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: