HomeMy WebLinkAbout275829 BONNIE ROERIG & ASSOCIATES - PURCHASE ORDER - 9117286PURCHASE ORDER PO Number Page
City Of 9117286 t of z
`t Collinsis number must appear
" 1 ' on all invoices, packing
slips and labels.
Date: 12/09/2011
Vendor: 275829 Ship To: ENGINEERING DEPT-MASON
BONNIE ROERIG & ASSOCIATES CITY OF FORT COLLINS
1873 S BELLAIRE ST #1222 ENGINEERING DEPT-MASON
DENVER Colorado 80222-4359 281 N. COLLEGE AVE
FORT COLLINS Colorado 80524
Delivery Date: 12/09/2011 Buyer: JAMES O'NEILL
Note:
Line Description Quantity UOM Unit Price Extended
Ordered Price
Appraisal 1 LOT LS 3,740.00
Transfort Maintenance Facility (Mason BRT Project).
9n"-� Q . OAL� .9-ZE-7
City of Fort Collins Director of Purchasing and Risk Management
This order is not valid over $5000 unless signed by James B. O'Neill II, CPPO
City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580
Phone:970-221-6775 Fax:970-221-6707 Email:purchasing@fcgov.com
Total
Invoice Address:
740.00
City of Fort Collins
Accounting Department
PO Box 580
Font. Collins, CO 80522-0580
Independent Cost Estimate
Prepared By: Patrick Rowe
Date: 10-13-2011
Project: Mason Corridor — BRT
RE: Maintenance Facility Property Appraisal
Scope of Services: Provide a full appraisal report for a 5.604 acre parcel adjacent to the
City's existing South Side Service Center (a portion of parcel#9612400936). The
appraisal report and process shall be in accordance with the Uniform Standards of
Professional Appraisal Practice (USPAP), the Uniform Act, and relevant Federal Transit
Administration guidelines.
I estimate the appraisal to cost approximately 3 500.00. This estimate is based on a
prior stand alone parcel appraisal (the South Transit Center) and is in keeping with my
experience.
Gt
,[Collins Independent Cost Estimate
Date of Estimate: 13-Oct-11
Contract Type:
Existing Contract or PO (YIN): NO.
Professional Services - Appraisal
Description of Goods (A) or Services (B): Services
1 have obtained the following estimate from;
Published Price List / Past Pricing (date)
Engineering or Technical Estimate (performed by)
Independent Third Party Estimate (performed by)
Other (specify) Previous invoice, and past experience.
Cost Estimate Details:
(Estimate calculated in US Dollars)
Cost of Standard Items
Product
Cost ($lea)
Cost ($/ea)
Notes/Data Source
Delivered
No Freight
Total
Cost of Services, Repairs, or Nonstandard Items
Item/Task:
Materials or Work Description
Other Direct
Casts
Labor
Rate S)
Labor
Hours
Labor
Class
Allocated
Overhead
SGBA-
Profit
TOTAL
New Appraisal Report (vacant
land)
$ 3.500.00
8
Total
$ 3,500.00
sm�s. a..e�.m.a ra�.oeonn. e.pmwt
Signature of Prepare,: _'"—"—
From: Bonnie Rnehg[maiko:bonnie@ko|onadoappnalsernet]
Sent: Saturday, October I9,l011l2:11PM
To: Patrick Rowe
Subject: RE: Proposal ' South Side Service Center
Hi, Patrick -- What? You're not working today??
I did a little research on this property. Looks to be in the City, zoned some kind of
commercial. ()nthat basis, this isnyestimated fee for this assignment.
South Side Service.Center
F.oirt.collins, co,
Hours
Hirly. Rate
Subtotal
Land sale Fesearchiconfirmation
4.0
Report preparation,
6.0
Appraisal Associates
4-0
$10�.60
�42660
OPERATIONS SERVICES
REAL ESTATE SERVICES
P.O. Box 580
300 Laporte Avenue, Bldg. B
Fort Collins, CO 80522-0580
970.416.2276
970.416.2209 — fax
@fcgov.com
DATE: November 3, 2011
TO: Jim O'Neil
THRU: Terry Tyrrell
FROM: Patrick Rowe
RE: Mason Corridor (MAX) Bus Rapid Transit Project
Cost Analysis — Phase V
The BRT Project requires further appraisal services for the final acquisition phase of the Project.
