HomeMy WebLinkAbout131294 ROBERT TULLY - PURCHASE ORDER - 9100475PURCHASE ORDER PO Number Page
City Of7 00475 1 of z
Fortrt I Collins This number must appear
on all invoices, packing
slips and labels.
Date: 07/12/2011
Vendor: 131294
ROBERT TULLY
733 MCKINLEY AVE
LOUISVILLE Colorado 80027-1931
Ship To: TRANSPORTATION PLANNING &
281 NORTH COLLEGE
FORT COLLLINS Colorado 80524
Delivery Date: 01/21/2010 Buyer: JAMES O'NEILL
Note:
Line Description Quantity UOM Unit Price Extended
Ordered Price
3 Design services for Mason
Change Order No. 2
1 LOT EA
Total
Invoice Address:
City of Fort Collins Director of Purchasing and Risk Management
This order is not valid over $5000 unless signed by James B. O'Neill II, CPPO City of Fort Collins
City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Accounting Department
Phone:970-221-6775 Fax: 970-221-6707 Email:purchasing@fcgov.com PO Box 580
Fort Collins, CO 80522-0580
c. The contractor is required to pay its subcontractors performing work related to this
contract for satisfactory performance of that work no later than 30 days after the
contractors receipt of payment for that work from the City of Fort Collins. in addition,
is required to return any retainage payments to those subcontractors within 30
days after incremental acceptance of the subcontractor's work by the City of Fort
Collins and contractor's receipt of the partial retainage payment related to the
subcontractor's work.
d. The contractor must promptly notify City of Fort Collins whenever a DBE
subcontractor performing work related to this contract is terminated or fails to complete
its work, and must make good faith efforts to engage another DBE subcontractor to
perform at least the same amount of work. The contractor may not terminate any DBE
subcontractor and perform that work through its own forces or those of an affiliate without
prior written consent of City of Fort Collins.
8. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION IFTA) TERMS
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.
9. GOVERNMENT -WIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT
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.
10. ENERGY CONSERVATION REQUIREMENTS
Energy Conservation - The contractor agrees to comply with mandatory standards and policies
relating to energy efficiency which are contained in the state energy conservation plan issued in
compliance with the Energy Policy and Conservation Act.
Ovyof
�.Fort� C�1=5 Independent Cost Estimate
Date of Estimate: 8-Jun-11
Contract Type: T&M
Ezisdng Contract Or PO (YIN): Y
Description of Goods (A) or Services (e): B
Provide final design for the BRT APP aspect of the project. APP final design includes production of Wind Screen Art for
B screens, BRT intersection Beacon, Station Light Posts and the South Transit Centers stone panels. As Artists rates
vary 1 am utilizing previous estimates from Robert's for his rates. As Robert was our selected Artist though the initial
procurement process it is in the projects best interest we continue to utilize his services to complete his designs as his
original contract was for concept design/art only. APP frabincafion will be in a separate CO.
I have obtained the following estimate from;
Published Price List / Past Pricing (dale)
Engineering or Technical Estimate (pedonned by)
Independent Third Party Estimate (performed by)
Other (specify)
Cost Estimate Details:
(Estimate calculated in US Dollars)
Cost of Services, Repairs, or Nonstandard Items
Ilem/fask:
Matenals or Work Description
Other Direct
Costs
Labor
Rare ($)
Labor
Hours
Labor
Class
Allocated
Overhead
SG&A'
Profit
TOTAL
Finialize Wmdsrreen Arta
$ 50.00
40
$ 2,000.00
Finialize Beacon An
$ 50.00
20
$ 1,000.00
Finialize Light Post Art(Artist)
$ 50.00
20
It 1,000.00
Light Post Design (subs
Structural and Electrical)
$ 1.000.00
$ 1,000.00
Finialize STC Stone Panels
$ 50.00
80
$ 4.000.00
Total
$ 9,000.00
�'� '6eutp, GansN eNMmYYstrewe Eye�es
Signature of Prepares
Page 1 of I
Jim O'Neill
From: Terry Tyrrell
Sent: Wednesday, June 08, 2011 9:33 AM
To: John Stephen
Cc: Jim O'Neill; Erika Keeton; Helen Migchelbrink; Ellen Martin; Sandy O'Brien; Terry Tyrrell
Subject: MAX BRT - Final Design of APP Change Order
Attachments: ICE-APP Final Design 6-8-11.pdf; R Tully Scope of work- Final Design APP.docx
John,
Enclosed with this email please find the Scope of Work prepared by Robert Tully our Art In Public Places (APP)
artist change order for final design effort. I have prepared an Independent Cost Estimate (ICE), which is also
enclosed with this email. My ICE and the Artist's fee are roughly equal and based on my experience with Robert
my understanding of what the scope entails for him to complete this work, his estimate is reasonable. As Robert
was originally scoped to do concept design, this change order will allow him to finish his work so that we can
incorporate these APP elements into the final design documents.
