Loading...
HomeMy WebLinkAboutCORRESPONDENCE - RFP - 7358 PHOTO SIMULATIONS FOR MAX RAPID TRANSIT STATIONSCONTRACT CHECKLIST FOR COMPETITIVE PROPOSALS RFP No./Title: 7358 Photo Simulations for MAX Bus Rapid Transit Stations Checklist Item Contract File Comments Location 7) Independent Cost Estimate See attached I.C.E. dated The City made and documented an 03/01/12 independent cost estimate before receipt of proposals. 9) Unreasonable Qualification No Requirements This solicitation did not contain unreasonable requirements placed on firms in order for them to qualify to do business. 10) Unnecessary Experience and No Excessive Bonding Unnecessary experience and excessive bonding requirements were not included in this solicitation or contract documents. 11) Organizational Conflict of No Interest (OCI) If there is an apparent or potential OCI the solicitation contains provisions to eliminate or mitigate the conflict (e.g. by inserting a clause that prohibits the contractor from competing for the follow-on contract to the current design or research contact) and OCI Certification is submitted by the contractor. 12) Arbitrary Action No There was no arbitrary action in the procurement process. (An example of arbitrary action is when award is made to 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 No 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 offerors must provide. When using a "brand name" specification, the City does not need to reverse -engineer a complicated part to identify precise measurements or specifications in order to describe its salient characteristics. FT A's "Best Practices Procurement Manual," (BPPM) contains additional information on preparation of specifications including examples with specific language 14) Geographic Preferences No The solicitation contains no in -State or local geographic preference except where Federal statutes mandate or encourage them. Page 3 of 4 From: David Carey Sent: Wednesday, April 04, 2012 5:05 PM To: Erika Keeton Cc: Holly Reynerson Subject: FW: RFP 7358 Photo Simulations for MAX Bus Rapid Transit Stations -Proposal Evaluation Summary Importance: High Erika, Before we award this RFP, can you provide any information on IBI Group per below. Thanks. David David Carey, CPPB Buyer -City of Fort Collins Phone: (970) 416-2191 Email: dcarey@fcgov.cOm From: David Carey Sent: Wednesday, April 04, 2012 5:00 PM To: Holly Reynerson Subject: RE: RFP 7358 Photo Simulations for MAX Bus Rapid Transit Stations -Proposal Evaluation Summary Importance: High Holly, I reviewed results with Jim. Before proceeding, need to determine IBI's current relationship with the City and if there is any conflict. They stated that they are "part of a team providing a wide range of services... for the MAX BRT Station Design" and "have worked with City staff in completing simulations for Troutman and Mountain Station." Who is the team (working with Michael Baker Jr. Inc.?) and City staff they,have worked with or are working with? I can contact either IBI or Erika Keeton. Do you know any details? David From: Holly Reynerson Sent: Wednesday, April 04, 2012 9:25 AM To: David Carey Subject: RE: RFP 7358 Photo Simulations for MAX Bus Rapid Transit Stations -Proposal Evaluation Summary Ok — great :) Holly Reynerson Marketing I Communications City of Fort Collins p.970-416-2303//f.970-416-2081 H w.fcgov.com/pdt From: David Carey Sent: Wednesday, April 04, 2012 9:15 AM To: Holly Reynerson Subject: RE: RFP 7358 Photo Simulations for MAX Bus Rapid Transit Stations -Proposal Evaluation Summary I will review with Jim and let you know later today 4/13/2012 Page 4 of 4 From: Holly Reynerson Sent: Wednesday, April 04, 2012 9:13 AM To: David Carey Subject: RE: RFP 7358 Photo Simulations for MAX Bus Rapid Transit Stations -Proposal Evaluation Summary Thanks, David. Let's proceed to select IBI Group for the job! Holly Reynerson Marketing I Communications City of Fort Collins p. 970-416-2303 // f. 970-416-2081 // w. fcgov.com/pdt From: David Carey Sent: Tuesday, April 03, 2012 6:41 PM To: Holly Reynerson Subject: RFP 7358 Photo Simulations for MAX Bus Rapid Transit Stations -Proposal Evaluation Summary Holly, See attached Proposal Evaluation Summary file. Please review and advise how you would like to proceed. I will then review results with Jim O'Neill when he returns to the office tomorrow after being out Monday and Tuesday Scores are CONFIDENTIAL and not to be shared beyond the team members. David 4/13/2012 15) Contract Term Limitation No The contract period of performance for rolling stock and replacement parts does not exceed five (5) years inclusive of options without prior written FTA approval. For all other types of contracts, the procurement file contains evidence that the contract term is based on sound business judgment. 16) Written Procurement Selection Yes Procedures The City has written selection procedures and the solicitation also identifies all requirements that offerors must fulfill and all other factors to be used in evaluating bids or proposals. 