Given the critical timing and the importance of consist valuations, it's my recommendation that
the Project rely on Bonnie Roerig and Associates (BRA) to provide this service; BRA performed
the appraisals on all the preceding phases, they are up to speed with the Project and can begin
work immediately, and BRA's rates are very competitive.
Prior to requesting a proposal for BRA's appraisal services for Phase V, I prepared an Internal
Cost Estimate (ICE) for the work. The ICE resulted in an estimate of $26,200 for 9 property
appraisals (leaving 5 properties in Phase V that are presumed to be Value Findings). The
estimate is based on prior appraisals on earlier phases. (The ICE is attached for reference).
Following the completion of the ICE, I received a proposal from BRA in the amount of
$22,440.00 (the details of this proposal are attached for reference). The BRA proposal is $3,760
less than the ICE, and includes $1,575.00 for appraisal services related to the Value Findings,
which is not included in the ICE. The cost difference is due to a BRA discounted cost on
properties that have already been appraised, versus a small premium that was concluded in the
ICE for properties that included shared parking; additionally, the BRA proposal also includes the
previously mentioned $1,575.00 for value services related to the Value Finding parcels. After
speaking with the City consultant responsible for preparing the Value Findings, I recommend
this amount be included in the City's BRA budget for this phase, as it appears to be the most
economical approach (versus having the consultant responsible for Value Findings gather this
information separately).
Based on my familiarity with appraisal work, including recent and similar appraisals performed
on earlier phases, I believe the BRA proposal to be in -line and justified as compared to other
appraisal work. As such, I recommend approval of this fee estimate with a budget of $22,440.
4atnick Rowe
Real Estate Services
Independent Cost Estimate
Prepared By: Patrick Rowe
Date: 11-02-11
Project: Mason Corridor - BRT
Work Order Number: TBD
RE: Phase IV Appraisals
Scope of Services: Provide appraisal services in accordance with the Uniform
Standards of Professional Appraisal Practice (USPAP), the Uniform Act, and relevant
Federal Transit Administration guidelines for project acquisitions over the following
parcels:
#30 — Big D Properties
#37.1 — Bank Center
#38.1 — Watterson
#28.1 — Bowl Fort Collins
#67 — Foothills Assembly Church
#68 — Carmike Cinema
#35.1 — Zissu
#32 — Dillon Companies
#36 — Palmer 2109 S. College LLC
Based on prior work performed on earlier phases and past experience, I estimate the
new appraisals without shared parking to cost an average of $2,800 per appraisal
report, and new appraisal with shared parking (#37.1, #28.1, #67, #68, and #32) to cost
an average of $3,000. This makes for a total estimated cost of $26,200.
Patrick RcJwe, Real Estate Specialist
Otyof
Oft COltins Independent Cost Estimate
Date of Estimate: 1-Nov-11
Contract Type:
Existing Contract or PO (Y/N): NO.
Description of Goods (A) or Services (B): Professional Services -Appraising
I have obtained the following estimate from;
Published Price List / Past Pricing (date)
Engineering or Technical Estimate (performed by)
Independent Third Party Estimate (performed by)
Other (specify) Previous Phase work order / proposal.
Cost Estimate Details:
(Estimate calculated in US Dollars)
Cost of Services, Repairs, or Non -Standard Items
Item/Task:
Materials or Work Description
Other Direct
Costs
Labor
Rate ($)
Labor
Hours
Labor
Class
Allocated
Overhead
SG&A'
Profit
I TOTAL
#30-Big DProperties1
$ 2,800.00
#37.1 -Bank Center
1 $ 3.000.00
#38.1 - Watterson
$ 2.800.00
#28.1 -Bowl Fort Collins
$ 3,000.00
#67-Foothills AssemblyChurch
$ 3,000.00
#68-Carmike Cinema
$ 3.000.00
#35.1-Zissu
$ 2.800.00
#32-Dillon Companies
$ 3.000.00
#36 - Palmer 2109 S. College LLC
$ 2.800.00
Total
$ 26,200.00
•s.u1, Ge—W mE A.ni,..we E..... ..
