Loading...
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