HomeMy WebLinkAboutCORRESPONDENCE - AGREEMENT MISC - XYBIX SYSTEMS INCpa. #43530j�
FEDERALLY REQUIRED AND OTHER MODEL CLAUSES ,X y B I X
APPLICABILITY OF THIRD PARTY CONTRACT CLAUSES
(excluding micro -purchases, except for construction contracts over $2,000)
TYPE OF PROCUREMENT -
Clause
Professional
Operations/
Rolling Stock
Construction
Materials &
PF
Se"iceslA& E
Management
Purchase
Supplies
No Federal Government
Obligation To Third Parties
/
All
All
All
All
All
(by Use of a Disclaimer
V
False Statements or Claims
All
All
All
All
All
Civil and Criminal Fraud
Access To Third Party
✓
All
All
All
All
All
Contract Records
Changes to Federal
All
All
All
All
All
Requirements
-
Termination
All
All
All
All
All
Civil Rights Title VI, EEO, ADA
>$I0,000
>$10,000
>$10,000
>$10,000
>$10,000
Disadvantaged Business
All
All
All
All
All
Enterprises DBEs
Incorporation of (FTA) Terms
Z7
All
All
All
All
All
Suspension and Debarment
>$25,000
>$25,000
>$25,000
>$25,000
>$25,000 --
Buy America
>$100,000
>$100,000
>$100,000
Resolution of Disputes,
>$100,000
>$100,000
>$100,000
>$100,000
>$100,000
Breaches, or Other Litigation
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
All
All
All
Fly America
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-
>$2,000 (including
Kickback Acts
ferry vessels
Contract Work Hours And Safety
>$2,500 (except
>$2,000 (including
Standards Act
transportation
>$2,500
ferry vessels)
services)
Bonding
$100,000
Seismic Safety
A & E for New
Buildings &
New Buildings &
Additions
Transit Employee Protective
Transit Operations
Agreements
Charter Bus
All
School Bus
All
Drug Use - Testing and Alcohol
Transit Operations
Misuse - Testing
Patent Rights and Rights in Data
Research &
and Copyright Re unements
Development
EnergyConservation
All
All
All
All
All
Recycled Products
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
ITS Projects
ITS Projects
ITS Projects
_
ITS Projects
ITS Projects
ADA Access
i
A & E
All
All
All
All
Bus Testing
All
Pre -Award And Post Delivery
All
Audits
Small Purchase of:
Title: Transfort Dispatch Center Workstations
Date: September 27, 2013
CONTRACT CHECKLIST FOR SMALL PURCHASES
Checklist Item
Contract File
Comments
Location
7) Independent Cost Estimate
See attached I.C.E. dated
The City made and documented an
8/11 /13.
independent cost estimate before receipt of
proposals.
9) Unreasonable Qualification
No
Requirements
This solicitation did not contain unreasonable
requirements placed on firms in order for
them to qualify to do business.
1 2) Arbitrary Action
No
There was no arbitrary action in the
procurement process. (An example of
arbitrary action is when award is made to
-'
other than the contractor who most satisfied
all the City Requirements as specified in the
solicitation and as evaluated by staff.
1 3) Brand Name Restrictions
No
Brand Name or Equal. When it is impractical
or uneconomical to provide a clear and
-
accurate description of the technical
requirements of the property to be acquired, a
"brand name or equal" description may be
used to define the performance or other
salient characteristics of a specific type of
property. The City must identify the salient
characteristics of the named brand that
offerors must provide. When using a "brand
name" specification, the City does not need to
reverse -engineer a complicated part to
identify precise measurements or
specifications in order to describe its salient
characteristics. FT A's "Best Practices
Procurement Manual," (BPPM) contains
additional information on preparation of
-
specifications including examples with
specific language.
1 4) Geographic Preferences
No
The solicitation contains no in -State or local
geographic preference except where Federal
-
statutes mandate or encourage them.
1 5) Contract Term Limitation
No
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 jud ment.
23) Price Quotations
Yes — Per Note -To -File Dated
Price or rate quotations were obtained from
09/30/13.
an adequate number of qualified sources.
24) Clear, Accurate, and Complete
Yes - Per Request for Quotation
Specification
dated 08/07/13.
A complete, adequate, and realistic
specification or purchased description was
_
available and included any specifications and
pertinent attachments which define the items
or services sought in order for the bidder to
properly respond.
41 ) Cost or Price Analysis
Price Analysis.
Either a cost analysis or a price analysis was
See Memorandum dated
performed and documented. The price was
09/23/13.
determined to be fair and reasonable.
Price reasonableness based on:
Price quotations.
Previous purchase.
Current price list or advertisement.
Value Analysis — copy in file.
42) Written Record of Procurement
Yes.
History
Per P.O. # 9135304 and
The file contains records detailing the history
Price Analysis Memorandum
of this procurement. At a minimum, these
dated 09/23/13.
records include:
(1) the rationale for the method of
procurement,
(2) Selection of contract type,
(3) reasons for contractor selection or
rejection, and
4 the basis for the contract price.
Excluded Parties Search
Yes, run 09/27/13.
EPS run and include in the file
David Carey
From: David Carey
Sent: Monday, September 30, 2013 2:39 PM
To: David Carey
Subject: Price Analysis & Contractor Responsibly-Transfort Dispatch Workstations
NOTE TO FILE:
Request for Quote notification and document file were sent via email on August 08, 2013 to the following five (5)
vendors:
• Xybix Systems
• Watson Furniture Group
• Elements
• Evans Consoles
Responses were due by Wednesday, August 21, 2013.
Quotes were received from two (2) vendors.
Price Analysis:
Xybix Systems was determined to be the lowest responsive and responsible bidder per Quote Summary dated
September 12, 2013 and
Price Analysis Memorandum dated September 23, 2013..
Contractor Responsibility:
1. Contractor has a satisfactory performance record with the City.
2. Contractor has the ability to meet the required delivery schedule.
3. Contractor has the necessary production facilities.
David Carey, CPPB
Buyer -City of Fort Collins
Phone: (970) 416-2191
Email: dcarevPfcgov.com
Fitof Collins independent Cost Estimate
f�
Date of Estimate:
Contract Type:
Existing Contract or PO (Y/N):
Description of Goods (A) or Services (B):
11-Aug-13
N (Prior Bid from Watson)
Materials Required
Qty Required
Automatic -powered, ergonomic dispatch workstation desk
4
Desk includes:
Position memory controls stem
Cable management system
Mounting arm for four 4) monitors each
Data and power access panel
Personal storage space
Horizontal/vertical adjust 4 monitor mount bracket
Three Year Warrant
q
I have obtained the following estimate from; Purchase Order for procurement of CoFC Police Dispatch desks
Published Price List / Past Pricing (date) 22-Dec-08
Engineering or Technical Estimate (performed by)
Independent Third Party Estimate (performed by)
Other (specify) Referencing Watson response to Quote Request - Work Stations for Transfort Dispatch on 18-Jul-12
A
0
Product
Price
CPI Adj.
Adjusted
Price
Quantity
Total
Hardware
Automatic -powered, ergonomic dispatch workstation desk
$ 6,408
2.00%
$ 6,536
4
$
26,145
Storage and Accessories
$ 1,538
2.00%
$ 1,569
4
$
6,275
Sub -Total - Hardware Costs
$
32,420
Support and Shipping
Freight + Installation + Shipping
$ 7,149
2.00%
$ 7,292
1
$
7,292
Sub -Total - Hardware & Software Support Costs
$
7,292
Total Estimated Project Costs
$
39,712
Note: CPI Adjustment based on 2% per year for 1 years.
Completed by: