HomeMy WebLinkAbout105732 GFI GENFARE - PURCHASE ORDER - 9131974Fort Collins
Date: 04/18/2013
Vendor: 105732
GFIGENFARE
PURCHASE ORDERPO
913197er Page
131974 1of5
This number must appear
on all invoices, packing
slips and labels.
Ship To: TRANSFORT BUS FACILITY
CITY OF FORT COLLINS
751 PRATT BLVD
ELK GROVE VILLAGE Illinois 60007-5114
6570 PORTNER ROAD
CITY OF FORT COLLINS Colorado
Delivery Date: 04/18/2013 Buyer: ED BONNETTE
Note: Integration Licenses for GFI Genfare Farebox integration to ATIS
System from Clever Devices. Per email quote from Mark Mahon to
Richard Duckworth dated 3/19/2013. Licensing fee $175.00 per farebox
(one time fee) x 35 fareboxes = $6,125.00
Line Description Quantity UOM Unit Price Extended
Ordered Price
I GFI Integration Licenses
OTY 35 @ $175.00/EA
1 LOT LS
In addition to the City of Fort Collins Standard Purchase Order Terms and Conditions, the following Federal
clauses apply to this purchase order.
1. NO FEDERAL GOVERNMENT OBLIGATION TO THIRD PARTIES
(1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal
Government in or approval of the solicitation or award of the underlying contract, absent the express written
consent by the Federal Government, the Federal Government is not a party to this contract and shall not be
subject to any obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a party to
that contract) pertaining to any matter resulting from the underlying contract.
(2) The Contractor agrees to include the above clause in each subcontract financed in whole or in part with
Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify
the subcontractor who will be subject to its provisions.
2. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS
(1) The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as
amended, 31 U.S.C. § 3801 et seq . and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R.
Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Contractor
certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes
to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being
performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it
makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the
Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986
on the Contractor to the extent the Federal Government deems appropriate.
6,125.00
Invoice Address:
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
City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Accounting Department
Phone:970-221-6775 Fax: 970-221-6707 Email:purchasing@fcgov.com PO BOX 580
Fort Collins, CO 80522-0580
FEDERALLY REQUIRED AND OTHER MODEL CLAUSES
APPLICABILITY OF THIRD PARTY CONTRACT CLAUSES
(excluding micro -purchases, except for construction contracts over $2,000)
GFI Genfare is a wholly owned subsidiary of SPX Corporation of Charlotte, North Carolina.
Purchase Order is for GFI Genfare Farebox Integration Licenses.
TYPE OF PROCUREMENT
Clause
Professional
Operations/
Rolling Stock
Construction
Materials &
Services/A& E
Management
Purchase
Supplies
No Federal Government
Obligation To Third Parties
X
All
All
All
All
All
(by Use of a Disclaimer)
False Statements or Claims
X
All
All
All
All
All
Civil and Criminal Fraud
Access To Third Party
X
All
All
All
All
All
Contract Records
Changes to Federal
X
All
All
All
All
All
Requirements
Termination
X
All
All
All
All
All
Civil Rights Title VI, EEO, ADA)
NA
>$10,000
>$10,000
>$10,000
>$10,000
>$10,000
Disadvantaged Business
X
All
All
All
All
All
Enterprises DBEs
Incorporation o(FTA) Terms
X
All
All
All
All
All
Suspension and Debarment
NA
>$25,000
>$25,000
>$25,000
>$25,000
>$25,000
Bu America
NA
>$100,000
>$100,000
>$100,000
Resolution of Disputes,
NA
>$100,000
>$100,000
>$100,000
>$100,000
>$100,000
Breaches, or Other Litigation
Lobbying
NA
>$100,000
>$100,000
>$100,000
>$100,000
>$100,000
Clean Air
NA
>$100,000
>$100,000
>$100,000
>$100,000
>$100,000
Clean Water
NA
>$100,000
>$100,000
>$100,000
>$100,000
>$100,000
Caro Preference
NA
All
All
All
Fly America
NA
Involves foreign
Involves foreign air
Involves foreign
Involves foreign
Involves foreign air
transport or travel
transport or travel
air transport or
air transport or
transport or travel
b air
travel
travel
Davis -Bacon And Copeland Anti-
NA
>$2,000 (including
Kickback Acts
ferry vessels
Contract Work Hours And Safety
NA
>$2,500 (except
>$2,000 (including
Standards Act
transportation
>$2,500
ferry vessels)
services)
Bonding
NA
$100,000
Seismic Safety
NA
A & E for New
Buildings &
New Buildings &
Additions
Transit Employee Protective
NA
Transit Operations
Agreements
Charter Bus
NA
All
School Bus
NA
All
Drug Use - Testing and Alcohol
NA
Transit Operations
Misuse - Testing
Patent Rights and Rights in Data
NA
Research &
and Copyright Requirements
Development
Energy Conservation
X
All
All
All
All
All
Recycled Products
NA
Contracts for items
Contracts for items
Contracts for items
designated by
designated by
designated by
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
ADA Access
NA
A & E
All
All
All
All
Bus Testin
NA
All
Pre -Award And Post Delivery
NA
All
Audits
SPX CORPORATION
DUNS: 006024129 CAGE Code: 1PIQ6
Status: Active
Entity Overview
Entity Information
Name: SPX CORPORATION
Business Type: Business or Organization
POC Name: None Specified
Registration Status: Active
Expiration Date:05/31/2013
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.
13515 BALLANTYNE CORPORATE PL
CHARLOTTE, NC, 28277-2706,
UNITED STATES
IBM v1.863.20130412-1616 ® 7 7
WWW1 ® ® us)
Title: GFI Genfare Farebox Integration Licenses
Date: 4118/13
CONTRACT CHECKLIST FOR NON-COMPETITIVE PROPOSALS (SOLE SOURCE)
Checklist Item
Contract File
Comments
Location
7) Independent Cost Estimate
The City made and documented an
ICE completed 4/12/2013.
independent cost estimate before receipt of
proposals.
10) Unnecessary Experience and
Excessive Bonding
Unnecessary experience and excessive
No
bonding requirements were not included in
this solicitation or contract documents.
11) Organizational Conflict of
Interest (OCI)
If there is an apparent or potential OCI the
solicitation contains provisions to eliminate or
mitigate the conflict (e.g. by inserting a clause
NA
that prohibits the contractor from competing
for the follow-on contract to the current design
or research contact) and OCI Certification is
submitted by the contractor.
12) Arbitrary Action
There was no arbitrary action in the
procurement process. (An example of
arbitrary action is when award is made to
No
other than the contractor who most satisfied
all the City requirements as specified in the
solicitation and as evaluated by staff.
13) Brand Name Restrictions
Brand Name or Equal. When it is impractical
or uneconomical to provide a clear and
accurate description of the technical
requirements of the property to be acquired, a
"brand name or equal" description may be
used to define the performance or other
salient characteristics of a specific type of
property. The City must identify the salient
characteristics of the named brand that
NA
offerors must provide. When using a "brand
name" specification, the City does not need to
reverse -engineer a complicated part to
identify precise measurements or
specifications in order to describe its salient
characteristics. FTA's "Best Practices
Procurement Manual," (BPPM) contains
'
additional information on preparation of
specifications including examples with
specific language.
14) Geographic Preferences
The solicitation contains no in -State or local
No
geographic preference except where Federal
statutes mandate or encourage them.
15) Contract Term Limitation
Yes
The contract period of performance for rolling
stock and replacement parts does not exceed
five (5) years inclusive of options without prior
written FTA approval. For all other types of
contracts, the procurement file contains
evidence that the contract term is based on
sound business judgment.
18) Award to Responsible
Contractor
The City made a determination that it was
awarding to a responsible contractor
considering such matters as contractor
integrity, compliance with public policy, record
of past performance, and financial and
1. Yes
technical resources.
2. Yes
1. Appropriate Financial, equipment, facility
3. Yes
and personnel. (Y/N)
4. Yes
2. Ability to meet delivery schedule. (Y/N)
5. Yes
3. Satisfactory period of performance. (Y/N)
,
4. Satisfactory record of integrity, not on
declined or suspended listings. (Y/N)
5. Receipt of all necessary data from
vendor. (Y/N)
19) Sound and Complete Agreement
This contract is a sound and complete
agreement. In addition, it includes remedies
Yes
for breach of contract and provisions covering
termination for cause and convenience.
