HomeMy WebLinkAboutCORRESPONDENCE - RFP - 7346 DEMOGRAPHIC FORECAST FOR NFRMPOAPPLICABILITY OF THIRD PARTY CONTRACT CLAUSES
(excluding micro -purchases, except for construction contracts over $2,000)
TYPE OF PROCUREMENT
Clause
Professional
Operations/
Rolling Stock
Construction
Materials &
Services/A& E
Management
Purchase
Supplies
No Federal Government
Obligation To Third Parties
/
All
All
All
All
All
(by Use of a Disclaimer
V
False Statements or Claims
All
All
All
All
All
Civil and Criminal Fraud
Access To Third Party
All
All
All
All
All
Contract Records
Changes to Federal
All
All
All
All
All
Requirements
Termination
All
All
All
All
All
Civil Rights Title VI, EEO, ADA
>$10,000
>$10,000
>$10,000
>$10,000
>$10,000
Disadvantaged Business
All
All
All
All,
All
Enterprises DBEs
_
Incorporation of FTA Terms
/
All
All
All
All
All
Suspension and Debarment
>$25,000
>$25,000
>$25,000
>$25,000
>$25,000
Buy America
>$100,000
>$I00,000
>$10 000
Resolution of Disputes,
Breaches, or Other Litigation
>$100,000
>$100,000
>$100,000
>$100,000
>$100,000
Lobbying
>$100,000
>$100,000
>$100,000
>$100,000
>$100,000
Clean Air
>$100,000
>$100,000
>$100,000
>$100,000
>$100,000
Clean Water
>$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
Standards Act
transportation
>$2,500
>$2,000 (including
ferry vessels)
services
Bonding
$100,000
Seismic Safety
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
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
Architecture
ITS Projects
ITS Projects
ITS Projects
ITS Projects
ITS Projects
ADA Access
A & E
All
All
All
All
Bus TestingAll
Pre -Award And Post Delivery
Audits
AII
CONTRACT CHECKLIST FOR COMPETITIVE PROPOSALS
RFPNo./Title: 771q(, lnrnnfoilau� lr,-
Checklist Item
Contract File
Comments
Location
7) Independent Cost Estimate,
The City made and documented an
independent cost estimate before receipt of
proposals.
9) Unreasonable Qualification
NQ
Requirements This solicitation did not contain
unreasonable requirements placed on firms in
order for them to qualify to do business.
10) Unnecessary Experience and
1�
Excessive Bonding
Unnecessary experience and excessive
bonding requirements were not included in
this solicitation or contract documents.
11) Organizational Conflict of
Interest (OCI)
t�
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
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
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
The solicitation contains no in -State or local
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
�S
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
S
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
e
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
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
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
\�
This contract is a sound and complete
agreement. In addition, it includes remedies
/ 1 r4 C R E� l�✓JL�
for breach of contract and provisions covering
termination for cause and convenience.
24) Clear, Accurate, and Complete
Specification
l5
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
ro edy res ond.
25) Two Bidders
Two or more responsible bidders
were willing
and able to compete effectively for the
business.
'
26) Firm Fixed Price
A firm fixed price contract was appropriate for
this procurement.
29) Advertising
The Invitation for Bids was publically
advertised.
30) Adequate Number of Sources
5 I,�SXJ
Solicited
Bids were solicited from an adequate number
of known suppliers.
36) Evaluation
A method is in place for conducting technical
evaluations of the proposals received and the
'J
solicitation has evaluation factors identified
along with their relative importance.
37) Price and Other Factors
\
For this procurement, award was made to the
responsible fine whose proposal is most
advantageous to the grantee's Program with
rice and other factors considered.
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
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
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
History
The file contains records detailing the history
(.2 n•'"
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
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
\'�
The grantee amended this contract outside
i V
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
The contractor did not receive an advance
Ivl�)
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
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
\
This is a time and materials contract; the
I V v
grantee determined that no other type of
contract is suitable; and the contract specifies
a ceiling rice.
48) Cost Plus Percentage of Cost
t�
This is not a cost plus a percentage of cost
type contract.
49) Liquidated Damages Provisions
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
1) The file contains: Assignability provisions.
2) The procurement file contains: Price
reasonableness determination.
56) Clauses
�S
This contract contains the appropriate FTA
required clauses.
Exclude Parties Search
EPS run and include in the file
SUPPLEMENT
FOR ARCHITECT & ENGINEERING SERVICES
Checklist Item
Contract File
Comments
Location
8) A&E Geographic Preferences
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
The City evaluated the offeror's qualifications
and excluded price as an evaluation factor.
52) Serial Price Negotiations
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.
Jim O'Neill
From: Suzette Mallette <SMallette@nfrmpo.org>
Sent: Friday, August 03, 2012 9:42 AM
To: Jim O'Neill
Subject: RE: Demographic Forcast Model Contract -
Jim,
I did do an ICE form prior to the RFP being released. However, we have had a turnover in our financial staff so we need
to look for it since I am not laying my hand on it right off. I have asked Theresa, our new financial person, to start
sending you copies of the contracts when we us your purchasing services.
We are treading water and are extremely busy as you can imagine. Our Council has hired an executive search firm to
look for the new Ex Dir., but it will be at least 90 days before that transition is made. No vacation for me this summer.
Hope all is well with you.
Suzette
From: Jim O'Neill rmallto:JONEILL(d)fcaov.com1
Sent: Thursday, August 02, 2012 4:14 PM
To: Suzette Mallette
Subject: Demographic Forcast Model Contract -
Suzette, 1 hope things are going well for you. What the heck is going on over there??? Actually the reason for this
email. You all just send me a copy of the contract with Dr. Fisher and I am in the process of closing the rfp file. I have a
check list I use for fta funded rfps. One of the items is Cost Analysis. Can you send me what ever you all did in the
negotiations with Dr. Fisher and why what he is charging is reasonable. I'd like to put a copy in the file. Thanks. And
good luck to you! Jim
Jim O'Neill, FNIGP, CPPO
Director of Purchasing and Risk Management
970-221-6779
PO Box 580
Fort Collins, CO 80522
„..r,:
Fort Collins
=��.
Independent Cost Estimate
Date of Estimate: 27-Feb-12
Contract Type: Professional Services
Existing Contract or PO (Y/N): N
Description of Goods (A) or Services (B): Service
I have obtained the following estimate from; Previous Reports
Published Price List r Past Pricing (date) Past Pricing - 2005
Engineering or Techincal Estimate (performed by) NA
Independent Third Party Estimate (performed by) NA
Other (specify)
Cost Estimate Details:
(Estimate calculated in US Dollars)
or stanaaro items
Cost of services, Repairs, or Non -Standard Items
Itemrrask:
Materials or Work Description
Other Direct
Costs
Labor
Rate ($)
Labor
Hours
Labor
Class
Allocated
Overhead
SGBA'
Profit
TOTAL
Economic Forecast Report
S 116.0D
110
S 12,760.00
$ 774.00
- 77
S 13,398.00
Total
$ 26,158.00
/ \ / 'Selling. General and Adminisvrn ae Expenses
Signature of Prepare `” �/,, j
Account#: 003450
.sue
CCORTCOLLINS
O6LORADOAN I in nice Text NOTICE The City of Fort Collins on beh
STATE OF COLORADO )
) ss:AFFIDAVIT OF PUBLICATION
COUNTY OF LARIMER )
Andrew Troncoso being duly sworn, deposes and says that said is the legal clerk of the Fort
NOTICE Collins Coloradoan; that the same is a daily newspaper of general circulation and printed and
the City of Fort Collins on behalf of the North published in the City of Fort Collins, in said county and state; thatthe notice or advertisement, of
Front
ro thRangetMetropolitan
ere� ea ro�niNg Organize- which Which the annexed is a true copy, has been published in said daily newspaper for
tion"MPO", is soliciting proposals for a 2040 Dem-
ographic Forecast for the North Front Range 2 Non -Consecutive Days;
that includes all of the North Front Range MPO
and portions of Weld and Larimer Counties in
the ozone nonattalnment area. that the notice was published in the regular and entire issue of every number of said newspape:
Proposals will be received by the City of Fort
Collins at the office of the Purchasing Divsion, during the period and time of publication of said notice, and in the newspaper proper and not in s
rad North Mason end our
clock
k t Collins, cold. supplement thereof, that the first publication of said notice was contained in the issue of sail
Colo-
rado until 3:00 P.M. our clock on March 16, pP
2012 for the Demographic Forecast for newspaper on
NFRMPO, RFP Number 7346. For more nfor-
matlon call (970) 221-6775 or download a copy
Of RFP Number 7346 at Sunday, February 26, 2012
www.fcgov.com/eprocurement.
James E. O'Neill II, CPPO, FNIGP
Director of Purchasing B Risk Management that the last er on
publication thereof was contained in the issue of said newspaper
February 24, 2012 P P 1?
34186279 Sunday, March 4, 2012
FbuIl6aaerary2, Marcch , 2012 that said Fort Collins Coloradoan has been published continuously and uninterruptedly during thl
period of at least six months next prior to the first publication of said notice or advertisemen
above referred to; that said newspaper has been admitted to the United States mails as second-clas,
matter under the provisions of the Act of March 3, 1879, or any amendments thereof, and that sait
newspaper is a daily newspaper duly qualified for publishing legal notices and advertisement
within the meaning of the laws pf the State of Colorado
p
r Le& I'tLP' k • C
.. Off`/� .�
y: OTA O=
Subscribed and sworn to before me, within the County of Larimer, State of Colerada'tAl �! Z
Monday, March 05, 2012 // 's P pUBLIG
O
My Commission expires:Mill IM
NCO, 2D�S ' 3 •��9f6 �\\\
%19101n Expires
c ht
Notary Public
Legal No.0034186279
Delivered to:
CITY OF FC-PURCHASING-LEGAL,
Affidavit Prepared
PO BOX 580 Monday. March 5, 2012
FORT COLLINS, CO 80522-0580 8:48 am