Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout113275 ALLER-LINGLE-MASSEY ARCHITECTS PC - CONTRACT - BID - 7023 SOUTH TRANSIT CENTERPROFESSIONAL SERVICES AGREEMENT
THIS AGREEMENT made and entered into the day and year set forth below, by and
between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter
referred to as the "City" and Aller • Lingle • Massey Architects P.C., hereinafter referred to as
"Professional".
WITNESSETH:
In consideration of the mutual covenants and obligations herein expressed, it is agreed by
and between the parties hereto as follows:
Scope of Services. The Professional agrees to provide services in accordance with
the scope of services attached hereto as Exhibit "A", consisting of eight (8) pages, and incorporated
herein by this reference.
2. The Work Schedule. The services to be performed pursuant to this Agreement shall
be performed in accordance with the Work Schedule attached hereto as Exhibit "B", consisting of
one (l) page, and incorporated herein by this reference.
3. Contract Period. This Agreement shall commence August 21, 2009, and shall
continue in full force and effect until July 15, 2011, unless sooner terminated as herein provided.
4. Early Termination by City. Notwithstanding the time periods contained herein, the
City may terminate this Agreement at any time without cause by providing written notice of
termination to the Professional. Such notice shall be delivered at least fifteen (15) days prior to the
termination date contained in said notice unless otherwise agreed in writing by the parties.
All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent
to the following addresses:
Professional: City: With Copy to:
Aller • Lingle • Massey Architects P.C. City of Fort Collins, City of Fort Collins,
Attn: Mr. David Lingle Transportation Planning Purchasing
712 Whalers Way Attn: Mr. Steve McQuilkin PO Box 580
Building B, Suite 100 PO Box 580 Fort Collins, CO 80522
Fort Collins, CO 80525 Fort Collins, CO 80522
Standard Professional Services Agreement- rev07/09
EXHIBIT A
SCOPE OF SERVICES
1.10 Program Development
BHA Design Inc. will coordinate the site planning process
to identify and evaluate design alternatives for
development of the South Transit Center site. HDR
Engineering Inc. will use their expertise in transit
planning to work together with the design team to
propose and evaluate effective site design strategies.
Design parameters shall include:
• Interface of the STC site with the Mason Corridor
BRT guideways, bike/hike trail and parking areas
• Integration of the STC site with the fixed route
Transfort system
• Interface of the building and bus shelters with
pedestrian access, parking and other site amenities
• On -site traffic circulation patterns and parking
configurations
• Enhancement of pedestrian and bicycle access to
the site
• Compatibility of initial construction with future
redevelopment, or intensification of development,
of the site
• LEED and sustainable design goals
• Opportunities to incorporate art into the site and
building designs
This phase of the project will involve extensive
coordination with many City departments, including
Transfort, Transportation Planning, Engineering, Current
and Advance Planning, Building and Zoning, Utilities,
Stormwater and Operations Services, in addition to the
Mason Corridor BRT project team.
1.11 Design Workshop
BHA Design, Inc. and Alter. Lingle -Massey Architects P.C.
will coordinate and lead a workshop for the conceptual
design of both the site and building. The purpose of the
workshop is to listen to all opinions concerning the use
and development of the South Transit Center, and to
encourage the best ideas to emerge.
The workshop will be planned for a full 1-day period.
The participants may be broken into subgroups by
department or area of interest or remain as one large
group, as determined by the City. They will be guided
through a series of interactive discussions that will
provoke creative thinking about the potential of the
South Transit Center, including the potential for future
mixed -use development. Each group will develop refined
program ideas, lists of goals and objectives, and
sustainabitity objectives, forming the basis for the
Conceptual Design phase.
1.12 Conceptual Site Design
Following the workshop, BHA Design, Inc. will develop
conceptual site design alternatives that respond to the
input from all City department staffs, and that meet the
established program requirements.
1.13 Community Open House
With assistance from the City's Current Planning
Department, we will facilitate a community open house
to present the site design alternatives developed through
the site workshop and subsequent design work.
This is the only community presentation meeting
dedicated to the South Transit Center project; however,
Alter- Lingle -Massey Architects P.C. and BHA Design Inc.
will attend other community open houses for the Mason
Corridor to represent the project.
1.14 Preferred Site Plan
Following the community open house, BHA Design, Inc.
and the design team will refine the various options for
the site into a single, preferred site plan concept that
addresses the issues, challenges and opportunities that
were defined during the workshop. Graphics may include
plans, maps, diagrams, sections, axonometric views or
digital models.
1.15 Quality Control
Aller•Lingle-Massey Architects P.C. will provide overall
project management and quality control. Our project
architect will lead the design team in each design phase
to assure that the project design meets the City's
expectations for durability, maintainability, energy
efficiency and life -cycle cost effectiveness.
As discussed in the Design Team and Project Management
section, our in-house quality control program is headed
by one of the principals not directly involved in the
project.
Deliverables:
• Design fee proposal
• Outline of project parameters and goals
• Project schedule
• Geotechnical report
• Topographic survey
• Existing site assessment, 24" x 36"
• Workshop graphics (plans, perspectives, elevations,
etc.)
• Conceptual site design alternatives, 24" x 36"
• Preferred conceptual site plan, 24" x 36"
• Digital images of graphics suitable for PowerPoint or
posting on the Mason Corridor website
Anticipated number of meetings:
• One (1) project start-up meeting
• Two (2) programming meetings with City staff
2 Aller•Lingle-Massey Architects P.C.
EXHIBIT A
SCOPE OF SERVICES
• One (1) pre -workshop planning meeting
• One (1) full day design workshop
• One (1) Conceptual Site Design review meeting to
select preferred alternative
• One (1) community open house
PHASE 2 - CONCEPTUAL AND PRELIMINARY
DESIGN
2.1 Conceptual Design
The Conceptual Design process for the South Transit
Center building and shelters will build upon the results of
the site design workshop to confirm or revisit the
following basic topics:
• Building siting and orientation alternatives
• Design image and relationship with other Mason
Corridor bus stop design typologies
• Floor plan alternatives
• Construction types and materials
• Mechanical and electrical systems design parameters
• Exterior and interior signage and "way finding'
graphics
• LEED and sustainable design goals
• Lessons learned from development and operation of
the Downtown and CSU Transit Centers
2.2 Conceptual Design Alternatives
Aller•Lingle -Massey Architects P.C. will develop
alternative conceptual design solutions that respond to
the input gathered from the design workshop and that
meet the established program requirements, including
preliminary building floor plans and conceptual building
elevations.
We will explore with the Transfort and Mason Corridor
staffs those aspects of any facilities they have toured so
as to incorporate these ideas into the design for this
project.
2.3 Preferred Conceptual Design Alternative
Conceptual site plan and building floor plan alternatives
will then be refined and presented to the project design
committee for review, and we will assist you in
evaluating and selecting the preferred design solution.
2.4 Conceptual Review
A conceptual site plan will be prepared illustrating the
preferred design solution and submitted to the City of
Fort Collins for Conceptual Review.
2.5 Structural Systems Evaluation
The architect and KLEtA Inc., the structural engineer,
will evaluate alternative structural systems for the
building and shelters roof framing.
2.6 Mechanical and Electrical Systems Evaluation
The Ballard Group and Integrated Electrical Systems
(IES), the mechanical and electrical engineering
consultants, together with our LEED consultant, will
evaluate alternative mechanical and electrical systems,
as appropriate to maximize the energy efficiency and
cost-effectiveness of the proposed systems.
2.7 Code Review
We will initiate a preliminary building code evaluation
for the selected alternative design, considering
occupancy types, construction types, exiting and life
safety, and handicapped accessibility issues. We will
meet with the City's Building Inspection department as
necessary to verify our code interpretations.
2.8 Safety and Security Workshop
Alter. Lingle -Massey Architects P.C. will participate in a
workshop to address any required mitigation of safety
and security issues raised through the FTA/City of Fort
Collins evaluation of potential hazards and threats.
2.9 Preliminary Design
Based upon the selected conceptual design solution, the
design team will move into the Preliminary Design phase,
developing the following:
• Preliminary site plan
• Preliminary utility, grading and drainage plans
• Preliminary landscape and hardscape plans
• Preliminary architectural floor plans and elevations
• Preliminary building sections and typical wall
sections
• Preliminary shelter elevations and sections
• Preliminary room finish and door schedules
• Preliminary casework elevations
• Preliminary structural roof framing layout plans
• Preliminary plumbing, mechanical and electrical
narratives
• Outline of technical specifications
2.10 Design Review
Upon review of our Preliminary Design submittal, we will
attend a design review meeting with the City's
Operations Services, Transfort and Mason Corridor
project managers.
3 Alter- Lingle -Massey Architects P.C.
EXHIBIT A
SCOPE OF SERVICES
2.11 Cost Estimate
A preliminary Estimate of Probable Construction Cost will
be prepared for the City's review.
2.12 APP Review
Aller•Lingle -Massey Architects P.C. will initiate
preliminary discussions with the City's Arts in Public
Places (APP) staff to determine the budget for public art
and to assist in the selection of the consulting artist.
2.13 CAD Renderings
Exterior CAD -generated rendering(s) will be created
using our in-house REVIT 2009 software to describe and
illustrate the approved preliminary design.
Deliverables:
• Conceptual design alternatives, 18" x 24" or 24" x 36"
• Preferred conceptual design, 24" x 36"
• Site plan for Conceptual Review, 24" x 36"
• Preliminary code analysis
• Preliminary Design drawings, 24" x 36"
• Preliminary cost estimate
• Minutes of client meetings
• REVIT computer -generated rendering(s), 24" x 36"
Anticipated number of meetings:
• Weekly Conceptual/Preliminary Design phase client
meetings
• In-house design team meetings, as needed
• One (1) Conceptual Design review meeting to select
preferred alternative
• One (1) Conceptual Review meeting with the City's
Development Review Team
• One (1) Preliminary Design review meeting
• One (1) meeting with APP staff
• One (1) safety and security workshop
PHASE 3 - PLANNING APPROVAL/ENTITLE-
MENT
3.1 Planning and Entitlement
BHA Design, Inc., Alter•Lingle•Massey Architects P.C. and
HDR Engineering Inc. shall coordinate and prepare all
documentation required by the City of Fort Collins for a
Type 1 Administrative site plan review and approval of
the site.
3.2 Stormwater Reports
HDR Engineering Inc. shall prepare storm drainage and
erosion control reports, in accordance with requirements
of the City of Fort Collins.
3.3 Utilities Coordination
HDR Engineering Inc. and the mechanical and electrical
engineering consultants will evaluate and develop
preliminary utility infrastructure requirements for the
project, including domestic water, sanitary sewer,
natural gas, fire sprinkler, primary and secondary
electrical service and fiber optics.
3.4 P.D.P. Submittal
The required Project Development Plan (P.D.P.)
documents and color/material sample boards will be
prepared and submitted to the City of Fort Collins'
development review process.
3.5 Subdivision Plat
King Surveyors Inc. will prepare a one -lot subdivision plat
with all necessary rights -of -way and easements,
submitted with the P.D.P. submittal.
3.6 P.D.P. Resubmittal
Upon receipt of City staff's review comments, we will
meet and discuss concerns with the affected
departments and develop solutions. The P.D.P.
documents will then be revised and resubmitted. This
process will be repeated through a second review if
necessary.
Upon receiving a recommendation of approval, we will
prepare a colored site plan/landscape plan and
architectural building elevations for presentation at the
Type 1 Administrative public hearing.
3.7 Public Hearing
We will attend a public hearing before the Administrative
Hearing Officer and present the project design.
3.8 F.C.P. Submittal
Upon approval of the P.D.P., we will make any required
revisions based upon the conditions of approval placed
upon the project by the Administrative Hearing Officer,
and submit the Final Compliance Plan (F.C.P.). Upon
acceptance and approval of the F.C.P., the project will
have received planning approval, and mylars will be
submitted for recordation.
Deliverables:
• Planning submittal drawings, 24" x 36", including site
plan, landscape plan, grading and drainage plans,
utility plans and proposed transit center and shelter
designs
4 Alter•Lingle-Massey Architects P.C.
EXHIBIT A
SCOPE OF SERVICES
• Planning submittal documents, including design
narrative, project design objectives, submittal
checklists, etc.
• Subdivision plat submittal drawings, 24" x 36", with
legal description
• Traffic impact analysis, if required
• Storm drainage and erosion control reports
• Written responses to City staff review comments
• Final recordation mylars, 24" x 36"
Anticipated number of meetings:
• City Design Review Team (DRT) meeting(s),
assuming two (2) rounds of staff review
• Type 1 Administrative Hearing Officer public hearing
• City DRT meeting prior to final mylar submittal
PHASE 4 - FINAL DESIGN AND CONSTRUCTION
DOCUMENTS
4.1 Final Design
The design team will develop complete Final Design
documents, generally representing a 50% level of
construction document completion. Documents will
include complete architectural, civil, landscape
architecture, structural, mechanical and electrical
layouts, building elevations and sections as appropriate
for each component of the project, and technical
materials specifications.
4.2 Design Reviews
Alter. Lingle -Massey Architects P.C. will assist the City in
making presentations of the project to the
Transportation Board, Planning and Zoning Board, City
Council and/or other interested groups during the design
phases of the project.
Upon review of our Final Design submittal, we will attend
a design review meeting with the City's Operations
Services, Transfort and Mason Corridor project managers.
4.3 Cost Estimate
We will refine the Estimate of Probable Construction
Cost to reflect the 50% Final Design level construction
documents.
4.4 Code Review
We will expand upon our initial in-house building code
review, with building and life -safety code concerns
coordinated with all affected City agencies. This has
proven very valuable in providing a basis for discussion if
code concerns are interpreted differently by the
reviewing officials at the building permit phase. We will
coordinate infrastructure requirements with affected
external agencies or utility providers, including Xcel
Energy and Qwest.
4.5 Interior Design
ABD Designs, our interior design consultant, will initiate
preliminary interior design concepts and selection of
materials, with color boards developed for review and
approval of the project design committee for carpeting,
hard surface flooring, ceramic tile, window coverings and
other finishes.
Interior materials and finishes will be selected to
enhance indoor air quality, using low VOC adhesives,
paints and finishes, and to maximize recycled content
and use of local materials.
4.6 Construction Documents
Upon approval of the Final Design submittal, the design
team will develop full construction drawings and
technical specifications to allow the project to be
competitively bid to General Contractors. The drawings
shall include all necessary site and landscape plans, floor
plans, roof plan, reflected ceiling plans, building
elevations, building and wall sections, schedules and
details as necessary to adequately illustrate and describe
the full scope of work. All drawings will be produced
with Computer -Aided Design and Drafting (CAD) systems
using Revit 2009 and/or AutoCAD Version 2008 software.
Construction drawings and technical specifications will
also be included for work of all subconsultants, including
civil, structural, mechanical and electrical engineering.
For purposes of this Project Approach it is assumed that
construction documents may be released in up to two (2)
bid packages.
4.7 Design of Special Systems
Due to the scope of work, the following special systems
are included in our proposed scope:
• Card key access system (rough -in design only)
• Building and site security system (rough -in design
only)
• Intelligent transportation systems (ITS) (rough -in
design only)
4.8 Design Review
Upon review of our Construction Documents submittal,
we will attend a design review meeting with the City's
Operations Services, Transfort and Mason Corridor
project managers.
5 Aller•Lingle-Massey Architects P.C.
EXHIBIT A
SCOPE OF SERVICES
4.9 Cost Estimate
We will review and revise the Design Development
Estimate as required to reflect changes made in the 90%
Construction Documents phase.
Deliverables:
• Design Development drawings, 24" x 36"
• 50% level technical specifications
• Updated code analysis, as necessary
• Color board for selected interior finishes and colors
• Updated 50% cost estimate
• Construction Document drawings, 24" x 36" and in
pdf format
• 100% technical specifications in pdf electronic
format
• Updated 90% cost estimate
• Minutes of client meetings
Anticipated number of meetings:
• Bi-weekly Final Design and Construction Documents
phase client meetings
• In-house design team meetings, as needed
• One (1) Final Design review meeting
• One (1) Construction Documents review meeting
• Two (2) Construction Documents materials/finishes
review meetings
• Up to three (3) public presentations to City Boards
and City Council
PHASE 5 - SUSTAINABILITY AND LEED
CERTIFICATION
While the following Sustainability and LEED Certification
tasks are grouped together, these tasks are actually
spread over the entire design and construction process.
Note: While the Alter- Lingle -Massey Architects P.C.
design team will apply its expertise to maximize the
Likelihood of the project attaining the LEED certification
goal desired, decisions adverse to the potential LEED
score may be made by other parties, such as the City of
Fort Collins, Transfort or the Contractor. Therefore,
Alter- Lingle -Massey Architects P.C. cannot guarantee
that the project will be awarded the number of points
required for such certification level.
5.1 LEED Consulting
Design Balance, our LEED Consultant, will coordinate the
efforts of our design team to identify, explore, develop
and implement sustainable strategies to the extent
feasible within the project's scope and budget.
As a part of this, Design Balance will play a key role in
the evaluation of strategies related to the "Net Zero"
energy feasibility study described in 2.5 above.
5.2 LEED Scorecard
Design Balance will complete an initial USGBC LEED
scorecard to determine which sustainable strategies are
feasible and reasonable targets for the project. The
checklist will be periodically reviewed and updated
through each design phase.
5.3 Project Registration
Design Balance will complete the registration process
with the USGBC for the project, using LEED-NC, Version
3.0 (2009).
5.4 Energy Modeling
EMC Engineers will create an ASHRAE 90.1-2007 base
model for the building, then model the conceptual
design solution to evaluate and determine the project
design's responsiveness to the sustainability goals and the
targeted LEED environmental and indoor air quality
credits.
5.5 Daylight Modeling
EMC Engineers will complete a daylighting study of the
conceptual design, to determine and enhance the
effectiveness of the daylighting strategy and verify that
the targeted LEED daylighting credits will be achieved.
5.6 Life -Cycle Cost Analysis
EMC Engineers will complete a life -cycle cost analysis of
each energy efficiency measure proposed by comparing
energy savings to total capital and annual maintenance
costs.
5.7 Sustainability Reviews
Design Balance will review the project design at the
completion of the Final Design and Construction
Documents phases to verify that the drawings and
specifications are consistent with the project's
sustainability goals and the targeted LEED credits.
5.8 Construction Compliance
Design Balance and Alter. Lingle -Massey Architects P.C.
will assist the LEED coordinator for the Contractor
through the Construction Administration phase to verify
that established targets for recycled content in
construction materials and construction waste recycling
are achieved.
Design Balance will review submittals for compliance
with requirements for construction waste management,
indoor air quality management, recycled content,
regional materials, low -emitting materials, and water
and energy efficiency.
6 Alter- Lingle -Massey Architects P.C.
EXHIBIT A
SCOPE OF SERVICES
5.9 Commissioning
Aller•Lingle -Massey Architects P.C. and our design team
will coordinate with the City's independent
commissioning firm to commission the building's
mechanical and control systems.
5.10 Project Certification
Design Balance, with the assistance of the design team
and the contractor, will complete and submit all
documentation to the USGBC for LEED certification.
Exhibits will be created, as needed, to support each
LEED credit.
Responses and design support services required for any
challenged or audited credits are available as Additional
Services.
Deliverables:
• Initial LEED checklists, plus updates as appropriate
• LEED registration application
• LEED certification submittals during design and
construction phases
Anticipated number of meetings:
• Two (2) LEED design review meetings, plus
conference calls
• Bi-weekly coordination conference calls with the
Contractor's LEED coordinator, project manager and
site superintendent.
PHASE 6 - BIDDING AND CONSTRUCTION
ADMINISTRATION
6.1 Bidding
Bidding phase services shall include assistance to the City
of Fort Collins in distribution of construction documents
to prospective bidders, facilitation of a Pre -Bid Meeting
to provide a project overview and to allow prospective
bidders to tour the site and ask questions, issue addenda
and participate in the Bid Opening and bid review, if
requested.
6.2 Building Permit Application
We will submit final construction drawings and
specifications to the City of Fort Collins for building
permits and plan review, concurrent with the bidding
process for the project.
6.3 Construction Administration
Construction phase services shall include facilitation of a
Pre -Construction Meeting, regular bi-weekly on -site field
observations of the work in progress, review of
contractor pay requests and proposed changes in the
work, issue change orders, review of all submittals, shop
drawings, materials and color selections, and assistance
in acquiring all project close-out documentation.
6.4 0/A/C Meetings
Alter -Lingle -Massey Architects P.C., in conjunction with
the Contractor, will attend regular bi-weekly jobsite
meetings, concurrent with our schedule of construction
observations, held to discuss the project's progress,
schedule, field problems and any other construction -
related issues.
The Contractor shall be responsible for providing agendas
and minutes of the 0/A/C meetings.
6.5 Davis -Bacon Wages
We will assist the City's project manager to monitor
Davis -Bacon wage reports for projects involving federal
funding.
6.6 Record Drawings
The design team shall prepare a set of record documents
for the use of the City, based upon redlined prints of the
as -built conditions of the project provided by the
Contractor.
6.7 Warranty Observation
We will conduct an 11-month, post -construction site
observation of the project prior to the expiration of
warranties, if desired.
Deliverables:
• Addenda, as needed
• Architect's Supplemental Instructions (ASIs), as
needed
• Field observation reports through construction
• Punchlists at substantial completion
• One (1) set of record drawings, 24" x 36" mylars
• One (1) CD of record drawings in AutoCAD format
Anticipated number of meetings:
• One (1) Pre -Bid Conference
• One (1) Pre -Construction Conference
• Bi-weekly 0/A/C meetings through substantial
completion of construction
• One (1) post -construction walk-through
7 Aller•Lingle -Massey Architects P.C.
EXHIBIT A
SCOPE OF SERVICES
WORK NOT INCLUDED
1. Design, specifications and procurement of
furnishings, modular office systems and other
movable equipment.
2. Design and engineering for a fire sprinkler system.
Our mechanical engineering consultant will
prepare a performance specification for use by
the design/build fire protection subcontractor.
3. Design and engineering for extending the City's
fiber optics line(s) to the building. This will be
provided by the City of Fort Collins.
4. Design and engineering for improvements to
Fairway Lane or the proposed traffic signal at the
intersection of S. College Avenue and Fairway
Lane. This will be provided by the City of Fort
Collins.
5. Meetings or other coordination with CDOT or FTA
project managers. These are not anticipated at
this time. Any status reports or other required
progress submittals will be provided by the City of
Fort Collins.
6. Traffic impact analysis or report. These have
been previously completed by the City of Fort
Collins and no further work is anticipated.
7. Electrical design and equipment specifications for
building security, card key access systems, ITS,
etc., beyond rough -in of conduit.
8. Release of construction documents in more than
the two (2) bid packages included in the scope of
work item 4.6.
9. Commissioning of mechanical and control systems.
This should be a firm contracted for by the City,
independent of the design team or the
Contractor.
10. Design services related to implementing any of
the "Net Zero" energy strategies identified in the
feasibility study included in the scope of work
item 2.5.
11. Responses and design support services for any
challenged or audited LEED credits.
12. Out-of-town or out-of-state site visits to other
transit facilities. If this is desired, such trip(s) can
be added as Additional Services.
13. Participation in any of the FTA safety and security
committees, formed by the City of Fort Collins,
other than the mitigation workshop included as
scope of work item 2.9.
INFORMATION PROVIDED BY THE CITY OF
FORT COLLINS
1. Programming information for the proposed South
Transit Center.
2. Title commitment and any Schedule B exceptions
for the property.
3. Cut sheets and/or technical specifications for the
new articulated BRT buses to be used for the
Mason Corridor.
4. Design standards, technical specifications or other
information required by the City of Fort Collins or
the Federal Transit Administration (FTA) to be
incorporated into the facility design.
5. Hazard and threat analysis and safety and security
design criteria required by the FTA.
6. Previously completed traffic impact reports,
environmental reports of other site data that may
be required as part of the Type 1 Administrative
planning review.
7. Development Agreement, as required upon
approval on the Final Compliance Plan (F.C.P.).
REIMBURSABLE EXPENSES
General project expenses incurred during the project
shall be reimbursable as follows:
• Printing/scanning
• Plotting of CAD -generated drawings
• Copying of drawings and specifications for design
review submittals, planning submittals, SHF grant
review submittals, building permit applications,
and bidding and construction sets
■ Long distance telephone/FAX
• Mileage and travel expenses
■ Postage, Federal Express/Express Mail and other
delivery services
■ Photography or other miscellaneous expenses
ADDITIONAL SERVICES
If the City of Fort Collins requests additional services
beyond those set forth in this Project Approach, such
services shall be agreed to in writing between the City
and the Architect, and the fees adjusted accordingly
per the current hourly rates, subject to annual
adjustment.
8 Alter -Lingle -Massey Architects P.C.
EXHIBIT B
PROJECT SCHEDULE
PROJECT SCHEDULE
Aller.Lingle•Massey Architects P.C.
Scope of Basic Services for this project will be performed in accordance with the following schedule:
Design/Construction Documents Phases:
■ Proposal resubmitted:
• Contract approved:
By
■ Initial programming "kick off' meeting:
■ Topographic survey:
Complete by
■ Design workshop:
Week of
• Initial LEED strategy meeting:
Week of
■ Conceptual site design alternatives developed (3 weeks): By
■ Conceptual site design selected:
By
■ Preliminary Design submittal (6 weeks):
■ City/Transfort review complete (2 weeks):
By
■ Final Design submittal (8 weeks):
• City/Transfort review complete (3 weeks):
By
■ 90% Construction Documents submittal (12 weeks):
• City/Transfort review complete (3 weeks):
By
• 100% Construction Documents submittal (2 weeks):
Planning/Entitlement Phases:
• Conceptual Review meeting with City of Fort Collins:
■ Community open house/neighborhood meeting:
• Type 1 Preliminary Development Plan (P.D.P.) submittal:
■ DRT review meeting of P.D.P.:
• P.D.P. resubmittal:
■ DRT review meeting of P.D.P. (2nd review):
• Type 1 Administrative Hearing:
■ Final Compliance Plan (F.C.P.) submittal:
■ DRT review meeting of F.C.P.:
■ F.C.P. approval:
• Development Agreement approved:
Bidding/Construction Administration Phases:
• Construction Documents released for bidding
■ Contractor bids received:
• Contract award:
■ Notice to proceed:
• Construction substantially complete (10 months):
■ Building flush -out and punchlist completion (4 weeks):
• Transfort move -in:
■ Transfort operational/training complete:
• Facility opens:
■ Mason Corridor opens:
July 15, 2009
July 20, 2009
July 22, 2009
August 3, 2009
August 3, 2009
August 10, 2009
August 28, 2009
September 4, 2009
October 12, 2009
October 26, 2009
December 21, 2009
January 11, 2010
April 5, 2010
April 26, 2010
May 10, 2010
August 17, 2009
Week of
August 24, 2009
Week of
September 28, 2009
October 21, 2009
Week of
November 9, 2009
December 2, 2009
Week of
January 4, 2010
Week of
February 1, 2010
February 24, 2010
Week of
March 15, 2010
April 1, 2010
By
May 17, 2010
June 10, 2010
July 1, 2010
July 15, 2010
May 16, 2011
June 13, 2011
June 20, 2011
July 15, 2011
July 15, 2011
December 2011
Alter- Lingle -Massey Architects P.C.
EXHIBIT C
FEE SCHEDULE
PROJECT FEE SCHEDULE
Aller.Lingle•Massey Architects P.C.
Fees
Alter- Lingle -Massey Architects P.C. and our design team propose to complete the Scope of Basic Services for a
fixed fee of $474,750.00, including a reimbursable expenses allowance, broken down as follows:
Transit
Parking
Improvements
Improvements
PHASES 1 and 2 - PROGRAMMING, CONCEPTUAL AND
PRELIMINARY DESIGN
Aller•Lingle -Massey Architects P.C.:
$28,400.00
$12,100.00
King Surveyors (Topographic Surveying):
$ 2,500.00
$ 3,000.00
BHA Design Inc. (Urban Planning/Landscape Architecture):
$19,650.00
$ 8,450.00
HDR Engineering (Civil Engineering):
$18,200.00
$ 9,800.00
Yeh and Associates (Geotechnical):
$ 4,500.00
$ 4,000.00
KLEtA Inc. (Structural Engineering):
$ 1,450.00
Not applicable
The Ballard Group (Mechanical Engineering):
$ 2,200.00
Not applicable
IES (Innovative Electrical Systems) (Electrical Engineering):
$ 3,000.00
$ 1,000.00
ABD Designs (Interior Design):
$ 7,150.00
Not applicable
Moore Construction Consulting (Cost Consultant):
$ 600.00
$ 400.00
$87,650.00
$38,750.00
PHASE 3 - PLANNING APPROVAL/ENTITLEMENT
Aller•Lingle -Massey Architects P.C.: $ 7,300.00 $ 3,150.00
King Surveyors (Boundary Survey/1-Lot Subdivision Plat): $ 2,200.00 $ 2,200.00
BHA Design Inc. (Urban Planning/Landscape Architecture): $ 8,600.00 $ 3,600.00
HDR Engineering (Civil Engineering): $18,900.00 $10,200.00
IES (Site Photometrics): 1,000.0 $ 1,000.00
$38,000.00 $20,150.00
PHASE 4 - FINAL DESIGN AND CONSTRUCTION DOCUMENTS
Aller•Lingle -Massey Architects P.C.:
$44,450.00
$ 3,500.00
BHA Design Inc. (Urban Planning/Landscape Architecture):
$10,200.00
$ 4,450.00
HDR Engineering (Civil Engineering):
$26,000.00
$14,000.00
KLEtA Inc. (Structural Engineering):
$ 4,300.00
$ 800.00
The Ballard Group (Mechanical Engineering):
$ 8,300.00
Not applicable
IES (Electrical Engineering):
$14,500.00
$ 8,800.00
ABD Designs (Interior Design):
$ 2,250.00
Not applicable
Moore Construction Consulting (Cost Consultant):
2,000.00
$ 500.00
$112,000.00
$32,050.00
PHASE 5 - SUS TAINABILIT Y AND LEED CERTIFICATION
Design Balance (LEED Consulting - Design Phases): $13,200.00 $ 5,700.00
Design Balance (LEED Consulting - Construction Phase): $ 6,650.00 $ 2,850.00
EMC Engineers (Energy Modeling): $ 9,000.00 $ 2,500.00
EMC Engineers (Daylight Modeling): $12,500.00 Not applicable
Design Balance (LEED Online Submittal - Design Phases): $ 3,000.00 $ 1,300.00
Design Balance (LEED Online Submittal - Construction Phase): 2,300.00 $ 1,000.00
Aller•Lingle -Massey Architects P.C.
EXHIBIT C
FEE SCHEDULE
$46,650.00
$13,350.00
PHASE 6 - BIDDING AND CONSTRUCTION ADMINISTRATION
Aller•Lingle -Massey Architects P.C.:
$24,500.00
$ 6,100.00
BHA Design Inc. (Urban Planning/Landscape Architecture):
$ 4,600.00
$ 2,000.00
HDR Engineering (Civil Engineering):
$ 4,850.00
$ 2,550.00
KLEtA Inc. (Structural Engineering):
$ 1,450.00
Not applicable
The Ballard Group (Mechanical Engineering):
$ 3,500.00
Not applicable
IES (Electrical Engineering):
$ 3,000.00
$ 1,700.00
ABD Designs (Interior Design):
1,900.00
Not applicable
$43,800.00
$12,350.00
Total Basic Services Professional Fees:
$328,100.00
$116,650.00
Reimbursable Expense Allowance:
Copying/Printing/Scanning:
$11,250.00
$ 3,750.00
Color and B/W Plotting:
$ 2,000.00
$ 1,000.00
Mileage/Travel:
$ 6,000.00
$ 2,000.00
Postage/L.D. Telephone/Fax:
$ 750.00
$ 250.00
LEED Registration:
$ 250.00
$ 250.00
LEED Certification Fees:
2,000.00
500.00
$ 22,250.00
$ 7,750.00
Total Design Services: $350,350.00 $124,400.00
Reimbursable Expenses
In addition to Basic Services, the following expenses in connection with this project shall be reimbursable in
accordance with our master contract, as included in the allowance above:
Printing/scanning
2. Copying
3. Long distance telephone/FAX
4. Mileage and related travel expenses
5. Postage
6. Photography or other miscellaneous expenses
7. Plotting of CAD -generated drawings for City reviews and presentations
8. Color plotting of Revit model renderings and architectural character sketches
Additional Services
If the City requests additional services beyond those set forth in this Proposal, or for additional services as
described elsewhere in this Proposal, such services shall be agreed to in writing between the City and the Architect
and the fees adjusted accordingly per the following, current hourly rates detailed in our 2007 master contract with
the City of Fort Collins:
Aller•Lingle•Massey Architects P.C.:
Principal:
$130/hour
Associate Architect:
$100/hour
Sr. Project Manager/Architect:
$95/hour
Project Architect:
$88/hour
LEED AP Consulting:
$85/hour
Interior Designer:
$75/hour
Architectural Intern/CAD Technician 2:
$70/hour
2 Alter- Lingle -Massey Architects P.C.
In the event of any such early termination by the City, the Professional shall be paid for services
rendered prior to the date of termination, subject only to the satisfactory performance of the
Professional's obligations under this Agreement. Such payment shall be the Professional's sole
right and remedy for such termination.
5. Design, Proiect Indemnity and Insurance Responsibility. The Professional shall be
responsible for the professional quality, technical accuracy, timely completion and the coordination
of all services rendered by the Professional, including but not limited to designs, plans, reports,
specifications, and drawings and shall, without additional compensation, promptly remedy and
correct any errors, omissions, or other deficiencies. The Professional shall indemnify, save and
hold harmless the City, its officers and employees in accordance with Colorado law, from all
damages whatsoever claimed by third parties against the City; and for the City's costs and
reasonable attorneys fees, arising directly or indirectly out of the Professional's negligent
performance of any of the services furnished under this Agreement. The Professional shall
maintain commercial general liability insurance in the amount of $500,000 combined single limits
and errors and omissions insurance in the amount of $1,000,000.
6. Compensation. In consideration of the services to be performed pursuant to this
Agreement, the City agrees to pay Professional a fixed fee in the amount of Four Hundred Forty
Four Thousand Seven Hundred Fifty Dollars ($444,750.00) plus reimbursable direct costs, in
accordance with the Work Fee Schedule attached hereto as Exhibit "C", consisting of five (5)
pages, and incorporated herein by this reference. All such fees and costs shall not exceed Four
Hundred Seventy Four Thousand Seven Hundred Fifty Dollars ($474,750.00). Monthly partial
payments based upon the Professional's billings and itemized statements are permissible. The
amounts of all such partial payments shall be based upon the Professional's City -verified progress
in completing the services to be performed pursuant hereto and upon the City's approval of the
Professional's actual reimbursable expenses. The parties acknowledge that the sub -contractors,
BHA Design, Inc., HDR Engineering, KL&A, Inc., The Ballard Group, IES, King Surveyors, Inc., Yeh
Standard Professional Services Agreement- rev07/09
2
EXHIBIT C
FEESCHEDULE
Architectural Intern/CAD Technician 1: $60/hour
Clerical/Administrative: $50/hour
BHA Design Inc.
Principal: $135/hour
Project Manager: $95/hour
Landscape Architect: $78/hour
Administrative: $78/hour
HDR Engineering Inc.
Principal:
$177/hour
Project Manager:
$138/hour
Senior Transit Planner:
$228/hour
Engineer II:
$117/hour
Engineer I:
$87/hour
CAD/GIS:
$78/hour
Controller:
$79/hour
King Surveyors
Registered Land Surveyor:
$81 /hour
Project Manager:
$72/hour
CAD Technician I:
$62/hour
CAD Technician II:
$56/hour
CAD Technician III:
$47/hour
Surveying Technician I:
$62/hour
Surveying Technician II:
$55/hour
Surveying Technician III:
$47/hour
Crew Rate (2-man):
$125/hour
GPS Crew:
$125/hour
Cleric:
$32.25/hour
A.T.V. 4-wheel:
$19/hour
Monument Boxes:
$72/each
Yeh and Associates
Principal Engineer:
$150/hour
Project Manager:
$135/hour
Senior Project Engineer or Geologist:
$110/hour
Graphics Specialist:
$120/hour
Senior Field Inspector:
$95/hour
Project Engineer or Geologist:
$95/hour
Field Inspector:
$80/hour
Staff Engineer or Geologist:
$70/hour
Senior Field Engineer/Technician:
$75/hour
Field Engineering Technician:
$65/hour
Drafter:
$55/hour
Administrative Assistant:
$55/hour
KL£tA Inc.
Principal:
$150/hour
Associate:
$120/hour
Project Manager:
$105/hour
Project Engineer:
$105/hour
Engineer (licensed):
$95/hour
Structural Designer:
$85/hour
3 Aller•Lingle -Massey Architects P.C.
EXHIBIT C
FEESCHEDULE
Engineering Intern: $70/hour
Clerical: $60/hour
The Ballard Group, Inc.
Principal:
$135/hour
Associate:
$100/ hour
Senior Project Engineer:
$90/hour
Project Engineer:
$80/hour
CAD Operator:
$65/hour
Clerical:
$45/hour
Innovative Electrical Systems (IES)
Principal -in -Charge:
$135/hour
Project Manager/Q.C.:
$100/hour
Project Engineer:
$90/hour
Design Engineer:
$75/hour
Clerical:
$45/hour
Design Balance
Principal LEED Consultant:
$150/hour
LEED Technical Assistant:
$60/hour
EMC Engineers
Principal:
$ 197.79/hour
Advanced Senior Electrical Engineer 8:
$ 182.98/hour
Advanced Senior Mechanical Engineer 8:
$ 177.87/hour
Advanced Senior Electrical Engineer 7:
$ 171.82/hour
Advanced Senior Mechanical Engineer 7:
$ 166.55/hour
Senior Electrical Engineer 6:
$ 136.05/hour
Senior Mechanical Engineer 6:
$ 145.65/hour
Senior Electrical Engineer 5:
$ 118.61 /hour
Senior Mechanical Engineer 5:
$ 124.69/hour
Staff Electrical Engineer 4:
$ 104.05/hour
Staff Mechanical Engineer 4:
$ 115.89/hour
Staff Electrical Engineer 3:
$ 102.37/hour
Staff Mechanical Engineer 3:
$ 98.30/hour
Junior Electrical Engineer 2:
$ 87.17/hour
Junior Mechanical Engineer 2:
$ 84.70/hour
Junior Electrical Engineer 1:
$ 80.76/hour
Junior Mechanical Engineer 1:
$ 78.66/hour
Designer 4:
$ 96.76/hour
Designer 3:
$ 96.76/hour
Designer 2:
$ 83.16/hour
Designer 1:
$ 71.06/hour
CADD Operator 4:
$ 98.48/hour
CADD Operator 3:
$ 71.36/hour
CADD Operator 2:
$ 57.89/hour
CADD Operator 1:
$ 50.23/hour
Technician 4:
$ 82.28/hour
Technician 3:
$ 73.26/hour
Technician 2:
$ 65.16/hour
Clerical (inc. Word Processor 8 Secretary):
$ 58.69/hour
Accounting:
$ 80.11/hour
4 Alter- Lingle -Massey Architects P.C.
EXHIBIT C
FEESCHEDULE
ABD Designs
Principal/Senior Designer: $100/hour
Interior Designer: $75/hour
Junior Designer: $60/hour
Moore Construction Consulting Services
Detailed Project Cost Estimating, incl. M/E/P: $65/hour
Construction Progress Inspections: $65/hour
Project Specifications/Scope of Work Documents: $65/hour
Plan Interpretation and Consultation Services: $60/hour
Conceptual Estimates: $60/hour
Clerical: $35/hour
5 Alter- Lingle -Massey Architects P.C.
EXHIBIT D
INSURANCE REQUIREMENTS
1. The Professional will provide, from insurance companies acceptable to the City, the
insurance coverage designated hereinafter and pay all costs. Before commencing work under this
bid, the Professional shall furnish the City with certificates of insurance showing the type, amount,
class of operations covered, effective dates and date of expiration of policies, and containing
substantially the following statement:
"The insurance evidenced by this Certificate will not be cancelled or materially altered,
except after ten (10) days written notice has been received by the City of Fort Collins."
In case of the breach of any provision of the Insurance Requirements, the City, at its option, may
take out and maintain, at the expense of the Professional, such insurance as the City may deem
proper and may deduct the cost of such insurance from any monies which may be due or become
due the Professional under this Agreement. The City, its officers, agents and employees shall be
named as additional insureds on the Professional's general liability and automobile liability
insurance policies for any claims arising out of work performed under this Agreement.
2. Insurance coverages shall be as follows:
A. Workers' Compensation & Employer's Liability. The Professional shall maintain
during the life of this Agreement for all of the Professional's employees engaged in work
performed under this agreement:
Workers' Compensation insurance with statutory limits as required by
Colorado law.
2. Employer's Liability insurance with limits of $100,000 per accident, $500,000
disease aggregate, and $100,000 disease each employee.
B. Commercial General & Vehicle Liability. The Professional shall maintain during the
life of this Agreement such commercial general liability and automobile liability insurance as
will provide coverage for damage claims of personal injury, including accidental death, as
well as for claims for property damage, which may arise directly or indirectly from the
performance of work under this Agreement. Coverage for property damage shall be on a
"broad form" basis. The amount of insurance for each coverage, Commercial General and
Vehicle, shall not be less than $500,000 combined single limits for bodily injury and property
damage.
In the event any work is performed by a subcontractor, the Professional shall be responsible
for any liability directly or indirectly arising out of the work performed under this Agreement by
a subcontractor, which liability is not covered by the subcontractor's insurance.
Alter- Lingle -Massey Architects P.C.
ACORD_ CERTIFICATE OF LIABILITY INSURANCE OP ID VM
DATE(MM/DDm'YY)
ALLER-1
08/14/09
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Front Range Insurance Group
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
1100 Haxton Drive Suite 100
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Fort Collins CO 80525
Phone: 970-223-1804
INSURERS AFFORDING COVERAGE
NAIC #
INSURED
INSURER The Hartford
Alley -Lingle -Massey
INSURER B II Insurance Company. Inc
Architects, P.C.
INSURER Pinnacol Assurance
712 Whalers Way Suite B-100
IINSURER D
Ft. Collins CO f�0525
INSURER E
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
H
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
LTR
NSRO
TYPE OF INSURANCE
POLICY NUMBER
DATE (MhllDD/1'Y)
DATE (MMlDDAN)
LIMBS
GENERAL LIABILITY
EACH OCCURRENCE
$ 1 , 000 , 000
A
X
X COMMERCIAL GENERAL LIABILITY
34SBA KJ7716 DX
04/09/09
04/09/10
PREMISES (Eaoccurence)
$ 300,000
CLAIMS MADE X❑ OCCUR
MED EXP (Any one person)
$ 10,000
PERSONAL &ADV INJURY
$ 1,000,000
GENERALAGGREGATE
s2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER
- COMP/OPAGG
$2,000,000
POLICYPRODUCTS
PRI }
JErT LOC
AUTOMOBILE
LIABILITY
-T
A
X
ANY AUTO
34UEClQS390
04/09/09
04/09/10
COMBINED SINGLE LIMIT
(Eaaccidenq
$ 1 000 ,000
ALL OWNED AUTOS
BODILY INJURY
SCHEDULED AUTOS
(Per person)
HIRED AUTOS
BODILY INJURY
$
NON -OWNED AUTOS
(Per accident)
PROPERTY DAMAGE
$
(Per accident)
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
$
ANY AUTO
OTHER THAN EA ACC
$
AUTO ONLY AGG
$
EXCESS/UMBRELLA LIABILITY
EACH OCCURRENCE
$ 1000000
A
X OCCUR CLAIMS MADE
34SBA KJ7716 DX 04/09/09
04/09/10
AGGREGATE
$
$
DEDUCTIBLE
$
X RETENTION $ 10000
$
WORKERS COMPENSATION AND
X TORY LIMITS Ell
C
EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE
1951272
04 /Ol/09
04/O1/10
E.L EACH AcaoerJr
$500000
OFFICER/MEMBER EXCLUDED^
E L DISEASE - EA EMPLOYEE
$ 500000
If yes, describe under
SPECIAL PROVISIONS below,
EL. DISEASE -POLICY LIMIT
$500000
OTHER
B Pro. Liability V15Q3U08PNPA j 12/14/08 12/14/10 E & O $2,000,000
$2,000,000
DESCRIPTION OF OPERATIONS 1 LOCATIONS ! VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS
South Transit Center. The City of Fort Collins is named as an additional
insured with regards to general liability.
CERTIFICATE
OLDER CANT I I ATInN
CITY OF SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN
City of Fort Collins NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
PO BOX 580 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
Fort Collins CO 80522 REPRESENTATIVES.
AUT H 0$I��fiE P R E S ENTATI V E
ACORD 25 (2001/08)
© ACORD CORPORATION 1
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
2512001/ORI
NOTEPAD. INSURED'SNAME Aller-Lingle-Massey
ALLER-1 PAGE 3
OP ID VM DATE 08/14/09
Limits $1,000,000/$1,000,000 From 12/14/08-08/01/09 Limits Increased to
$2,000,000/$2,000,000 on 08/l/09-12/14/10.
EXHIBIT E
FEDERAL TRANSIT ADMINISTRATION
BEST PRACTICES PROCUREMENT MANUAL
TABLE OF CONTENTS (Appendix A - Governing Documents)
A.1 - Federally Required and Other Model Contract Clauses
1 . Fly America Requirements
2. Buy America Requirements
3. Cargo Preference Requirements
4. Seismic Safety Requirements
5. Energy Conservation Requirements
6. Clean Water Requirements
7. Lobbying
8. Access to Records and Reports
9. Federal Changes
10. Clean Air
11. Recycled Products
12. [Reserved]
13. No Government Obligation to Third Parties
14. Program Fraud and False or Fraudulent Statements and Related Acts
15.Termination
16. Government -wide Debarment and Suspension (Nonprocurement)
17. Privacy Act
18. Civil Rights Requirements
19. Breaches and Dispute Resolution
20. Patent and Rights in Data
21. Disadvantaged Business Enterprises (DBE)
22. [Reserved]
23.Incorporation of Federal Transit Administration (FTA) Terms
Aller•Lingle -Massey Architects P.C.
1. FLY AMERICA REQUIREMENTS
49 U.S.C. § 40118
41 CFR Part 301-10
Applicability to Contracts
The Fly America requirements apply to the transportation of persons or property, by air,
between a place in the U.S. and a place outside the U.S., or between places outside the U.S.,
when the FTA will participate in the costs of such air transportation. Transportation on a
foreign air carrier is permissible when provided by a foreign air carrier under a code share
agreement when the ticket identifies the U.S. air carrier's designator code and flight number.
Transportation by a foreign air carrier is also permissible if there is a bilateral or multilateral air
transportation agreement to which the U.S. Government and a foreign government are parties
and which the Federal DOT has determined meets the requirements of the Fly America Act.
Flow Down Requirements
The Fly America requirements flow down from FTA recipients and subrecipients to first tier
contractors, who are responsible for ensuring that lower tier contractors and subcontractors
are in compliance.
Model Clause/Language
The relevant statutes and regulations do not mandate any specified clause or language. FTA
proposes the following language.
Fly America Requirements
The Contractor agrees to comply with 49 U.S.C. 40118 (the "Fly America" Act) in accordance
with the General Services Administration's regulations at 41 CFR Part 301-10, which provide
that recipients and subrecipients of Federal funds and their contractors are required to use U.S.
Flag air carriers for U.S Government -financed international air travel and transportation of their
personal effects or property, to the extent such service is available, unless travel by foreign air
carrier is a matter of necessity, as defined by the Fly America Act. The Contractor shall
submit, if a foreign air carrier was used, an appropriate certification or memorandum
adequately explaining why service by a U.S. flag air carrier was not available or why it was
necessary to use a foreign air carrier and shall, in any event, provide a certificate of
compliance with the Fly America requirements. The Contractor agrees to include the
requirements of this section in all subcontracts that may involve international air
transportation.
2. BUY AMERICA REQUIREMENTS
49 U.S.C.53236)
49 CFR Part 661
Applicability to Contracts
The Buy America requirements apply to the following types of contracts: Construction Contracts and
Acquisition of Goods or Rolling Stock (valued at more than $100,000).
Flow Down
The Buy America requirements flow down from FTA recipients and subrecipients to first tier contractors, who
are responsible for ensuring that lower tier contractors and subcontractors are in compliance. The $100,000
threshold applies only to the grantee contract, subcontracts under that amount are subject to Buy America.
2 Alter- Lingle -Massey Architects P.C.
Mandatory Clause/Language
The Buy America regulation, at 49 CFR 661.13, requires notification of the Buy America requirements in
FTA-funded contracts, but does not specify the language to be used. The following language has been
developed by FTA.
Buy America - The contractor agrees to comply with 49 U.S.C. 53230) and 49 C.F.R. Part 661, which
provide that Federal funds may not be obligated unless steel, iron, and manufactured products used in FTA-
funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is
subject to a general waiver. General waivers are listed in 49 C.F.R. 661.7, and include final assembly in the
United States for 15 passenger vans and 15 passenger wagons produced by Chrysler Corporation, and
microcomputer equipment and software. Separate requirements for rolling stock are set out at 49 U.S.C.
53230)(2)(C) and 49 C.F.R. 661.11. Rolling stock must be assembled in the United States and have a 60
percent domestic content.
A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification
(below) with all bids or offers on FTA-funded contracts, except those subject to a general
waiver. Bids or offers that are not accompanied by a completed Buy America certification must
be rejected as nonresponsive. This requirement does not apply to lower tier subcontractors.
Certification requirement for procurement of steel, iron, or manufactured products.
Certificate of Compliance with 49 U.S. C. 5323(j)(1)
The bidder or offeror hereby certifies that it will meet the requirements of 49 U.S.C. 5323(j)(1)
and the applicable regulations in 49 C.F.R. Part 661.5.
Date
Signature
Company Name
Title
Certificate of Non -Compliance with 49 U.S.C. 5323(j)(1)
The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C.
5323(j)(1) and 49 C.F.R. 661.5, but it may qualify for an exception pursuant to 49 U.S.C.
5323(j)(2)(A), 5323(j)(2)(B), or 5323(j)(2)(D), and 49 C.F.R. 661.7.
Date
Signature
Company Name
Title
Certification requirement for procurement of buses, other rolling stock and associated
equipment.
3 Alter- Lingle -Massey Architects P.C.
Associates, Design Balance, LLC, EMC Engineers, Inc., Moore Construction Consulting Services,
EMC Engineers, and ABD Designs are not parties to this agreement. However, the rates listed for
services to be provided by these subcontractors shall be the rate paid by the City to the Professional
for these services. If the amount charged by these subcontractors exceed the rates listed in Exhibit
"C" the excess amount shall not be paid or owed by the City. The limitation on increases in prices
set forth in section 4 herein shall apply to all rates listed in Exhibit "C" including subcontractor rates.
Final payment shall be made following acceptance of the work by the City. Upon final payment, all
designs, plans, reports, specifications, drawings, and other services rendered by the Professional
shall become the sole property of the City.
7. City Representative. The City will designate, prior to commencement of work, its
project representative who shall make, within the scope of his or her authority, all necessary and
proper decisions with reference to the project. All requests for contract interpretations, change
orders, and other clarification or instruction shall be directed to the City Representative.
7. Project Drawings. Upon conclusion of the project and before final payment, the
Professional shall provide the City with reproducible drawings of the project containing accurate
information on the project as constructed. Drawings shall be of archival, prepared on stable Mylar
base material using a non -fading process to provide for long storage and high quality reproduction.
"CD" disc of the as -built drawings shall also be submitted to the City in an AutoCAD version no older
then the established city standard.
8. Monthly Report. Commencing thirty (30) days after the date of execution of this
Agreement and every thirty (30) days thereafter, Professional is required to provide the City
Representative with a written report of the status of the work with respect to the Scope of Services,
Work Schedule, and other material information. Failure to provide any required monthly report may,
at the option of the City, suspend the processing of any partial payment request.
9. Independent Contractor. The services to be performed by Professional are those of
an independent contractor and not of an employee of the City of Fort Collins. The City shall not be
Standard Professional Services Agreement- rev07/09
3
Certificate of Compliance with 49 U.S. C. 5323(j)(2)(C).
