Loading...
HomeMy WebLinkAbout103941 CITY OF FC MISCELLANEOUS - PURCHASE ORDER - 9125206Fort Collins Date: 09/28/2012 PURCHASE ORDER Vendor: 103941 CITY OF FORT COLLINS MISCELLANEOUS ** CIS ** PO Number Page 9125206 1of6 This number must appear on all invoices, packing slips and labels. Ship To: ENGINEERING DEPT-MASON CITY OF FORT COLLINS ENGINEERING DEPT-MASON 281 N. COLLEGE AVE FORT COLLINS Colorado 80524 Delivery Date: 09/27/2012 Buyer: JAMES O'NEILL Note: Line Description Quantity UOM Unit Price Extended Ordered Price 1 Two-way Conversion Traffic signal modifications 1 LOT LS 533,476.00 In addition to the City of Fort Collins Standard Purchase Order Terms and Conditions, the following Federal clauses apply to this purchase order. 1. NO FEDERAL GOVERNMENT OBLIGATION TO THIRD PARTIES (1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. (2) The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. 2. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS (1) The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. § 3801 et seq . and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate. (2) The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority City of Fort Collins Director of Purchasing and Risk Management This order is not valid over $5000 unless signed by James B. O'Neill ll, CPPO City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Phone:970-221-6775 Fax:970-221-6707 Email: purchasing@fcgov.com Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 39) Cost Analysis Required Cost analysis and profit negations were performed (initial award and modifications) And documented for price reasonableness was established on the basis of a catalog or market price of a commercial product sold in substantial quantities to the general public or on the basis of prices set by law or regulation. 40) Evaluation of Options The option quantities or periods contained in the contractor's bid or offer were evaluated in order to determine contract award. (To be t "/ eligible for Federal funding, options must be evaluated as part of the price evaluation of offers, or must be treated as sole source awards. 42) Written Record of Procurement History The file contains records detailing the history of this procurement. At a minimum, these <` records include: Tl (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 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 receiveadvance payment utilizing FTA funds and the contract � does not contain advance payment provisions N v or, if it did, prior written concurrence was obtained from FTA. 46) Progress Payment Provisions A) U 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. Excluded Parties List System Page 1 of 1 Search - Current Exclusions I Co, C _. Resources >Advanced Search > Multiple Names > Exact Name and SSN/TIN > MyEPLS > Recent Updates > Browse All Records View Cause and Treatment Code Descriptions > Reciprocal Codes > Procurement Codes > Nonprocurement Codes Agency & Acronym Information > Agency Contacts >Agency Descriptions > State/Country Code Descriptions OFFICIAL GOVERNMENT USE ONLY > Debar Maintenance > Administration > Upload Login Results Search Results for Parties Excluded by Firm, Entity, or Vessel : city of fort collins As of 27-Sep-2012 6:45 PM EDT Save to MyEPLS Your search returned no results. Back New Search Printer -Friendly > Search Help >Advanced Search Tips > Public User's Manual > FAQ > Acronyms > Privacy Act Provisions > News System for Award Management > (SAM) Reports >Advanced Reports > Recent Updates > Dashboard Archive Search - Past Exclusions >Advanced Archive Search > Multiple Names > Recent Updates > Browse All Records Contact Information > For Help: Federal Service Desk https://www.epls.gov/epls/search.do Planning, Development & Transportation Engineering Department 281 North College Avenue P.O. Box 580 Fort Collins, CO 80522.0580 970.221.6605 970.221.6378 - fax fcgov. com/engine ering Memorandum To: Jim O'Neil, Director of Purchasing and Risk Management From: Terry Tyrrell, Consultant Project Manger & Erika Keeton, Special Projec Engin - Date: September 24, 2012 Re: MAX BRT — Requisition Request City of Fort Collins Traffic Department Two -Way Conversion Traffic Signal Modifications The City of Fort Collins Traffic Department should be utilized as sole source for the traffic signal modifications required for the two-way of Mason Street. All of the traffic signals in Fort Collins are owned and operated by the City and are the most qualified and familiar with the project parameters. The City will utilize their crews, equipment and materials that they typically utilize to implement revisions to . their traffic signals. The City began traffic signal modification for the two way conversion of Mason Street effort in 2009 as it was initially scheduled for conversion that same year. As the design of the MAX BRT evolved, and requirements from Burlington Northern Santa Fe (BNSF) railroad became apparent, construction was ultimately pushed back until the beginning of 2012. At that point, materials had already been purchased and paid for from the City force account in anticipation of the 2009 construction date as there is a long. lead time in ordering traffic signal equipment. As the schedule moved into 2012, design changes and additions caused some of the materials ordered in 2009 to be no longer valid for the final design, but other materials could still be used for the conversion. In 2011, the City was able to purchase the remaining materials in order to complete the two-way conversion of Mason Street based on pre -award authority from the FTA. The pre -award authority authorized the City to incur costs for early work and request reimbursement once the Project Construction Grant Agreement (PCGA) was authorized. In May of 2012, the PCGA was awarded to the City by the FTA. As such, the City is requesting reimbursement for their costs to date and the needed costs to complete the traffic signal modifications for the two way conversion of Mason Street as estimated in the their original proposal from 2009 and proposal for additions due to design changes in 2012. The attached cost estimate includes the initial costs of materials necessary to complete the project as estimated and purchased in 2009, project upgrades as the design evolved including BNSF requirements estimated in 2012, and also a credit resulting from materials that can no longer be utilized for the project that were ordered in 2009. Materials that were ordered in 2009 that can no longer be utilized are not included in this estimate. 1 /1 Of t Collins The City cost estimating systems are proprietary based on the City's fees and previous project data. As the City is a public agency, there is a low overhead costs and are ultimately responsible for the maintenance of the infrastructure and public safety. In addition, the City of Fort Collins Traffic Department equipment and materials are proprietary. I have included the cost estimates for the signal improvements provided by the Traffic Department in support of the Independent Cost Estimate (ICE) which includes a cost breakdown per intersection. This breakdown of costs was prepared by the Traffic Department and is attached. In reviewing the City work necessary for the BRT Project, their initial estimate and subsequent estimate and discussing their estimating procedures and support documentation we found the proposed cost to be reasonable. I recommend that the requested budget of $533,476.00 for the traffic signal modifications purchase order relative to the MAX BRT Project be approved. 2 ctyor Fort Collins Independent Cost Estimate -ram- City of Fort Collins Utilities Two Way Conversion Traffic Signal Modifications Date of Estimate: 25-Jul-12 Contract Type: T&M Existing Contract or PO (Y/N): Y Description of Goods (A) or Services (B): Work includes traffic signal modifications necessary for the two-way conversion of Mason Street. Areas are in the City rights of way and would be most cost effective for the City to be utilized as sole source for this work since the system is owned, operated and maintained by the City and are the most familiar with the system. As the City of Fort Collins Traffic Department costs are proprietary, we have included the cost estimates for the signal improvements provided by the Traffic Department as part of this ICE. I have obtained the following estimate from; Published Price List / Past Pricing (date) 2/8/2012 Engineering or Technical Estimate (performed by) City of Fort Collins Traffic Department Independent Third Party Estimate (performed by) Other (specify) Cost Estimate Details: (Estimate calculated in US Dollars) Signature of Preparer: Cost of Standard Items Product Cost ($/ea) Cost ($/ea) Notes/Data Source Delivered No Freight Total Cost of Services, Repairs, or Non -Standard Items Itemfrask: Materials or Work Description Other Direct Costs Labor Rate ($ Labor Hours Labor Class Allocated Overhead SG&A' Profit TOTAL Two Way Conversion Traffic Signal Modifications $ 533,476.00 $ 533,476.00 Total I $ 533.476.00 'Solling, Gonoml and Mninistregve En mos ♦, City of F6rt 00"Ahopp%ps Planning, Development & Transportation Traffic Operations 626 Linden P.O. Box 580 Fort Collins, CO 80522.0580 970.221.6630 970.221.6282 - fax www.fcgov.com/traffic Memorandum To: Erika Keeton, Special Projects Engineer Terry Tyrell, Consultant Project Manager From: Britney Sorensen, Traffic Systems Engineer Date: 3/26/2012 Subject: Mason Two -Way Conversion Work Project Estimates and Billing CC: Ward Stanford, Traffic Systems Engineer Sandy Aragon, Financial Coordinator As we begin construction on the Mason two-way conversion portion of the BRT Project, I want to provide a summary of the estimates and previous bills for the traffic signal work. The initial work on this portion of the project began many years ago and the design has evolved to include battery backup cabinets, video detection, and new signal poles for northbound and southbound Mason Street. Most locations have also had additional pedestrian poles added to the design due to field placement of the railroad signaling infrastructure. This represents a significant increase in project scope from the initial conversion plans. Design changes that resulted in a substantial increase in project costs are listed below. Battery backup cabinets $12,500 @ 5 additional locations = $62,500 Video detection $20,000 @ 4 additional locations = $80,000 Signal poles (CDOT spec) $20,000 @ 5 locations = $100,000 Railroad flagging $2,000 @ 6 locations = $12,000 Pedestrian poles $800 @ 16 locations = $12,800 Contingency (8%) $49,250 The two-way conversion was initially scheduled to be done in 2009. In anticipation of construction, material was purchased through the Traffic Operations Construction Force Account. These expenditures were charged to the project in 2009. Since then, standards adopted by Traffic Operations and new requirements from the railroad have resulted in numerous design changes. Consequently, much of the material purchased and charged to the project in 2009 will not be used to complete the project. To clarify what the project will be billed for, I am providing this summary. Any material purchased in 2009 and installed will be charged accordingly. Material purchased for the City of F"� t Collins project in 2009 that won't be installed will be removed from the final bill and replaced with actual materials purchased and installed. This will result in a statement in which the previously billed amounts for each intersection will be credited to the total cost in the final bill. A summary of estimated total costs (Estimate), previously billed amounts (2009 Bill) and the difference between the two amounts (Balance) are listed below. Estimate 2009 Bill Balance Mason & Laurel $140,449 $ 60,162 $ 80,287 Mason & Mulberry $102,846 $ 39,429 $ 63,417 Mason & Olive $112,957 $ 10,532 $102,425 Mason & Oak $104,577 $ 9,042 $ 95,535 Mason & Mountain $104,311 $ 3,216 $101,095 Mason & Laporte 99,743 9,026 90,717 TOTAL $664,883 $131,407 $533,476 City of Fort Collins Traffic Operations Itemized Estimate TP ZZ 163426 MASON & LAUREL SIGNALS WFO ^r's`.... 3/23/2012 I P N Updated estimate to install traffic signal. Labor TRAFFIC EQUIPMENT OPERATOR 1 96.50 2,426.98 0.00 2,426.98 TRAFFIC EQUIPMENT OPERATOR II 100.50 3,273.28 0.00 3,273.28 TRAFFIC SIGNAL TECH 1 31.00 857.30 0.00 857.30 TRAFFIC SIGNAL TECH II 37.00 1,259.11 0.00 1,259.11 TRAFFIC SYSTEMS ENGINEER/SUPV 8.00 373.68 0.00 373.68 UTILITY WORKER-STRTS/TRAFFIC 84.50 1,712.82 0.00 1,712.82 Total Labor 9,903.17 Materials #4 Spiral Rebar 30" x 14' 9", 6 In. pitch 4.00 130.00 520.00 #9 Rebar x 14' 9" 56.00 30.00 1,680.00 10' Aluminum Ped Pole - No Base 3.00 150.00 450.00 12" Green LED - Dialight 11.00 65.00 715.00 12" Red Arrow LED - Dialight 1.00 55.00 55.00 12" Red LED - Dialight 11.00 55.00 605.00 12" Transit LED 3.00 100.00 300.00 12" Yellow Arrow LED - Dialight 2.00 60.00 120.00 12" Yellow LED - Dialight 11.00 75.00 825.00 12X24 Blank -Out Sign (TRAIN) w/bands 1.00 1,200.00 1,200.00 15' Aluminum Ped Pole - No Base 1.00 250.00 250.00 2" PVC REPAIR SLEEVE/COUPLING NO STOP 5.00 3.83 19.15 2070 L Controller 1.00 2,193.00 2.193.00 24X24 Blank -Out Sign (Left) w/bands 1.00 2,500.00 2,500.00 25C 14G (Signal Wire) 405.00 2.17 878.85 2C 12G (Street Light Wire) 405.00 0.33 133.65 2C 14G (Single Pair) 170.00 0.25 42.50 3" PVC Repair Sleeve 3.00 7.61 22.83 3/4" Band 262.00 4.95 259.38 3/4" Buckles C256 62.00 3.45 42.78 3C 18G (Terra) 605.00 0.51 308.55 3C 4G (Triplex) 100.00 1.45 145.00 3P 18G (Pushbutton/Loop) 315.00 0.39 122.85 4C 20G (Opticom) 215.00 0.40 86.00 5C 14G (Signal Wire) 555.00 0.45 249.75 722 Opticom Detector 2 2.00 636.90 1,273-80 754 Opticom Phase Selector 1.00 2,751.00 2,751.00 7C 14G (Signal Wire) 225.00 0.61 137.25 8"Rebar Ties 4.000.00 0.02 80.00 Page 1 of 3 8G Bare (Grounding) 325.00 0.32 104.00 9 x 12 Ped Button Sign Left 6.00 5.55 33.30 9 x 12 Ped Button Sign Right 2.00 5.55 11.10 Aluminum Grounding Lug (Ped Pole) 3.00 1.20 3.60 BZ Concrete 19.50 100.00 1,950.00 Backplate - Skybrac 3 Section 10.00 23.25 232.50 Band It Bracket W/Bolt - DO21 24.00 2.98 71.52 Band -it Plate Bandit Foot 2.00 13.36 26.72 Collar For Ped Pole Base 3.00 55.00 165.00 Concrete 3.50 200.00 350.00 Conduit 2" 22 % Elbow 6.00 2.06 12.36 Conduit 2" 45% elbow 6.00 1.95 11.70 Conduit 2" 90% Elbow 6.00 2.32 13.92 Conduit 2" Coupling 20.00 0.54 10.80 Conduit 2" PVC 200.00 0.52 104.00 Conduit 3" 22% Elbow 4.00 3.06 12.24 Conduit 3" 45% Elbow 4.00 1.67 6.68 Conduit 3" 90% Elbow 4.00 7.01 28.04 Conduit 3" Coupling 5.00 1.59 7.95 Conduit 3" PVC 50.00 0.94 47.00 Controller system software 1.00 800.00 800.00 Domed Ped Pole Cap 5.00 10.00 50.00 FIBER PATCH CABLE - ST TO LC SINGLEMODE DUPLEX 2.00 34.53 69.06 Fiber Splicing and Terminations 1.00 600.00 600.00 Flowfill for site restoration 1.00 500.00 500.00 GE Ped Countdown Insert GT1 Series 8.00 235.00 1,880.00 Ground Rod 8 FT - 5,8" 3.00 11.10 33.30 Ground Rod Clamp 3,00 2.39 7.17 Hardware For Side of Pole Mount - W/Bandit Bracket 6.00 27.50 165.00 Hubbell 6 Pack St Adapter FSPST6 2.00 20.88 41.76 Hubbell Patch Panel FPR3SP 1.00 140.44 140A4 Labor and Equipment 1.00 411.13 411.13 Light and Power Charges 1.00 60.95 60.95 Light and Power Charges - pole transport, set 4.00 200.00 800.00 Light and Power Charges, Caisson Drill 4.00 400.00 1,600.00 Light and Power Charges, Energize Intersection 1.00 800.00 800.00 Light and Power Charges, Removals 1.00 200.00 200.00 Luminaire, 250 Watt 4.00 200.00 800.00 Misc. Concrete Supplies 1.00 100.00 100.00 Misc. Conduit Supplies 1.00 50.00 50.00 Misc. Sprinkler Repair - Site Restoration 1.00 200.00 200.00 Misc. Wire Supplies 1.00 50.00 50.00 Mounting Bracket for Terra Camera 4.00 60.00 240.00 Mounting Hardware, reducer, coupling 4.00 10.00 40.00 Patch Panel Blank Plate FSPB FO 1.00 5.80 5.80 Ped Button Station 9" X 12" Pelco 8.00 77.00 616.00 Ped Head Clamshell Empty - Left - Y Aluminum 7.00 130.00 910.00 Ped Head Clamshell Empty - Right - Y Aluminum 1.00 130.00 130.00 Ped Pole Base w/Extended Neck - Base Only 3.00 365.00 1,098.00 Permit 1.00 80.00 80.00 Pole 20 Ft Mast Arm W/15' Illuminair - CDOT Specs 1.00 9,500.00 9,500.00 Pole 35 Ft Mast Arm W/15' Illuminair - CDOT Specs 2.00 20,000.00 20,000.00 Pole 55 Ft Mast Arm W/15' Illuminair - CDOT Specs 1.00 12,000.00 12,000.00 RR AC Isolator 1.00 45.00 45.00 RR Charges, Flagger 2.00 1,000.00 2,000.00 Red Green Interface Panel for Terra System 1.00 155.00 155.00 Ruggedcom Managed Switch W/Rack Mount Bracket & Cord 1.00 1,222.00 1,222.00 Signal Head 3 Sec 12,12,12 13.00 175.00 2,275.00 Signal design and prints 1.00 546.25 546.25 Sonnet Tube 5.00 50.00 250.00 Standard 3 Sec Syk Bracw/48" Bands 10.00 85.00 850.00 Terminal Blocks 1.00 10.85 10.85 Terra Access Point 1.00 1,850.00 1,850.00 Terra Camera 4.00 4,165.00 16,660.00 Terra Interface Panel 1.00 675.00 675.00 Page 2 of 3 Traffic Signal Cabinet with UPS 1.00 12,500.00 12,500.00 UTP Ethernet Cable CAT5E 3 Ft. 2.00 3.70 7,40 WATC provided by Streets Department 1.00 800.00 800.00 Wire Harness wfFIP to TAP Cable 1,00 20.00 20.00 Total Estimated Material 115,013.88 Equipment BACK HOE JD310 18.00 657.00 BUCKET TRUCK 96.00 2,420.16 FORD F450 SUPERDUTY W/UTILITY BOX 89.00 1,068.00 FORD F56 Small Dump/Water 12.00 300.00 LARGE DUMP TRUCK 4.00 128.00 PICKUP TRUCK (BRITNEY/ANGIE) 4.00 40.40 PLATFORM TRUCK 1999 I.H. 14.00 352.94 WIRE TRAILER 16.00 161.60 Total Equipment Cost 5,128.10 Summary For Work Order 163426 Labor Materials Equipment Contingency (8%) Total Please Note - This is an estimate only - additional expenses may be necessary to complete the work. $9,903.17 $115,013.88 $5,128.10 $10,403.61 $140,448.76 Page 3 of 3 Fort Collins PURCHASE ORDER PO Number Page 9125206 2of6 This number must appear on all invoices, packing slips and labels. Line Description Quantity UOM Unit Price Extended Ordered Price of 49 U.S.C. § 5307, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5307(n)(1) on the Contractor, to the extent the Federal Government deems appropriate. (3) The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions. 3. ACCESS TO RECORDS AND REPORTS Access to Records - The following access to records requirements apply to this Contract A. Where the Purchaser is not a State but a local government and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 18.36(i), the Contractor agrees to provide the Purchaser, the FTA Administrator, the Comptroller General of the United States or any of their authorized representatives access to any books, documents, papers and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. Contractor also agrees, pursuant to 49 C.F.R. 633.17 to provide the FTA Administrator or his authorized representatives including any PMO Contractor access to Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. B. The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. C. The Contractor agrees to maintain all books, records, accounts and reports required under this contract for a period of not less than three years after the date of termination or expiration of this contract, except in the event of litigation or settlement of claims arising from the performance of this contract, in which case Contractor agrees to maintain same until the Purchaser, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. Reference 49 CFR 18.39(i)(11). D. FTA does not require the inclusion of these requirements in subcontracts. 4. FEDERAL CHANGES Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Master Agreement between Purchaser and FTA, as they may be amended or promulgated from time to time during the term of this contract. Contractor's failure to so comply shall constitute a material breach of this contract. 5. TERMINATION a. Termination for Convenience The City may terminate this contract, in whole or in part, at any time by written notice to the Contractor when it is in the Government's best interest. The Contractor shall be paid its costs, including contract close-out costs, and profit on work performed up to the time of termination. The Contractor shall promptly submit its termination claim to the City to be paid the Contractor. If the Contractor has any property in its possession belonging to the City, the Contractor will account for the same, and dispose of it in the manner the City directs. c3. o'r�-ems City of Fort Collins Director of Purchasing and Risk Management This order is not valid over $5000 unless signed by James B. O'Neill II, CPPO City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Phone:970-221-6775 Fax:970-221-6707 Email: purchasing@fcgov.com Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 City 0f �Fort Collins Traffic Operations Itemized Estimate -�" 3i'1F E4bsT.+-'is%%��aa=:%sly:. ••. �� - �� �`+� �n . Y,rT. f'i'� f:+i TRANSPORTATION Engineering: Erika Keeton 175502 158579 MASON & LAPORTE SIGNALS WFO 3/26/2012 IP N Convert Mason & Laporte signal operations from one-way to two-way traffic. Install new signal poles northbound and southbound on Mason. Install signal heads, signage and blank out signs per plans. Re -use signal heads installed in 2009 as part of conversion, opticom eyes and card. Remove one-way signage located on signal poles and arms. ....... .. _ ........................ - - . "" .............................. ............ Labor :.. '. -- E s:.ROOM MR-' TRAFFIC EQUIPMENT OPERATOR 1 ;.'" � ram:, �����vM:;�'�� �`y 70.00 1,760.50 0.00 1,760.50 TRAFFIC EQUIPMENT OPERATOR 11 74.00 2,410.18 0.00 2,410.18 TRAFFIC SIGNAL TECH 1 48.00 1,306.76 0.00 1,306,76 TRAFFIC SIGNAL TECH II 54.00 1,837.62 0.00 1,837.62 TRAFFIC SYSTEMS ENGINEER/SUPV 8.00 373.68 0.00 373.68 UTILITY WORKER- STRTS/TRAFFIC 58.00 1,175.66 0.00 1,175.66 Total Labor 8,864.40 Materials '~f Y r .,' �' .s !sa, J'y'%� ' #tu'"fY S " : Y' -p fi "`-v er' -€' �? %"`,j•wp.` +,,,y` s-- +'.�T'.y"'."R" �-'��dz.-.T�-�. 33�..,' '��'�,''� v-"�u...c>�•`�'�'.,�,�":.�..r�"�_Yw�'�"✓„�,`�-�.�"z+�°„i�..°.rt�t�u?�.Sae �m�."'S$ #4 Spiral Rebar 30" x 14' 9", 6 In. pitch 2.00 130.00 260.00 #9 Rebar x 14' 9" 28.00 30.00 840.00 10' Aluminum Ped Pole - No Base 2.00 150.00 300.00 12" Green LED - Dialight 4.00 65.00 260.00 12" Red LED - Dialight 4.00 55.00 220.00 12" Yellow LED - Dialight 4.00 75.00 300.00 12X24 Blank -Out Sign (TRAIN) w/bands 2.00 1,600.00 3.200.00 2" PVC REPAIR SLEEVE/COUPLING NO STOP 2.00 3.83 7.66 24X24 Blank -Out Sign (Left) w/bands 2.00 2,800.00 5,600.00 25C 14G (Signal Wire) 215.00 2.17 466.55 2C 12G (Street Light Wire) 275.00 0.33 90.75 2C 14G (Single Pair) 70.00 0.25 17.50 3" PVC Repair Sleeve 2.00 7.61 15.22 3/4" Band 192.00 4.95 190.08 3/4" Buckles C256 42.00 3.45 28.98 3C 18G (Terra) 665.00 0.51 339.15 3C 4G (Triplex) 100.00 1.45 145.00 3P 18G (Pushbutton/Loop) 225.00 0.39 87.75 4C 20G (Opticom) 55.00 0.40 22.00 5C 14G (Signal Wire) 355.00 0.45 159.75 8G Bare (Grounding) 350.00 0.32 112.00 9 x 12 Ped Button Sign Left 5.00 5.55 27.75 9 x 12 Ped Button Sign Right 8.00 5.55 44.40 Aluminum Grounding Lug (Ped Pole) 1.00 1.20 1.20 BZ Concrete 8.00 100.00 800.00 Backplate - Skybrac 3 Section 2.00 30.00 60.00 Page 1 of 3 Band It Bracket W/Bolt - D021 14.00 2.98 41.72 Blank -Out Sign Bracket 2.00 200.00 400.00 Collar For Ped Pole Base 2.00 55.00 110.00 Concrete 1.50 200.00 150.00 Concrete Supplies 1.00 100.00 100.00 Conduit 2" 22 % Elbow 2.00 2.06 4.12 Conduit 2" 45% elbow 2.00 1.95 3.90 Conduit 2" 90% Elbow 2.00 2.32 4.64 Conduit 2" Coupling 8.00 0.54 4.32 Conduit 2" PVC 80.00 0.52 41.60 Conduit 3" 22% Elbow 2.00 3.06 6.12 Conduit 3" 45% Elbow 2.00 1.67 3.34 Conduit 3" 90% Elbow 2.00 7.01 14.02 Conduit 3" Coupling 5.00 1.59 7.95 Conduit 3" PVC 45.00 0.94 42.30 Conduit Supplies 1.00 50.00 50.00 Domed Ped Pole Cap 2.00 10.00 20.00 FIBER PATCH CABLE - ST TO LC SINGLEMODE DUPLEX 2.00 34.53 69.06 Fiber Opticom Termination and Splicing 1.00 600.00 600.00 Flowfill 6.00 100.00 600.00 GE Ped Countdown Insert GT1 Series 8.00 235.00 1.880.00 Ground Rod 8 FT - 5,8" 5.00 33.30 55.50 Ground Rod Clamp 5.00 7.17 11.95 Hardware For Side of Pole Mount - WBandit Bracket 4,00 27.50 110.00 Labor and equipment 1.00 203.71 203.71 Light and Power Charges 1.00 73.13 73.13 Light and Power Charges, Caisson Drilling 2.00 400.00 800.00 Light and Power Charges, Energize Cabinet 1.00 300.00 300.00 Light and Power Charges, Pole Handling 2.00 200.00 400.00 Mounting Bracket for Terra Camera 4.00 60.00 240.00 Ped Button Station 9" X 12" Falco 8.00 77.00 616.00 Ped Head Clamshell Empty - Left - Y Aluminum 5.00 130.00 650.00 Ped Head Clamshell Empty - Right - Y Aluminum 3.00 130.00 390.00 Ped Pole Base w/Extended Neck - Base Only 2.00 366.00 732.00 Pole 25 Ft Mast Arm W/15' Illuminair - CDOT Specs 1.00 9,500.00 9.500.00 Pole 35 Ft Mast Arm W/15' Illuminair- CDOT Specs 1.00 10.000.00 10,000.00 RR Charges, Flagger 2.00 1.000.00 2,000.00 Rebar Ties 8" 5000 Per Roll 2.000.00 0.02 40.00 Red Green Interface Panel for Terra System 1.00 155.00 155.00 Ruggedcom Managed Switch W/Rack Mount Bracket & Cord 1.00 1,222.00 1,222.00 Signal Head 3 Sec 12,12,12 4.00 175.00 700.00 Soneet Tube, 36" 2.00 75.00 150.00 Standard 3 Sec Syk Brac w/48" Bands 2.00 105.00 210.00 Streets Charges, Traffic Control 1.00 800.00 800.00 Terminal Blocks 1.00 10.85 10.85 Terra Access Point 1.00 1,850.00 1,850.00 Terra Camera 4.00 4,165.00 16,660.00 Terra Interface Panel 1.00 675.00 675.00 Traffic Signal Cabinet with UPS 1.00 12,500.00 12,500.00 UTP Ethernet Cable CAT5E 3 Ft. 2.00 3.70 7.40 Wire Harness w/TIP to TAP Cable 1.00 20.00 20.00 Wire Supplies 1.00 50.00 50.00 Total Estimated Material 78,881.37 Equipment AIR COMPRESSOR 8.00 84.00 BACK HOE JD310 24.00 876.00 BUCKET TRUCK 58.00 1,462.18 FORD F450 SUPERDUTY W/UTILITY BOX 71.00 852.00 FORD F56 Small Dumo/Water 20.00 500.00 Page 2 of 3 LARGE DUMP TRUCK 16.00 512.00 PICKUP TRUCK (BRITNEY/ANGIE) 4.00 40.40 PLATFORM TRUCK 1999 I.H. 8.00 201.68 WIRE TRAILER 8.00 80.80 Total Equipment Cost 4,609.06 Summary For Work Order 158579 Labor Materials Equipment Contingency (8%) Total $8,864.40 $78,881.37 $4,609.06 47'3RR QQ $99,743.22 .. .................................. — — - -- - — -- — -----...................... ............... ...... ------ -- - Please Note - This is an estimate only - additional expenses may he necessary to complete the work. Page 3 of 3 City of Fort Collins Traffic Operations Itemized Estimate K r Name��- x _ r3Uefiu�tier H- _. s, TRANSPORTATION 158529 Engineering: Erika Keeton MASON & MOUNTAIN SIGNALS WFO 175502 3/26/2012 I P N m m.,.T'>,aa4�`-._ Convert Mason & Mountain signal operations from one-way to two-way traffic Install new signal poles northbound and southbound on Mason. Install signal heads, signage and blank out signs per plans. Re -use signal heads installed in 2009 as part of conversion, opticom eyads and card. Remove one-way signage located on signal poles and arms. ...... ........_._... ................._....._...-_............ ..... . Labor LMR ffi",%"&?b3 F4 Cf�ss�5"+F3k.CP. -f€w.ro.�aac YG.. "tu�u'9.`+�)J.}'.��z�-3 'Gr^' TRAFFIC EQUIPMENT OPERATOR 1 78.00 1,961.70 0.00 1,961.70 TRAFFIC EQUIPMENT OPERATOR II 82.00 2,670.74 0.00 2,670.74 TRAFFIC SIGNAL TECH 1 58.00 1,583.31 0.00 1,583.31 TRAFFIC SIGNAL TECH II 52.50 1,786.57 0.00 1,786.57 TRAFFIC SYSTEMS ENGINEER/SUPV 8.00 373.68 0.00 373.68 UTILITY WORKER- STRTS/TRAFFIC 66.00 1,337.82 0.00 1.337.82 Total Labor 9,713.82 Materials #4 Spiral Rebar 30" x 14' 9", 6 In. pitch 2.00 130.00 260.00 #9 Rebar x 14' 9" 28,00 30.00 840.00 10' Aluminum Ped Pole - No Base 1.00 150.00 150.00 12" Green LED - Dialight 4.00 65.00 260.00 12" Red Arrow LED - Dialight 2.00 55.00 110.00 12" Red LED - Dialight 4.00 55.00 220.00 12" Yellow Arrow LED - Dialight 4.00 60.00 240.00 12" Yellow LED - Dialight 4.00 75.00 300.00 12X24 Blank -Out Sign (TRAIN) w/bands 2.00 1,600.00 3,200.00 15' Aluminum Ped Pole - No Base 1.00 250.00 250.00 2" PVC REPAIR SLEEVE/COUPLING NO STOP 3.00 3.83 11.49 24X24 Blank -Out Sign (Left) w/bands 2.00 2,800.00 5,600.00 25C 14G (Signal Wire) 270.00 2.17 585.90 2C 12G (Street Light Wire) 325.00 0.33 107.25 2C 14G (Single Pair) 65.00 0.25 16.25 3" PVC Repair Sleeve 2.00 7.61 15.22 3/4" Band 202.00 4.95 199.98 3/4" Buckles C256 48.00 3.45 33.12 3C 18G (Terra) 725.00 0.51 369.75 3P 18G (Pushbutton/Loop) 270.00 0.39 105.30 4C 20G (Opticom) 270.00 0.40 108.00 5C 14G (Signal Wire) 210.00 0.45 94.50 6 Port Panel ST Loaded use with Hubbell Enclosure 2.00 20.88 41.76 BG Bare (Grounding) 370.00 0.32 118.40 9 x 12 Ped Button Sign Left 5.00 5.55 27.75 9 x 12 Ped Button Sign Right 3.00 5.55 16.65 Page 1 of 3 Aluminum Grounding Lug (Ped Pole) 1.00 1.20 1.20 BZ Concrete 8.00 100.00 800.00 Backplate - Skybrac 3 Section 4.00 30.00 120.00 Band It Bracket W/Bolt - DO21 22.00 2.98 65.56 Blank -Out Sign Bracket 2.00 200.00 400.00 Collar For Ped Pole Base 1.00 55.00 55.00 Concrete 2.00 200.00 200.00 Conduit 2" 22 % Elbow 2.00 2.06 4.12 Conduit 2" 45% elbow 4.00 1.95 7.80 Conduit 2" 90% Elbow 4.00 2.32 9.28 Conduit 2" Coupling 12.00 0.54 6.48 Conduit 2" PVC 120.00 0.52 62.40 Conduit 3" 22% Elbow 2.00 3.06 6.12 Conduit 3" 45% Elbow 2.00 1.67 3.34 Conduit 3" 90% Elbow 4.00 7.01 28.04 Conduit 3" Coupling 7.00 1.59 11.13 Conduit 3" PVC 70.00 0.94 65.80 Domed Ped Pole Cap 2.00 20.00 20.00 FIBER PATCH CABLE - ST TO LC SINGLEMODE DUPLEX 2.00 34.53 69.06 Fiber Cabinet 19" Rack Mount W 12ST & Splice Tray 1.00 165.00 165.00 Fiber Optic Splicing and Termination 1.00 600.00 600.00 Flowfill 6.00 100,00 600.00 GE Ped Countdown Insert GT1 Series 8.00 235.00 1,880.00 Ground Rod 8 FT - 5,8" 4.00 33.30 44.40 Ground Rod Clamp 4.00 7.17 9.56 Hardware For Side of Pole Mount - W/Bandit Bracket 4.00 27.50 110.00 Labor and Equipment 1.00 883.40 883.40 Light and Power Charges, Caisson Drilling 2.00 400.00 800.00 Light and Power Charges, Energize Cabinet 1.00 300.00 300.00 Light and Power Charges, Pole Handling 2.00 2C0.00 400.00 Light and Power Charges, Pole Removal 2.00 200.00 400.00 Misc. Concrete Supplies 1.00 100.00 100.00 Misc. Conduit Supplies 1.00 50.00 50.00 Misc. Wire Supplies 1.00 50.00 50.00 Mounting Bracket for Terra Camera 4.00 60.00 240.00 Patch Panel Blank Plate FSPB FO 1.00 5.80 5.80 Ped Button Station 9" X 12" Pelco 8.00 77.00 616.00 Ped Head Clamshell Empty - Left - Y Aluminum 7.00 130.00 910.00 Ped Head Clamshell Empty - Right - Y Aluminum 1.00 130.00 130.00 Ped Pole Base w/Extended Neck - Base Only 1.00 366.00 366.00 Pole 25 Ft Mast Arm W/15' Illuminair- CDOT Specs 1.00 9,500.00 9.500.00 Pole 30 Ft Mast Arm W/15' Illuminair- CDOT Specs 1.00 10,000.00 10,000.00 RR Charges, Flagger 2.00 1.000.00 2,000.00 Rebar Ties 8" 5000 Per Roll 2,000.00 0.02 40.00 Red Green Interface Panel for Terra System 1.00 155.00 155.00 Ruggedcom Managed Switch W/Rack Mount Bracket & Cord 1.00 1,222.00 1,222.00 Signal Head 3 Sec 12,12,12 6.00 175.00 1,050.00 Sonnet Tube, 36" 2.00 75.00 150.00 Standard 3 Sec Syk Brac w/48" Bands 4.00 105.00 420.00 Streets Charges, Traffic Control 1.00 800.00 800.00 Terminal Blacks 1.00 10.85 10.85 Terra Access Point 1.00 1,850.00 1,850.00 Terra Camera 4.00 4,165.00 16,660.00 Terra Interface Panel 1.00 675.00 675.00 Traffic Signal Cabinet with UPS 1.00 12,500.00 12,500.00 UTP Ethernet Cable CATSE 3 Ft. 2.00 3.70 7.40 Wire Harness w/TIP to TAP Cable 1.00 20.00 20.00 Total Estimated