HomeMy WebLinkAboutCORRESPONDENCE - PURCHASE ORDER - 9141786-For't�tlis
Date of Estimate: 312SM14
Contras Type:
Existing C x4ract or PO (Y/N): Y
Description of Goods (A) or Services (B): Annual (2014) Winbemrce on hbb0e Video Security System
m obtained the following estimate from;
Published Price List / Pest Pricing (dme) 4/25I2013 - Irwoice N IN91543 - Transit Smutiore
ering or Techircal Estimate (Performed by)
mdert Third Party Estimate (performed by)
Ottwr (specir,)
Independent Cost Estimate
Cost Estimate Detals:
(Esflmafe catcu/afedh US Dalian;)
Cost of Standard Items
Product
CPI
TOTAL
Notes/Date Source
2010 HaNwdre 8 Software Support
$ 14 567.00
Verat
Z11 Harewana 8 SolMare Support
s 14.858.00
Veras
2012 Harewane 8 SOOware Support
s 15 158.00
Versa
2013 Mardvare 8 So0v2re
S 13 600.00
TSI
2014 Merdware 8 SoMszre
s 13.600.00
$ 272
s 13.872.00
Total
s 13.872.00
B Estimates are based an past x ice g " a 2% increase far the 2014 CPI aaraase.
SATramfomAdmmtFinfncial Coordinator - KfaRPurchasmit - GenemNCE - 2014 MUSS Maimenarce.AuMVSS Maimenswe 3/25/2014
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
reasonableness determination.
I memo.
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 3/26/2014.
EXHIBIT G
FEDERALLY REQUIRED AND OTHER MODEL CLAUSES
APPLICABILITY OF THIRD PARTY CONTRACT CLAUSES
(excluding micro -purchases, except for construction contracts over $2,000)
TSI; 3/26/2014
r�
t'H.
4 _.
t,I'I
P ,.,.
tTYPEOF
PROGUREMEN
"
Professional
F Operations/
Rolling Stocker
Materials &
" - :Clause :�
�o:rli¢�Gdl .... _-
--,,�
?�._'_
ServiceslA& E,
-- -- .�,.z ,n
'"Management ,
+
.,,.... Purchaser-„
Constructron
, , ,� , ,,,
;.,p,Supplies-_.,Y
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 VI, EEO, ADA
X
>$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
>$100,000
>$I00,000
Clean Water
N/A
>$100,000
>$100,000
>$100,000
>$100,000
>$100,000
Caro Preference
N/A
All
All
All
Fly America
N/A
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-
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
ferryvescludi
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
or more per year
or more per year
or more per year
Conformance With ITS National
X
ITS Projects
ITS Projects
ITS Projects
ITS Projects
ITS Projects
Architecture
ADA Access
N/A
A & E
All
All
All
All
Bus Testing
N/A
All
Pre -Award And Post Delivery
N/A
All
Audits
mow.RV4atzr C�.: 41o4y
S 1-t_ U'l I-&
� � �t3,600 •ca ,1
-p�C: 2�ioSooa3S 5333fo Q?�o2olt-k �`i
T51F10t'k ruVSs VUasWCtY�lpsruCLC rr
TRANSIT SOLOT11 QUOTE
TranslT Solutions
114 West Grandview Ave., Suite 1
Zellenople, PA 16063 DATE: March 24, 2014
Email: John.whiteCaZmvtransitsclutions.com
Phone: 410-336.0154
QUOTE EXPIRATION DATE: June 22, 2014
TO: Attention Name: Richard Duckworth
Company Name: City of Fort Collins
Street Address:
City, State, Zip:
Phone: 970.416.2509
Email: rduckworth(alfcoov.com
SALESPERSON;:
._. .._. ... 1-_,. _.__. __ _
DESCRIPTION OF. JOB'
.__v.:.
SHIPP,ING,..-SHIPPINGj-;,
-
1METHOD'
,..
e_ TERMS4.=.
IL_ .'
PAYMENT.TERMS
Jd wtde
1 Year Trent Fort Maintenarxv Owle For Verht mdAe vWw heNwarehoft are.
Crouw
FOB Origin
NET 30 Flom Start Of
Warrarty Period
- PART.NUMBER'
- "" _,::DESCRIPTION .. ::'rUNIT
PRICEC
r QTY.;<`:;
EXTENDED PRICE
WAR-EXT-I-YR
Extended Warranty I Maintenance For One Year On All
Verint Mobile Video Hardware I Software On 40 Buses,
As Well As All Fixed End Review Station Hardware And
Verint Vid-Center I Op -Center Software. Approximate
Equipment List is As Follows (including spares):
$ 400.00
34
$ 13,600.00
Verint mDVR6s Mobile Digital Video Recorders (including spares)
41
Verint mDVR Removable Hard Drives (including spares)
45
Internal/External Cameras Mounted On Buses
210
Microphones (2 Per Bus)
66
G-Force Sensor
34
LED Status Box
34
Verint Review Station
2
Verint Vid-Center Software
1
Verint Op -Center Software
1
Totalfor base warranty
13 600.00
Optional On -Site Visit
LBR-SUPPORT
On site support option includes all travel and labor expenses
associated with one trip for one engineer to Ft. Collins facility for
two days of on site maintenance, traninin , and technical support.
$ 3,000.00
Total With On Site Opti : $ 16 . 0
NOTES
1. Pricing is based on TranslT Solutions LLC Gold Level Warranty. Includes the following:
- Agency responsible for all repavelre lace of components from bus '
- Agency responsible for shipping costs of defective part from agency to TSI offices.
- TSI responsible for shiin costs of replacement part from TSI office to agency.
- TSI responsible to repair I replace any defective part that is RMA'd by TransFort back to TSI.
- Phone support coverage is 6:00 AM - 6:00 PM EST Monday -Friday except holidays.
- On -site support not Included.
2. Warranty term is for 1 year from receipt of orderor agreed upon start date.
3. Quote does not Include any applicable sales tax. If not tax exempt. sales tax will be prepaid and added to invoice.
City of
�,F„�ort Collins
Memorandum
DATE: 3/25/2014
TO: Jill Wilson
FROM: Karl Gannon
Transfort / Dial -A -Ride
6570 Portner Road
Fort Collins, CO 80522
970.221.6620
970.221.6285 - fax
fcgov.com
SUBJECT: Mobile Video Security System (MVSS) Maintenance Fees (2014) -
Justification of Sole Source and Cost
Transit Solutions Incorporated (TSI) currently maintains the MVSS for Transfort's fleet of heavy
duty vehicles. TSI was originally selected in 2013 to replace former maintenance contractor,
Verint. The contract was awarded to TSI based on cost — the TSI quote was 10% lower than the
Verint quote.
The TSI quote for 2014 is the same amount as the 2013 quote - $13,600—and I find this amount
to be reasonable. In addition, TSI's service in 2013 has proven to be reliable and timely and
Transfort is satisfied with the level of quality.
TSI is the sole after -market supplier of Verint camera equipment in the United States. In
addition, Verint has recently transferred maintenance responsibilities of its equipment over to
TSI. As Transfort exclusively utilizes Verint equipment on all of its revenue vehicles and because
Transfort recently entered into a service agreement with TSI on 4 vehicle replacement kits, I
have no hesitation in proposing that TSI be awarded sole source status as the service provider
on all of Transfort's MVSS equipment for 2014.
Please let me know if you have any questions that I can answer.
Thanks,
Karl
Karl Gannon
City of Fort Collins
Transfort / Dial A Ride
Jill Wilson
From: Gerry S. Paul
Sent: Thursday, March 27, 2014 5:11 PM
To: Jill Wilson
Subject: RE: Req #47044
Jill
The attached 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".
Gerry Paul
Director of Purchasing and Risk Management
215 N. Mason
City of Fort Collins
970-221-6779-0
970-567-9840-C
gspaul@fcgov.com
-----Original Message -----
From: Jill Wilson
Sent: Wednesday, March 26, 2014 12:04 PM
To: Gerry S. Paul
Subject: FW: Req #47044
Hi Gerry,
Please review and approve or reject attached documents from Tranfort regarding a sole source Req.
Thanks,
Jill
-----Original Message -----
From: Melissa Brooks
Sent: Wednesday, March 26, 2014 11:49 AM
To: Jill Wilson
Subject: Req #47044
Here you go, Jill.
-= --- Original Message -----
From: Scanner Email [mailto:Scanner Email]
Sent: Wednesday, March 26, 2014 12:56 PM
To: Melissa Brooks
Subject: Scanned image from MX-4101N
Reply to: Scanner Email <Scanner Email>
Device Name: Not Set
Device Model: MX-4101N
Location: Not Set
File Format: PDF (Medium)
Resolution: 200dpi x 200dpi
Attached file is scanned image in PDF format.
Use Acrobat(R)Reader(R) or Adobe(R)Reader(R) of Adobe Systems Incorporated to view the document.
Adobe(R)Reader(R) can be downloaded from the following URL:
Adobe, the Adobe logo, Acrobat, the Adobe PDF logo, and Reader are registered trademarks or trademarks of Adobe
Systems Incorporated in the United States and other countries.
http://www.adobe.com/
System for Award Management
Page 1 of 1
Foreign registrants (not Including Canadian) trying to register or update their entity information In SAM will experlence technical difficulties today. Ples se UeA this page for updated status
before attempting to register or update your entity Information in SAM.
Transit Solutions, LIc 114 west GranMie u Avenue, Suite 1
DUNS: WZ566335 CAGE Code: Si Zellenople, PA, 16063-1135,
Stations: Active UNITED STATES
Entity Overview
Entity information
Name: Transit SGuGMs, LIc
Business Type: Eosin or Organiratlan
Iii Name: Sohn White
Registration Status: Active
Activation Datc 012012013
Expiration Date: 0811512014
Active Esdusion Records? No
SAM 16yat+T for AwiM Managamert 1.0
Note co all Users: This is a Federal Cuvemment compute systen. Use of this
system oanstitutes consent to monhomg at all times.
IBM vl. 1610.20M321-1st 2
WWW9
® ®� vSA91
https://www.sam.gov/portal/publis/SAM/?portal:componentld=66fdb602-77f6-4ba0-914a-... 3/26/2014
Title: TSI
Date: 3/2612014
CONTRACT CHECKLIST FOR NON-COMPETITIVE PROPOSALS (SOLE SOURCE)
Checklist Item
Contract File
Comments
Location
7) Independent Cost Estimate
The City made and documented an
I.C.E. dated 3/25/2014 attached.
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
Yes; see explanation on Sole
offerors must provide. When using a "brand
Source memo.
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
Contract is for services other than
five (5) years inclusive of options without prior
rolling stock. Yes; the file
written FTA approval. For all other types of
contains a Sole Source memo.
contracts, the procurement file contains
evidence that the contract term is based on
sound business 'ud ment.
18) Award to Responsible
Contractor
The City made a determination that it was
awarding to a responsible contractor
1. Yes.
considering such matters as contractor
2. Yes; see Sole Source
integrity, compliance with public policy, record
memo.
of past performance, and financial and
3. Yes; see Sole Source
technical resources.
1. Appropriate Financial, equipment, facility
memo regarding reliability
and personnel. (Y/N)
and satisfaction of vendor.
2. Ability to meet delivery schedule. (Y/N)
4. Yes, no exclusions on
3. Satisfactory period of performance. (Y/N)
SAM report run 3/26/2014.
4. Satisfactory record of integrity, not on
5. Yes; quotes and I.C.E.
declined or suspended listings. (Y/N)
Included.
5. Receipt of all necessary data from
vendor. (Y/N)
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; attached quote includes
available and included any specifications and
complete specs.
pertinent attachments which define the items
or services sought in order for the bidder to
property 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.)
(1) See Sole Source memo.
(2) Public exigency for the requirement did
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
Cost analysis and profit negations were
performed (initial award and modifications)
And documented for price reasonableness
Yes; quote and I.C.E. are
was established on the basis of a catalog or
included.
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
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. Yes; Sole Source Memo.
of this procurement. At a minimum, these
2. Yes; Purchase Order is
records include:
used.
(1)'the rationale for the method of
3. Vendor selected is Sole
procurement,
Source.
(2) Selection of contract type,
(3) reasons for contractor selection or
4. Vendor quotes and I.C.E.
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
N0.
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.