17) Solicitation Prequalification NA Criteria The solicitation required prequalification of persons, firms, or products. The list is current includes enough qualified sources to ensure maximum full and open competition, and potential bidders are not precluded from qualifying during solicitation period from issuance of the solicitation to its closing date. If the solicitation does not contain a prequalification requirement, check NA. 18) Award to Responsible Yes. Contractor The City made a determination that it was 1. Y awarding to a responsible contractor 2 Y considering such matters as contractor 3. Y integrity, compliance with public policy, record of past performance, and financial and 4. Y technical resources. 5. Y 1. Appropriate Financial, equipment, facility and personnel. (Y/N) 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 Yes — Per Professional Services This contract is a sound and complete Agreement for RFP# 7358. agreement. In addition, it includes remedies for breach of contract and provisions covering termination for cause and convenience. 24) Clear, Accurate, and Complete Yes — Per the Request for Specification Proposal (RFP) document. A complete, adequate, and realistic specification or purchased description was available and included any specifications and pertinent attachments which define the items or services sought in order for the bidder to properly respond. 25) Two Bidders Proposals were received from Two or more responsible bidders were willing three responsible bidders. and able to compete effectively for the business. 26) Firm Fixed Price Yes A firm fixed price contract was appropriate for this procurement. 29) Advertising Yes — Per City of Fort Collins The Invitation for Bids was publically Purchasing webpage. advertised. 30) Adequate Number of Sources Yes Solicited Bids were solicited from an adequate number of known suppliers. 36) Evaluation Yes A method is in place for conducting technical evaluations of the proposals received and the solicitation has evaluation factors identified along with their relative importance. 37) Price and Other Factors Yes For this procurement, award was made to the responsible firm whose proposal is most advantageous to the grantee's Program with rice and other factors considered. 40) Evaluation of Options Yes The option quantities or periods contained in the contractor's bid or offer were evaluated in order to determine contract award. (To be eligible for Federal funding, options must be evaluated as part of the price evaluation of offers, or must be treated as sole source awards. 41) Cost or Price Analysis Yes Either a cost analysis or a price analysis was performed and documented. The price was determined to be fair and reasonable. 42) Written Record of Procurement Yes History The file contains records detailing the history of this procurement. At a minimum, these records include: (1) the rationale for the method of 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 NA 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 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 NA The grantee amended this contract outside the scope of the original contract. The amendment was treated as a sole source procurement (complying with the FTA requirements for a justification, cost analysis and profit negotiation). 45) Advance Payment Provisions No The contractor did not receive an advance payment utilizing FTA funds and the contract does not contain advance payment provisions or, if it did, prior written concurrence was obtained from FTA. 46) Progress Payment Provisions No 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 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 No This is a time and materials contract; the grantee determined that no other type of contract is suitable; and the contract specifies a ceiling rice. 48) Cost Plus Percentage of Cost Yes This is not a cost plus a percentage of cost type contract. 49) Liquidated Damages Provisions No This contract contains liquidated damages provisions and the assessment for damages is specified in the contract at a specific rate per day for each day of overrun in contract time. 50) Piggybacking No 1) The file contains: Assignability provisions. 2) The procurement file contains: Price reasonableness determination. 56) Clauses Yes This contract contains the appropriate FTA required clauses. Exclude Parties Search Yes EPS run and include in the file EPLS Search Results Page I of 1 Search Results Exclude Firm, Entity, or Vessel : IBI State: COLORADO as of 04-Apr-2012 5:57 PM _ E�ccland'ecli>?aGtiies;Li's�S;ysterru� d By Group EDT Your search returned no results. https://www.epls.gov/epls/search.do,jsessionid=B29E I32E572AE4C379193CE46683174l?... 4/4/2012 GtvW Collins Independent Cost Estimate Date of Estimate'. 1-Mar-12 Compact Type. REP Existing Contract or PD (YN)'. N Description of Goods (A) or Semces (8)'. Production of high quality photo simulation- Our project will be purchasing (4) photo simulations, so we expect the once will be about $2.000 ea. based on the past pricing below, $6,000 total for (4). I have obtained the following estimate from; Published Ends List Past Ebbing (date) =007 Engineering or Techincal Estimate (performed by) Independent Third Parry Estimate (performed by) Other(spetlfiy) Cast Estimate Details'. (Estimate calculated m US Dopers) Cost of Standard Items Cost of Services, Repa Ira, or Nan -Standard Items Item,ask: Materials or Work Desohption Other Direct Costs Labor Rate ($) Labor Hours Allocated Overhead SG&A' Profit TOTAL Professional Dart, S.... E 90,00 20.75 5 1,867.50 5 5 Total E 1.86).50 o�s� 4M•o"m ur emlye. saro.....,ao ,mnemmmar.. e.P"... Signature of Prep..,.Holly Raynerson' "-=o:<"m""�"."`°"`°°'"'' emaiF.M.... .om.nUS NC N'ewlands & Company, Inc. 740 SW 21st Avenue, Suite 330 Portland, OR 97205 Invoice Submitted to: i I{urt Ravenschlag City of Fort Collins P.O. Box 580 Fort Collins, CO 80522 Tuesday, February 27,2007 In Reference To: CO #66062 0 Invoice # 10530 Professional Services Collett, Paul beser, Paul For professional services rendered Thank you for your business) Tel: (503) 287-8000 Tax ID:91-181-7350 Venz;orlSuppliar # ®V # Batch # PV # Batch # Hrs/Rate Amount 2.50 $225.00 90.00/hr 18.25 $1,642.50 90.00/hr 20.75 �,86 Page 1 of 4 David Carey From: Jim O'Neill Sent: Tuesday, April 10, 2012 1:20 PM To: Holly Reynerson; David Carey Cc: Ryan Burke Subject: RE: RFP 7358 Photo Simulations for MAX Bus Rapid Transit Stations -Proposal Evaluation Summary Ok lets proceed with this. Thanks. Jim Jim O'Neill, FNIGP, CPPO _ TN Director of Purchasing and Risk Management 970-221-6779 PO Box 580 Fort Collins, CO 80522 From: Holly Reynerson L_ -- Sent: Tuesday, April 10, 2012 11:43 AM To: David Carey; Jim O'Neill Cc: Ryan Burke Subject: RE: RFP 7358 Photo Simulations for MAX Bus Rapid Transit Stations -Proposal Evaluation Summary Importance: High ' The pricing used in the ICE was from work done in 2007, so it is expected that overhead and labor costs have risen since that time (5 years ago). Also, there is a greater chance for price variance when purchasing creative services due to the nature of the work. The proposal that we have selected is from a top-level firm, so it's reasonable that their prices are slightly higher due to the superb quality of their work. The lowest priced proposal that we received was from a company that did not have that quality of production nor the experience that we were seeking for this project. Let me know if you need anything else. We'd super eager to get started! Holly Holly Reynerson Marketing I Communications City of Fort Collins p. 970-416-2303 // f. 970-416-2081 // w. fcgov.com/pdt From: David Carey Sent: Monday, April 09, 2012 2:00 PM To: Holly Reynerson Cc: Ryan Burke Subject: RE: RFP 7358 Photo Simulations for MAX Bus Rapid Transit Stations -Proposal Evaluation Summary There is no document that I am aware of. Please write a justification for paying the higher quoted price and send to Jim and I for review. Thanks. From: Holly Reynerson Sent: Monday, April 09, 2012 12:41 PM To: David Carey 4/13/2012 Page 2 of 4 Cc: Ryan Burke Subject: RE: RFP 7358 Photo Simulations for MAX Bus Rapid Transit Stations -Proposal Evaluation Summary Great news! :) How do I complete the analysis to justify the higher price — do I just write a paragraph and send it to you or is there a document for me to fill out? Thanks, Holly Holly Reynerson Marketing I Communications City of Fort Collins p. 970-416-2303 // f. 970-416-2081 // w. fcgov.com/pdt From: David Carey Sent: Monday, April 09, 2012 11:47 AM To: Holly Reynerson Cc: Erika Keeton; Jim O'Neill Subject: RE: RFP 7358 Photo Simulations for MAX Bus Rapid Transit Stations -Proposal Evaluation Summary Holly, Based on input from both Erika and you, and further review by Jim O'Neill, he has approved proceeding with IBI for the award of this RFP. I will prepare the necessary FTA paperwork Purchasing is responsible for. You will need to do an analysis to justify paying the price included in IBI's proposal versus the I.C.E. and lowest price proposed. Thanks. David From: Holly Reynerson Sent: Thursday, April 05, 2012 9:13 AM To: Erika Keeton; David Carey Subject: RE: RFP 7358 Photo Simulations for MAX Bus Rapid Transit Stations -Proposal Evaluation Summary Thanks, Erika! David — please let me know the final verdict from Purchasing. Holly Reynerson Marketing I Communications City of Fort Collins p. 970-416-2303 // f. 970-416-2081 // w. fcgov.com/pdt From: Erika Keeton Sent: Thursday, April 05, 2012 8:41 AM To: David Carey Cc: Holly Reynerson Subject: RE: RFP 7358 Photo Simulations for MAX Bus Rapid Transit Stations -Proposal Evaluation Summary IBI is a sub -consultant to Michael Baker Jr. who is the design engineer for the MAX BRT project. IBI was responsible for the architectural components of the project design, which were mostly the shelters and shelter platforms. We will continue to have a relationship with them for construction phase services through 2014. I do not believe this is in conflict with the photo simulation work, but more of an extension of work they have already completed for Engineering. 4/13/2012