Loading...
HomeMy WebLinkAboutCORRESPONDENCE - PURCHASE ORDER - 9141663�9 3 rt` ° Independent Cost Estimate Date of Estimate: 3/16/2014 Contract Type: Existing Contract or PO (Y/N): N Description of Goods (A) or I have obtained the folli estimate Published Price List / Past Pricing Engineering or Technical Estimate (performed by) Independent Third Party Estimate (performed by) Other (specify) HMI/SCADA System 2 Year Warranty OPC Server Software Required Minimum 1 SCADA system with up to 500 tags Sole -Source Thick Client for Development, Web/Thin Clients for Operator Usage Graphical User Interface for HMI interaction Integrated Alarm Functionality 1 Telephone technical support and self-service Sole -Source 1 50,000 Bytes P-Card (Transfort) TCP/IP, UDP/IP or Serial 1/0 Master/Slave protocol Date cote - Process Control Dynamics, Inc. (Sole urce) 3/7/2014 (Comparable SCADA system) 3/5/2014 www.ioserver.com 3/5/2014 Server) 3/5/2014 3/16/2014 Craig Dubin, Communications & Administration Manager Unlimited mult-path device redundancy Multi-HMI/SCADA compliant Modeless operation System for Award Management Page 1 of 1 Search Results current Search Terms: process* control* dynamics* Notice: This pdnted document mte is only the firrt paged your SAM Search ,esuos. Mae results may b available. To bloc r con search resultsyou can dmvnload tie PDF and Wntit No records found for current search. SAM I S,,A—%r A—M Menepemmrt 1.0 NOW to all Users: This Is a Federal Government canton, system. Use of this systern constitutes consent n nonhodng at all tones. Glossary Search Results Entity Exclusion By Record Status BY Functional Area - Entity Management By Functional Area - Performanre Information IBM v1.19e6.2 11343 ® ��9g-v., https://www.sam.gov/portal/public/SAM/?portal:componentId=66fdb602-77f6-4ba0-914a-... 3/ 19/2014 Title: CASTA Membership Dues 2014 Date: 1 /31 /2014 CONTRACT CHECKLIST FOR NON-COMPETITIVE PROPOSALS (SOLE SOURCE) Checklist Item Contract File Comments Location 7) Independent Cost Estimate The City made and documented an See I.C.E. dated 3/16/14. independent cost estimate before receipt of proposals. 10) Unnecessary Experience and Excessive Bonding Unnecessary experience and excessive No. bonding requirements were not included in this solicitation or contract documents. 11) Organizational Conflict of Interest (OCI) If there is an apparent or potential OCI the solicitation contains provisions to eliminate or mitigate the conflict (e.g. by inserting a clause No. that prohibits the contractor from competing for the follow-on contract to the current design or research contact) and OCI Certification is submitted by the contractor. 12) Arbitrary Action There was no arbitrary action in the procurement process. (An example of arbitrary action is when award is made to No. other than the contractor who most satisfied all the City requirements as specified in the solicitation and as evaluated by staff. 13) Brand Name Restrictions Brand Name or Equal. When it is impractical or uneconomical to provide a clear and accurate description of the technical requirements of the property to be acquired, a "brand name or equal" description may be used to define the performance or other salient characteristics of a specific type of property. The City must identify the salient characteristics of the named brand that No. offerors must provide. When using a "brand name" specification, the City does not need to reverse -engineer a complicated part to identify precise measurements or specifications in order to describe its salient characteristics. FT A's "Best Practices Procurement Manual," (BPPM) contains additional information on preparation of specifications including examples with specific language. 14) Geographic Preferences The solicitation contains no in -State or local No geographic preference except where Federal statutes mandate or encourage them. 15) Contract Term Limitation The contract period of performance for rolling stock and replacement parts does not exceed five (5) years inclusive of options without prior N/A. 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 1. Yes; see Sole Source The City made a determination that it was Justification awarding to a responsible contractor considering such matters as contractor Memorandum. integrity, compliance with public policy, record 2. Yes. of past performance, and financial and 3. Yes; see Sole Source technical resources. Justification 1. Appropriate Financial, equipment, facility and personnel. (Y/N) Memorandum. 2. Ability to meet delivery schedule. (Y/N) 4. Yes; no exclusions on 3. Satisfactory period of performance. (Y/N) SAM report run on 4. Satisfactory record of integrity, not on 3/19/2014. declined or suspended listings. (Y/N) 5. Yes; Quotation # 5. Receipt of all necessary data from IC074D01 attached. vendor. (YIN) 19) Sound and Complete Agreement This contract is a sound and complete Yes; Purchase Order is the agreement. In addition, it includes remedies contract mechanism. 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 (5) See attached Sole Source for such item by likely customers.) Justification approval email dated (2) Public exigency for the requirement did 3/19/2014 regarding Municipal not permit a delay resulting from a competitive solicitation. Code Chapter 8 161 (d)(1)(b). (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 Cost analysis and profit negations were performed (initial award and modifications) And documented for price reasonableness Yes; see Sole Source Justification was established on the basis of a catalog or Memorandum dated 3/19/2014. 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 contractors bid or offer were evaluated in order to determine contract award. (To be N/A eligible for Federal funding, options must be evaluated as part of the price evaluation of offers, or must be treated as sole source awards. 42) Written Record of Procurement History The file contains records detailing the history 1. I.C.E. attached. of this procurement. At a minimum, these 2. Purchase Order is used. records include: (1) the rationale for the method of 3. Vendor selected is Sole procurement, Source. (2) Selection of contract type, 4. Quotation # IC074D01. (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 N/A 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 N/A 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 This is a time and materials contract; the grantee determined that no other type of No. 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. No. 1) The file contains: Assignability provisions. 2. Yes; see Sole Source 2) The procurement file contains: Price Justification Memorandum reasonableness determination. dated 3/19/2014. 56) Clauses This contract contains the appropriate FTA Yes. required clauses. System for Award Management Yes, no exclusions on SAM report (SAM) SAM run and include in the file. run on 3119/2014. FEDERALLY REQUIRED AND OTHER MODEL CLAUSES APPLICABILITY OF THIRD PARTY CONTRACT CLAUSES (excluding micro -purchases, except for construction contracts over $2,000) Process Control Dynamics- (conies Software =T-YPE'OF°PROCUREMENT FIlMauSs Professional Ro in toc ConstruciomMaterials 8 MII "4 ervicesi�t , �Ope_ra-6 iaramag n a M No Federal Government X Obligation To Third Parties 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 V1, EEO, ADA) N/A >$10,000 >$10,000 >$10.000 >$10.000 >$10,000 Disadvantaged Business X All All All All All Enterprises (DBEs) Incorporation of (FTA) Terms X All All All All All Suspension and Debarment N/A >$25,000 >$25,000 >$25,000 >$25,000 >$25,000 Buy America N/A >$100,000 >$100,000 >$100,000 Resolution of Disputes, N/A >$100,000 >$100,000 >$100,000 >$100,000 >$100,000 Breaches, or Other Litigation Lobbying N/A >$100,000 >$100,000 >$100,000 >$100,000 >$100,000 Clean Air N/A >$100,000 >$100,000 >$100,000 >$100.000 >$100,000 Clean Water NIA >$100.000 >$100,000 >$100,000 >$100.000 >$100,000 Cargo Preference X All All All Fly America NIA Involves foreign Involves foreign air Involves foreign Involves foreign Involves foreign air rt or travel transport transport or travel air itransport or nsport or air transport transport or travel by air travel travel Davis -Bacon And Copeland Anti- N/A >$2,000 (including Kickback Acts ferry vessels) Contract Work Hours And Safety N/A >$2,500 (except >$2,000 (including Standards Act transportation >$2,500 ferry vessels) services) Bonding N/A $100,000 Seismic Safety N/A A & E for New Buildings & New Buildings & Additions Transit Employee Protective N/A Transit Operations Agreements Charter Bus N/A All School Bus N/A All Drug Use - Testing and Alcohol N/A Transit Operations Misuse - Testing Patent Rights and Rights in Data N/A Research & and Copyright Requirements Development Energy Conservation X All All All All All Recycled Products N/A 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 ormore peryear or more per year or more per year Conformance With ITS National N/A ITS Projects ITS Projects ITS Projects ITS Projects ITS Projects Architecture ADA Access X A & E All All All All Bus Testing N/A At I Post Delivery Pre Award And P N/A - All Audits A Sole Source Source Product Price Quantity Total Software Quotation # IC074D01 Iconics Genesit64 HMI/SCADA Software $4,564.00 1 $4,564.00 Quotation # IC074D01 (conics SupportWorX-Basic Plan $456.40 1 $456.40 IOServer Software - 50,000 bytes license - www.ioserver.com OPC Server (P-Card) $2,500.00 1 $2,500.00 Sub -Total Software $7,520 TotaLEstimate&Projecttosts t '• $73520 IS Comparable Solution Source Product Price Quantity Total www.inductiveautomation.com Software Ignition HMl/SCADASoftware (The Works) Kepware OPC Server License Sub -Total Software $6,750.00 $2,795.00 1 1 $6,750.00 $2,795.00 $9,545 www.kepware.com Total' EstimatedPro edt°Costs:'- 1 _ `K $9;545 Completed by: Craig Dubin Communications and Administration Manager Process Control Dynamics, Inc. PCD Sales, Inc. 6480 S. Quebec St. I Centennial I CO 180111 Phone 303-741-4264 1 FAX 303-741-4472 v .ocdsales.com I salesopcdsales.com uotation Quotation #: I IC074DOI Quotation Date: March 7, 2014 Prepared By: Bret Dianich Rill to: City of Fort Collins Ship To: City of Fort Collins 250 N. Mason St. 250 N. Mason St. Fort Collins, CO 80524 Fort Collins, CO 80524 Attn: Craig Dubin Ref: fItem [ Descri'tion, .°-,. ..P,art;Ntimber :•- �P,ricc;, ch Extended 1 1 ICONICS GENESIS64 HMI/SCADA Software: GEN64-APP-500 $4,564.00 $4,564.00 500 Point Count (CONICS GENESIS64 Application Server V10 Each net Net lot with On -Demand Tags. GEN64-APP models include one floating WEBHM164-DEVCAL client/developer station for use as thick client Desktop workstation or as thin client WebHM[ or PortalWorX SL Web Browser or GENESIS64 Developer Station. Also includes GraphWorX64, EarthWorX, AlarmWorX64, TrendWorX64, ScriptWorX64, ScheduleWorX64, GridWorX, AssetWorX, FDDWorX, (5) Facility AnalytiX (FDDWorX) Assets, Workbench Client and viewers for Energy AnalytiX and FDDWorX. Includes WebHM( publishing, GENESIS64 Platform Services with FrameWorX, Unified Data Manager, OPCUA Data Bridging and Aggregation, Global Aliasing, Modbus OPC Servers for Serial and Ethernet, BACnet and SNMP connectivity and native support for redundant configurations of real-time OPC DA data, plus redundancy support for alarm server/logging. Purchase two identical servers for redundant applications. 2 1 ICONICS SupportWorX-Basic Plan SupportWorX64 10% of List $456.40 Extends coverage for an additional 1 Year from date of - Basic Cost of Net Lot original shipment or SupportWorX renewal date. Total Includes unlimited telephone technical support, access to System ICONICS Knowledge Bases and automatic product upgrades for current version (Right of the Decimal) for length of SupportWorX plan. Renewable on a yearly basis. Total: $5,020.40 Delivery: 2-3 Weeks A.R.O. Fios.Ml3ortland, ME LTerms: Net SO;Qays ICONICS, Inc. ORDERS ARE ACCEPTED IN ACCORDANCE WITH"GENERAL TERMS c/o: Process Control Dynamics, Inc. AND CONDITIONS OF SALE" CONTINUED ON THIS DOCUMENT. PO Box 84-5619 PRICES QUOTED HEREIN ARE VALID FOR 30 DAYS FROM DATE OF QUOTATION.Boston, MA 02284-5619 Quotation: IC074DO I Page 2 of 2 March 7, 2014 GENERAL TERMS AND CONDITIONS OF SALE I. PRICES: Prices are F.O.B. factory. Prices do not include any sales, use or other taxes or project bonding. Such fees will be added to the price unless a valid exemption certificate has been provided by the Purchaser. Quoted prices if not accepted by Purchaser within 30 days from date of this quotation, arc subject to change prior to acceptance of order by the Seller, unless specifically modified in this proposal. 2. PAYMENT AND CREDIT: Terms of payment arc net 30 days unless otherwise stated. Orders arc subject to the approval of seller's credit department. If Purchaser is in default in any payment, Seller may declare all payments for work completed immediately due and payable, stop all further work until payments are brought current and/or require advance payment for future shipments. Purchaser agrees to reimburse Seller for court costs and reasonable attorney's fees should court action be necessary for Seller to collect amount due. 3. ITEMS INCLUDED: Each Sale includes only the equipment/services described in the order. Seller shall not be responsible for compliance with state or local safety and health statutes unless it has accepted such responsibility in writing. 4. SI IIPMENT AND DELIVERY: Seller shall use reasonable efforts to meet specified delivery dates, but such dates are estimates only and are not guaranteed and Seller shall have no liability, direct or indirect, for delay in delivery. Seller may not be declared in breach nor shall the order be subject to cancellation so long as Seller is making bona fide effort to complete manufacture and delivery. In any event, delivery is based upon the effective date of the order and subject to prompt receipt by Seller of all necessary information and instructions from Purchaser, including any required approval of drawings. Shipments shall be by surface freight. Seller may make partial shipment. For shipments outside the United Stales, Seller shall arrange for inland shipment to port of exit and shall cooperate with Purchaser's agents in making necessary arrangements for overseas shipment and preparing necessary shipping documents. 5. FORCE MAJEURE: Seller shall not be responsible or liable in any way for any failure to perform due to acts of God, fire, flood, serious accidents, foreign or United States embargo, war or riot, serious shortages, unavailability or significant price increases in commodities, materials or components, labor disputes, interruption of transportation, loss of essential production services, laws, rules regulations, instructions or acts of any U.S. or foreign governmental authority, or by any other event beyond the reasonable control of Seller or its subcontractors. 6. RISK OF LOSS: Risk of loss or damage shall be home by Purchaser upon delivery of Seller's equipment to the carrier. All shipments are F.O.D. Seller's factory and all claims for damage, delay or shortage arising from any shipment shall be directly against the carrier by the Purchaser. Purchaser shall inspect the equipment; notify Seller of any damage or shortage within one week of receipt. Failure to so notify Seller shall constitute acceptance by Purchaser, relieving Seller of liability for damages or shortages. 7. WARRANTY: Seller warrants that for a period of 12 months after date of shipments, all products to be free from defects in material and workmanship. Seller must receive prompt written notice of claimed defects, which notice must be received no later than 30 days after the end of the warranty period. This warranty shall not apply to any products altered or repaired outside Seller's factory or with any parts other than Seller's replacement parts, unless such repairs were authorized in writing by Seller, or to products or parts subject to misuse, abuse, neglect or accident or damaged by improper installation or application, in no event shall Seller be liable for normal wear and tear, nor for any incidental or consequential damages due to inoperability of its product. Seller makes no warranty with respect to parts, accessories, or components manufactured by other. The warranty applicable to such items is that offered by their respective manufacturers. The foregoing is in lieu of all other warranties, express or implied, including the warranties of merchantability and fitness for particular purpose, nor shall Seller be liable based upon any claim of negligent equipment design or manufacture. 8. CANCELLATION, SUSPENSION OR DELAY: If Purchaser requests or causes a cancellation, suspension or delay of Seller's work. Purchaser shall pay Seller all appropriate charges incurred up to the dale of such cancellation, suspension or delay, plus Seller's overhead and reasonable profit. Additionally, all charges related to and risks incident to storage, disposition and/or resumption of work shall be bome solely by Purchaser. 9. LIMITATION OF LIABILITY: Seller shall not be liable to Purchaser for any incidental or consequential damages of any nature for any reason whatsoever. Seller's liability, under no circumstances, shall exceed the material portion of the contract price for the defective equipment. 10. CHANGES AND BACKCHARGES: Seller shall not be obliged to make any changes in or additions to the scope of work unless Seller agrees thereto and an equitable adjustment is made to price and/or delivery. Seller will not approve or accept returns of or back charges for products, labor, materials, or other costs incurred in modification, adjustment, service or repair of equipment unless previously approved in writing by an authorized employee of Seller. 11. PROPRIETARY INFORMATION: All information furnished by Seller is submitted solely for Purchaser's use and shall not be disclosed to any third party without Seller's prior written consent. Ignition HMI / SCADA Software Pricing - Inductive Automation Page 1 of 1 0 SDt Ignition HMI/SCADA Software I Ignition MES Software I Downloads I Buy I Solutions I Integrators I Resources I Support About Us Prking Ignitwn HMl/SCADA bldare Ignition MES soM1ware SUPW,t Laining Legacy Noeutlr Home/ eve/P,king/Ignition NMI/SCADA $ zre Ignition HMI / SCADA Software Pricing Download PDF SOFTWARE PACKAGES Packages offer discounts on popular combinations of modules, making It easyto get started with Ignition. The Works • $11,599 Save $3,071 Everything you need! Save $2,071 when you buy The Works, our most popular package. Includes the SOL Bridge, Vision, Report!ng, Alarm Notification and Symbol Factory modules. License Includes unlimited clients and tags. The Works Plus- $15,399 Save 53,061 Save even more by bundling The Works package with the SMS Notification, Voice Notification and Mobile modules. The Works Lite• $1,650 Perfect for,l-client installations. Log data and configure alarms. License Includes I client and unlimited real-time tags; does not include historical tags. Includes SOL Bridge Limited Edition and Vision Limited Edition 1-Client modules. http://www.inductiveautomation.com/pricing/ignition-,jsessionid=008D7BDBC 105EC54879... 3/5/2014 Fort Collins MEMORANDUM March 19. 2014 From: Craig Dubin, Communications & Administration Manager Bob Hover, Electric System Design Manager — Light & Power To: Gerry S. Paul, Purchasing & Risk Management Director CC: Kurt Ravenschlag, Transfort General Manager Erika Keeton, Special Projects Manager Karl Gannon, Financial Analyst Sandra O'Brien, Financial Coordinator RE: Sole Source Justification — Iconics GEN64 SCADA Svstem Software City of Fort Collins Transfort/Dial-A-Ride 6570 Portner Road Fort Collins, CO 80525 970.224.6196 970.224.6043 - fax cdubin@fcgov.com As the MAX BRT project nears completion of the major construction phase and moves into operational testing, Transfort is in the process of finalizing two bus operational components. First, Transfort is required to provide advance train notification of BNSF train locations along the corridor to coordinate with bus operations. This requirement is a direct result of the BNSF Operating Agreement requirement for bus operation to cease when a train is travelling along the corridor. Second, Transfort desires to have remote operational control of guideway access gates. This would assist both BRT bus and maintenance personnel with access to and from the guideway as well as give dispatch personnel gate position indication and control. Transfort personnel have researched multiple infrastructure and software solutions to assist with the two operational needs outlined above. To use existing resources and leverage experience across departmental boundaries, Transfort sought assistance from the Utilities Department and solutions they use to remotely control and collect data for their various utility divisions. From this collaboration, Transfort has determined that a Supervisory Control and Data Acquisition (SCADA) solution already implement across the water, electric and wastewater utilities would easily work for Transfort's purposes. This solution is the Iconics Genesis GEN64 system software. Currently, there are two departments within the City organization utilizing the Iconics SCADA software. The Utilities Light and Power Department utilizes Iconics GEN32 software to monitor and control the electrical substations, large commercial facilities, and automated switches out in the distribution system. The system has been in use since 2004. The Iconics GEN64 software is currently being used at the Mulberry and Drake water reclamation facilities and conversion to the new system at the Water Treatment Facility is in progress. SCADA system deployment is complex and requires a great deal of effort to integrate a number of hardware and software components to achieve a functioning system. All SCADA systems are customized using the tools provided with the software to achieve the specific functions desired. Because of this city-wide investment and the existing knowledge base within the Fort Collins Utilities Department, Transfort feels a sole source procurement of the [conics system for train monitoring and gate control is fully justified. A sole source procurement of this system provides the following benefits: Integration (Operator screen development, data points configuration, hardware/software configuration, etc.) ➢ Departments within the City have in-house experts that can assist with Human Machine Interface (HMI) screen development, software/hardware integration, and final system checkout. Substantial time and cost savings can be realized by not having to go outside the organization for consultants to accomplish these tasks. Due to the short schedule for the MAX BRT deployment, rapid development is a crucial aspect to be considered. ➢ Should outside development or support be required, there are hundreds of individuals and firms throughout the country that support [conics. In the Denver area alone there are over 200 individuals and 20-30 companies that can perform Iconics integration. ➢ Due to the relative ease in development, personnel at Transfort will be able to help develop the various screens they will be utilizing and ultimately should be able to support the system in-house. Iconics Software Overview ➢ The vetting process regarding software claims/functionality is already complete. This is a very important task that can create a number of problems related to project schedules and basic system functionality should the software purchased not function as represented. Choosing another software platform will introduce this variable into the project. ➢ The (conics software is a true 64 bit ground up developed application. There is no ported code. ➢ The software is fully scalable from a few screens and data points, as is the case with the MAX BRT project, to millions of points and a large number of screens. The software is utilized by many industries; water; oil and gas, electric, pharmaceuticals, building HVAC control vendors, etc. An example of this is Microsoft who uses Iconics software to control their entire campus. The system monitors and controls subsystems including HVAC, power monitoring, and various sensors for 125 buildings comprised of over 2,000,000 data points. ➢ [conics has over 55,000 systems installed worldwide in all industries. ➢ The Iconics annual support cost that covers software upgrades and phone support is very reasonable. The annual support cost for the Light & Power system which has thousands of data points and includes 1 development and 5 client workstations is $2,982.00 Fort Collins ➢ Iconics is a Microsoft Managed Gold Partner. What this means is that there is a very tight partnership between Iconics and Microsoft which insures that the Iconics products will work with all operating system releases from Microsoft. For example, before Microsoft released Windows Server 2012, Iconics had access to it in 2009. The Iconics- Microsoft partnership is critical to insure that any operating system upgrades do not negatively impact SCADA systems within the City controlling critical infrastructure. ➢ The MAX BRT system will employ a number of video cameras and the Iconics system has built in video monitoring functionality should camera viewing be desired directly on the SCADA screens. ➢ The software utilizes open (not vendor specific) OPC protocol over Ethernet which is a standard for SCADA systems. ➢ The system supports "Any Class Technology" for mobile applications which allows the use of mobile devices such as I -Phones, droids, and others. Using the web HMI capability will allow mobile control of applications should it be desirable or necessary. In summary, the flexibility of the Iconics software provides a robust platform to incorporate any kind of data acquisition and control functions Transfort would undertake. By choosing a proven vendor whose software is currently being utilized by two areas of the Utility, in-house expertise and development support can be realized. Uniformity across City departments allows for ease of data exchange and shared control functionality should it be required in the future. With this sole source justification Transfort requests approval to procure Iconics GEN64 system solution for the MAX BRT project in the amount of $7,521. Please reference the attached quote and proposal from Iconics for further information. Jill Wilson From: Gerry S. Paul Sent: Wednesday, March 19, 2014 4:44 PM To: Jill Wilson Cc: Karl Gannon; Craig Dubin Subject: FW: *REVIEW* Sole Source Justification Attachments: Genesis Iconics Sole Source.doc �C This sole source purchase is approved in accordance with Municipal Code Chapter 8 161(d)(1)(b) "Although there exists more than one (1) responsible source, a competitive process cannot reasonably be used or, if used, will result in a substantially cost to the city, will otherwise injure the city's financial interests or will substantially impede the city's administrative functions or the delivery of service to the public". Regards, Gerry Paul Director of Purchasing and Risk Management 215 N. Mason Cily of For[ Collins 970-221-6779-0 970-567-9840-C gspalll@cgov.com From: Craig Dubin Sent: Monday, February 17, 2014 12:32 PM To: Gerry S. Paul; Jill Wilson Cc: Karl Gannon; keith.meyer(a)ditescoservices.com Subject: *REVIEW* Sole Source Justification Gerry, We are seeking to establish a sole source for a sub -project to MAX. We've worked with Bob Hover at Light & Power who is going to act as the integrator for us if we procure Genesis Iconics. His expertise with the software proposed and that is already in use by various Utilities divisions will not only afford a significant cost -savings, but will also optimize our chances to deliver this sub -project on -time for the opening of MAX. We have the pricing "x'd out in the document because we haven't requested a quote yet. I wanted to hold off on that until we get approval to pursue a sole source. The estimate that I have is approximately $15K for the software based on previous licensing costs to Utilities. If you'd review and let me know your thoughts, I can get the quote as an attachment to the justification. Thanks! Craig Dubin Communications & Administration Manager City of Fort Collins — Transfort Cdubin(a fcgov.com (970) 224-6196