Based on my experience, I believe the requested Change Order for the amount of $8,600.00 is reasonable for the
remaining work regarding APP. As such, I recommend approval of this fee estimate. The construction and
fabrication portion of this scope/fee request will be processed in a separate change order.
Regards,
Terry Tyrrell, PE
Mason Corridor Consultant Project Manager
281 North College Avenue
PO Box 580
Fort Collins, CO 80522-0580
Fort Collins: 970.672.6949
Denver: 303.229.9377
07/11/2011
Memo to File:
RE: Sole Source Justification:
Change Order w Robert Tully
This additional work is beyond the original scope of work. This artist is uniquely qualified to carry out this
additional work as it is creative in nature and he was chosen by a competitive process to be the creative
design influence in the project.
Sole Source. When the recipient requires an existing contractor to make a change to its contract that is
beyond the scope of that contract, the recipient has made a sole source award that must be justified.
1 Unique Capability or Availability. The property or services are available from one source if one of the
conditions described below is present:
a. Unique or Innovative Concept. The offeror demonstrates a unique or innovative concept
or capability not available from another source. Unique or innovative concept means a
new, novel, or changed concept, approach, or method that is the product of original
thinking, the details of which are kept confidential or are patented or copyrighted, and is
available to the recipient only from one source and has not in the past been available to
the recipient from another source.
Approved: Jim O'Neill 6/15/ Gk
Excluded Parties List System
Page 1 of 1
Search - Current Exclusions
> Advanced Search
> Multiple Names
> Exact Name and SSN/TIN
> MyEPLS
> Recent Updates
> Browse All Records
View Cause and Treatment Code
Descriptions
> Reciprocal Codes
> Procurement Codes
> Nonprocurement Codes
Agency & Acronym Information
> Agency Contacts
> Agency Descriptions
> State/Country Code Descriptions
OFFICIAL GOVERNMENT USE ONLY
> Debar Maintenance
> Administration
> Upload Login
Excl i&A Panties; Li'sitSyst€
Search Results for Parties
Excluded by
Individual : robert Willy I
As of 11Ju1-2011 7:07 PM EDT !
Save to MyEPLS
Your search returned no results.
I
!
Back New Search Printer -Friendly
Resources
> Search Help
> Advanced Search Tips
> Public User's Manual
>FAO
> Acronyms
> Privacy Act Provisions
> News
System for Award Management
> (SAM)
Reports
> Advanced Reports
> Recent Updates
> Dashboard
Archive Search - Past Exclusions
> Advanced Archive Search
> Multiple Names
> Recent Updates
> Browse All Records
Contact Information
> For Help: Federal Service Desk
https://www.epls.gov/epls/search.do 07/11/2011
Purchase Order Terms and Conditions
Page 2 of 2
I. COMMERCIAL DETAILS.
Tax exemptions. By statute the City of Fan Collins is exempt burro state and local taxes. Our Exemption Number is 11. NONWAIVER.
98b4502. Fed.) Excise Tax Exemption Certificate of Registry 84-6000587 is registered with the Collector of Failure of the Purchaser to insist upon strict performance of the terms and conditions hereof, failure or delay to
Internal Revenue, Denver, Colorado (Ref. Colorado Revised Semites 1973. Chapter 39-26. 114 (a), exercise any rights or remedies provided herein or by law, failure to promptly notify the Seller in the event of a
breach, the acceptance of or payment for goods hereunder or approval ofthe design, shall not release the Seller of
Goods Rejected. GOODS REJECTED due to failure to meet specifications, either when shipped or due to defects of any of the waramies or obligations of this purchase order and shall not be deemed a waiver of any right of the
damage in transit, may be returned to you fur credit and am not to be replaced except upon receipt of written purchaser to insist upon strict performance hereofor any of its rights or remedies as to any such goods, regardless
instructions from the City of Fort Collins. of when shipped, received or accepted, as to any poor or subsequent default hereunder, nor shall any purported
and modification or rescission of this purchase order by the Purchaser operate as a waiver of any of the terms
Inspection. GOODS arc subject to the City of Fort Collins inspection on arrival. hereof.
Final Acceptance Receipt of the merchandise, services or equipment in response to this order can result in 12. ASSIGNMENT OF ANTITRUST CLAIMS.
authorized payment on the pan of the City of Fort Collins. However, it is to be understood that FINAL Seller and the Purchaser recognize that in actual economic practice, overcharges resulting from antitrust
ACCEPTANCE is dependent upon completion ofall applicable required inspection procedures. violations are in fact home by the Purchaser. Theretofore, for good cause and as consideration for executing this
purchase order, the Seller hereby assigns to the Purchaser any and all claims it may now have or hereafter
Freight Terms. Shipments must be F.O.B., City of Fan Collins, 700 Wood St., Fort Collins, CO 80522, unless acquired under federal or state antitrust Imes for such overcharges relating to the particular goods or services
otherwise specified on this order. If permission is given to prepay freight and charge separately, the original freight purchased or acquired by the Purchaser pursuant to this purchase order.
bill most accompany invoice. Additional charges for packing will not be accepted.
13. PURCHASERS PERFORMANCE OF SELLERS OBLIGATIONS.
Shipment Distance. Where manufacturers have distributing points in various parrs of the country, shipment is If the Purchaser directs the Seller to cancer nonconforming or defective goods by a date to be agreed upon by the
expected from the nearest distribution point to destination, and excess freight will be deducted from Invoice when Purchaser and the Seller, and the Seller thereafter indicates its inability or unwillingness to comply, the Purchaser
shipments arc made fmm greater distance. may cause the work to be performed by the most expeditious means available to it, and the Seller shall pay all
costs assex imal with such work.
Permits. Seller shall procure at sellers sole cost all necessary permits, certificates and iterates required by all
applicable laws, regulations, ordinances and rules of the stare, municipality, territory or political subdivision where
the work is performed, or required by any other duly constituted public authority having jurisdiction over the work
of vendor. Seller further agrees to hold the City of Fort Collins harmless from and against all liability and loss
incurred by them by reason of an asserted or established violation of any such laws, regulations, ordinances, rules
and requirements.
Authoomtion. All parties to this contract agree that the representatives are, in fan, bona fide and possess full and
complete authority to bind said parties.
LIMITATION OF TERMS. This Purchase Order expressly limits acceptance to the terms and conditions stated
herein set forth and any supplementary or additional terns and conditions annexed hereto or incorporated herein by
reference. Any additional or different terns and conditions proposal by seller are objected to and hereby rejected.
