Loading...
HomeMy WebLinkAboutCORRESPONDENCE - RFP - 7392 CIVIL ENGINEERING DESIGN DRAFTING & SURVEY SERVICES ON-CALLFEDERALLY REQUIRED AND OTHER MODEL CLAUSES APPLICABILITY OF THIRD PARTY CONTRACT CLAUSES (excluding micro -purchases, except for construction contracts over $2,000) TYPE OF PROCUREMENT Professional Operations/ Rolling Stock Materials & Clause Services/A& E Management Purchase Construction Supplies No Federal Government X Obligation To Third Parties All All All All All (by Use of a Disclaimer False Statements or Claims X All All All All All Civil and Criminal Fraud Access To Third Party X All All All All All Contract Records Changes to Federal X All All All All All Requirements Termination X All All All All All Civil Rights (Title VI, EEO, ADA) X 1 >$10,000 >$10,000 >$10,000 >$10,000 >$10,000 Disadvantaged Business X All All All All All Enterprises DBEs Incorporation of (FTA) Terms X All All All All All Suspension and Debarment X >$25,000 >$25,000 >$25,000 >$25,000 >$25,000 Buy America >$100,000 >$100,000 >$100,000 Resolution of Disputes, X >$100,000 >$100,000 >$100,000 >$100,000 >$100,000 Breaches, or Other Litigation Lobbying X >$100,000 >$100,000 >$100,000 >$100,000 >$100,000 Clean Air X >$100,000 >$100,000 >$100,000 >$100,000 >$100,000 Clean Water X >$100,000 >$100,000 >$100,000 >$100,000 >$100,000 Caro Preference All All All Fly America Involves foreign Involves foreign air Involves foreign Involves foreign Involves foreign air transport or travel transport or travel air transport or air transport or transport or travel b air travel travel Davis -Bacon And Copeland Anti- >$2,000 (including Kickback Acts ferry vessels Contract Work Hours And Safety >$2,500 (except >$2,000 (including Standards Act transportation >$2,500 ferry vessels) services) Bonding $100,000 Seismic Safety X A & E for New Buildings & New Buildings & Additions Transit Employee Protective Transit Operations Agreements Charter Bus All School Bus All Drug Use - Testing and Alcohol Transit Operations Misuse - Testing Patent Rights and Rights in Data Research & and Copyright Requirements Development Energy Conservation x All All All All All Recycled Products Contracts for items Contracts for items Contracts for items designated by designated by designated by EPA,when EPA, when EPA, when procuring $10,000 procuring $10,000 procuring $10,000 or more per year or more per year or more per year Conformance With ITS National ITS Projects ITS Projects ITS Projects ITS Projects ITS Projects Architecture ADA Access x A & E All All All All Bus Testing All Pre -Award And Post Delivery All Audits 15Jan-12 Prepared by. Dean Klingner 7392 Civil Engineering, Design, Drafting & Survey Services On -Call Company Contract HOP Atkins Stolfus Intemest Independent Estimate Linden Street Im rovements Harmony/Lemay & Drake/Lemay Turn Lanes North College Im rovements College and Harmony Intersection Improvements On -Call Civil Engineering Contract Sr. Transportation M r $ 182.00 Senior Project Manager $ 164.00 Principal $150.00 Project Manager $ 100.00 Project Manager $130-175 Project Engineer $ 120.00 Project Manager $ 126.00 Senor Engineer $130.00 Project Engineer $ 90.00 Project Engineer $ 120.00 Traffic Engineer $ 132.00 Senior Engineer III S 150.00 Design Engineer $ 90.00 Designer $ 75.00 Desi ner $ 100.00 IS Water Resource En $ 114.00 Engineer III $ 90.00 Utility Project Manage $160.00 Landscape Architect $ 105.00 Utility Pro ect Manager 120.00 CADD Technician $ 104.00 CAD Designer S 96.00 CAD/GIS $ 80.00 EIT $ 91.00 Senior Planner II S 110.00 Administrative Assistant John Stephen From: Dean Klingner Sent: Thursday, June 28, 2012 10:32 AM To: John Stephen Cc: Rick Richter Subject: Engineering On -Call Follow-up Attachments: ICE.pdf; 2012 Contract Rates - City of Fort Collins On Call - Interwest.pdf; INTERWEST - KING - PINYON Audited Rates.pdf; AECOMrateschedule.docx; Signed Project Cost Works heet-2012. pdf John — I have checked references for both Interwest and AECom and they have all been positive. I have received hourly rate sheets from both companies and they are attached. I have also received example project cost worksheets for cost plus fixed fee contracts required when Federal funding is involved, but as we discussed, current worksheets will need to be obtained by Project Managers on a project -specific basis, so this may need to be noted in the Contract. I have also attached my Independent Cost Estimate and verified that the hourly rates received are consistent with it. Thanks and let me know if you need anything else from me. Dean Interwest Consulting Group, Inc. Statement of Direct Labor, Fringe Benefits. and General Overhed For the period 10/1/2010 through 9/10/201 l Disallowed % of Direct Description Expense Direct Costs Costs Proposed Labor DIRECI'LABOR $ 6,183,534 $ 6.183,534 $ - $ 6AUJ34 FRINGE BENEFITS Benefits: Bonuses $ 80,000 $ 80,000 Insurance: Disability $ 16,607 $ 16,607 Insurance: Key Man $ 695 $ (695) $ - Insurance: Medical/Dental $ 900,612 $ 900,612 Insurance: Workers Comp $ 80,710 $ 80,710 Payroll "faxes $ 690,546 $ 690.546 TOTAL FRINGE BENEFITS $ 1.769.170 $ - $ (695) $ 1.768,475 28.60% GENERAL OVERHEAD Indirect Labor $ 2.440.155 $ 2.440.155 Direct: Lodging, Meals. Travel $ Direct: Subconsultants $ 1,016,896 $ (1,016,896) $ Direct: Other $ Education and Seminars $ 24,995 $ 24.995 Prof Regsitration and Dues $ 5,200 $ 5.200 Prof Memberships $ 6,593 $ 6.593 Rent $ 333,489 $ 333,489 Utilities $ 17,637 $ 17,637 Office Expenses $ 25 $ 25 Supplies $ 57,535 $ 57,535 Company Functions $ 16,271 $ (16,271) $ - Dues/Subscriptions $ 5,237 $ 5.237 Recruiting $ %053 $ %053 Gain/Loss on Sale of Equip $ (2,864) $ (2,864) Internet/Telephone $ 118,573 $ 1182573 Postage/Ship/Delivery $ 42.669 $ 42.669 Computers/Software Maint $ 121,631 $ 121.631 Office Repairs and Miant $ 20.802 $ 20.802 Printing and Repro $ 28.529 $ 28,529 Accounting/Legal $ 228,442 $ 228.442 Payroll Processing/401K Admin $ 30,276 $ 30276 Interest Expense $ 15,571 $ 15,571 Prof Liability Insurance $ 75,492 $ 75.492 Personal Property Tax $ (5,345) $ (5,345) Bank Charges $ 1.003 $ 1,003 Charity Contributions $ 4,480 $ 4.480 Auto Expense $ 259,593 $ 259,593 Travel/Airlare/Lodging/Rental Car $ 205,867 $ 205,867 Travel Meals $ 24,731 $ 24,731 Depreciation $ (2,618) $ (2,618) Amortization $ 32,164 $ (32,164) $ Bad Debt Expense $ 3,457 $ (3,457) $ Marketing Expense $ 5%247 $ (5%247) $ - TOTAL GENERAL OVERHEAD $ 4.177.890 $ 1.016,896 $ (I JM035) $ 4,066,750 65.77% TOTAL INDIRECT COSTS $ 5.947.059 $ 5,835,225 94.37% Page 1 of 1 KING SURVEYORS, INC. Statement of Direct Labor, Fringe Benefits, and General Overhead For Year End 2010 Disallowed % of Direct Description Trial Balance Direct Costs Costs Proposed Labor DIRECT LABOR $ 645,725.98 $ 645,725.98 $ 645,725.98 FRINGE BENEFITS Benefits: Flexible Benefit Plan $ 17,500.00 $ 17,500.00 Benefits: 401K Profit Sharing $ 37,192.03 $ 37,192.03 Insurance: Health $ 69,311.44 $ 69,311.44 Insurance: Life $ 820.25 $ 820.25 Insurance: Workmans Comp $ (1,060.00) $ (1,060.00) Payroll Taxes: FICA & Med $ 73,107.30 $ 73,107.30 Payroll Taxes: FUTA & SUTA $ 13,425.05 $ 13,425.05 TOTAL FRINGE BENEFITS $ 210,296.07 $ $ 820.25 $ 209,475.82 32% GENERAL OVERHEAD Indirect labor $ 349,382.29 $ 349,382.29 Advertising $ 27,746.71 $ 27,746.71 Automobile Expense $ 11,062.51 $ 11,062.51 Bank Service Charge $ 10.00 $ 10.00 Computer Expense $ 41.98 $ 41.98 Contributions $ 2,038.36 $ 2,038.36 Corporate Officers Expense $ 2,100.00 $ 2,100.00 Corporation Expense $ 282.00 $ 282.00 Depreciation Expense $ 45,792.10 $ 45,792.10 Dues and Subscriptions $ 750.47 $ 750.47 Education $ 5,018.75 $ 5,018.75 Equipment Expense $ 1,926.90 $ 1,926.90 Equipment Rental $ 2,572.50 $ 2,572.50 Field Expense $ 21,993.55 $ 21,993.55 Fuel Expense $ 20,196.84 $ 20,196.84 Insurance: Liability $ 8,745.00 $ 8,745.00 Professional Laibility O &E $ 16,425.41 $ 16,425.41 Corporate License Tax $ 10.00 $ 10.00 Licenses and Permits $ 250.00 $ 250.00 Office Expense $ 42,221.72 $ 42,221.72 Postage and Delivery $ 1,500.00 $ 1,500.00 Accounting Fees $ 1,345.00 $ 1,345.00 Legal Fees. $ 440.00 $ 440.00 Rent $ 67,500.00 $ 67,500.00 Building Repairs $ 458.50 $ 458.50 Equipment Repairs $ 6,985.30 $ 6,985.30 Subcontractors $ 2,505.00 $ 2,505.00 Property Taxes $ 32,273.97 $ 32,273.97 Telephone $ 20,524,43 $ 20,524.43 Meals and Entertainment $ 2,426.04 $ 2,426.04 Utilities: Gas and Electric $ 8,446.67 $ 8,446.67 Utilities: Sanitation $ 650.35 $ 650.35 Utilities: Water $ 1,513.85 $ 1,513.85 TOTAL GENERAL OVERHEAD $ 705,136.20 $ 32,211.11 $ 672,925.09 104% TOTAL INDIRECT COSTS $ 915,432.27 $ 33,031,36 $ 882,400.91 137% SAP OLA#321000129 CMS DD# 12 HAA 34954 MASTER PRICING AGREEMENT OPTION LETTER 3 Exhibit A-3 Date: August 2, 2011 State Fiscal Year: 2012, Option Letter No. 3 SUBJECT: Change in applicable rates for consulting contracts. In accordance with Applicable Rates Section of contract routing number 08 HAA 00007, between the State of Colorado, Department of Transportation and Pinyon Environmental Engineering Resources, Inc., the state hereby exercises the option to modify the Consultant's applicable rates as specified in the attached Exhibit B-3, and the list of contracts set forth in the attached Exhibit C-3 for the period beginning on the date set forth below. APPROVALS: State of Colorado: John W. Hickenlooper, Governor By: � nn Executive Director G�'Colorado Department of Transportation ALL CONTRACTS MUST BE APPROVED BY THE STATE CONTROLLER CRS 24-30-202 requires that the State Controller approve all state contracts. This contract is not valid until the State Controller, or such assistant as he may delegate, has signed it. The contractor is not authorized to begin performance until the contract is signed and dated below. If performance begins prior to the date below, the State of Colorado may not be obligated to pay for goods and/or services provided. State Controller David rmo PA By. - Date: EXHIBIT 6 ' 3 PROJECT COST WORKSHEET (SPECIFIC RATE OF PAY) Project Number Location Firm Name Pinyon Environmental Inc. Name of Preparer Denise Krejci Phone no. 303.980.5200 Scope of Work Date Type of Proposal: Specific Rate of Pay Contract time 1A. SPECIFIC LABOR RATES DIRECT FAR Audit EMPLOYEE SALARY INDIRECT FEE MULTIPLIER SPECIFIC NAME EMPLOYEE COST/HOUR COST(%) (%) RATE Lauren Evans Principal 53.85 181.93 Julia Auckland Project Scientist 29.36 181.93 Scott Epstein Project Scientist 36.06 181.93 Scott Fanello Staff II Scientist 20.19 181.93 Karen Gumina Project Scientist 44.72 181.93 Kathy Jeserich Clerical 15.37 181.93 Karen Kays Project Scientist 25.01 181.93 Denise Krejci Project Assistant 22.46 181.93 Shannon Lucio Staff II Scientist 23.69 181.93 Jeremy Musson Project Scientist 31.25 181.93 Brian Partington Project Scientist 29.58 181.93 Matt Santo Project Scientist 25.39 181.93 Tyler Sparks Staff II Scientist 20.81 181.93 Kahane Thomas Project Scientist 36.92 181.93 Elisabeth Weber Project Scientist 28.00 181.93 John Hoffecker Archeologist 50.00 181.93 Julie Cumutte Project Specialist 29.00 181.93 Rosalie Wilson Project Scientist 25.00 181.93 Tyler Gholston Project Assistant 14.42 181.93 Michelle Mahn Project Scientist 31.00 181.93 Sherry Stegall Project Specialist 25.00 181.93 1B. LABOR COSTS SPECIFIC ESTIMATED NUMBER ESTIMATED EMPLOYEE RATE $ / HOUR OF WORK HOURS COST PER NAME EMPLOYEE (from 1A) EMPLOYEE CLASSIFICATION (e) (f) Lauren Evans Principal 0.00 Julia Auckland Project Scientist 0.00 Scott Epstein Project Scientist 0.00 Scott Fanello Staff II Scientist 0.00 Karen Gumina Project Scientist 0.00 Kathy Jeserich Clerical 0.00 Karen Kays Project Scientist 0.00 Denise Krejci Project Assistant 0.00 Shannon Lucio Staff If Scientist 0.00 Jeremy Musson Project Scientist 0.00 Brian Part'ington Project Scientist 0.00 Matt Santo Project Scientist 0.00 Tyler Sparks Staff II Scientist 0.00 Karlene Thomas Project Scientist 0.00 Elisabeth Weber Project Scientist 0.00 John Hoffecker Archeologist 0.00 Julie Cumutte Project Specialist 0.00 Rosalie Wilson Project Scientist 0.00 Tyler Gholston Project Assistant 0.00 Michelle Mahn Project Scientist 0.00 Sherry Stegall Project Specialist 0.00 SUBTOTAL $ 2A. OTHER DIRECT COST RATES (IN-HOUSE) ITEM ESTIMATED UNIT ESTIMATED Mileage Current government rate UNITS RATES UNITS COST_ SUBTOTAL 2B. OTHER DIRECT COSTS (OUTSIDE) ITEM ESTIMATED UNIT ESTIMATED Overnights/Curriere (actual reasonable cost) UNITS RATES UNITS COST Outside reproduction (actual reasonable cost) Per Diem Meals (actual reasonable cost subject to Colorado State Fiscal Rules) Other Lodging (actual reasonable cost subject to Colorado State Fiscal Rules) Miscellaneous (actual reasonable cost subject to prior approval of CDOT Project Manager) SUBTOTAL ODC TOTAL TOTAL ESTIMATED COST best of my knuav� ige wage etas anit oBter fach,'al unit n1ta9 supportTng the compensabdn •to be pard by the professtiinal services_ on this document are aaxtrate: compiete ;and rArrtent at the time of anifra hng; and indude'no i irate costs: Lauren E. Evans P.E. (TYPED NAME) 6/29/2011 DATE SIGNED PROJECT COST WORKSHEET F� )t �IBIT B (COST PLUS FIXED FEE - Standard Billing Rate) 1•�/ Project Number Location Firm Name Pinyon Environmental, Ina Name of Preparer Denise Kreld Phone no. 303.980.5200 Scope of Work Date Type of Proposal: COST PLUS FIXED FEE Indirect Cost - Office Personnel (%) _ _ 181.93 to NON -FEE LABOR RATES Contract time DIRECT LABOR EMPLOYEE EMPLOYEE SALARY INDIRECT MULTIPLIER RATE NAME CLASSIFICATION COST/HOUR COST (%) $/HOUR {a) (b) (c) (d) Lauren Evans Principal $ 53.85 181.93 2.8193 $ 151.82 Julia Auckland Project Scientist $ 29.36 181.93 2.8193 $ 82.77 Scott Epstein Project Scientist $ 36.06 181.93 2.8193 $ 101.66 Scott FaneflG Staff II Scientist $ 20,19 181.93 28193 $ 56.92 Karen Gumina Project Scientist $ 44.72 181.93 2.8103 $ 126.08 Kathy Jesarich Clerical $ 15.37 1e1.93 2.8193 $ 43,33 Karen Kays Project Scientist $ 25.01 181.93 2.8193 $ 70.51 Denise Krejci Project Assistant $ 22.46 181.93 2.8193 S 63.32 Shannon Luca Staff II Scientist $ 23.59 181.93 2.8193 S 66.51 Jeremy Musson Project Scientist $ 31.25 181.93 2.8193 $ 88.10 Brian Partington Project Scientist $ 29.58 181.93 2.8193 $ 83.39 Matt Santo Project Scientist $ 25.39 181.93 2.6193 $ 71.58 Tyler Sparks Staff II Scientist $ 20.81 181.93 2.8103 $ 58.67 Kariene Thomas Project Scientist $ 38.92 181.93 2.8193 $ 104.09 Elisabeth Weber Project Scientist $ 28.00 181.93 2.8193 $ 78.94 John Hoffecker Archeologist $ 50.00 181.93 2.8193 $ 140.97 Julle Cumutte Project Specialist $ 29.00 181.93 2.8193 $ 81.76 Rosalie Wilson Project Scientist $ 25.00 181.93' 2.8193 $ 70.48 Tyler Ghdston Project Assistant $ 14.42 181.93 28193 $ 40.65 Michelle Marin Project Scientist $ 31.00 181.93 2.8193 $ 87.40 Sherry Stegall Project Specialist $ 25.00 181.93 2.8193 $ 70.48 1B. NON -FEE LABOR COSTS ESTIMATED NUMBER ESTIMATED EMPLOYEE EMPLOYEE LABOR RATE OF WORK HOURS COST PER NAME CLASSIFICATION $] HOUR (f) EMPLOYEE Lauren Evans Principal $ 151.82 0.00 $ Julia Auckland Project Scientist $ 82.77 0.00 $ _ Scott Epstein Project Scientist $ 101.66 0.00 $ _ Scott Fanelto Staff II Scientist $ 56.92 0.00 $ Karen Gumkra Project Scientist $ 126.08 0.00 $ _ Kathy Jeserlch CledCal $ 43.33 0.00 $ Karen Kays Project Scientist $ 70.51 0.00 $ Denise Krejd Project Assistant $ 63.32 0.00 $ Shannon Ludo Staff II Scientist $ 66.51 0.00 $ Jeremy Musson Project Scientist $ 88.10 0.00 $ Brian Panington Project Scientist $ 83.39 0.00 _ Matt Santo Project Scientist $ 71.58 0.00 $ Tyler Sparks Staff II Scientist $ 58.67 0.00 $ _ Kadene Thomas Project Scientist $ 104.09 O.OD $ _ Elisabeth Weber Project Scientist $ 78.94 0.00 $ _ John Hoffecker Archeologist $ 140.97 0.00 $ Julie Cumutte Project Specialist $ 81.78 0.00 $ Rosalie Wilson Project Scientist $ 25.00 0.00 $ _ Tyler Gholston Project Assistant $ 14.42 0.00 $ Michelle Marro Project Scientist $ 31.00 0.00 $ - Sherry Stegall Project Specialist $ 25.00 0.00 $ _ TOTALLABOR $ - 2. FEE _% X Section 1B FIXED FEE #VALUE] TOTAL #VALUEI 3A. OTHER DIRECT COST RATES (IN-HOUSE) REM ESTIMATED UNIT ESTIMATED UNITS RATES UNITS COST Mileage Current federal government rate 0 $ miles $ - Reproduction/Printing Actual reasonable cost 0 Miscellaneous Actual reasonable cost 0 SUBTOTAL $ - 38. OTHER DIRECT COSTS (OUTSIDE) ITEM ESTIMATED UNIT ESTIMATED UNITS RATES UNITS COSTers OvemghUCounActual reasonable cost $ , Outside reproduction Actual reasonable oust $ _ Airfare & Travel Actual reasonable cost subject to prior approval of COOT project manager $ -. Per Diem Meals Actual reasonable cost subject to state fiscal rules $ Lodging Actual reasonable cost subject to state fiscal rules $ - Miscellaneous Actual reasonable cast subject to prior approval of CDOT project manager SUBTOTAL $ - ODC TOTAL $ - 4A. OUTSIDE SERVICES RATES (SUBCONSULTANTS) (prior approval of COOT PM) FIRM NAME ESTIMATED COST 4B. OUTSIDE SERVICES (VENDORS) (prior approval of CDOT PM) FIRM NAME ESTIMATED COST am Lauren E. Evans (TYPED NAME) $ TOTAL OUTSIDE SERVICES $ _ TOTAL SERVICES #VALUE! TOTAL ESTIMATED COST #VALUEI 6/29/2011 DATE SIGNED i Denise Krejci From: Ludwig, Bill jBill.Ludwig@dot.state.co.us] Sent: Friday, July 29, 20114:56 PM To: Denise Krejci Subject: RE: MPA Staff addition okay we can handle this —all the best Bill From: Denise Krejci f ma !Ito: kreici(o) pinyon-env.coml Sent: Friday, July 29, 20114:54 PM To: Ludwig, Bill Subject: MPA Staff addition Hi Bill — I realized that we have had a new employee join Pinyon (7/6/11) since submitting our MPA option letter. We would like to add Timothy DeMasters to the list. He is a Project Scientist with a direct rate of $25/hr. I have attached a copy of our last payroll for him. Let me know if I need to submit anything else for this request. Thank you and have a great weekend! Denise Denise Krejci Accounting Inc. 10!'jVq Av,., Sulu: r,J 1 NEW ADDRESS!!! X!1�9 Owl) www.Pinyon-env.com CONTRACT CHECKLIST FOR COMPETITIVE PROPOSALS RFP No./Title: 7392 CIVIL ENGINEERING, DESIGN, DRAFTING & SURVEY SERVICES ON -CALL Checklist Item Contract File Comments Location 7) Independent Cost Estimate yes The City made and documented an 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 correct 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 na 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 EXH I bI f C •3 CDOT Contracts List This is a listing of all basic contracts currently in effect between the consultant and CDOT, or on which the consultant is a sub consultant. This Master Pricing Agreement shall apply to the contracts listed below and any amendments thereto. (Collectively referred to as the "basic contracts") CMS # CONTRACT PRIME CONSULTANT PROJECT ROUTING # NAME LOCATION/DESCRIPTION l 1 HA6 Pinyon Environmental, CDOT Statewide NPS 31360ID Inc. #321000272 Muller Engineering; SEH; CDOT Regions 1,2,4, 6 Traffic Stolfus FBR 0062- Wilson & Company US 6 Bridge over BNSF RR 026; Project Code18202 FBR 0704- Wilson & Company Pecos Street over I-70 Bridge 224; Project Code18149 07 HA6 Wilson & Company Ilex Street Bridge, Pueblo 00099 TO #14; Project Code13749 FBR 0402- Tsiouvaras Simmons US 40: East Fork Elk River Bridge 080 18138 Holderness SH FBR 0761- HDR I-76 over UPRR East of US 85 211 08151 David Evans and Assoc CDOT NPS Gen Services Region 4 NH 0243-080 AECOM CDOT Region 2 US 24 and Elbert Rd Unknown Atkins I-70 West Parachute Interchange FBR 070-312 TSH I-70 Frontage Rd over the Colorado (l 8162 River at Dotsero Unknown Atkins CDOT Region 2 SH 160 Two Bridges 0-25-I & 0-26-L BR2854-1 l3 CEI Constructors US 285 Reconstruction 15577 Unknown Atkins SH 160 Bridge 0-25-H over North Fork Sand Arroyo FBR C 16ct Atkins SH 12 Two Bridges — Cucharas River 009; Project & Purgatoire River Code 18250 & Cont'd next e FBR C050- 004; Project Code 18251 BR 0253-213 TSH Johnson's Corner Bridge, Larlmer 17716 County BR 0853-062 TSH SH 85 over the UP IZR north of Nunn, CO Atkins; Hartwig; HDR; CDOT R 1, 2, 4,6 NPS Engineering CH2M Hill; TSH; AECOM Unknown Stolfus CDOT R 3 & 5 Traffic — R-5 US 160 & endin) SH 17-Alamosa CH2M Hill; HDR; Jacobs; CDOT FASTER Bridges Parsons; Atkins; TSH Muller, SEH; Stolfus CDOT R 1, 2, 4, 6 NPS Traffic Eng & ITS, CTMC & CDOT HQ Traffic PB Americas CDOT Tunnel On Call Environmental Statewide 07 HA6 CH2M Hill 6b & Wadsworth 00049 Exhibit B 29-Feb-12 PROJECT COST WORKSHEET - MASTER PRICING AGREEMENT - B PROJECT NUMBER: LOCATION: FIRM NAME: NAME OF PREPARER: PHONE NO: SCOPE OF WORK DATE: CONTRACT TIME: TYPE OF PROPOSAL: 1A. SPECIFIC LABOR RATES: Master Pricing Agreement Denver, Colorado AECOM Technical Services, Inc. R.A. Plummer (303)376-2939 N/A N/A Master Pricing Agreement Employee Name Employee Classification Direct Labor Rate Indirect Cost Fee N Multiplier Factor Specific Rate $/Hour Agins, Charles R ENGINEER III - $ 50.03 157.97% 0.00% 2.58 $129.08 Bailey, Travis ENGINEER 1 $ 25.51 157.97% 0,00% 2.58 $65.82 Boswell, Linda L OFFICE ADMINISTRATOR $ 33.89 157.97% 0.00% 2.58 $87.44 Boyle, Lauren ENGINEER 1 $ 23.79 157.97% 0.00% 2.58 $61.38 Candeleria, Lisa ENGINEER II $ 31.91 157.97% 0.00% 2.58 $82.33 Center, David PROJECT MANAGER $ 49.87 157.97% 0.00% 2.58 $128.66 Eckman, Alan R PROJECT MANAGER $ 61.28 157.97% 0.00% 2.58 $158.10 Fuentes, Thomas P SENIOR ENGINEER $ 54.07 157.97% 0.00% 2.58 $139.50 Gondron, Barry SENIOR PROJECT MANAGER $ 74.79 15T97% 0.00% 2.58 $192.96 Gurule, Art CONSULTANT $ 47.12 157.97% 0.00% 2.58 $121.57 Hertz, Rob SENIOR PROJECT MANAGER $ 82.81 157.97% 0.00% 2.58 $213.65 Heugh, Michael D ENGINEER II $ 29.81 157.97% 0.00% 2.58 $76.91 Hlad, Allan P SENIOR PROJECT MANAGER $ 67.16 157.97% 0.00% 2.58 $173.27 Holloway, Don E SENIOR ENGINEER $ 62.92 157.97% 0.00% 2.58 $162.33 Hoist Jr, David N SENIOR MANAGER $ 57.95 157.97% 0.00% 2.58 $149.51 Hoist Jr, Stephen ENGINEER III $ 41.50 157.97% 0.00% 2.58 $107.07 Hughes, Mark I. BIM MANAGER $ 69.57 157.97% 0.00% 2.58 $179.49 Kennedy, Brian PLANNER IV $ 58.63 157.97% 0.00% 2.58 $151.27 Kennedy, Charlton L ENGINEER III $ 41.10 15T97% 0.00% 2.58 $106.04 Lahusen, Derek ENGINEER II $ 28.99 157.97% 0.00% 2.58 $74.79 Laipply, Joshua R PROGRAM MANAGEMENT, SENIOR MANAGER $ 52.70 157.97% 0.00% 2.58 $135.97 Lang, Corey PROGRAM MANAGEMENT, MANAGER $ 54.16 157.97% 0.00% 2.58 $139.73 Lind, Steven J ENGINEER II $ 28.28 157.97% 0.00% 2.58 $72.96 Lindahl, David A CADD DRAFTER II $ 34.78 157.97% 0.00% 2.58 $89.73 Lisberg, Christopher D ENGINEER II $ 26.83 157.97% 0.00% 2.58 $69.22 Maji, Gary M PROJECT MANAGER $ 60.81 157,97% 0.00% 2.58 $156.89 Mathis, Heath ENGINEER III $ 42.35 157,97% 0.00% 2.58 $109.26 Midkiff, Doug ENGINEER 1 $ 25.00 157,97% 0.00% 2.58 $64.50 Nickle, Raymon ENGINEER 1 $ 26.73 157,97% 0.00% 2.58 $68.96 Pearson, Megan M ADMINISTRATIVE ASSISTANT $ 21.80 157.97% 0.00% 2.58 $56.24 Plummer, Roy A. PROJECT PRINCIPAL $ 97.03 157.97% 0.00% 2.58 $250.34 Raimo, Jennifer SCHEDULER II $ 47.00 157.97% 0.00% 2.58 $121.26 Romig, Richard P SENIOR PROJECT MANAGER $ 70.54 157,97% 0.00% 2.58 $181.99 Rosenbalm, Chester ENGINEER III $ 40.23 157.97% 0.00% 2.58 $103.79 Sabo, John PROJECT MANAGER $ 56.87 157.97% 0.00% 2.58 $146.72 Salek, Matthew E PROJECT ENGINEER $ 44.84 157,97% 0.00% 2.58 $115.69 Schaal, Larry P CADD MANAGER $ 39.38 157.97% 0.00% 2.58 $101.60 Signa, Cherie PROJECT ACCOUNTANT II $ 26.05 157.97% 0.00% 2.58 $67.21 Szeliga, Ken SENIOR PROJECT MANAGER $ 66.68 157.97% 0.00% 2.58 $172.03 Trujillo, Charlie CHIEF ENGINEER $ 100.61 157.97% 0.00% 2.58 $259.57 Tyrrell, Terry PROJECT MANAGER $ 57.11 157.97% 0.00% 2.58 $147.34 Van Gorp, Kendra ENGINEER 1 $ 27.50 157.97% 0.00% 2.58 $70.95 Van Hoff, John PROJECT MANAGER $ 64.03 157.97% 0.00% 2.58 $165.20 Employee Name Employee Classification Direct Field Rate Indirect Field Cost N Fee (°y°) Multiplier Factor Specific Rate $/Hour Cloud, Jerry J CONSTRUCTION MANAGER II $ 54.11 122.63% 0.00% 2.23 $120.45 Keen, Michael K. CONSTRUCTION INSPECTOR II $ 17.00 122,63% 0.00% 2.23 $37.84 Kline, David R CONSTRUCTION MANAGER II $ 55.00 122.63% 0.00% 2.23 $122.65 Kullman, Kevin ENGINEER 1 $ 24.60 122,63% 0.00% 2.23 $54.76 McLeod, Richard N CONSTRUCTION MANAGER II $ 44.81 122.630/, 0.000/10 2,23 $99.75 Miller, Daryl I CONSTRUCTION MANAGER II $ 51.53 122.630/a 0.00% 2.23 $114.71 Rlckli, Neil CONSTRUCTION MANAGER II $ 40.33 122.63% 0.00% 2.23 $89.77 Valdez, Joseph ICONSTRUCTION INSPECTOR 11 $ 26.00 1 122.63% 0.00% 2.23 $57.88 PROJECT COST WORKSHEET - MASTER PRICING AGREEMENT - B PROJECT NUMBER: LOCATION: 1B. LABOR COSTS: 2A. OTHER DIRECT COST RATES: 2B. OTHER DIRECT COSTS: 3A. OUTSIDE SERVICE RATES: 3B. OUTSIDE SERVICE CHARGES: 4. TOTAL ESTIMATED COST (Sum of 1B, 2B and 3B) Master Pricing Agreement Denver. Colorado NIA N/A N/A NIA N/A NIA declare that tote best of my knowledge the wage rates and other factual unit rates supporting the compensation to be paid by the Department for the professional services on this document are accurate, complete, and current at the time of contracting, and Include no unallowable or duplicate costs. R.A. Plummer Vice President geographic preference except where Federal statutes mandate or encourage them. 15) Contract Term Limitation IDIQ one year agreement with the The contract period of performance for rolling option to renew f more years 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 no 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 1. Yes Contractor 2. Yes The City made a determination that it was 3. Yes awarding to a responsible contractor 4. Yes considering such matters as contractor 5. yes integrity, compliance with public policy, record of past performance, and financial and technical resources. 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 This contract is a sound and complete agreement. In addition, it includes remedies for breach of contract and provisions covering termination for cause and convenience. 24) Clear, Accurate, and Complete yes Specification 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 Yes we had 11 proposals Two or more responsible bidders were willing and able to compete effectively for the business. 26) Firm Fixed Price No this is an IDIQ contract A firm fixed price contract was appropriate for this procurement. 29) Advertising Yes through our Buyspeed vendor The Invitation for Bids was publically system advertised. 30) Adequate Number of Sources yes Solicited Bids were solicited from an adequate number of known suppliers. 36) Evaluation Standard RFP rating system 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 analysis from Dean Either a cost analysis or a price analysis was L�S� performed and documented. The price was determined to be fair and reasonable. 42) Written Record of Procurement 1) Yes City standard procedure is History to use RFP process for A&E The file contains records detailing the history selection. of this procurement. At a minimum, these 2) Yes IDIQ records include: (1) the rationale for the method of 3 ) Yes Price analysis procurement, 4) This is an IDIQ agreement (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 yes 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 YES It is an Indefinite Delivery This is a time and materials contract; the Indefinite Quantity agreement and grantee determined that no other type of the contract ceiling price per year contract is suitable; and the contract specifies is $300,000 a ceilingrice. 48) Cost Plus Percentage of Cost correct 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 RFP process 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 SUPPLEMENT FOR ARCHITECT & ENGINEERING SERVICES Checklist Item Contract File Comments Location 8) A&E Geographic Preferences yes Geographic location is not a selection criterion or it is a selection criterion and its application leaves an appropriate number of qualified firms, given the nature and size of the project, to compete for the contract. 