24) Clear, Accurate, and Complete
Specification
A complete, adequate, and realistic
specification or purchased description was
Yes
available and included any specifications and
pertinent attachments which define the items
or services sought in order for the bidder to
properly respond.
38) Sole Source if other Award is
Infeasible
The contract file contains documentation that
award of a contract was infeasible under
small purchase procedures, sealed bids, or
competitive proposals and at least one
of the following circumstances applies:
(1) The item was available only from a single
source. (Verify prices are no higher than price,
for such item by likely customers.)
(2) Public exigency for the requirement did
1. Yes
not permit a delay resulting from a
competitive solicitation.
(3) An emergency for the requirement did not
permit a delay resulting from a competitive
solicitation.
(4) The FT A authorized noncompetitive
negotiations.
(5) Competition was determined inadequate
after solicitation of a number of sources.
39) Cost Analysis Required
Yes
Cost analysis and profit negations were
performed (initial award and modifications)
And documented for price reasonableness
was established on the basis of a catalog or
market price of a commercial product sold in
substantial quantities to the general public or
on the basis of prices set by law or regulation.
40) Evaluation of Options
The option quantities or periods contained in
the contractor's bid or offer were evaluated in
order to determine contract award. (To be
No
eligible for Federal funding, options must be
evaluated as part of the price evaluation of
offers, or must be treated as sole source
awards.
42) Written Record of Procurement
History
The file contains records detailing the history
of this procurement. At a minimum, these
1. Yes
records include:
2. Purchase Order selected.
(1) the rationale for the method of
3. Yes
procurement,
4. Yes
(2) Selection of contract type,
(3) reasons for contractor selection or
rejection, and
4 the basis for the contract price.
43) Exercise of Options
The grantee exercised an option on this
contract adhering to the terms and conditions
of the option stated in the contract and
determined that the option price was better
No
than prices available in the market or that the
option was a more advantageous offer at the
time the option was exercised.
If an option was not exercised under this
contract, check NA.
44) Out of Scope Changes
The grantee amended this contract outside
the scope of the original contract. The
amendment was treated as a sole source
No
procurement (complying with the FTA
requirements for a justification, cost analysis
and profit negotiation).
45) Advance Payment Provisions
The contractor did not receive an advance
payment utilizing FTA funds and the contract
No
does not contain advance payment provisions
or, if it did, prior written concurrence was
obtained from FTA.
46) Progress Payment Provisions
The contract contains progress payments
based on costs incurred (as opposed to
percent of completion) and the contract
contains a provision giving the grantee title to
No
property (materials, work in progress, and
finished goods) for which progress payments
are made. The contract may contain other
security in lieu of obtaining title.
47) Time and Materials Contracts
No
This is a time and materials contract; the
grantee determined that no other type of
contract is suitable; and the contract specifies
a ceiling rice.
48) Cost Plus Percentage of Cost
This is not a cost plus a percentage of cost
No
type contract.
49) Liquidated Damages Provisions
This contract contains liquidated damages
provisions and the assessment for damages
No
is specified in the contract at a specific rate
per day for each day of overrun in contract
time.
50) Piggybacking
1) The file contains: Assignability provisions.
1. No
2) The procurement file contains: Price
2. Yes
reasonableness determination.
56) Clauses
This contract contains the appropriate FTA
YeS
required clauses.
System for Award Management
SAM run for SPX Corporation of
(SAM) SAM run and include in the file.
Charlotte, North Carolina 4/18/13.
GFI Genfare is a wholly owned
subsidiary of SPX.
Fort Collins
PURCHASE ORDER
PO Number Page
9131974 2of5
This number must appear
on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
(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. Contractor's
failure to so comply shall constitute a material breach of this contract.
5. TERMINATION
a. Termination for Convenience The City may terminate this contract, in whole or in part, at any time by written
notice to the Contractor when it is in the Government's best interest. The Contractor shall be paid its costs,
including contract close-out costs, and profit on work performed up to the time of termination. The Contractor
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
�,.Fort Collins
PURCHASE ORDER
PO Number Page
9131974 3of5
This number must appear
on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
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. 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.
qtcsl 14-
Invoice Address:
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
City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Accounting Department
Phone:970-221-6775 Fax: 970-221-6707 Email:purchasing@fcgov.com PO BOX 580
Fort Collins, CO 80522-0580
City of
art Collins
PURCHASE ORDER
PO Number Page
9131974 4 of 5
This number must appear
on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
c. The contractor is required to pay its subcontractors performing work related to this contract for satisfactory
performance of that work no later than 30 days after the contractor' s receipt of payment for that work from the
City of Fort Collins . In addition, is required to return any retainage payments to those subcontractors within 30
days after incremental acceptance of the subcontractor' s work by the City of Fort Collins and contractor' s receipt
of the partial retainage payment related to the subcontractor' s work.
d. The contractor must promptly notify City of Fort Collins whenever a DBE subcontractor performing work
related to this contract is terminated or fails to complete its work, and must make good faith efforts to engage
another DBE subcontractor to perform at least the same amount of work. The contractor may not terminate any
DBE subcontractor and perform that work through its own forces or those of an affiliate without prior written
consent of City of Fort Collins.
7. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS
The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or
not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set
forth in FTA Circular 4220.1 F, are hereby incorporated by reference. Anything•to the contrary herein
notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other
provisions contained in this Agreement. The Contractor shall not perform any act, fail to perform any act, or
refuse to comply with any City of Fort Collins requests which would cause the City of Fort Collins to be in violation
of the FTA terms and conditions.
8. ENERGY CONSERVATION REQUIREMENTS
Energy Conservation - The contractor agrees to comply with mandatory standards and policies relating to
energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy
Policy and Conservation Act.
9. 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
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:
$6,125.00
City of Fort Collins
Accounting Department
PO Box 580
Fort Collins, CO 80522-0580
Purchase Order'l endr s and CondifionS
Page 5 of 5
I. COMMERCIAL DETAILS.
Tax exemptions. ❑y spmute the City of Fort Collins ls exempt from state and local taxes. Our Exemption Number is I L NON WAIVER.
98-04502. Fedm1 Excise Tax Exemption Camomile of Registry 84-600i is registered with the Collector of Failure of fire Purchaser to insist upon side: performance of the remts and conditions repair, failure or delay to
plantar Rasmus, Larval, Colorado (Ref Colorado Succeed Sutures 1973. Chapter 39-26. 114 (a). exercise any rights or comedies pmvired herein or by law, failore to promptly notify the Seller in the event of a
bmacM1, the acceptance of or Retailer for goods hereunder or approval arm, design, shall not release the Seller of
Goods Rejected, GOODS REJECTED due to failure to meet specifcmiotn, either when shipped or due to defects of pay of the waraties or obligations of this purchase oMer and mall not be doemed a waiver of any light of the
6 page in transit copy be returned r. you for credit and are not m be replaced except upon receipt of wnnen purchase, to insist upon strict performance hereof or any of its rights or remedies pa to any such goods, regardless
instructions from the City of Fort Collins. of when shipped, received or accepted, as to any prior or subsequent default hereunder, nor shall any pupponed
am] modification or rescission of this purchase order by the Purcbma equal as a waiver of any of the rears'
Inspection. GOODS are subject o the City of Too Collins inspection on arrival. hereof.
Final Acceptance. Receipt of the merchandise, se r equipment in response to this order can I I R result in 12. ASSIGNMENT OF ANT USI' CLAIMS.
authorized Pion the pan of the City of Fort Collins. However, it is In be understood that FINAL Sella and the Purchaser recognize that in annul economic practice, overcharges nestling from protons,
ACCEP'ITNCli is defendem upon completion of all applicable requi red inspection procedures. violations are in fact home by the Purchaser. Theretofore, for good cause and as consideration our execmfng this
land use order, the Seller no,by ..signs to the Purchaser any and all claims it may now have or hereafter
Faefgb,'I"eons. Shipmctn, mist be F 0.13., City of Fort Collins, 700 Wood Sr, Icon Collins, CO 80522, nnless acquired under Rdcml or sent imtiwst lows for such uvarrolopi relating in the Forticator goods or servmcs
otherwise specified o a pbf,oiler-Ifpemmi.... u is g,,,a1.prcpayfraud, and charge wrnmmly, the original freight powhused or acquired by the Purchaser pursuant to this purchase order.
bill must uecommnv invoice. Additional charges for lockup will not be scented.
Shipment Distance. Where manufactureas have disMbming pram, al various pains at'the comtry, shipment is
expected from the newest distribution point ,o de,manu o, and excess burnt will be deducted from Invoice when
shipments are made from greater distance.
Puppies. Seller shall procure at sell, sale cost all necessary permits, cenifieatcs and licenses required by all
applicable laws, regulations, columnar, and mlcs of file state, municipafiry, act or political suaivencip whale
the work is performed, or required by any other duly constituted public authority having jurisdiction over the work
of vendor. Seller further pgrees of hold the City of Fort Collins hapless from and against all liability and loss
incurred by them by reason of an asserted or established violation of any such laws, regulations, ordinances, falls
and requirements.
Authorization. All Team, to this rampart agree that the representatives all. in fact bona fide and possess full and
complete .,badly to bind said parties.
LIMITATION OF TERMS. Ibis PurcM1ase Order expressly limits acceptance to the team and conditions shaped
herein set forth and any supplementary or additional.emu and canditfum annexed here,. Or iremproted herein by
reference. Any additional or different erms and conditions proposed by at ire objected,. vad hereby rejected.
2. DELIVERY.
PLEASE AIJVISB PURCHASING AGENT immediately if court make wmpletc shipment, aria, an your
promised delivery dine as noted. Time is of the essence. Delivery and peformance and be inertia within the fime
stated on the purchase alder and the documents; at,ebcd Rcrcto. No oats of the 11.rcbuse.. including, without
li,iuufou, ac«,tame of partial la,a deliveries, shall Ontario as it waives or this provnsmn In rho even, of any delay,
the Pumbasa shall have, in mouton to offer legal and equitable remedies, the option of placing this oMer elsewhera
and balding fiat Seller Gable to, &apes es. Hawevea file Seller shall not be liable foes damages am a rood, of delays
due to causes not reasonably foreseeable which are beyond its reasanable carnal and without its fault of negligence,
such ach, of God, nets ofcivil or military aulhondes, gmvemmcrom Earmarks, fires, strikes, flood, epidemics, wars or
non; provided than notice of fhr mndaiom causing such delay is given to the Purchaser within five (5) days of the
time when the Seller fiat received knowledge thereof. In the event orally such delay, the date of delivery sill be
extended for the periW equal to the time aurally Really resaa of the rally.
3. WARRANT.
The Seller ummnu tar .II gam, aeries, mama], and work covered by this polar will lanfmmf with applicable
drawings, specifications, samples andoor other dacnptions given, will be fit for the purposes intended, and
performed with be highest degree of are and conference in tosorb nee with accepted sfroards for work of a
similar op are. Ill Seller agrees to hold the purchase, bamby,, from any lass, damage or expense shier the
Purchaser may suffer or incur on account of the Sellers breach of what The Sella shall replace. repair or At
goad, without cost to the purchase, any defects or faults arising within one (1) year or within such longer pmod of
time a may be prescribed by law or by the terms of any applicable warranty provided by the Seller after the dam of
acceptance of the goods famished hereunder (acceptance not to be unn amiably delayed), resulting fmm imperfect
or defective work dune or materials famished by the Seller. Acceptance or use of goods by the Purchaser shall no,
institute a waiver of any claim under this warreory. Except as orhctwise provided in ,his purchase order, the Sellers
liability hereunder simll extend to all damages proximately caused by the breach of any of the foregoing warranics
or Somehow , ban each Iobil fry shall in no event include loss of profits or loss of use. NO IMPLIED WARRANTY
OR MERCIIAN I All ILI IY Olt OF FITNESS FOR PURPOSE SIIA Ed. APPLY.
4. ICE ANGLE IN LEGAL TERMS.
Ill Purchaser may make changes to Icgal mmn by wnnen change order.
S. Cl LANCES IN COMMERCIAL TERMS.
If, Purchaser may make any changes m the temp, other than legal tariffs, including additions to Or deletions from
the quantities originally ordered in the specifications or drawings, by verbal or written change order. If any such
change effects the amount due ratio If., ofperformance hereunder, an equitable agiampam shall be made.
6. TERMINATIONS.
The Purchaser copy at any time by written change order, armimate this agreement as to any or all poniors of the
goods then not shipped, subject, any equitable ad uagrou m bemeen the pairs m to any walk or materials then in
Progress Provided fhu he Purchaser shall an be liable far any claims far amici,med Faults on the unmmpletM
Portion of the goods .ndor work, for incidental or consequential equages, and that no such adjustment be made in
favor of elm Seller with respect many goods abort are the Sellers standand sack. No such nomination shall relieve
the Purchaser or the Seller army ofthcir obligations as to any goods delivered Remainder.
I. CLAIMS FOR ADJUST MENT.
Any claim for adjustment must be asserted within thirty (30) days from (lie date the change or Nomination is
ordered.
8. COMPLIANCE WE I'If LAW.
The Seller warrants that ill goods sold hereunder shall have been produced, sold, delivered and famished in stalat
anmpran- all, all al,oh,mle Imes and regulations to which the goods sere otbject. "the Seller shall execute and
deliver such dacuancol, as any be required to effect or evidence compliance. All laws and regulations required to be
rmitwor ned in agr annears of this brouter are bareby incorporated herein by this reference. Eric Seller agrees fo
indemnity nod hold the Purchaser armless From all cost and damages suffered by the Purchaser.re a result of the
Sellers failure to comply with such law.
9. ASSIGNMENT.
Neither parry shall ensign, trumfeq or convey this alde, or any monies due or a became due hereunder red o n the
prior written comment of the.,he, pay.
10. TITLE.
The Sell,, wurranm fall, clear and announced tide m the Purchaser far.11 equipment, mammals, and items famished
n perfamfance of this agreement, face and clear of any and all liens, resinctio s, «unm men, security interest
mcumbmnces and claims of offers.
13, PURCI I ASIil25 ITRFORMANCE OF SELLERS OBLIGATIONS.
If the Purchaser directs the Sell,, to conic, noacn mearamg ar defective goads by a data to be agreed upon by the
Purchaser vad the Seller, axed life Seller thews far indicates ifs inability for unwillingness no comply, the Parch.,,
may cause he work po be performed by the must expectations means available I. it, and the Seller shall pay.11
costs associ.,ed with such work.
The Seller shall release the Purchaser and to contractors of any tier from all liability and claims of any nacre
comfong from the performance of such work.
Up, releae shall apply even in the meat of real, of negligence of the Party released aid shall extend fat the
directors, all and employees c fmch pony.
The Sellels contractual obligations, including warranty, shall not be deemed to be reduced, in any way, because
such work is performed or expand to be performed by the Purchaser.
14. PATENTS.
Whenuer the Seller is required to use any design, device, pamnal or process covered by buffer, pa,an,, trademark
copyright the Seller shall indemnify slid save harmless the Purchaser from any and all claims far Infringement
by reavan of the use of such Resented design, device, material or process in connection with the contract and
shell indemnfy the Purchaser for any cost, expense or damage which it may be obliged to pay by reason oration
aftmgemem at any time daring the prosecution or after the completion of the work. In case said equipment, or
any pan thereofar the intended list of the goods, is in such snit herd to constitute infringement and the use of
,.id equipment as man is efjoined, life Sena shall, at its own expen. and at its option .inner..cure fat ,he
Purchaser the right na contintm using said equipment or pans, replace the suns with substantially equal but
ponintringing equipment, Or modify it so it becomes nonfnfringing.
15. INSOLVENCY.
If the Seller shall become insolvent or bpnlnrnpl, make an aso,amem for the bencfil of credftoal, summer s
or bachic far any of the Sellers m ppstarpeny or (, this order muy forthwith be canceled by the
Purchaser without liability.
16. GOVERNING LAW.
The definitions of teats anal or $e interpretation afthe agreement and the rights of all patsies hereunder shall be
om.,d miler and g.,a.ad by the laws Drill, Stan of Coloado, USA.
The following Additional Conditions apply only in cases where fire Seller is to perform work hereunder,
mduding the services of Sellers Represenunve(s), an the premau ofothers.
IT. SELLERS RESPONSIBILITY.
The Seller shall carry on said work at Sellers own risk until the same is fully completed and accepted, and shall,
in u of any accident, destruction or injury to the work and/or materials before Seller's final completion and
acceptance. complete the work at Seller's own expense and to the satisfaction of the Purchsser. When materials
and equipment am famished by mhers for inslnllatiun or erection by the Seller, the Sul lea shall receive, unload,
state and handle anw at the site lad became responsible therefor as though such materials and/or equipmem
were being fumadical by the Seller under the order.
IS. INSURANCE.
The Sol let shall, at his own explore, provide for the payment of workers l o rmairtimf, including occupational
disease benefits, to its employees employed on or in connection with the work coveml by this purchase order,
torpor to their depcndems in accordance with the laws of the spite in which the work ism be done. The Seller
shall also carry comprehensive 6eneml liability including bar not limited to, contractual and automobile public
habit fly insurance with bodily injury and death limits of at leas) S300,000 far any one person, S500,000 for any
accident and property damage limit per accident of S400,000. 'Ire Seller shall likewise require his
communal, if any, to put mr, for such compensation and inurance. Before any of the Sellers or his contractors
employees shall do any work upon the premises of others, the Seller shall fumish the Purchaser with a eenfficate
,hat such compensation and insurance have been provided. Such cenfficales shall specify the &a when such
compensation and insurance Live been provided. Such certificates shall specify the date when such compensation
and inmmnce opfrez. The Eager state¢ the, such tom ara inn and i—.-- shall M name fined until after me
entire work is completed and acmptcd.
19. PRO I FILL DON' AGAINST' ACCIDENTS AND D.VNAGES.
The Seller hereby assumes the entire responsibilay and liability for any and all damage, loss or injury of any kind
or nature whatsoever to persons or property caused by or resulting from the execution of the work provided for in
this purchtuc order or in connarfim Encomia, The Seller will indemnify and had harmless the Purchaser and any
cr all of the Purchasers allicers, agents and employees from and against any and all claims, begins, damages,
harges or expenses, whether direct or indirect, and whether to persons or property to which the Purchaser may
be pot or subject by rairson of any act action, neglect, o m or default o the pan of the Seller, any of his
contractors, or any of [lie Sellers or contractors officersagents or emplayces In cap, any suit or other
pmoca lm,, shall be bnn..In ngninnt the Pu,Raseo a, ill Offices, agents Or employees in any now on account or
by normal of any an, action, neglect, omission or default of the Seller of any of his contractors Or any of its or
their ofticea, agents or employees as aforesaid the Seller hereby agrees to assume the defense thereof and to
defend the same .she Sellers awn expense, to pay any and all costs, charges, olmmcys fors and other expenses,
any end all judgments that may he incurred by or obtained against the Purchaser or any of its or their officers,
agents Or employeesin such suits a other proceedings, and in ape judgment m other lien be placed Olson or
obtained against thee ormity of the Purchaser, or said pairs in or as a result of such suits or other proceedings,
Ire Seller will at once cause the same to be dissolved and discharged by giving bond or otherwise. The Seller and
his contracors shall that all splay precautions, furnish and install all guards necessary for role prevenpinn of
accidents, comply with all laws and regulations with mund an safely including but without limltotioa the
Occupatiorul Safety and Health Act of 1970 and all toles and regulations issued pursuant thereto.
Revised 03R010
City of
.City
Memorandum
DATE: 4/12/2013
TO: Ed Bonnette
FROM: Craig Dubin
Karl Gannon
SUBJECT: GFI Integration Licenses - Justification of Sole Source
Transfort f Dial•A•Ride
6570 Fortner Road
Fort Collins, CO 80522
970.221.6620
970,221,6285 - fax
fcgov.corn
Transfort utilizes GFI Genfare fireboxes on its fleet of revenue vehicles. As part of the Scope of
Work for the current ATIS contract with Clever Devices, the integration of Clever Device's
systems and the GFI fareboxes is referenced. In order to integrate, GFI requires that we
purchase a one-time license for each farebox. Because the integration is to the existing GFI
system, licensing cannot be purchased through another company.
Please let me ]snow if you have any questions that I can answer.
Thanks,
Karl
Karl Gannon
City of Fort Collins
Transfort / Dial A Ride
(970)416-2087
r� iz�- 4yo l
�(� � o2,R0�oOp3(. 53332o g2�o2o13
,7
*af2.-f3ox (acensos
je- 3Sr
CcAt1=5 Independent Cost Estimate
Data of Estimate: 411212013
Contract Type:
Existing Contract or PO (Y/N): N
Descdptlon of Goods (A) or Services (Bk GFI Genfare Farebox Licenses
I have obtained the f tftovnng eetlmato, from;
Pubrahed Price lest/ Past Pndng(data) GFI Sales Ducabm(7115=10) for RFFA Soridbf:ion p 11-005
Engineenrg or Techtr Estimate(performed by)
Independent Third Parry Esthnate (performed by)
Other(Speary)
Cost Estimate Detal6:
(Estimafe oeleelated In US Dollars)
P:ptluet
Cost (S/ea� Cast $fee
Coot S/ea)
NoteslData Source
Uelrverad CPllncrease
Tob
2010 RFTA Duox R1clni
S 175.00
2013 Estimate-35x Farebox Licenses
S 17500 S 1350
5 859750
I
S 5,597.50
B CPI Increase of 2.5%far 3 Years
SATransfonWdminTinancial Coordinator- KzrRPurehaslag- GenamRICE - 2013 GFI Faebox UoensMwsShaetl 411WO13
Karl Gannon
From: Craig Dubin
Sent: Friday, April 12, 2013 5:14 PM
To: Karl Gannon
Subject: Fwd: JT1708 Licensing
Attachments: image001.gif; image003.png; image004.jpg
Does this suffice? Or do I need to get a formal quote?
Sent from my Verizon Wireless 4G LTE DROID
-----Original message -----
From: Richard Duckworth <rduckworth(a)fcoov.com>
To: Craig Dubin <CDubinnafcoov.com>
Cc: Katie Ryan <CRvan(a)fcgov.com>
Sent: Tue, Mar 19, 2013 19:27:11 GMT+00:00
Subject: Fwd: JT1708 Licensing
Sent from my Phone
Begin forwarded message:
From: "Mahon, Mark" <mark.mahonC�spx.com>
Date: March 19, 2D13, 1:16:17 PM MDT
To: Richard Duckworth <rduckworth@fceov.com>
Subject: RE: JT1708 Licensing
V Richard,
We show that no licenses have ever been purchased. The licensing fee is $175,00 per farebox, a one
time fee.
Mark Mahon
Director of Sales, Western Region
Genfarree
5 P7 1 ratt Boulevard
Elk Grove Village, IL 60007
TEL +1 847-871-1115
MOB +1847-222-3639
FAX +1847-593-8870
mark.mahonAspx,corn
www.spx.com
www.genfare.com
The Information contained in this electronic mall transmission is intended by SPX Corporation for the use of the
named individual or entity to which it Is directed and may contain information that is confidential or privileged. If you
have received this electronic mail transmission in error, please delete it from your system without copying or
forwarding It, and notify the sender of the error by reply email so that the senders address records can be corrected.
From: Richard Duckworth [mailto:rduckworth(a)fcgov.com]
Sent: Monday, March 18, 2013 9:02 AM
To: Mahon, Mark
Subject: IT170B Licensing
Mark,
A few years ago we purchased JT1708 cables to run from our CentsABill fare boxes. We are just now
getting to the utilization point and wanted to check on any licensing requirements. We have found the
invoices but nothing on licensing. If you could clarify if licensing is required and whether that purchase
was included in the cost of the cable, we would appreciate it.
Thanks,
i
Richard Duckworth
Hardware/Software Specialist
rduckworlh(d)a fcgov.com
970,416.2509 Office
970.631.3045 Cell
970.221.6285 Fax
Tell us about our service, we want to know.