2. DELIVERY.
PLEASE ADVISE PURCHASING AGENT immediately if you cannot make complete shipment to arrive on your
promised delivery date as noted. Time is ofthe essence. Delivery and pMormance most be effected within the time
stated on the purchase order and the documents attached hereto. No acts of the Purchasers including, without
limitation, acceptance ofpanial late deliveries, shall operate as a waiver ofthis provision. In the event of any delay,
the Purchaser shall have, in addition to other legal and equitable remedies, the option ofplacing this order elsewhere
and holding the Sella liable for damages. However, the Sella shall not be liable for damages as a result of delays
due to causes at reasonably foreseeable which am beyond its reasonable control and without its fault of negligence.
such acts of God, act, ofcivil or military authorities, governmental priorities, rims, stokes, flood, epidemics, wars or
riots pmvided that notice of the conditions causing such delay is given to the Purchaser within five (5) days of the
time when the Seller first received knowledge thereof. In the event of any such delay, the date of delivery shall be
extended for the period equal to the time actually lost by reason ofthe delay.
3. WARRANTY.
The Seller warrants that all goods, articles, materials and work covered by this order will conform with applicable
drawings, specifications, samples and/or other descriptions given, will be fit for the purposes intended, and
performed with the highest degree of care and competence in accordance with accepted standards for work of a
similar nature. The Seller agrees to hold the purchaser harmless from any loss, damage or expense which the
Purchaser may suffer or incur on account of the Sellers breach of warranty. The Seller shall replace, repair or make
good, without cost to the purchaser, any defects or fault arising within one (1) year or within such longer period of
time as may be prescribed by law or by the terms ofany applicable warranty provided by the Seller after the date of
acceptance of the goods Furnished hereunder (accep amcc not to be unreasonably delayed), resulting from imperfect
or defective work done or materials famished by the Seller. Acceptance or use of goods by the Purchaser shall not
constitute is waiver of any claim under this wamanty. Except as otherwise provided in this purchase order, the Sellers
liability hereunder shall extend to all damages proximately caused by the breach of any of the foregoing warranties
or guarantees, but such liability shall in no event include loss of profits or loss of use. NO IMPLIED WARRANTY
OR MERCHANTABILITY OR OF FITNESS FOR PURPOSE SHALL APPLY.
4. CHANGES IN LEGAL TERMS.
The Purchaser may make changes to legal terms by written change order.
5. CHANGES IN COMMERCIAL TERMS.
The Purchaser may make any changes to the terms, other than legal terms, including additions to or deletions from
the quantities originally ordered in the specifications or drawings, by verbal or women change order. If any such
change affects the amount due or the time ofpMormancc hereunder. an equitable adjustment shall be made.
6. TERMINATIONS.
The Purchaser may at any time by written change order, terminate this agreement as to any or all pontoon of the
goods then not shipped, subject to any equitable adjustment between the panics as to any work or materials then in
progress provided that the Purchaser shall not be liable for any claims for anticipated profits on the uncompleted
portion of the goods and/or work, for incidental or consequential damages, and that no such adjustment be made in
favor of the Sella with respect to any goods which arc the Sellers standard stock. No such termination shall relieve
the Purchaser or the Seller of any of their obligations as to any goods delivered hereunder.
7. CLAIMS FOR ADJUSTMENT.
Any claim for adjustment most be asserted within thirty (30) days from the date the change or termination is
ordered.
8. COMPLIANCE WITH LAW.
The Seller warrants that all goods sold hereunder shall have been produced, sold, delivered and furnished in strict
compliance with all applicable laws and regulations to which the goods are subject. The Sella shall execute and
deliver such documents as may be required to effect or evidence compliance. All laws and regulations required to be
incorporated in agreements of this character arc hereby incorporated herein by this reference. The Seller agrees to
indemnify and hold the Purchaser harmless from all costs and damages suffered by the Purchaser as a result of the
Scllcrs failure to comply with such law.
9. ASSIGNMENT.
Neither parry shall assign, transfer. or convey this order, or any monies due or to become due hereunder without the
poor written consent of the other party.
10. TITLE.
The Seller warrants full, clear and unrestricted title to the Purchaser for all equipment, materials, and items furnished
in performance of this agreement, free and clear of any and all liens, restrictions, reservations, security interest
encumbrances and claims of others.
The Seller shall release the Purchaser and its contractors of any tier from all liability and claims of any nature
resulting from the performance of such work.
This release shall apply even in the event of fault of negligence of the parry released and shall extend to the
directors, officers and employees ofsuch party.
The Sellers contractual obligations, including warranty, shall not be deemed to be reduced, in any way, because
such work is performed or caused to be performed by the Purchaser.
14. PATENTS.
Whenever the Seller is required to use any design, device, material or process covered by letter, patent, trademark
or copyright, the Seller shall indemnify and save harmless the Purchaser from any and all claims for infringement
by reason of the use of such patented design, device, material or process in connection with the contract, and
shall indemnify the Purchaser for any cost, expense or damage which it may be obliged to pay by reason of such
infringement at any time during the prosecution or after the completion of the work. In case said equipment, or
any pan thereof or the intended use of the goods. is in such suit held to constitute infringement and the use of
said equipment or pan is enjoined, the Seller shall, at its own expense and at its option, either procure for the
Purchaser the right to continue using said equipment or parts, replace the same with substantially equal but
noninfringing equipment, or modify it so it becomes nuninfringing.
15. INSOLVENCY.
If the Seller shall become insolvent or bankrupt, make an assignment for the benefit of creditors, appoint a
receiver or trustee for any of the Sellers property or business, this order may forthwith be canceled by the
Purchaser without liability.
16. GOVERNING LAW.
The definitions ofterms used or the interpretation ofthe agreement and the rights ofall panics hereunder shell be
construed under and governed by the laws oftbe State of Colomdo, USA.
The following Additional Conditions apply only in cases where the Seller is to perform work hereunder.
including the services of Sellers Represcatative(sl. on the premises ofothers.
17. SELLERS RESPONSIBILITY.
The Seller shall carry on said work at Seller's own risk until the same is fully completed and accepted, and shall,
in case of any accident. destruction or injury to the work and/or materials before Seller's final completion and
acceptance, complete the work at Settees own expense and to the satisfaction of the Purchaser. When materials
and equipment are famished by others for installation or cration by the Seller, the Seller shall receive, unload
store and handle same at the site and become responsible therefor as though such materials and/or equipment
were being fumished by the Seller under the order.
19. INSURANCE.
The Seller shall, at his own expense, provide for the payment ofworkax compensation, including occupational
disease benefits, to its employees employed on or in connection with the work covered by this purchase order,
and/or to their dependents in accordance with the laws of the state in which the work is to be done. The Seller
shall also carry comprehensive general liability including but not limited to, contractual and automobile public
liability insurance with bodily injury and death limits of rot least S304000 for any one person. S500.r810 for any
one accident and property damage limit per accident of $400.000. The Seller shall likewise require his
contractors, if any, to provide for such compensation and insurance. Before any ofthe Scllcrs or his contractors
employees shall do any work upon the promises of others, the Seller shall furnish the Purchaser with a certificate
that such compensation and insurance have been provided. Such certificates shall specify the date when such
compensation and insurance have been provided Such certificates shall specify the date when such compensation
and insurance expires. The Seller agrees that such compensation and insurance shall be maintained until after the
entire work is completed and accepted.
19. PROTECTION AGAINST ACCIDENTS AND DAMAGES.
The Seller hereby assumes the entire responsibility and liability for any and all damage. loss or injury ofany kind
or nature who use,er to persons or pmpcny caused by or resulting from the execution ofthe work pmvided for in
this purchase order or in connection herewith. The Seller will indemnify and hold harmless the Purchaser and any
or all of the Purchasers officers, agents and employees fmm and against any and all claims, losses, damages.
charges or expenses, whether direct or indirect. and whether to persons or property to which the Purchaser may
be put or subject by reason of any act, action, neglect, omission or default on the pan of the Seller, any of his
contractors, or any of the Sellers or contractors officers, agents or employees. In case any suit or other
proceedings shall be brought against the Purchaser, or its officers, agents or employees at any time on account or
by reason of any act, action, neglect, omission or default of the Seller of any of his contractors or any of its or
their officers, agents or employees as afomsaid, the Seller hereby agrees to assume the defense thereof and to
defend the some at the Sellers awn expense, to pay any and all costs, charges, attorneys fees and other expenses,
any and all judgments that may be incurred by or obtained against the Purchaser or any of its or their omcas,
agents or employees in such suits or other proceedings, and in case judgment or other lien be placed upon or
obtained against the property ofthc Purchaser, or said panics in or as a result ofsuch suits or other praccedings,
the Seller will at once cause the same to be dissolved and discharged by giving bond or otherwise. The Seller and
his contractors shall take all safety precautions, fumish and install all guards necessary for the prevention of
accidents, comply with all laws and regulations with regard to safety including, but without limitation, the
Occupational Safety and Health Act of 1970 and all talcs and regulations issued pursuant thereto.
Revised 03/2010
Excluded Parties List System
Page 1 of 1
Search - Current Exclusions coi�k --I Resources
> Advanced Search
> Multiple Names
> Exact Name and SSN/TIN
> MyEPLS
> Recent Updates
> Browse All Records
View Cause and Treatment Code
Descriptions
> Reciprocal Codes
> Procurement Codes
> Nonprocurement Codes
Agency & Acronym Information
> Agency Contacts
> Agency Descriptions
> State/Country Code Descriptions
OFFICIAL GOVERNMENT USE ONLY
> Debar Maintenance
> Administration
> Upload Login
Results
Search Results for Parties
Excluded by
Firm, Entity, or Vessel : robert tully
As of 11-Jul-2011 7:06 PM EDT
Save to MyEPLS
Your search returned no results.
' I Back New Search Printer -Friendly I
> Search Help
> Advanced Search Tips
> Public Users Manual
>FAQ
> Acronyms
> Privacy Act Provisions
> News
System for Award Management
>(SAM)
Reports
> Advanced Reports
> Recent Updates
> Dashboard
Archive Search - Past Exclusions
> Advanced Archive Search
> Multiple Names
> Recent Updates
> Browse All Records
Contact Information
> For Help: Federal Service Desk
https://www.epls.gov/epls/search.do 07/11/2011
Fort Collins
Planning, Development & Transportation
Engineering
281 Nonh College Avenue
P.O. Box 580
Fort Collins, CO 80522.0580
970.221.6606
970.22 L6378 - tax
rcgov. convOngineenng
CHANGE ORDER FORM
PROJECT TITLE: Mason Corridor BRT Project
PROJECT NUMBER: 400903280
CONTRACTOR: Robert Tully (PO#9100475)
CHANGE ORDER NUMBER: 2
In preparing change orders show in order as separate numbered paragraphs the following:
1. Reason for change. 2. Description of change.
3. Change in contract cost. 4. Change in contract time.
1&2. See attached for reason and description of change. Federal Clauses stated on Pages 1-6 (attached) are
incorporated into the existing contract.
3. The contract cost will increase by $8.600.00
4. There will be no change in contract time.
ORIGINAL CONTRACT COST
$10,000.00
TOTAL APPROVED CHANGE ORDERS
$7,000.00
TOTAL PENDING CHANGE ORDERS
$0.00
TOTAL THIS CHANGE ORDER
$8,600.00
ADJ69TED CONTRACT COST
$25,600.00
(Assuming all change orders approved)
ACCEPTED BY:
DATE: ^• 7-
rAotof a resentatlr
SUBMITTED BY:
DATE:
.r t Mang er)
REVIEWED BY:
DATE:._
(n eer)
APPROVED BY:
-
DATE:
APPROVED BY: DATE:
(Purchasing Agent)
cc: City Clark
Contractor
Putoraeing
Project File
SCOPE OF WORK: BRT Art Design to 100% Drawings, Robert Tully
Windscreen glazing art. The artist will produce the remaining eight conceptual renderings of
each art windscreen. The renderings will be appropriate for presentation showing the station
veneer as well. Earlier renderings of the first four stations will be edited for improvements. The
artist will also provide written specification of the fabrication process to go out to bid and provide
glass samples..