The bidder or offeror hereby certifies that it will comply with the requirements of 49 U.S.C.
5323(j)(2)(C) and the regulations at 49 C.F.R. Part 661.11.
Date
Signature
Company Name
Title
Certificate of Non -Compliance with 49 U.S.C. 5323(j)(2)(C)
The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C.
5323(j)(2)(C) and 49 C.F.R. 661.11, but may qualify for an exception pursuant to 49 U.S.C.
5323(j)(2)(A), 5323(j)(2)(B), or 5323(j)(2)(D), and 49 CFR 661.7.
Date
Signature
Company Name
Title
3. CARGO PREFERENCE REQUIREMENTS
46 U.S.C. 1241
46 CFR Part 381
Applicability to Contracts
The Cargo Preference requirements apply to all contracts involving equipment, materials, or
commodities which may be transported by ocean vessels.
Flow Down
The Cargo Preference requirements apply to all subcontracts when the subcontract may be
involved with the transport of equipment, material, or commodities by ocean vessel.
Model Clause/Language
The MARAD regulations at 46 CFR 381.7 contain suggested contract clauses. The following
language is proffered by FTA.
Cargo Preference - Use of United States -Flag Vessels - The contractor agrees: a. to use
privately owned United States -Flag commercial vessels to ship at least 50 percent of the gross
tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved,
whenever shipping any equipment, material, or commodities pursuant to the underlying
contract to the extent such vessels are available at fair and reasonable rates for United States -
Flag commercial vessels; b. to furnish within 20 working days following the date of loading for
shipments originating within the United States or within 30 working days following the date of
4 Alter- Lingle -Massey Architects P.C.
leading for shipments originating outside the United States, a legible copy of a rated, "on-
board" commercial ocean bill -of -lading in English for each shipment of cargo described in the
preceding paragraph to the Division of National Cargo, Office of Market Development, Maritime
Administration, Washington, DC 20590 and to the FTA recipient (through the contractor in the
case of a subcontractor's bill -of -lading.) c. to include these requirements in all subcontracts
issued pursuant to this contract when the subcontract may involve the transport of equipment
material, or commodities by ocean vessel.
4. SEISMIC SAFETY REQUIREMENTS
42 U.S.C. 7701 et seq. 49
CFR Part 41
Applicability to Contracts
The Seismic Safety requirements apply only to contracts for the construction of new buildings
or additions to existing buildings.
Flow Down
The Seismic Safety requirements flow down from FTA recipients and subrecipients to first tier
contractors to assure compliance, with the applicable building standards for Seismic Safety,
including the work performed by all subcontractors.
Model Clauses/Language
The regulations do not provide suggested language for third -party contract clauses. The
following language has been developed by FTA.
Seismic Safety - The contractor agrees that any new building or addition to an existing building
will be designed and constructed in accordance with the standards for Seismic Safety required
in Department of Transportation Seismic Safety Regulations 49 CFR Part 41 and will certify to
compliance to the extent required by the regulation. The contractor also agrees to ensure that
all work performed under this contract including work performed by a subcontractor is in
compliance with the standards required by the Seismic Safety Regulations and the certification
of compliance issued on the project.
5. ENERGY CONSERVATION REQUIREMENTS
42 U.S.C. 6321 et seq.
49 CFR Part 18
Applicability to Contracts
The Energy Conservation requirements are applicable to all contracts.
Flow Down
The Energy Conservation requirements extend to all third party contractors and their contracts
at every tier and subrecipients and their subagreements at every tier.
Model Clause/Language
No specific clause is recommended in the regulations because the Energy Conservation
requirements are so dependent on the state energy conservation plan. The following language
has been developed by FTA:
5 Aller•Lingle-Massey Architects P.C.
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.
6. CLEAN WATER REQUIREMENTS
33 U.S.C. 1251
Applicability to Contracts
The Clean Water requirements apply to each contract and subcontract which exceeds
$100, 000.
Flow Down
The Clean Water requirements flow down to FTA recipients and subrecipients at every tier.
Model Clause/Language
While no mandatory clause is contained in the Federal Water Pollution Control Act, as
amended, the following language developed by FTA contains all the mandatory requirements:
Clean Water - (1) The Contractor agrees to comply with all applicable standards, orders or
regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C.
1251 et seg. The Contractor agrees to report each violation to the Purchaser and understands
and agrees that the Purchaser will, in turn, report each violation as required to assure
notification to FTA and the appropriate EPA Regional Office.
(2) The Contractor also agrees to include these requirements in each subcontract exceeding
$100,000 financed in whole or in part with Federal assistance provided by FTA.
7. LOBBYING
31 U.S.C. 1352
49 CFR Part 19
49 CFR Part 20
Applicability to Contracts
The Lobbying requirements apply to Construction/Architectural and Engineering/Acquisition of
Rolling Stock/Professional Service Contract/Operational Service Contract/Turnkey contracts.
Flow Down
The Lobbying requirements mandate the maximum flow down, pursuant to Byrd Anti -Lobbying
Amendment, 31 U.S.C. § 1352(b)(5) and 49 C.F.R. Part 19, Appendix A, Section 7.
Mandatory Clause/Language
Clause and specific language therein are mandated by 49 CFR Part 19, Appendix A.
Modifications have been made to the Clause pursuant to Section 10 of the Lobbying Disclosure
Act of 1995, P.L. 104-65 [to be codified at 2 U.S.C. § 1601, et seq.]
- Lobbying Certification and Disclosure of Lobbying Activities for third party contractors are
mandated by 31 U.S.C. 1352(b)(5), as amended by Section 10 of the Lobbying Disclosure Act
of 1995, and DOT implementing regulation, "New Restrictions on Lobbying," at 49 CFR §
20.110(d)
6 Alter -Lingle -Massey Architects P.C.
- Language in Lobbying Certification is mandated by 49 CFR Part 19, Appendix A, Section 7,
which provides that contractors file the certification required by 49 CFR Part 20, Appendix A.
Modifications have been made to the Lobbying Certification pursuant to Section 10 of the
Lobbying Disclosure Act of 1995.
- Use of "Disclosure of Lobbying Activities," Standard Form-LLL set forth in Appendix B of 49
CFR Part 20, as amended by "Government wide Guidance For New Restrictions on Lobbying,"
61 Fed. Reg. 1413 (1/19/96) is mandated by 49 CFR Part 20, Appendix A.
Byrd Anti -Lobbying Amendment, 31 U.S.C. 1352, as amended by the Lobbying Disclosure Act
of 1995, P.L. 104-65 [to be codified at 2 U.S.C. § 1601, et seq.] - Contractors who apply or
bid for an award of $100,000 or more shall file the certification required by 49 CFR part 20,
"New Restrictions on Lobbying." Each tier certifies to the tier above that it will not and has not
used Federal appropriated funds to pay any person or organization for influencing or attempting
to influence an officer or employee of any agency, a member of Congress, officer or employee
of Congress, or an employee of a member of Congress in connection with obtaining any
Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier shall also
disclose the name of any registrant under the Lobbying Disclosure Act of 1995 who has made
lobbying contacts on its behalf with non -Federal funds with respect to that Federal contract,
grant or award covered by 31 U.S.C. 1352. Such disclosures are forwarded from tier to tier
up to the recipient.
APPENDIX A, 49 CFR PART 20--CERTIFICATION REGARDING LOBBYING
Certification for Contracts, Grants, Loans, and Cooperative Agreements
(To be submitted with each bid or offer exceeding $100,000)
The undersigned [Contractor] certifies, to the best of his or her knowledge and belief, that:
(1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the
undersigned, to any person for influencing or attempting to influence an officer or employee of
an agency, a Member of Congress, an officer or employee of Congress, or an employee of a
Member of Congress in connection with the awarding of any Federal contract, the making of
any Federal grant, the making of any Federal loan, the entering into of any cooperative
agreement, and the extension, continuation, renewal, amendment, or modification of any
Federal contract, grant, loan, or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be paid to any
person for making lobbying contacts to an officer or employee of any agency, a Member of
Congress, an officer or employee of Congress, or an employee of a Member of Congress in
connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned
shall complete and submit Standard Form--LLL, "Disclosure Form to Report Lobbying," in
accordance with its instructions [as amended by "Government wide Guidance for New
Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2)
herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of
1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, etseq.)]
(3) The undersigned shall require that the language of this certification be included in the
award documents for all subawards at all tiers (including subcontracts, subgrants, and
contracts under grants, loans, and cooperative agreements) and that all subrecipients shall
certify and disclose accordingly.
7 Alter- Lingle -Massey Architects P.C.
This certification is a material representation of fact upon which reliance was placed when this
transaction was made or entered into. Submission of this certification is a prerequisite for
making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the
Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall
be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each
such failure.
[Note: Pursuant to 31 U.S.C. § 1352(c)(1)-(2)(A), any person who makes a prohibited
expenditure or fails to file or amend a required certification or disclosure form shall be subject
to
a civil penalty of not less than $10,000 and not more than $100,000 for each such
expenditure or failure.]
The Contractor, , certifies or affirms the truthfulness and accuracy of each
statement of its certification and disclosure, if any. In addition, the Contractor understands
and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this certification and
disclosure, if any.
Signature of Contractor's Authorized Official
Name and Title of Contractor's Authorized Official
Date
8. ACCESS TO RECORDS AND REPORTS
49 U.S.C. 5325
18 CFR 18.36 (i)
49 CFR 633.17
Applicability to Contracts
Reference Chart "Requirements for Access to Records and Reports by Type of Contracts"
Flow Down
FTA does not require the inclusion of these requirements in subcontracts.
Model Clause/Language
The specified language is not mandated by the statutes or regulations referenced, but the
language provided paraphrases the statutory or regulatory language.
Access to Records - The following access to records requirements apply to this Contract:
1. 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
8 Alter- Lingle -Massey Architects P.C.
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.
2. Where the Purchaser is a State and is the FTA Recipient or a subgrantee of the FTA
Recipient in accordance with 49 C.F.R. 633.17, Contractor agrees to provide the Purchaser,
the FTA Administrator or his authorized representatives, including any PMO Contractor, access
to the 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. By definition, a major capital project excludes
contracts of less than the simplified acquisition threshold currently set at $100,000.
3. Where the Purchaser enters into a negotiated contract for other than a small purchase or
under the simplified acquisition threshold and is an institution of higher education, a hospital or
other non-profit organization and is the FTA Recipient or a subgrantee of the FTA Recipient in
accordance with 49 C.F.R. 19.48, Contractor agrees to provide the Purchaser, FTA
Administrator, the Comptroller General of the United States or any of their duly authorized
representatives with access to any books, documents, papers and record of the Contractor
which are directly pertinent to this contract for the purposes of making audits, examinations,
excerpts and transcriptions.
4. Where any Purchaser which is the FTA Recipient or a subgrantee of the FTA Recipient in
accordance with 49 U.S.C. 5325(a) enters into a contract for a capital project or improvement
(defined at 49 U.S.C. 5302(a)1) through other than competitive bidding, the Contractor shall
make available records related to the contract to the Purchaser, the Secretary of
Transportation and the Comptroller General or any authorized officer or employee of any of
them for the purposes of conducting an audit and inspection.
5. 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.
6. 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)(1 1).
7. FTA does not require the inclusion of these requirements in subcontracts.
Requirements for Access to Records and Reports by Types of Contract
Contract
Operatio
Turnkey
Constructi
Architectu
Acquisitio
Profession
Characteristi
nal
on
ral
n of
al
cs
Service
Engineerin
Rolling
Services
Contract
g
Stock
I State
Grantees
None
Those
None
None
None
None
imposed
a. Contracts
on state
below SAT
None
pass thru
Yes, if
None
None
None
($100,000)
unless'
to
non-
unless
unless
unless
non-
Contractor
competiti
non-
non-
non-
b. Contracts
competiti
ve award
competiti I
competiti
competiti
9 Aller•Lingle -Massey Architects P.C.
above
$100,000/C
apital
Projects
ve award
or if
funded
thru2
5307/530
9/531 1
ve award
ve award
ve award
II Non State
Grantees
Those
Yes'
imposed
Yes
Yes
Yes
Yes
a. Contracts
on non -
below SAT
Yes'
state
Yes
Yes
Yes
Yes
($100,000)
Grantee
b. Contracts
pass thru
above
to
$100,000/C
Contractor
apital
Projects
Sources of Authority:
'49 USC 5325 (a)
2 49 CFR 633.17
3 18 CFR 18.36 (i)
9. FEDERAL CHANGES
49 CFR Part 18
Applicability to Contracts
The Federal Changes requirement applies to all contracts.
Flow Down
The Federal Changes requirement flows down appropriately to each applicable changed
requirement.
Model Clause/Language
No specific language is mandated. The following language has been developed by FTA.
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.
10. CLEAN AIR
42 U.S.C. 7401 et seq
40 CFR 15.61
49 CFR Part 18
Applicability to Contracts
The Clean Air requirements apply to all contracts exceeding $100,000, including indefinite
quantities where the amount is expected to exceed $100,000 in any year.
10 Alter- Lingle -Massey Architects P.C.
Flow Down
The Clean Air requirements flow down to all subcontracts which exceed $100,000.
Model Clauses/Language
No specific language is required. FTA has proposed the following language.
Clean Air - (1) The Contractor agrees to comply with all applicable standards, orders or
regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § § 7401 et seq. The
Contractor agrees to report each violation to the Purchaser and understands and agrees that
the
Purchaser will, in turn, report each violation as required to assure notification to FTA and the
appropriate EPA Regional Office.
(2) The Contractor also agrees to include these requirements in each subcontract exceeding
$100,000 financed in whole or in part with Federal assistance provided by FTA.
11. RECYCLED PRODUCTS
42 U.S.C. 6962
40 CFR Part 247
Executive Order 12873
Applicability to Contracts
The Recycled Products requirements apply to all contracts for items designated by the EPA,
when the purchaser or contractor procures $10,000 or more of one of these items during the
fiscal year, or has procured $10,000 or more of such items in the previous fiscal year, using
Federal funds. New requirements for "recovered materials" will become effective May 1,
1996. These new regulations apply to all procurement actions involving items designated by
the EPA, where the procuring agency purchases $10,000 or more of one of these items in a
fiscal year, or when the cost of such items purchased during the previous fiscal year was
$10,000.
Flow Down
These requirements flow down to all to all contractor and subcontractor tiers.
Model Clause/Language
No specific clause is mandated, but FTA has developed the following language.
Recovered Materials - The contractor agrees to comply with all the requirements of Section
6002 of the Resource Conservation and Recovery Act (RCRA), as amended (42 U.S.C. 6962),
including but not limited to the regulatory provisions of 40 CFR Part 247, and Executive Order
12873, as they apply to the procurement of the items designated in Subpart B of 40 CFR Part
247.
12. [ RESERVED ]
11 Alter -Lingle -Massey Architects P.C.
13. NO GOVERNMENT OBLIGATION TO THIRD PARTIES
Applicability to Contracts
Applicable to all contracts.
Flnw nnwn
Not required by statute or regulation for either primary contractors or subcontractors, this
concept should flow down to all levels to clarify, to all parties to the contract, that the Federal
Government does not have contractual liability to third parties, absent specific written consent.
Model Clause/Language
While no specific language is required, FTA has developed the following language.
No Obligation by the Federal Government.
(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.
14. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS
AND RELATED ACTS
31 U.S.C. 3801 et seq.
49 CFR Part 31 18 U.S.C. 1001
49 U.S.C. 5307
Applicability to Contracts
These requirements are applicable to all contracts.
Flow Down
These requirements flow down to contractors and subcontractors who make, present, or
submit covered claims and statements.
Model Clause/Language
These requirements have no specified language, so FTA proffers the following language.
Program Fraud and False or Fraudulent Statements or 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
12 Atler•Lingle -Massey Architects P.C.
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.
(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.
15. TERMINATION
49 U.S.C. Part 18
FTA Circular 4220.1 E
Applicability to Contracts
All contracts (with the exception of contracts with nonprofit organizations and institutions of
higher education,) in excess of $10,000 shall contain suitable provisions for termination by the
grantee including the manner by which it will be effected and the basis for settlement. (For
contracts with nonprofit organizations and institutions of higher education the threshold is
$100,000.) In addition, such contracts shall describe conditions under which the contract may
be terminated for default as well as conditions where the contract may be terminated because
of circumstances beyond the control of the contractor.
Flow Down
The termination requirements flow down to all contracts in excess of $10,000, with the
exception of contracts with nonprofit organizations and institutions of higher learning.
Model Clause/Language
FTA does not prescribe the form or content of such clauses. The following are suggestions of
clauses to be used in different types of contracts:
a. Termination for Convenience (General Provision) The (Recipient) may terminate this
contract, in whole or in part, at any time by written notice to the Contractor when it is in the
Government's best interest. The Contractor shall be paid its costs, including contract close-
out costs, and profit on work performed up to the time of termination. The Contractor shall
promptly submit its termination claim to (Recipient) to be paid the Contractor. If the
Contractor has any property in its possession belonging to the (Recipient), the Contractor will
account for the same, and dispose of it in the manner the (Recipient) directs.
b. Termination for Default [Breach or Cause] (General Provision) 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 (Recipient) may
terminate this contract for default. Termination shall be effected by serving a notice of
13 Aller•Lingle -Massey Architects P.C.
responsible for withholding any portion of Professional's compensation hereunder for the payment of
FICA, Workers' Compensation, other taxes or benefits or for any other purpose.
10. Personal Services. It is understood that the City enters into this Agreement based on
the special abilities of the Professional and that this Agreement shall be considered as an
agreement for personal services. Accordingly, the Professional shall neither assign any
responsibilities nor delegate any duties arising under this Agreement without the prior written
consent of the City.
11. Acceptance Not Waiver. The City's approval of drawings, designs, plans,
specifications, reports, and incidental work or materials furnished hereunder shall not in any way
relieve the Professional of responsibility for the quality or technical accuracy of the work. The City's
approval or acceptance of, or payment for, any of the services shall not be construed to operate as a
waiver of any rights or benefits provided to the City under this Agreement.
12. Default. Each and every term and condition hereof shall be deemed to be a material
element of this Agreement. In the event either party should fail or refuse to perform according to the
terms of this agreement, such party may be declared in default.
13. Remedies. In the event a party has been declared in default, such defaulting party
shall be allowed a period of ten (10) days within which to cure said default. In the event the default
remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek
damages; (b) treat the Agreement as continuing and require specific performance; or (c) avail
himself of any other remedy at law or equity. If the non -defaulting party commences legal or
equitable actions against the defaulting party, the defaulting party shall be liable to the
non -defaulting party for the non -defaulting parry's reasonable attorney fees and costs incurred
because of the default.
14. Binding Effect. This writing, together with the exhibits hereto, constitutes the entire
agreement between the parties and shall be binding upon said parties, their officers, employees,
Standard Professional Services Agreement. rev07/09
4
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 (Recipient) 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 (Recipient), 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 (General Provision) The (Recipient) in its sole discretion may, in the
case of a termination for breach or default, allow the Contractor [an appropriately short period
of time] 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 (Recipient)'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 (Recipient) setting forth the nature of said breach or default,
(Recipient) 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
(Recipient) 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 (Recipient) elects to waive its
remedies for any breach by Contractor of any covenant, term or condition of this Contract,
such waiver by (Recipient) shall not limit (Recipient)'s remedies for any succeeding breach of
that or of any other term, covenant, or condition of this Contract.
e. Termination for Convenience (Professional or Transit Service Contracts) The (Recipient), by
written notice, may terminate this contract, in whole or in part, when it is in the Government's
interest. If this contract is terminated, the Recipient shall be liable only for payment under the
payment provisions of this contract for services rendered before the effective date of
termination.
f. Termination for Default (Supplies and Service) If the Contractor fails to deliver supplies or to
perform the services within the time specified in this contract or any extension or if the
Contractor fails to comply with any other provisions of this contract, the (Recipient) may
terminate this contract for default. The (Recipient) shall terminate by delivering to the
Contractor a Notice of Termination specifying the nature of the default. The Contractor will
only be paid the contract price for supplies delivered and accepted, or services performed in
accordance with the manner or performance set forth in this contract.
If, after termination for failure to fulfill contract obligations, it is determined that the Contractor
was not in default, the rights and obligations of the parties shall be the same as if the
termination had been issued for the convenience of the Recipient.
g. Termination for Default (Transportation Services) If the Contractor fails to pick up the
commodities or to perform the services, including delivery services, within the time specified in
this contract or any extension or if the Contractor fails to comply with any other provisions of
this contract, the (Recipient) may terminate this contract for default. The (Recipient) shall
terminate by delivering to the Contractor a Notice of Termination specifying the nature of
default. The Contractor will only be paid the contract price for services performed in
accordance with the manner of performance set forth in this contract.
14 Aller•Lingle -Massey Architects P.C.
If this contract is terminated while the Contractor has possession of Recipient goods, the
Contractor shall, upon direction of the (Recipient), protect and preserve the goods until
surrendered to the Recipient or its agent. The Contractor and (Recipient) shall agree on
payment for the preservation and protection of goods. Failure to agree on an amount will be
resolved under the Dispute clause.
If, after termination for failure to fulfill contract obligations, it is determined that the Contractor
was not in default, the rights and obligations of the parties shall be the same as if the
termination had been issued for the convenience of the (Recipient).
h. Termination for Default (Construction) If the Contractor refuses or fails to prosecute the
work or any separable part, with the diligence that will insure its completion within the time
specified in this contract or any extension or fails to complete the work within this time, or if
the Contractor fails to comply with any other provisions of this contract, the (Recipient) may
terminate this contract for default. The (Recipient) shall terminate by delivering to the
Contractor a Notice of Termination specifying the nature of the default. In this event, the
Recipient may take over the work and compete it by contract or otherwise, and may take
possession of and use any materials, appliances, and plant on the work site necessary for
completing the work. The Contractor and its sureties shall be liable for any damage to the
Recipient resulting from the Contractor's refusal or failure to complete the work within
specified time, whether or not the Contractor's right to proceed with the work is terminated.
This liability includes any increased costs incurred by the Recipient in completing the work.
The Contractor's right to proceed shall not be terminated nor the Contractor charged with
damages under this clause if-
1 . the delay in completing the work arises from unforeseeable causes beyond the control and
without the fault or negligence of the Contractor. Examples of such causes include: acts of
God, acts of the Recipient, acts of another Contractor in the performance of a contract with
the Recipient, epidemics, quarantine restrictions, strikes, freight embargoes; and
2. the contractor, within [101 days from the beginning of any delay, notifies the (Recipient) in
writing of the causes of delay. If in the judgment of the (Recipient), the delay is excusable,
the time for completing the work shall be extended. The judgment of the (Recipient) shall be
final and conclusive on the parties, but subject to appeal under the Disputes clauses.
If, after termination of the Contractor's right to proceed, it is determined that the Contractor
was not in default, or that the delay was excusable, the rights and obligations of the parties
will be the same as if the termination had been issued for the convenience of the Recipient.
i. Termination for Convenience or Default (Architect and Engineering) The (Recipient) may
terminate this contract in whole or in part, for the Recipient's convenience or because of the
failure of the Contractor to fulfill the contract obligations. The (Recipient) shall terminate by
delivering to the Contractor a Notice of Termination specifying the nature, extent, and
effective date of the termination. Upon receipt of the notice, the Contractor shall (1)
immediately discontinue all services affected (unless the notice directs otherwise), and (2)
deliver to the Contracting Officer all data, drawings, specifications, reports, estimates,
summaries, and other information and materials accumulated in performing this contract,
whether completed or in process.
15 Alter •Lingle -Massey Architects P.C.
If the termination is for the convenience of the Recipient, the Contracting Officer shall make an
equitable adjustment in the contract price but shall allow no anticipated profit on unperformed
services.
If the termination is for failure of the Contractor to fulfill the contract obligations, the Recipient
may complete the work by contact or otherwise and the Contractor shall be liable for any
additional cost incurred by the Recipient.
If, after termination for failure to fulfill contract obligations, it is determined that the Contractor
was not in default, the rights and obligations of the parties shall be the same as if the
termination had been issued for the convenience of the Recipient.
j. Termination for Convenience of Default (Cost -Type Contracts) The (Recipient) may
terminate this contract, or any portion of it, by serving a notice or termination on the
Contractor. The notice shall state whether the termination is for convenience of the (Recipient)
or for the default of the Contractor. If the termination is for default, the notice shall state the
manner in which the contractor has failed to perform the requirements of the contract. The
Contractor shall account for any property in its possession paid for from funds received from
the (Recipient), or property supplied to the Contractor by the (Recipient). If the termination is
for default, the (Recipient) may fix the fee, if the contract provides for a fee, to be paid the
contractor in proportion to the value, if any, of work performed up to the time of termination.
The Contractor shall promptly submit its termination claim to the (Recipient) and the parties
shall negotiate the termination settlement to be paid the Contractor.
If the termination is for the convenience of the (Recipient), the Contractor shall be paid its
contract close-out costs, and a fee, if the contract provided for payment of a fee, in proportion
to the work performed up to the time of termination.
If, after serving a notice of termination for default, the (Recipient) determines that the
Contractor has an excusable reason for not performing, such as strike, fire, flood, events
which are not the fault of and are beyond the control of the contractor, the (Recipient), after
setting up a new work schedule, may allow the Contractor to continue work, or treat the
termination as a termination for convenience.
16. GOVERNMENT -WIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT)
Background and Applicability
In conjunction with the Office of Management and Budget and other affected Federal agencies,
DOT published an update to 49 CFR Part 29 on November 26, 2003. This government -wide
regulation implements Executive Order 12549, Debarment and Suspension, Executive
Order 12689, Debarment and Suspension, and 31 U.S.C. 6101 note (Section 2455,
Public Law 103-355, 108 Stat. 3327).
The provisions of Part 29 apply to all grantee contracts and subcontracts at any level expected
to equal or exceed $25,000 as well as any contract or subcontract (at any level) for Federally
required auditing services. 49 CFR 29.220(b). This represents a change from prior practice in
that the dollar threshold for application of these rules has been lowered from $100,000 to
$25,000. These are contracts and subcontracts referred to in the regulation as "covered
transactions."
Grantees, contractors, and subcontractors (at any level) that enter into covered transactions
are required to verify that the entity (as well as its principals and affiliates) they propose to
16 Atler•Lingle-Massey Architects P.C.
contract or subcontract with is not excluded or disqualified. They do this by (a) Checking the
Excluded Parties List System, (b) Collecting a certification from that person, or (c)
Adding a clause or condition to the contract or subcontract. This represents a change
from prior practice in that certification is still acceptable but is no longer required. 49
CFR 29.300.
Grantees, contractors, and subcontractors who enter into covered transactions also must require the entities
they contract with to comply with 49 CFR 29, subpart C and include this requirement in their own subsequent
covered transactions (i.e., the requirement flows down to subcontracts at all levels).
Clause Language
The following clause language is suggested, not mandatory. It incorporates the optional
method of verifying that contractors are not excluded or disqualified by certification.
Suspension and Debarment
This contract is a covered transaction for purposes of 49 CFR Part 29. As such,
the contractor is required to verify that none of the contractor, its principals, as
defined at 49 CFR 29.995, or affiliates, as defined at 49 CFR 29.905, are
excluded or disqualified as defined at 49 CFR 29.940 and 29.945.
The contractor is required to comply with 49 CFR 29, Subpart C and must
include the requirement to comply with 49 CFR 29, Subpart C in any lower tier
covered transaction it enters into.
By signing and submitting its bid or proposal, the bidder or proposer certifies as
follows:
The certification in this clause is a material representation of fact relied upon by
{insert agency name}. If it is later determined that the bidder or proposer
knowingly rendered an erroneous certification, in addition to remedies available
to {insert agency name}, the Federal Government may pursue available
remedies, including but not limited to suspension and/or debarment. The bidder
or proposer agrees to comply with the requirements of 49 CFR 29, Subpart C
while this offer is valid and throughout the period of any contract that may arise
from this offer. The bidder or proposer further agrees to include a provision
requiring such compliance in its lower tier covered transactions.
17. PRIVACY ACT
5 U.S.C. 552
Applicability to Contracts
When a grantee maintains files on drug and alcohol enforcement activities for FTA, and those
files are organized so that information could be retrieved by personal identifier, the Privacy Act
requirements apply to all contracts.
Flow Down
The Federal Privacy Act requirements flow down to each third party contractor and their
contracts at every tier.
Model Clause/Language
The text of the following clause has not been mandated by statute or specific regulation, but
has been developed by FTA.
17 Alter- Lingle -Massey Architects P.C.
Contracts Involving Federal Privacy Act Requirements - The following requirements apply to
the Contractor and its employees that administer any system of records on behalf of the
Federal Government under any contract:
(1) The Contractor agrees to comply with, and assures the compliance of its employees with,
the information restrictions and other applicable requirements of the Privacy Act of 1974,
5 U.S.C. § 552a. Among other things, the Contractor agrees to obtain the express consent of
the Federal Government before the Contractor or its employees operate a system of records on
behalf of the Federal Government. The Contractor understands that the requirements of the
Privacy Act, including the civil and criminal penalties for violation of that Act, apply to those
individuals involved, and that failure to comply with the terms of the Privacy Act may result in
termination of the underlying contract.
(2) The Contractor also agrees to include these requirements in each subcontract to administer
any system of records on behalf of the Federal Government financed in whole or in part with
Federal assistance provided by FTA.
18. CIVIL RIGHTS REQUIREMENTS
29 U.S.C. § 623, 42 U.S.C. § 2000
42 U.S.C. § 6102, 42 U.S.C. § 12112
42 U.S.C. § 12132, 49 U.S.C. § 5332
29 CFR Part 1630, 41 CFR Parts 60 et seq.
Applicability to Contracts
The Civil Rights Requirements apply to all contracts.
Flow Down
The Civil Rights requirements flow down to all third party contractors and their contracts at
every tier.
Model Clause/Language
The following clause was predicated on language contained at 49 CFR Part 19, Appendix A,
but FTA has shortened the lengthy text.
Civil Rights - The following requirements apply to the underlying contract:
(1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42
U.S.C. § 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. §
6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and
Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate
against any employee or applicant for employment because of race, color, creed, national
origin, sex, age, or disability. In addition, the Contractor agrees to comply with applicable
Federal implementing regulations and other implementing requirements FTA may issue.
(2) Equal Employment Opportunity - The following equal employment opportunity requirements
apply to the underlying contract:
(a) Race, Color, Creed, National Origin Sex - In accordance with Title VII of the Civil Rights
Act, as amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, the
Contractor agrees to comply with all applicable equal employment opportunity requirements of
18 Aller•Lingle -Massey Architects P.C.
U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance
Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seg.,
(which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended
by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal
Employment Opportunity," 42 U.S.C. § 2000e note), and with any applicable Federal statutes,
executive orders, regulations, and Federal policies that may in the future affect construction
activities undertaken in the course of the Project. The Contractor agrees to take affirmative
action to ensure that applicants are employed, and that employees are treated during
employment, without regard to their race, color, creed, national origin, sex, or age. Such
action shall include, but not be limited to, the following: employment, upgrading, demotion or
transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other
forms of compensation; and selection for training, including apprenticeship. In addition, the
Contractor agrees to comply with any implementing requirements FTA may issue.
(b) Age - In accordance with section 4 of the Age Discrimination in Employment Act of 1967,
as amended, 29 U.S.C. § § 623 and Federal transit law at 49 U.S.C. § 5332, the Contractor
agrees to refrain from discrimination against present and prospective
employees for reason of age. In addition, the Contractor agrees to comply with any
implementing requirements FTA may issue.
(c) Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as
amended, 42 U.S.C. § 12112, the Contractor agrees that it will comply with the requirements
of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal
Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630,
pertaining to employment of persons with disabilities. In addition, the Contractor agrees to
comply with any implementing requirements FTA may issue.
(3) The Contractor also agrees to include these requirements in each subcontract financed in
whole or in part with Federal assistance provided by FTA, modified only if necessary to
identify the affected parties.
19. BREACHES AND DISPUTE RESOLUTION
49 CFR Part 18
FTA Circular 4220.1 E
Applicability to Contracts
All contracts in excess of $100,000 shall contain provisions or conditions which will allow for
administrative, contractual, or legal remedies in instances where contractors violate or breach
contract terms, and provide for such sanctions and penalties as may be appropriate. This may
include provisions for bonding, penalties for late or inadequate performance, retained earnings,
liquidated damages or other appropriate measures.
Flow Down
The Breaches and Dispute Resolutions requirements flow down to all tiers.
Model Clauses/Language
FTA does not prescribe the form or content of such provisions. What provisions are developed
will depend on the circumstances and the type of contract. Recipients should consult legal
counsel in developing appropriate clauses. The following clauses are examples of provisions
from various FTA third party contracts.
19 Aller•Lingle -Massey Architects P.C.
Disputes - Disputes arising in the performance of this Contract which are not resolved by
agreement of the parties shall be decided in writing by the authorized representative of
(Recipient)'s [title of employee]. This decision shall be final and conclusive unless within [ten
(10)] days from the date of receipt of its copy, the Contractor mails or otherwise furnishes a
written appeal to the [title of employee]. In connection with any such appeal, the Contractor
shall be afforded an opportunity to be heard and to offer evidence in support of its position.
The decision of the [title of employee] shall be binding upon the Contractor and the Contractor
shall abide be the decision.
Performance During Dispute - Unless otherwise directed by (Recipient), Contractor shall
continue performance under this Contract while matters in dispute are being resolved.
Claims for Damages - Should either party to the Contract suffer injury or damage to person or
property because of any act or omission of the party or of any of his employees, agents or
others for whose acts he is legally liable, a claim for damages therefor shall be made in writing
to such other party within a reasonable time after the first observance of such injury of
damage.
Remedies - Unless this contract provides otherwise, all claims, counterclaims, disputes and
other matters in question between the (Recipient) and the Contractor arising out of or relating
to this agreement or its breach will be decided by arbitration if the parties mutually agree, or in
a court of competent jurisdiction within the State in which the (Recipient) is located.
Rights and Remedies - The duties and obligations imposed by the Contract Documents and the
rights and remedies available thereunder shall be in addition to and not a limitation of any
duties, obligations, rights and remedies otherwise imposed or available by law. No action or
failure to act by the (Recipient), (Architect) or Contractor shall constitute a waiver of any right
or duty afforded any of them under the Contract, nor shall any such action or failure to act
constitute an approval of or acquiescence in any breach thereunder, except as may be
specifically agreed in writing.
20. PATENT AND RIGHTS IN DATA
37 CFR Part 401
49 CFR Parts 18 and 19
Applicability to Contracts
Patent and rights in data requirements for federally assisted projects ONLY apply to research
projects in which FTA finances the purpose of the grant is to finance the development of a
product or information. These patent and data rights requirements do not apply to capital
projects or operating projects, even though a small portion of the sales price may cover the
cost of product development or writing the user's manual.
Flow Down
The Patent and Rights in Data requirements apply to all contractors and their contracts at
every tier.
Model Clause/Language
The FTA patent clause is substantially similar to the text of 49 C.F.R. Part 19, Appendix A,
Section 5, but the rights in data clause reflects FTA objectives. For patent rights, FTA is
20 Aller•Lingle-Massey Architects P.C.
governed by Federal law and regulation. For data rights, the text on copyrights is insufficient
to meet FTA's purposes for awarding research grants. This model clause, with larger rights as
a standard, is proposed with the understanding that this standard could be modified to FTA's
needs.
CONTRACTS INVOLVING EXPERIMENTAL, DEVELOPMENTAL, OR RESEARCH WORK.
A. Rights in Data - This following requirements apply to each contract involving experimental,
developmental or research work:
(1) The term "subject data" used in this clause means recorded information, whether or not
copyrighted, that is delivered or specified to be delivered under the contract. The term
includes graphic or pictorial delineation in media such as drawings or photographs; text in
specifications or related performance or design -type documents; machine forms such as
punched cards, magnetic tape, or computer memory printouts; and information retained in
computer memory. Examples include, but are not limited to: computer software, engineering
drawings and associated lists, specifications, standards, process sheets, manuals, technical
reports, catalog item identifications, and related information. The term "subject data" does not
include financial reports, cost analyses, and similar information incidental to contract
administration.
(2) The following restrictions apply to all subject data first produced in the performance of the
contract to which this Attachment has been added:
(a) Except for its own internal use, the Purchaser or Contractor may not publish or reproduce
subject data in whole or in part, or in any manner or form, nor may the Purchaser or Contractor
authorize others to do so, without the written consent of the Federal Government, until such
time as the Federal Government may have either released or approved the release of such data
to the public; this restriction on publication, however, does not apply to any contract with an
academic institution.
(b) In accordance with 49 C.F.R. § 18.34 and 49 C.F.R. § 19.36, the Federal Government
reserves a royalty -free, non-exclusive and irrevocable license to reproduce, publish, or
otherwise use, and to authorize others to use, for "Federal Government purposes," any subject
data or copyright described in subsections (2)(b)1 and (2)(b)2 of this clause below. As used in
the previous sentence, "for Federal Government purposes," means use only for the direct
purposes of the Federal Government. Without the copyright owner's consent, the Federal
Government may not extend its Federal license to any other party.
1 . Any subject data developed under that contract, whether or not a copyright has been
obtained; and
2. Any rights of copyright purchased by the Purchaser or Contractor using Federal assistance
in whole or in part provided by FTA.
(c) When FTA awards Federal assistance for experimental, developmental, or research work, it
is FTA's general intention to increase transportation knowledge available to the public, rather
than to restrict the benefits resulting from the work to participants in that work. Therefore,
unless FTA determines otherwise, the Purchaser and the Contractor performing experimental,
developmental, or research work required by the underlying contract to which this Attachment
is added agrees to permit FTA to make available to the public, either FTA's license in the
copyright to any subject data developed in the course of that contract, or a copy of the subject
data first produced under the contract for which a copyright has not been obtained. If the
21 Alter- Lingle -Massey Architects P.C.
experimental, developmental, or research work, which is the subject of the underlying
contract, is not completed for any reason whatsoever, all data developed under that contract
shall become subject data as defined in subsection (a) of this clause and shall be delivered as
the Federal Government may direct. This subsection (c) , however, does not apply to
adaptations of automatic data processing equipment or programs for the Purchaser or
Contractor's use whose costs are financed in whole or in part with Federal assistance provided
by FTA for transportation capital projects.
(d) Unless prohibited by state law, upon request by the Federal Government, the Purchaser and
the Contractor agree to indemnify, save, and hold harmless the Federal Government, its
officers, agents, and employees acting within the scope of their official duties against any
liability, including costs and expenses, resulting from any willful or intentional violation by the
Purchaser or Contractor of proprietary rights, copyrights, or right of privacy, arising out of the
publication, translation, reproduction, delivery, use, or disposition of any data furnished under
that contract. Neither the Purchaser nor the Contractor shall be required to indemnify the
Federal Government for any such liability arising out of the wrongful act of any employee,
official, or agents of the Federal Government.
(e) Nothing contained in this clause on rights in data shall imply a license to the Federal
Government under any patent or be construed as affecting the scope of any license or other
right otherwise granted to the Federal Government under any patent.
(f) Data developed by the Purchaser or Contractor and financed entirely without using Federal
assistance provided by the Federal Government that has been incorporated into work required
by the underlying contract to which this Attachment has been added is exempt from the
requirements of subsections (b), (c), and (d) of this clause, provided that the Purchaser or
Contractor identifies that data in writing at the time of delivery of the contract work.
(g) Unless FTA determines otherwise, the Contractor agrees to include these requirements in
each subcontract for experimental, developmental, or research work financed in whole or in
part with Federal assistance provided by FTA.
(3) Unless the Federal Government later makes a contrary determination in writing, irrespective
of the Contractor's status (i.e., a large business, small business, state government or state
instrumentality, local government, nonprofit organization, institution of higher education,
individual, etc.), the Purchaser and the Contractor agree to take the necessary actions to
provide, through FTA, those rights in that invention due the Federal Government as described
in
U.S. Department of Commerce regulations, "Rights to Inventions Made by Nonprofit
Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative
Agreements," 37 C.F.R. Part 401.
(4) The Contractor also agrees to include these requirements in each subcontract for
experimental, developmental, or research work financed in whole or in part with Federal
assistance provided by FTA.
B. Patent Rights - The following requirements apply to each contract involving experimental,
developmental, or research work:
(1) General - If any invention, improvement, or discovery is conceived or first actually reduced
to practice in the course of or under the contract to which this Attachment has been added,
and that invention, improvement, or discovery is patentable under the laws of the United
States of America or any foreign country, the Purchaser and Contractor agree to take actions
22 Aller•Lingle -Massey Architects P.C.
necessary to provide immediate notice and a detailed report to the party at a higher tier until
FTA is ultimately notified.
(2) Unless the Federal Government later makes a contrary determination in writing, irrespective
of the Contractor's status (a large business, small business, state government or state
instrumentality, local government, nonprofit organization, institution of higher education,
individual), the Purchaser and the Contractor agree to take the necessary actions to provide,
through FTA, those rights in that invention due the Federal Government as described in U.S.
Department of Commerce regulations, "Rights to Inventions Made by Nonprofit Organizations
and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,"
37 C.F.R. Part 401.
(3) The Contractor also agrees to include the requirements of this clause in each subcontract
for experimental, developmental, or research work financed in whole or in part with Federal
assistance provided by FTA.
21. DISADVANTAGED BUSINESS ENTERPRISE (DBE)
49 CFR Part 26
Background and Applicabilitv
The newest version on the Department of Transportation's Disadvantaged Business Enterprise
(DBE) program became effective July 16, 2003. The rule provides guidance to grantees on the
use of overall and contract goals, requirement to include DBE provisions in subcontracts,
evaluating DBE participation where specific contract goals have been set, reporting
requirements, and replacement of DBE subcontractors. Additionally, the DBE program dictates
payment terms and conditions (including limitations on retainage) applicable to all
subcontractors regardless of whether they are DBE firms or not.
The DBE program applies to all DOT -assisted contracting activities. A formal clause such as
that below must be included in all contracts above the micro -purchase level. The requirements
of clause subsection b flow down to subcontracts.
A substantial change to the payment provisions in this newest version of Part 26 concerns
retainage (see section 26.29). Grantee choices concerning retainage should be reflected in
the language choices in clause subsection Cl.
Clause Language
The following clause language is suggested, not mandatory. It incorporates the payment terms
and conditions applicable to all subcontractors based in Part 26 as well as those related only to
DBE subcontractors. The suggested language allows for the options available to grantees
concerning retainage, specific contract goals, and evaluation of DBE subcontracting
participation when specific contract goals have been established.
Disadvantaged Business Enterprises
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 _ %. A separate
contract goal [of _ % DBE participation has] [has not] been established for this procurement.
23 Atler•Lingle•Massey Architects P.C.
agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal
representatives, successors and assigns of said parties.
15. Law/Severability. The laws of the State of Colorado shall govern the construction,
interpretation, execution and enforcement of this Agreement. In the event any provision of this
Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, such
holding shall not invalidate or render unenforceable any other provision of this Agreement.
17. Prohibition Against Employing Illegal Aliens. Pursuant to Section 8-17.5-101,
C.R.S., et. seq., Professional represents and agrees that:
a. As of the date of this Agreement:
Professional does not knowingly employ or contract with an illegal alien
who will perform work under this Agreement; and
2. Professional will participate in either the e-Verify program created in
Public Law 208, 104th Congress, as amended, and expanded in Public Law 156,
108th Congress, as amended, administered by the United States Department of
Homeland Security (the "e-Verify Program") or the Department Program (the
"Department Program"), an employment verification program established
pursuant to Section 8-17.5-102(5)(c) C.R.S. in order to confirm the employment
eligibility of all newly hired employees to perform work under this Agreement.
b. Professional shall not knowingly employ or contract with an illegal alien to perform
work under this Agreement or knowingly enter into a contract with a subcontractor that
knowingly employs or contracts with an illegal alien to perform work under this
Agreement.
C. Professional is prohibited from using the e-Verify Program or Department
Program procedures to undertake pre -employment screening of job applicants while this
Agreement is being performed.
d. If Professional obtains actual knowledge that a subcontractor performing work
under this Agreement knowingly employs or contracts with an illegal alien, Professional
shall:
1. Notify such subcontractor and the City within three days that Professional
has actual knowledge that the subcontractor is employing or contracting with an
illegal alien; and
Standard Professional Services Agreement- rev07/09
5
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 {insert agency name} deems
appropriate. Each subcontract the contractor signs with a subcontractor must include the
assurance in this paragraph (see 49 CFR 26.13(b)).
c. {lf a separate contract goal has been established, use the following) Bidders/offerors are
required to document sufficient DBE participation to meet these goals or, alternatively,
document adequate good faith efforts to do so, as provided for in 49 CFR 26.53. Award of
this contract is conditioned on submission of the following [concurrent with and accompanying
sealed bid] [concurrent with and accompanying an initial proposal] [prior to award]:
The names and addresses of DBE firms that will participate in this contract;
2. A description of the work each DBE will perform;
3. The dollar amount of the participation of each DBE firm participating;
4. Written documentation of the bidder/offeror's commitment to use a DBE subcontractor
whose participation it submits to meet the contract goal;
5. Written confirmation from the DBE that it is participating in the contract as provided in
the prime contractor's commitment; and
6. If the contract goal is not met, evidence of good faith efforts to do so.
[Bidders][Off erors] must present the information required above [as a matter of
responsiveness] [with initial proposals] [prior to contract award] (see 49 CFR 26.53(3)).
{lf no separate contract goal has been established, use the following} The successful
bidder/offeror will be required to report its DBE participation obtained through race -neutral
means throughout the period of performance.
d. 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 {insert agency name}. In addition, [the contractor may not
hold retainage from its subcontractors.] [is required to return any retainage payments to those
subcontractors within 30 days after the subcontractor's work related to this contract is
satisfactorily completed.] [is required to return any retainage payments to those subcontractors
within 30 days after incremental acceptance of the subcontractor's work by the {insert agency
name} and contractor's receipt of the partial retainage payment related to the subcontractor's
work.]
e. The contractor must promptly notify {insert agency name}, 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 {insert
agency name}.
24 Aller•Lingle -Massey Architects P.C.
22. [ RESERVED l
23. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS
FTA Circular 4220.1 E
Applicability to Contracts
The incorporation of FTA terms applies to all contracts.
Flow Down
The incorporation of FTA terms has unlimited flow down.
Model Clause/Language
FTA has developed the following incorporation of terms language:
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 E, 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 (name of grantee) requests
which would cause (name of grantee) to be in violation of the FTA terms and conditions.
25 Aller•Lingle-Massey Architects P.C.
2. Terminate the subcontract with the subcontractor if within three days of
receiving the notice required pursuant to this section the subcontractor does not
cease employing or contracting with the illegal alien; except that Professional
shall not terminate the contract with the subcontractor if during such three days
the subcontractor provides information to establish that the subcontractor has not
knowingly employed or contracted with an illegal alien.
e. Professional shall comply with any reasonable request by the Colorado
Department of Labor and Employment (the "Department") made in the course of an
investigation that the Department undertakes or is undertaking pursuant to the authority
established in Subsection 8-17.5-102 (5), C.R.S.
f. If Professional violates any provision of this Agreement pertaining to the duties
imposed by Subsection 8-17.5-102, C.R.S. the City may terminate this Agreement. If this
Agreement is so terminated, Professional shall be liable for actual and consequential
damages to the City arising out of Professional's violation of Subsection 8-17.5-102,
C.R.S.
g. The City will notify the Office of the Secretary of State if Professional violates this
provision of this Agreement and the City terminates the Agreement for such breach.
18. Amendment 54. To the extent that this Agreement may constitute a
"sole source government contract" within the meaning of Section 2(14.4) of Article XXVIII
of the constitution of the State of Colorado, about which the City makes no representation,
Section 15 of said Article XXVIII, which reads as follows, is hereby incorporated into this
Agreement and made a part hereof:
a. Section 15. Because of a presumption of impropriety between
contributions to any campaign and sole source government contracts, contract holders
shall contractually agree, for the duration of the contract and for two years thereafter, to
cease making, causing to be made, or inducing by any means, a contribution, directly or
indirectly, on behalf of the contract holder or on behalf of his or her immediate family
member and for the benefit of any political party or for the benefit of any candidate for any
elected office of the state (of Colorado) or any of its political subdivisions.
Standard Professional Services Agreement- rev07/09
6
19. Special Provisions. Special provisions or conditions relating to the services to be
performed pursuant to this Agreement are set forth in Exhibit "E", Federal Requirements, consisting
of twenty five (25) pages, attached hereto and incorporated herein by this reference.
Standard Professional Services Agreement- rev07/09
7
THE CITY OF FORT COLLINS, COLORA O
OF Fe,,' 0
J • rP James B. O'Neill II, CPPO, FNIGP
• (p;,�, rTirector of Purchasing & Risk Management
• DATE:
ATTE,S,T: 0
City Clerk
AP WAD AS T
Ass
Aller • Lingle • Massey Architects P.C.
•
CORPORATE PRESIDENT OR VICE PRESIDENT
-Awl (Corporate Sea[)
• •• - ,S- /
Standard Professional Services Agreement- rev07/09
EXHIBIT A
SCOPE OF SERVICES
PROJECT APPROACH
Aller.Lingle.Massey Architects P.C.
In response to your Request for Proposal and the scoping
meeting of May 21, 2009, we propose the following
Project Approach:
PHASE 1 - PROGRAMMING AND SITE DESIGN
1.1 Initial Scope Meeting
Alter. Lingle -Massey Architects P.C. will meet with the
City's Mason Corridor and Operations Services project
managers to confirm the scope of work for the design
contract. Based upon this meeting, we will develop a
fee proposal to cover the entire scope of work and
submit to the City for approval.
Note: As requested, all professional time and fees
between transit related improvements and park/ride
improvements will be tracked separately.
1.2 Base Data Acquisition
Base site data will be obtained and confirmed, including
a base map of the site, aerial maps, and any existing
boundary and topographic survey data of the immediate
project area. Any previous work that has been
completed for the project, such as the Mason Corridor
Master Plan and 30% complete engineering design
documents, environmental assessments, etc., shall be
obtained and reviewed.
We will acquire BRT and standard bus specifications from
Transfort for use in the site design and transit planning.
1.3 Geotechnical Data
Yeh and Associates Inc., the geotechnical engineering
consultant, will take 8-10 soils boring samples at the site
of the proposed South Transit Center building, shelters,
parking areas and drives, with a soils report prepared
with foundation and pavement design recommendations.
The exact locations for the borings will be determined
after completion of the conceptual site design. Building/
shelter borings are assumed to be 15-20' in depth, with
pavement borings at 5' deep.
1.4 Topographic Survey
King Surveyors Inc. shall prepare a complete topographic
survey for the site, including property boundaries,
existing buildings, streets, drives, parking areas, rights-
of -way and easements, underground and overhead
utilities, trees, landscaping and other site improvements.
Since the property is not platted, King Surveyors Inc. will
prepare a boundary survey as needed for a 1-lot
subdivision plat.
1.5 Review Regulations
The design team will research issues related to
development of the project, including traffic, drainage
patterns, availability and capacity of site utilities. We
will initiate meetings or discussions with the City of Fort
Collins to determine their requirements for development
of the site, including street infrastructure, utility
services, fire protection, landscaping and open space,
life safety and site handicapped accessibility issues.
1.6 Schedule
We will prepare and periodically update a design and
construction schedule to assure the project progresses
efficiently toward completion.
1.7 Program Verification
Aller•Lingle -Massey Architects P.C. and BHA Design, Inc.
will meet with the City's Mason Corridor and Operations
Services project managers, and Transfort, Transportation
Planning and Engineering staffs as appropriate, to discuss
the vision for the project, to establish the parameters
for the design phase and to more clearly define the
building and site design features required. Basic
programmatic requirements will be confirmed, and major
design components discussed to ensure a clear
understanding of the program.
1.8 Establish Project Design Committee
A project design committee may be formed from this
group to work with the design team through the balance
of the project.
1.9 Existing Site Assessment
Concurrent with this process, BHA Design, Inc. shall
create a site assessment, evaluating aspects such as
topography, vehicular and pedestrian access, surrounding
development, natural features, existing trees and
vegetation, access to sunlight, exposure to wind, views
and other site context issues.
Aller•Lingle -Massey Architects P.C.