51) Qualifications Exclude Price yes The City evaluated the offeror's qualifications and excluded price as an evaluation factor. 52) Serial Price Negotiations yes The City conducted negotiations with only the most qualified offeror and failing agreement on price would conduct negotiations with the next most qualified offeror until contract award could be made to the most qualified offeror whose price is fair and reasonable to the grantee. Excluded Parties List System Page I of 1 E PLSI / Excl'ud'ed! Rarties; List, S;ystelnt _ Search - Current Exclusions EPLS Search Resources Results >Advanced Search _ __ -. _..__. ._ __._ -_- _..__ _ >Search Help >Multiple Names t Search Results for Parties >Advanced Search Tips > Exact Name and SSNrFIN Excluded by > Public User's Manual > MY EPLS � Firm, Entity, or Vessel : AECOM > FAQ > Recent Updates State: COLORADO >Acronyms > Browse All Records Country : UNITED STATES > Privacy Act Provisions As of 05-Jul-2012 5:37 PM EDT > News View Cause and Treatment Code Save to MyEPLS System for Award Management Descriptions f >(SAM) i Your search returned no results. > Reciprocal Codes Reports > Procurement Codes > Nonprocurement Codes Back New Search Printer-Friendl _ _ _ Y >Advanced Reports > Recent Updates Agency & Acronym Information > Dashboard > Agency Contacts Archive Search - Past Exclusions > Agency Descriptions > State/Country Code Descriptions >Advanced Archive Search > Multiple Names OFFICIAL GOVERNMENT USE ONLY > Recent Updates > Browse All Records > Debar Maintenance > Administration Contact Information > Upload Login > For Help: Federal Service Desk https://www.epls.gov/epls/search.do;jsessionid=5E601FB66C461B96181713ME911B2AA9 7/5/2012 Excluded Parties List System Page 1 of 1 PL SI I EExcl'udted Parties; L+ i'st. S; Search - Current Exclusions > Advanced Search EPLS Search Results Resources > Search Help .____ _ _ _ _ _. __ ___.. _ __ _ ._ :..�, > Multiple Names Search Results for Parties >Advanced Search Tips > Exact Name and SSNITIN Excluded by > Public User's Manual > MyEPLS Firm, Entity, or Vessel : Interwest Consulting > FAO I > Recent Updates Group Inc >Acronyms > Browse All Records State: COLORADO > Privacy Act Provisions I Country : UNITED STATES > News As of 05-Jul-2012 5:40 PM EDT View Cause and Treatment Code I System for Award Management Descriptions Save to MyEPLS > (SAM) > Reciprocal Codes Your search returned no results. Reports > Procurement Codes 1 > Nonprocurement Codes I 1 >Advanced Reports Back New Search Printer -Friendly > Recent Updates Agency & Acronym Information > Dashboard > Agency Contacts Archive Search - Past Exclusions > Agency Descriptions > State/Country Code Descriptions >Advanced Archive Search > Multiple Names OFFICIAL GOVERNMENT USE ONLY > Recent Updates > Browse All Records > Debar Maintenance > Administration Contact Information > Upload Login > For Help: Federal Service Desk https://www.epls.gov/epls/search.do 7/5/2012 FortCollins Independent Cost Estimate Date of Estimate: 16-Apr-12 Contract Type: 7392 Civil Engineering, Design, Drafting & Survey Services On -Call Existing Contract or PO (YIN): N Description of Goods (A) or Services (B): Typical services include civil engineering design and construction support, drafting, traffic engineering, structural engineering, surveying, drainage engineering and environmental engineering. 1 have obtained the following estimate from; Published Price List / Past Pricing (date) Engineering or Techincal Estimate (performed by) Independent Third Party Estimate (performed by) Other (specifry) See attached Unit Rate Estimate. Data used is from recent contracts with similar necessary scope and experience. Cost Estimate Details: (Estimate calculated in US Dollars) Cost of Standard Items Product Cost($/ea) Cost $/ea Notes/Data Source Delivered No Frieghl Total Cost of Services, Repairs, or NonStandard Items Itendfask: OREM Signature of Preparer: