreshes throughout the project testing phase.
'VAAWIRI 'I&P
Pnesofs
City of
�,.For_t Collins
PURCHASE ORDER
PO Number Page
9131722 3 of 7
This number mus7appear
on all invoices, pa
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
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 delivery
schedule, or, if the contract is for services, the Contractor fails to perform in the manner called for in the contract,
or if the Contractor fails to comply with any other provisions of the contract, the City may terminate this contract
for default. Termination shall be effected by serving a notice of termination on the contractor setting forth the
manner in which the Contractor is in default. The contractor will only be paid the contract price for supplies
delivered and accepted, or services performed in accordance with the manner of performance set forth in the
contract.
If it is later determined by the City 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
underlyinq contract:
q1_CS11t6_
City of Fort Collins Director of Purchasing and Risk Management
This order is not valid over $5000 unless signed by John Stephen, CPPO, CPPB
City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580
Phone:970-221-6775 Fax:970-221-6707 Email: purchasing@fcgov.corn
Invoice Address:
City of Fort Collins
Accounting Department
PO Box 580
Fort Collins, CO 80522-0580
Fort Collins
PURCHASE ORDER
PO Number Page
9131722 4 of 7
This number must appear
on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
(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.
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
g-cs/t6-
City of Fort Collins Director of Purchasing and Risk Management
This order is not valid over $5000 unless signed by John Stephen, CPPO, CPPB
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
Fort Collins
PURCHASE ORDER
PO Number Page
9131722 50f7
This number must appear
on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
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.
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.
11. Conformance with ITS National Architecture
To the extent applicable, the Contractor agrees to conform to the National Intelligent Transportation Systems
(ITS) Architecture and Standards as required by SAFETEA-LU § 5307(c), 23 U.S.C. § 512 note, and follow the
L?4_CS1t( -
City of Fort Collins Director of Purchasing and Risk Management
This order is not valid over $5000 unless signed by John Stephen, CPPO, CPPB
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
1/00,.F„�ort Collins
PURCHASE ORDER
PO Number Page
9131722 6 of 7
This number must appear
on all invoices, packing
slips and labels.
Line Description Quantity LION! Unit Price Extended
Ordered Price
provisions of FTA Notice, " FTA National ITS Architecture Policy on Transit Projects," 66 Fed. Reg. 1455 et
seq ., January 8, 2001, and any other implementing directives FTA may issue at a later date, except to the extent
FTA determines otherwise in writing.
City of Fort Collins Director of Purchasing and Risk Management
This order is not valid over $5000 unless signed by John Stephen, CPPO, CPPB
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:
$90,800.00
City of Fort Collins
Accounting Department
PO Box 580
Fort Collins, CO 80522-0580
Purchase tic Order Tenn, and Conditions
Page 7 of 7
1. COMMERCIALDETAIIS.
Ta.x exemptions. By stable the City of Pon Collins is exempt from duce and areal caves Our Exemption Number is 11, NON WAIVER.
98-04502. Federal Excise Tax Exemption Certificate of Registry P 111)(0587 is registered with the Collector of Failure of the Purchaser to insist upon strict performance of the tunas and conditions hereof, failure or delay to
lmemal Revenue, Denver, Colorado (Be(. Colorado Revised Statutes 1973, Chapter 39-26, Ili (a), exercise any rights or remedies provided herew or by law, failure to promptly notify the Seller in the went of a
breach,heacceptance afar pvi for goods hereunder or approval Of the design, shall not release the Seller of
Goods Rejected. GOODS REJECTED due to failure to men specifications, either when shipped or due to defects of any of the wamadies or obligations of this purchase order road shall not be dttmed a waiver of any right Of the
damage in transit may be reamed to you for credit and are not se be replaced except .,an receipt of senator purchaser to insist upon strict performance hereof or any Of its rights or remedies as to any such goods, regardless
morticians form the City of Fort Collins. of when shipped, received or accepted, as to any prior or subsequent default hereunder, nor shall any purported
oral trodificmion or fi,,ksiro Of his purchase order by the Purrhaser operate as a waiver of any of the terms
Inspection GOODS re subject In the City of Pon Collins inspection on aariwl. hereof.
Farad Acceptance. Receipt of the merchandises, services ,, eyruponn, in response to this order et result to 12. ASSIGNMENT OF AN'fl'1'RUST CLAIMS.
authorized payment era the pan of the Chy Of fort Collin¢ However, it is to be understood dal FINAL Seller and the Purchaser recognize that in actual e e produce, overcharges resulting froantimm
PI ACCEANCE is dependent upon completion atall applicable required inspection procedures. violations are in fact tame by the P... it.,Theretofore, for goad cause and m as consideration for executing this
purchase order, the Seller hereby assigns to the Purchaser any and all claims it may new have or hereafter
Freight Perms. Shipments must be F.O.B., City Of Fort Collins, 700 Wood St., Too Collins, CO 80522, unless acquired under federal or site antitrust laws for such overcharges relating to the particular goods or services
otherwise specified On this Order. ((permission is given to prepay freight and charge separately, the original freight purchased or acquired by the Purchaser pursuant to this purchase river.
bill must accompany invoice. Additional charges for packing will not be accepted.
13. PURCHASERS PERFORMANCE OF SELLERS OBLIGATION'S.
Shipment Distance. Udere manufacturers have distributing points in carious pans of the snoopy, shipment is If me Purchaser defects the Seller to correct nonconforming or defccdve goods by a date to be agreed upon by the
expected from the disaster distribution point to destination, and excess freight will be deducted from Invoice when Purchaser and the Seller, and the Seller thereafter indicates in inability or unwillingness to comply, the Purchaser
shipments are made firm Perrino distance. may c use the work to be performed by she most expeditious means mailable to it, and the Seller shall pay all
costs assrnmed with such work.
Permits. Seller shall procure at sellers sole cost all necessary Permits, certificmes vad Iicenste required by all
applicable laws, regulations, nrdmances .,,it talcs of ahe sots, municipality, tri mry or poElind subdivision wlocre
the work is performed, or required by any other only coustituod public aurhodty havingjuoiuliction over the work
Of condor. Seller dome, agrees to bold Ile City of Ion Collins families from and against all liability and loss
reel by from by rco err of an asserted Or csom ished vitinum of any aueh laws, n'c,clalions, ordinanus, roles
and regwnments.
Amlmrirnioa All Print, to this contract agree the the re cOoluatives are, in fact, bean fide and possess fall and
complete authority to bind said parties.
LIMITATION OF TERM1IS, This Puehau Order expressly limits acceptance to the terms and conditions sated
herein set forth and any supplementary or additional terms and conditions annexed hereto or incur mmed fieeN by
reference. Any additional or different terms and conditions proposed by seller are objected 1. and hereby rejeced.
2. DELIVERY.
PLEASE ADVISE PURCHASING AGENT immediately if you cannot make complete shipment to arrive on your
promised delivery date as wed. Time is of the essence. Delivery and p,,fr mane must be a@dud within ,he time
sated on the Is chose order and the documents attached hereto. No acts of the Purchasers including, whhom
lirmonme, acceptance of pnoul late deliveries, shill operate as a waiver of this provision. In the extra offers, delay,
ate Purchaser shall have, in addition or other legal and equitable remedies, the option of placing this order elsewhere
and holding the Seller liable for damages. However, the Seller Shull not be liable for damages ;is a result of delays
duo,, cruces nut reasonably foreseeable which arc beyond its reawnable cand-I and wiaham its and, at re,b,crier,
such acts arc 1, acts ofcivil or milIvry attlainics, govcmmenul prombes, fires, rnks, flood, epidemics, wars or
riots provided that notice of the ex hires causing such delay is given to the Purchaser within five (5) days of the
time when the Seller fins received knowledge therm[ In the event of any such delay, the date at delivery shall be
extended for the period .at to the time aduul ly Ira by reason Of the delay.
3. WARRANT'.
']fie Seller warrant' that all good, articles, materials and work covered by this order will confamm with applicable
drawings, specifications, samples anal other descriptions given will be fit for the purposes emended, 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 hamaless from any loss, damage or expense which the
Purchaser may suffer or incur on account of the Sellers breach of warravry. The Seller shall replace, repair or make
good, without cost to the purchaoq any defects or faults arising within one (1) year or within such longer period of
time as may be prescribed by law or by the ,ems of any applicable warranty provided by the Seller a the dale of
acceptance of the goods famished hereunder(accrponce neat to be unreasonably delayed), rtsnhing from imperfect
or detective wark done or materials mobbed by lie Seller. Aceepunee or use of goods by the Pnchater shall rot
institute it waiver of any claim under this warranty. Except as dborwise provided in this purchase Order, the Sellers
liability hereunder shall extend to all damages prrsinmmcly caused by the breach ofany of the toregoi rig winumbes
0o guarantees, but such liability shall in no event include loss of profits or lass Of use. NO IMPLIED WARRANTT Y
OR MERCHANTABILITY OR OF FITNESS FOR PURPOSE SHALL APPLY.
i. CHANGES IN LEGAL TERMS.
The Purchaser may make changes 1. legal terms by wafnc s charge under-
5. CHANGES IN COMMERCIAL TERMS.
The Purchaser may make any changes to the terms, other dim legal terms, including additions to or deletions Item
,he m nff. originally ordered in the specifications or drawings, by verbal or written change order. 11' any such
,h.,. a11ttt, the commit due or the time of perfommusee hereunder, an equitable adjustment shall be made.
6. TERMINATIONS.
']be Purchaser may at any lime by wrium change order, terminate this agreement W to any or all portions of the
goads than oat shipped, subject many equitable adjustment between the parties as to any work or materials then is
Pnmgmss provided Ihot the Purchaser shall rid be liable Ibr any claLrm for anddpaed prof , on the nncainamed
portion at goods and/or work, for incidental or consequential damages, and that no such adjusnnent be made in
mvrr of the Seller with respect to any goads which are fire Sellers armalaol stock. No such temainution shall relieve
the Purchaser or the Seller of any of their obligations as to any goods delivered hereunder.
7. CLAIMS FOR ADJUSTMENT.
Any claim for adjustment most be asserted within thirty (30) days from the date the change or timmustiou is
ordered.
8. COMPLIANCE WITH LAW.
The Seller w'mmnts that all goods sold hereunder shall have been produced, sold, delivered and furnished in sur n
compliance with all applicable laws and regulations to which the goods are subject. The Seller shall execute and
deliver such documents as may be abstainer] to eRcd or evidence compliance. All laws and regulations required to be
teorpumed in agreements of Nis character art hereby incorporated herein by his referee. The Seller agrees to
indemnify and hold the Purchaser harmless from all costs and damages suffered by the Purchaser as a result of 'he
Scllcr failure or comply with such law.
9. ASSIGNMENT.
Neither Party shall assign, tenser, Onconvcy this order, or any tactics due or to become due hcrcnnder without the
prior written unseal of the oiler party.
I O. TITLE.
The Seller wareans full, clear and unresrdded title to the Purchaser for all equipment, materials, and items famished
I. perdrmanee of this agreement free and clear of any and .1I liens, restrictions, reurnatious, security interest
encumbrmces and claims of .,lives
The Seller skull release the Purchaser and its contractors of any tier poor all liate airy and claims of any nature
,...Icing fen, the performance Of such work.
This release shall apply wen in the event of fault of negligence at the party released and shall extend to the
direnoo, officers and mnplryees ofvueh any
The Seller's contractual obligations, including warranty, shall not he deemed to he reduced, in any way. because
such work is performed or caused to be performed by the Purchaser.
14 PATENTS.
Istieoever the Seller is required to use any design, device, material or process covered by linen patens, tmdemmk
or copyright the Seller shall indemnify and so%c M1romless the Purchaser from any and all claims for inGngement
by reman of the use of such patented design, denier, material of pourers in connection with the contract, and
shall indemnify the Purchaser for any cost, expense or damage which it any be obliged to pay by reason of such
infringement at any time during the prosecution or after the completion of the work. In case said equipment Or
any pan thereof or the intended use of the goods, is in such suit held to constitute infringement and the use of
said equipment or pan is enjoined, the Seller shall, at its own expense and at its option, either procure for the
Purchaser the night to continue using said equipment or pans, replace the same with substantially equal but
monfringmg equipment, onneddy it so it becomes mninfringmg.
15. INSOLVENCY.
If the Seller shall become insolvent or bankrupt, make an assignment fur the benefit of creditors, appoint a
or vusec for any of the Sellers property or business, this order may forthwith be canceled by the
Purchase, without liability.
16. GOVERNING LAW.
The definitions of end used or the interpretation of de agreement and the rights of all parties hereunder shall be
construed under and gm'emed by the laws of the State ofColurado, USA.
The following Additimel Conditions apply only in Cases where the Sella is or perfoma work hereunder,
including the services Of Sellers RWimsenatl"p), on the "causes ofothers.
17. SELLERS RESPONSIBILITY.
The Seller shall carry on said work at Sellers own risk until the soon¢ is fully completed and accepted, and shall,
in e of any accident destruction or injury to the work and/or materials before Seller's final completion and
eeptance, complete the work at Sellers own c.pries, and to the smisddion of he Purchase. Whoa mmcriol,
and equipment are furnished by others for installation or crection by ate Selleq the Serer shall receive, unload,
store and handle same at the site and become responsible therefor as though such materials motor equipment
were being fumified by the Seller under the order.
18. INSURANCE.
The Seller shall, at his own experts, provide for the payment of workers compensation, including occupational
disease benefits, to its employees employed on or in connection with the work covered by this purchase order,
and/or to their depeadems in accordance with the laws of the sere in which the work is to be done. The Seller
shall also carry comprehensive general liability including, but not limited to, contractual and automobile public
liability insurance with bodily injury and death limits of at least S3 W.W for any one prison, S5 W,o00 for any
accident and property damage limit per accident of 5400,000. The Seller shall likewise require his
contractors, if any, to provide for such compensation and insurance. Require any Of the Sellers or his commences
employees Ong do any work .,on the premises of oilers, the Seller shall famish the Purchaser with a ccrtifieme
that such compensation and insurance have been provided. Such e.nlfimam shall specify the date when such
compensation and insurance have been prmided. Such certificates shall specify the date when such compensation
and insurance expires. TLe Seller agrees that such compamcatiun unit 1 ommnce shall be maintained anal after Nc
ratio, walk is cotip local and aeccpmd
19. PROTECTION AGAINS I' ACCIDENTS AND DAMAGES.
The Seller hereby assumes the entire responsibility and liability firr any and all damage, loss or injury of any kind
or nature whatsoever to persons or property caused by or resulting from the execution ofthe work provided for in
this puaM1ase order or in connection herewith. The Seller will indemnify and hold harmless the Purchaser and any
cr all of the Purchase collects, agents and employees from and against my and all claims, lasses, damages.
harges or expnwes, whether direct or indirect, and wheda to persons or property to which she Purchaser may
be put or subject by reason of any act action, neglect, omission or default on the pan of fire Seller, any of his
contractors, or any of the Sellers or contractors officers, agents or employees. In varse any suit or other
proceedings shall be brought against the Purchaser, or its officers, agents or employees at any time on account or
by reaccan of any act, action, neglect, omission or default of the Seller of any of his contractors or any of its or
their oRcers, agents or emptoyees ns aforesaid the Seller hereby agrees to assume the demise thereof and m
defdmd the same at the Sellers awn experts, to pay any and all costs, charges, attorneys fees and other expenses,
any and all judgments that may be incurred by or obeined against the Purchaser or any of its or their officers,
mems or employees in such .it, or other proceedings, and in case judgment or other lien be placed upon or
obtained against the property of the Purchaser, o, maid ponies in m ns a result Of arch mils of .,be, proceedings,
,he Sells, will al once c sc the same,, be dissolved and discharged by is, rig bond Or olani,,e. The Sell ter and
his contractors shall take all safety precautions, finish and instill all guards necessary far the prevention of
crown., comply with all laws send regulations with regard is safety including. bur widom luoubt ion, he
Occupational Safety and Health Act of 1970 and all roles and reindict... issued pursuit thereto.
Record 03I2010
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
Clause
Professional
Operations/
Rolling Stock
Construction
Materials &
LV
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
All
All
All
All
All
Requirements
X
Termination
X
All
All
All
All
All
Civil Rights Title VI, EEO, ADA
X
>$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
X
>$25,000
>$25,000
>$25,000
>$25,000
>$25,000
Buy America
>$100,000
>$100,000
>$100,000
Resolution of Disputes,
Breaches, or Other Litigation
>$100,000
>$100,000
>$100,000
>$100,000
>$100,000
Lobbying
>$100,000
>$100,000
>$100,000
>$100,000
>$100,000
Clean Air
>$100,000
>$100,000
>$100,000
>$100,000
>$100,000
Clean Water
>$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
transort or travel
port
air transport or
air transport or
transport or travel
b
travel
travel
Davis -Bacon And Copeland Anti-
NA
>$2,000 (including
Kickback Acts
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
I All
School Bus
NA
All
Drug Use - Testing and Alcohol
Transit Operations
Misuse - TestingNA
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
or more per year
or more per year
Conformance With ITS National
Architecture
X
ITS Projects
ITS Projects
ITS Projects
ITS Projects
ITS Projects
NA
A & E
All
All
All
All
Bus Testing
NA
All
Pre -Award And Post Delivery
Audits
NA
All
is `r'I✓ l }
TRAPEZE SOFTWARE GROUP, INC.
DUNS: 933195810 CAGE Code: 4BVQ0
Status: Active
Entity Overview
Entity Information
DUNS: 933195810
Name: TRAPEZE 'SOFTWAREGROUP, INC.
Business Type: Business or Organization
POC Name: None Specified
Registration Status: Active
Expiration Date:09/20/2013
Exclusions
Active Exclusion Records? No
SAM I System for Award Management 1.0
Note to all Users: This is a Federal Government computer system. Use of this
system constitutes consent to monitoring at all times.
8360 E VIA DE VENTURA STE L-200
SCOTTSDALE, AZ, 85258-3180,
UNITED STATES
IBM v1.474.20121216-2150
WWW4