Signature of Preparec
Page 1 of 1
Patrick Rowe
From: Bonnie Roerig [bonnie@coloradoappraiser.net]
Sent: Wednesday, November 02, 2011 3:55 PM
To: Patrick Rowe
Subject: Here ya go --first cut
Patrick -- as you can see from below, I grouped these into three categories. First, properties we
haven't appraised before that will be much the same as the other BRT assignments we've done.
Second, the four properties we have done before, but now we're appraising different acquisitions.
We'll still need to do reports similar to the original ones, but we have the background already done, so
less time. Then, finally, an allowance of an hour and a half, maximum, on average to provide any
assistance anyone needs on the five properties we think at this time might be value findings. This
would only be billed if the time is needed and authorized. The total for the first two categories, nine
appraisals, is $22,440, just under $2,500 per report average.
PropeityLocation
Fee
New -properties,
not value finds:
Big
East side McClelland Dr., 1blk west'of,College
$2,925
carmike
West side BRT, south.of Horsetooth
$2;925
Dillon
NECUrake &BNSFRR, behind K-Mart;building.,
$3,315
Foothills Church
So: side Swallow Road, westof:BNSFRR
$2;925
Palrner
Pad site east of Whole Foods'on College
$2,925
Total this group
$15,o15
PropertiesweVe appraised --.before:.
Bank Center
$1;995
BowlFt.Colliris
Threeaeasofshar6ciparking,
$1;885
Watterson
$1,550
zissu
$1,995
Totalthisgroup
$7,425
Mtght.be value finds
Allow.1.5 hrs.:perproperty (Max. avg;)
ABS 1.LLC
West side Mason Street, north of Laurel
:$315
King/Lippson
SEC Mulberry St. &Mason
_$315
Kull Real Estate
West side Mason Street, north of Laurel
;$315
MOS LLC
East side Mason Street, north of Olive
$315
CSA 1. LLC,
West side Mason Street, north of Laurel
:$315
Total this group:
$1,575
Grand total, all properties
$22,4Ab
Let me know if you need something more on this right now.
Bonnie
11 /4/2011
Purchase Order Terms and Conditions
Page 2 of 2
1. COMMERCIAL DETAILS.
Tam exemptions. By .statute the City of Fort Collins is exempt from state and local taxes. Our Exemption Number is
98-04502. Federal Excise Tax Exemption Certificate of Registry 94-6000587 is registered with the Collector of
internal Revenue, Denver. Colorado (Ref. Colorado Revised Statutes 1973, Chapter 39 26, 114 (a).
Goads Rejected. GOODS REJECTED due to failure to meet spedfic.tions. either when shipped or due to defects of
damage in transit. may be returned to you for credit and are not to be replaced except upon receipt of written
instructions from the City of Fort Collins.
Inspection. GOODS are subject to the City of Fort Collins inspection on arrival.
11. NONWAIVER.
Failure of the Purchaser to insist upon strict performance of the terms and conditions hereof, failure or delay to
exercise any rights or remedies provided herein or by law, failure to promptly notify the Seller in the event of a
breach, the acceptance ofor payment for goods hereunder or approval ofthe design, shall not release the Seller of
any of the warranties or obligations of this purchase order and shall not be deemed a waiver of any right ofthe
purchaser to insist upon strict performance hmofor any ofits rights or remedies as to any such goods, regardless
of when shipped, received or accepted, as to any prior or subsequent default hereunder, nor shall any purported
oral modification or rescission of this purchase order by the Purchnser operate as a waiver of any ofthe terms
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 part 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 arc in fact borne 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 most be F.O.B., City of Fort Collins. 700 Woad St., Fort Collins, CO 90522, unless acquired under federal or state antitrust laws for such overcharges relating to the pmticular goods or services
otherwise specified on this order. If prnnission is given to prepay freight and charge separately, the original freight purchased or acquired by the Purchaser pursuant to this purchase order.
bill must 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 pans of the country, shipment is Ifthe Purchaser directs the Seller to correct nonconforming or defective goods by a date to be agreed upon by the
expected from the nearest distribution point to destitution, 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 from greater distance. may cause the work to be performed by the most expeditious means available to it, and the Seller shall pay all
costs associated with such work.
Permits. Seiler shall procure at sellers sole cost all necessary permits, certificates and licenses required by all
applicable laws, regulations, ordinances and rules of the state, 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. Seiler 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.
Authorisation. All parties to this contract agree that the representatives arc, in fact, 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 terms and conditions annexed hereto or incorporated herein by
reference. Any additional or different terms and conditions proposed by seller arc 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 of the essence. Delivery and performance must be effected within the time
stated on the purchase order and the documents attached hereto. No acts of the Purchasers including, without
limitation, acceptance of partial late deliveries, shall operate as a waiver of this 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 Seller liable for damages. However, the Seller shall not be liable for damages as a result of delays
due to causes not reasonably foreseeable which am beyond its reasonable control and without its fault of negligence,
such acts of God, ac6 ofcivil or military authorities, governmental priorities, firs, strikes, Rood, epidemics, wars or
hots provided that notice ofthe 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 mason of the 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 faults arising within one (1) year or within such longer period of
time as may be prescribed by law or by the terms of any applicable warranty provided by the Seller after the date of
acceptance of the goods furnished hereunder (acceptance not to be unreasonably delayed), resulting from imperfect
or defective work done or materials furnished by the Seller. Acceptance or use of goods by the Purchaser shall not
constitute a waiver of any claim under this warranty. Except as otherwise provided in this purchase order, the Scllcrs
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 term, including additions to or deletions from
the quantities originally ordered in the specifications or drawings. by verbal or written change order. If any such
change affects the amount due or the time of performance 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 portions of the
goods then not shipped, subject to any equitable adjustment between the panics as to any work or materials then in
pmgress provided that the Purchaser shall not be liable for any claims for anticipated profits on the uncompleted
portion of the gads and/or work, for incidental or consequential damages, and that no such adjustment be made in
favor of the Set let with respect to any goods which are the Sellers standard stock. No such termination shall ml ievc
the Purchaser or the Seller of any of their obligations as to any goods delivered hereunder.
7. CLAIMS FOR ADJUSTMENT.
Any claim for adjustment must'be asserted within thirty (30) days from the date the change or termination is
ordered.
S. 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 arc subject. The Seller 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 am hereby incorporated herein by this reference The Seiler agrees to
indemnify, and hold the Purchaser harmless form all costs and damages suffered by the Purchaser as a result ofthe
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
prior written consent ofthe other parry.
10. TITLE.
The Sellm emnants full, clear and unrestricted title to the Purchaser for all equipment, materials, and items famished
in performance of this agreement, free and clear of any and all liens, restrictions, reservatin w, security interest
encumbrances and claims of others.
The Seller shall release the Purchase and its contractors of any tier form 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 of such party.
The Seller's contractual obligations, including warranty, shall not be deemed to be reduced, in any way, because
such work is performed or caused to he 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 ofsuch
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
slid equipment or part 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 pans, replace the same with substantially equal but
noninfringing equipment or modify it m it becomes aoninfringing.
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 oftcmts used or the interpretation ofthe agreement and the rights ofall panics hereunder shall be
construed under and governed by the laws of the State ofColomdo, USA.
The following Additional Conditions apply only in cores wham the Seller is to perform work hereunder.
including the services of Scllcrs Rcpwscntativc(s), on the premises ofothcrs.
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 Sellers final completion and
acceptance, complete the work at Sellers own expense and to the satisfaction of the Purchaser. When materials
and equipment arc furnished by others for installation or erection 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 furnished by the Seller under the order.
IS. INSURANCE.
The Scllcr shell, at his own expense, provide for the payment oRvorkers 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 slate 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 insumnec with bodily injury and death limits of at least S300,006 for any one person. S5W." For any
one accident and property damage limit per accident of S400,000. The Seller shall likewise require his
contractors, if any, to provide for such compensation and insurance. Before any of the Scllcrs or his contractors
employees shall do any work upon the premises ofothcrs, 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 bmn 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 aficr the
entire work is completed and accepted.
19. PROTECTION AGAINST ACCIDENTS AND DAMAGES.
The Seller hereby assnmcs the entire responsibility and liability for any and all damage, loss or injury of any kind
or nature whatsoever to persons or property caused by or resulting from the execution ofthc work provided for in
this purchase order or in connection herewith. The Seller will indemnify and hold hamdess the Purchaser and any
or all of the Purchasers officers, agents and employees from 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 aforesaid, the Seller hereby agrees to assume the defense thereof and to
defend the same at the Sellers man 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 ffwen.
agents or employees in such suits or other proceedings, and in case judgment or other lien be placed upon or
obtained against the property ofthe Purchaser, or said panics in or as a result ofsuch suits or other proceedings.
the S<Ilm will at once cause the same to be dissolved and discharged by giving bond or otherwise. The Scllcr 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 se.@ty including, but without limitation, the
Occupational Safety and Health Act of 1970 and all rates and regulations issued pursuant thereto.
Revised 03/2010
gg�Po t 1 72�y �
cG b 17 zg3C2
Title: Appraisal Services — Bonnie Roerig
Date: 12/6/11
CONTRACT CHECKLIST FOR NON-COMPETITIVE PROPOSALS (SOLE SOURCE)
Checklist Item
Contract File
Comments
Location
7) Independent Cost Estimate
The City made and documented an
W PO
Two one dated 11/1/11 and one
independent cost estimate before receipt of
11 /3/11 Terry Terrel
proposals.
10) Unnecessary Experience and
Excessive Bonding
Unnecessary experience and excessive
no
bonding requirements were not included in
this solicitation or contract documents.
11) Organizational Conflict of
Interest (OCI)
No. Since this project has been
If there is an apparent or potential OCI the
delayed and the expertise learned
solicitation contains provisions to eliminate or
from the earlier work would have
mitigate the conflict (e.g. by inserting a clause
to be repeated, this is the only
that prohibits the contractor from competing
for the follow-on contract to the current design
contractor who can cost
or research contact) and OCI Certification is
effectively complete this work.
submitted by the contractor.
12) Arbitrary Action
There was no arbitrary action in the
procurement process. (An example of
arbitrary action is when award is made to
No
other than the contractor who most satisfied
all the City requirements as specified in the
solicitation and as evaluated by staff.
13) Brand Name Restrictions
Brand Name or Equal. When it is impractical
or uneconomical to provide a clear and
accurate description of the technical
requirements of the property to be acquired, a
"brand name or equal" description may be
used to define the performance or other
salient characteristics of a specific type of
property. The City must identify the salient
characteristics of the named brand that
No
offerors must provide. When using a "brand
name" specification, the City does not need to
reverse -engineer a complicated part to
identify precise measurements or
specifications in order to describe its salient
characteristics. FT A's "Best Practices
Procurement Manual," (BPPM) contains
additional information on preparation of
specifications including examples with
s ecific Ian ua e.
14) Geographic Preferences
The solicitation contains no in -State or local
No
geographic preference except where Federal
statutes mandate or encourage them.
15) Contract Term Limitation
The contract period of performance for rolling
stock and replacement parts does not exceed
five (5) years inclusive of options without prior
No
written FTA approval. For all other types of
contracts, the procurement file contains
evidence that the contract term is based on
sound business judgment.
18) Award to Responsible
Contractor
The City made a determination that it was
awarding to a responsible contractor
considering such matters as contractor
integrity, compliance with public policy, record
of past performance, and financial and
technical resources.
1. Appropriate Financial, equipment, facility
Yes on all 5 criteria. Contractor
and personnel. (Y/N)
has performed excellent work.
2. Ability to meet delivery schedule. (Y/N)
3. Satisfactory period of performance. (Y/N)
4. Satisfactory record of integrity, not on
declined or suspended listings. (Y/N)
5. Receipt of all necessary data from
vendor. (Y/N)
19) Sound and Complete Agreement
This contract is a sound and complete
agreement. In addition, it includes remedies
Yes PO
for breach of contract and provisions covering
termination for cause and convenience.
24) Clear, Accurate, and Complete
Specification
A complete, adequate, and realistic
specification or purchased description was
Yes work defined
available and included any specifications and
pertinent attachments which define the items
or services sought in order for the bidder to
property respond.
38) Sole Source if other Award is
Infeasible
The contract file contains documentation that
award of a contract was infeasible under
small purchase procedures, sealed bids, or
Yes. Cost estimates Show that
competitive proposals and at least one
this contractor is lower cost. The
of the following circumstances applies:
contractor Is needed to complete
(1) The item was available only from a single
work that they have intimate
source. (Verify prices are no higher than price
for such item by likely customers.)
knowledge of and would have to
(2) Public exigency for the requirement did
be repeated by any other
not permit a delay resulting from a
contractor. Project delay due to
competitive solicitation.
Rail Road agreement has slipped
(3) An emergency for the requirement did not
the schedule that would have
permit a delay resulting from a competitive
solicitation.
otherwise been completed prior
(4) The FT A authorized noncompetitive
to now. '
negotiations.
f
(5) Competition was determined inadequate
after solicitation of a number of sources.
U
I
39) Cost Analysis Required
Cost analysis and profit negations were
performed (initial award and modifications)
And documented for price reasonableness
Yes attached to PO
was established on the basis of a catalog or
market price of a commercial product sold in
substantial quantities to the general public or
on the basis of prices set by law or regulation.
40) Evaluation of Options
The option quantities or periods contained in
the contractor's bid or offer were evaluated in
order to determine contract award. (To be
N/A
eligible for Federal funding, options must be
evaluated as part of the price evaluation of
offers, or must be treated as sole source
awards.
42) Written Record of Procurement
History
The file contains records detailing the history
of this procurement. At a minimum, these
records include:
(1) the rationale for the method of
Use of PO fixed price for work.
procurement,
(2) Selection of contract type,
(3) reasons for contractor selection or
rejection, and
4 the basis for the contract price.
43) Exercise of Options
The grantee exercised an option on this
contract adhering to the terms and conditions
of the option stated in the contract and
determined that the option price was better
N/A
than prices available in the market or that the
option was a more advantageous offer at the
time the option was exercised.
If an option was not exercised under this
contract, check NA.
44) Out of Scope Changes
The grantee amended this contract outside
the scope of the original contract. The
amendment was treated as a sole source
No
procurement (complying with the FTA
requirements for a justification, cost analysis
and profit negotiation).
45) Advance Payment Provisions
The contractor did not receive an advance
payment utilizing FTA funds and the contract
No
does not contain advance payment provisions
or, if it did, prior written concurrence was
obtained from FTA.
46) Progress Payment Provisions
The contract contains progress payments
based on costs incurred (as opposed to
percent of completion) and the contract
contains a provision giving the grantee title to
Yes work can be billed.
property (materials, work in progress, and
finished goods) for which progress payments
are made. The contract may contain other
security in lieu of obtaining title.
47) Time and Materials Contracts
This is a time and materials contract; the
grantee determined that no other type of
No
contract is suitable; and the contract specifies
a ceiling rice.
48) Cost Plus Percentage of Cost
This is not a cost plus a percentage of cost
No
type contract.
49) Liquidated Damages Provisions
This contract contains liquidated damages
provisions and the assessment for damages
No
is specified in the contract at a specific rate
per day for each day of overrun in contract
time.
50) Piggybacking
1) The file contains: Assignability provisions.
No
2) The procurement file contains: Price
reasonableness determination.
56) Clauses
This contract contains the appropriate FTA
No
required clauses.
Excluded Parties Search
EPS run and include in the file.
Yes
Excluded Parties List System
Page 1 of 1
Search - Current Exclusions
> Advanced Search
> Multiple Names
> Exact Name and SSNrilN
> 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
EPLS Search
Results
Search Results for Parties
Excluded by
Firm, Entity, or Vessel : bonnie roerig
As of 09-Dec-2011 12:26 PM EST
Save to MyEPLS
Your search returned no results.
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 12/09/2011
City of
Fort Collins
Planning, Development & Transportation
Engineering
281 North College Avenue
P.O. Box 580
Fort Collins, CO 80522.0580
970.221.6605
970.221.6378 - fax
fcgov. com/engineering
To: Jim O'Neill, Director of Purchasing & Risk Management
From: Helen Migchelbrink, City Engineer
Date: 12/08/201 l
Re: Phase V Appraisals — MAX BRT
Over the course of the last two years the City has been acquiring all of the necessary rights of way needed
to construct and operate the Mason Corridor Bus Rapid Transit facility known as MAX. This appraisal
and procurement process has been rigorous and our strict adherence to the Uniform Act has been an
essential ingredient to the success of the overall effort.
Recently, it has come to my attention that Real Estate Services continues to sole -source appraisal services
to Bonnie Roerig and Associates and Foster Valuation Company LLC, although the original work order
contract is no longer current. The uninterrupted use of Bonnie Roerig and Associates and Foster
Valuation is vital to the success of this project. This is necessary due to their familiarity with the project
and extensive history and research on all the properties on the project up to this point. To suspend these
services and procure additional appraisal services at this time would significantly delay the project, as
construction is expected to begin in early 2012. The FTA's Follow-up Procurement System Review
(PSR), conducted from April 18-21, 2011, was performed in accordance with FTA procedures and
included a Procurement Assessment Phase and a Contract Review Phase. The findings from this review
did not indicate a concern regarding these contracts. Therefore, I would respectfully request that we
continue with the final phase of property evaluation and acquisition as we have over the course of the
project.
Cc Karen Cumbo, PDT Director
Erika Keeton, Special projects Engineer
Terry Tyrell, MAX Consultant project Manager
City of
F6rt Collins
DATE: November 1. 2011
TO: Jim O'Neil
THRU: Terry Tyrrell
FROM: Patrick Rowe
RE: Mason Corridor (MAX) Bus Rapid Transit Project
Cost Analysis — South Side Service Center Appraisal
OPERATIONS SERVICES
REAL ESTATE SERVICES
P.O. Box 580
300 Laporte Avenue, Bldg. B
Fort Collins, CO 80522-0580
970.416.2276
970,416,2209 — fax
@fcgov.com
The BRT Project requires the appraisal of a portion of the South Side Service Center site. Given
the critical timing of this need, it's my recommendation that the Project rely on Bonnie Roerig
and Associates (BRA) to provide this service, given the firm's familiarity with the Project
parameters, its competitive rates, and its ability to move quickly.
Prior to requesting a proposal for BRA's appraisal services, I prepared an Internal Cost Estimate
(ICE) for the work. The ICE resulted in an estimate of $3,500, and was based on a previous
appraisal with similar attributes (vacant commercial of similar size). The ICE is attached for
reference.
Following the completion of the ICE, I received a proposal from BRA in the amount of
$3,740.00 (the details of this proposal are attached for reference). The difference between my
ICE and the BRA proposal is $240.00. The small difference between the ICE and proposal
further validates the ICE, and because of the small difference, doesn't merit further cost analysis.
Based on my familiarity with appraisal work, including a recent and similar appraisal performed
on the South Transit Center Site, I believe the BRA proposal to be in -line and justified as
compared to other appraisal work. As such, I recommend approval of this fee estimate with a
budget of $$3,740.
+atrickRowe
Real Estate Services