Design 5 hours x 8 panels @ $50
$2000
Edit designs 1 hr x 4 panels @ $50
200
Specify 1 hr. @ $50
50
Present 1 hr @ $50
50
Total
2,300
STC stone panel designs. The artist will produce 32 line drawing designs suitable for
sandblasting with a stencil into granite panels. Half will be representational illustrations of
historic transportation in Fort Collins, the other half would be details of these drawings that have
a more abstract, expressive look. Colors will be called out (the artist will be the one to later
sandblast these designs.)
2 hours x 32 panels @ $50 $3,200
Present to STC team 1_hr @_$50 _ $50
Total $3.250
Beacon. The artist will finish a three dimensional design of this element. He will research lighting
to be installed in the beacon and meet with a structural engineer and electrical consultant for
specification of wiring, fittings, foundation, anchors, and steel thickness. Stamped engineering
CAD drawings suitable for insertion into construction documents will be produced for going out
to bid on this element. The artist will provide specifications for the beacon.
Light Post. Stamped engineering CAD drawing of the foundation and post with electrical line
drawing will be produced. The artist will coordinate this and resolve final design issues relating
to access panels, fittings. City decision will be needed as to sound speakers in the light post
base. The foundation and wiring drawings would be suitable for insertion into construction
drawings.
Final design 5 hours @ $50
250
Meet with engineer, electrical
150
consultant, manage CAD drawing 3
hrs. @ $50
Structural engineering plus CAD
1,800
drawings with necessary detail views
for fabrication of foundations, wiring
and beacon Peak Engineering)
Electrical line drawing
500
Artist reprice costs per engineering
350
and incorporate in scope of work
Total
7W50
TOTAL $8,600
1. NO GOVERNMENT OBLIGATION TO THIRD PARTIES
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
undedying contract, absent the express written consent by the Federal Government, the Federal
Government is not a party to this contract and shall not be subject to any obligations or liabilities
to the Purchaser, Contractor, or any other party (whether or not a party to that contract)
pertaining to any matter resulting from the underlying contract.
(2) The Contractor agrees to include the above clause in each subcontract financed in whole or
in part with Federal assistance provided by FTA. It is further agreed that the clause shall not be
modified, except to identify the subcontractor who will be subject to its provisions.
2. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED
ACTS
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 sec. and U.S. DOT regulations, 'Program Fraud Civil
Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon execution of
the underlying contract, the Contractor certifies or affirms the truthfulness and accuracy of any
statement it has made, it makes, it may make, or causes to be made, pertaining to the
underlying contract or the FTA assisted project for which this contract work is being performed.
In addition to other penalties that may be applicable, the Contractor further acknowledges that if
it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or
certification, the Federal Government reserves the right to impose the penalties of the Program
Fraud Civil
Remedies Act of 1986 on the Contractor to the extent the Federal Government deems
appropriate.
(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
contract connected with a project that is financed in whole or in part with Federal assistance
originally awarded by FTA under the authority of 49 U.S.C. § 5307. the Government reserves the
right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5307(n)(1) on the Contractor,
to the extent the Federal Government deems appropriate.
(3) The Contractor agrees to include the above two clauses in each subcontract financed in
whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses
shall not be modified, except to identify the subcontractor who will be subject to the provisions.
3. ACCESS TO RECORDS AND REPORTS
Access to Records - The following access to records requirements apply to this Contract:
A. Where the Purchaser is not a State but a local government and is the FTA Recipient or a
subgrantee of the FTA Recipient in accordance with 49 C.F.R. 18.36(i), the Contractor
agrees to provide the Purchaser, the FTA Administrator, the Comptroller General of the
United States or any of their authorized representatives access to any books,
documents, papers and records of the Contractor which are directly pertinent to this
contract for the purposes of making audits, examinations, excerpts and transcriptions.
Contractor also agrees, pursuant to 49 C.F.R. 633.17 to provide the FTA Administrator or
his authorized representatives including any PMO Contractor access to Contractor's
records and construction sites pertaining to a major capital project, defined at 49 U.S.C.
5302(a)1, which is receiving federal financial assistance through the programs described
at 49 U.S.C. 5307, 5309 or 5311.
B. The Contractor agrees to permit any of the foregoing parties to reproduce by any means
whatsoever or to copy excerpts and transcriptions as reasonably needed.
C. The Contractor agrees to maintain all books, records, accounts and reports required
under this contract for a period of not less than three years after the date of termination
or expiration of this contract, except in the event of litigation or settlement of claims
arising from the performance of this contract, in which case Contractor agrees to
maintain same until the Purchaser, the FTA Administrator, the Comptroller General, or
any of their duly authorized representatives, have disposed of all such litigation, appeals,
claims or exceptions related thereto. Reference 49 CFR 18.39(i)(11).
D. FTA does not require the inclusion of these requirements in subcontracts.
4. FEDERAL CHANGES
Federal Changes - Contractor shall at all times comply with all applicable FTA regulations,
policies, procedures and directives, including without limitation those listed directly or by
reference in the Master Agreement between Purchaser and FTA, as they may be amended or
promulgated from time to time during the term of this contract. Contractor's failure to so comply
shall constitute a material breach of this contract.
5. TERMINATION
a. Termination for Convenience (General Provision) The City may terminate
this contract, in whole or in part, at any time by written notice to the Contractor when it is in the
Government's best interest. The Contractor shall be paid its costs, including contract close-out
costs, and profit on work performed up to the time of termination. The Contractor shall promptly
submit its termination claim to the City to be paid the Contractor. If the Contractor has any
property in its possession belonging to the City, the Contractor will account for the same, and
dispose of it in the manner the City directs.
b. Termination for Default [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 City may terminate this
contract for default. Termination shall be effected by serving a notice of termination on the
contractor setting forth the manner in which the Contractor is in default. The contractor will only
be paid the contract price for supplies delivered and accepted, or services performed in
accordance with the manner of performance set forth in the contract.
If it is later determined by the City that the Contractor had an excusable reason for not
performing, such as a strike, fire, or Flood, events which are not the fault of or are beyond the
control of the Contractor, the City, after setting up a new delivery of performance schedule, may
allow the Contractor to continue work, or treat the termination as a termination for convenience.
c. Opportunity to Cure (General Provision) The City 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 The City's satisfaction the breach or default of any of the terms,
covenants, or conditions of this Contract within [ten (10) days] after receipt by Contractor of
written notice from the City setting forth the nature of said breach or default, the City shall have
the right to terminate the Contract without any further obligation to Contractor. Any such
termination for default shall not in any way operate to preclude the City from also pursuing all
available remedies against Contractor and its sureties for said breach or default.
d. Waiver of Remedies for any Breach In the event that the City elects to waive its
remedies for any breach by Contractor of any covenant, term or condition of this Contract, such
waiver by the City shall not limit the City's remedies for any succeeding breach of that or of any
other term, covenant, or condition of this Contract.
e. 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 City may terminate
this contract for default. The City 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 City.
6. CIVIL RIGHTS REQUIREMENTS
Civil Rights - The following requirements apply to the underlying contract:
(1) Nondiscrimination - In accordance with Title Vt 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 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 sec., (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) Acme - 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.
7.
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 7.6 %. A separate contract goal [has not] been established for this
procurement.
b. The contractor shall not discriminate on the basis of race, color, national origin, or sex
in the performance of this contract. The contractor shall carry out applicable
requirements of 49 CFR Part 26 in the award and administration of this DOT -assisted
contract. Failure by the contractor to carry out these requirements is a material breach of
this contract, which may result in the termination of this contract or such other remedy as
City of Fort Collins deems appropriate. Each subcontract the contractor signs with a
subcontractor must include the assurance in this paragraph (see 49 CFR 26.13(b)).
The successful bidder/offeror will be required to report its DBE participation obtained
through race -neutral means throughout the period of performance.