Material 80,937.06 Equipment AIR COMPRESSOR 8.00 84.00 Page 2 of 3 BACK HOE JD310 20.00 730.00 BUCKET TRUCK 106.50 2,684.87 FORD F450 SUPERDUTY W/UTILITY BOX 113.00 1,356.00 FORD F56 Small Dumo/Water 20.00 500.00 LARGE DUMP TRUCK 8.00 256.00 PICKUP TRUCK (BRITNEY/ANGIE) 4.00 40.40 PLATFORM TRUCK 1999 I.H. 8.00 201.68 WIRE TRAILER 8.00 80.80 Total Equipment Cost 5,933.75 Summary For Work Order 158529 Labor $9,713.82 Materials $80,937.06 $ Equipment 5,933.75 Contingency (8%) $7,726.77 Total $104,311.40 Please Note -This is an estimate only -additional expenses maybe necessary to complete the work. Page 3 of 3 of Fort Collins TRANSPORTATION 158526 MASON & OAK 3/26/2012 Traffic Operations Itemized Estimate Engineering: Erika Keeton SIGNALS WFO 19 175502 ILI - " tee' _ .n� . y---'fir 1 ra,.'-�. - ».. -[� 271 ham. Convert Mason & Oak signal operations from one-way to two-way traffic. Install new signal poles northbound and southbound. Install signal heads and signage per plans. Remove one-way signage on signal poles/arms. Re -use existing opticom equipm ent. Re -use signal heads northbound (installed in 2009 as part of conversion project). ............................... _.................................----.............. ....... . ........................ Labor 40 TRAFFIC EQUIPMENT OPERATOR] 68.00 1,710.20 0.00 1,710.20 TRAFFIC EQUIPMENT OPERATOR II 72.00 2,345.04 0.00 2,345.04 TRAFFIC SIGNAL TECH 1 69.00 1.877.16 0.00 1,877.16 TRAFFIC SIGNAL TECH 11 68.50 2,331.05 0.00 2,331.05 TRAFFIC SYSTEMS ENGINEER/SUPV 8.00 373.68 0.00 373.68 UTILITY WORKER-STRTS/rRAFFIC 56.00 1,135.12 0.00 1,135.12 Total Labor 9,772.25 Materials ='- ��i�:�:av-'!�'•`�- '-y`.'� - l.s u>s #4 Spiral Reber 30" x 14' 9", 6 In. pitch 2.00 130.00 260.00 #9 Rebar x 14' 9" 28.00 30.00 840.00 10' Aluminum Ped Pole - No Base 2.00 150.00 300.00 12" Green LED - Dialight 4.00 65.00 260.00 12" Red LED - Dialight 4.00 55.00 220.00 12" Yellow LED - Dialight 4.00 75.00 300.00 12X24 Blank -Out Sign (TRAIN) w/bands 2.00 1,600.00 3,200.00 2" PVC REPAIR SLEEVE/COUPLING NO STOP 2.00 3.83 7.66 24X24 Blank -Out Sign (Left) w/bands 2.00 2,800.00 5,600.00 25C 14G (Signal Wire) 645.00 2.17 1,399.65 2C 12G (Street Light Wire) 775.00 0.33 255.75 2C 14G (Single Pair) 80.00 0.25 20.00 3" PVC Repair Sleeve 1.00 7.61 7.61 3/4" Band 204.00 4.95 201.96 3/4" Buckles C256 48.00 3.45 33.12 3C 18G (Terra) 845.00 0.51 430.95 3C 4G (Triplex) 100.00 1.45 145.00 3P 18G (Pushbutton/Loop) 685.00 0.39 267.15 4C 20G (Opticom) 180.00 0.40 72.00 5C 14G (Signal Wire) 485.00 0.45 218.25 6 Port Panel ST Loaded use with Hubbell Enclosure 2.00 20.88 41.76 8G Bare (Grounding) 315.00 0.32 100.80 9 x 12 Ped Button Sign Left 5.00 5.55 27.75 9 x 12 Ped Button Sign Right 3.00 5.55 16.65 Page 1 of 3 Aluminum Grounding Lug (Ped Pole) 2.00 1.20 2.40 BZ Concrete 8.00 100.00 800.00 Backplate - Skybrac 3 Section 2.00 30.00 60.00 Band It Bracket W/Bolt - DO21 18.00 2.98 53.64 Blank out sign bracket 2.00 200.00 400.00 Collar For Ped Pole Base 2.00 55.00 110.00 Concrete 1.50 200.00 150.00 Conduit 2" 22 % Elbow 2.00 2.06 4.12 Conduit 2" 45% elbow 2.00 1.95 3.90 Conduit 2" 90% Elbow 2.00 2.32 4.64 Conduit 2" Coupling 11.00 0.54 5.94 Conduit 2" PVC 105.00 0.52 54.60 Conduit 3" 22% Elbow 2.00 3.C6 6.12 Conduit 3" 45% Elbow 2.00 1.67 3.34 Conduit 3" 90% Elbow 2.00 7.01 14.02 Conduit 3" Coupling 5.00 1.59 7.95 Conduit 3" PVC 45.00 0.94 42.30 Domed Ped Pole Cap 2.00 10.00 20.00 FIBER PATCH CABLE - ST TO SC SINGLEMODE DUPLEX 2.00 29.93 59.86 Fiber splicing and termination 1.00 600.00 600.00 Flowfill 1.00 500.00 500.00 GE Ped Countdown Insert GT1 Series 8.00 235.00 1,880.00 Ground Rod 8 FT - 5,8" 5.00 33.30 55.50 Ground Rod Clamp 5.00 7.17 11.95 Hardware For Side of Pole Mount - W/Bandit Bracket 4.00 27.50 110.00 Hubbell Patch Panel FPR3SP 1.00 140.44 140.44 Labor and equipment 1.00 203.71 203.71 Light and Power Charges, Caisson Drilling 2.00 400.00 800.00 Light and Power charges, pole handling 2.00 200.00 400.00 Light and Power charges, pole removal 2.00 200.00 400.00 Misc. Concrete Supplies 1.00 100.00 100.00 Misc. Sprinkler Repair 1.00 200.00 200.00 Misc. conduit supplies 1.00 50.00 50.00 Misc. wire supplies 1.00 50.00 50.00 Mounting Bracket for Terra Camera 4.00 60.00 240.00 Patch Panel Blank Plate FSPB FO 1.00 5.80 5.80 Ped Button Station 9" X 12" Pelco 8.00 77.00 616.00 Ped Head Clamshell Empty - Left - Y Aluminum 5.00 130.00 650.00 Ped Head Clamshell Empty - Right - Y Aluminum 3.00 130.00 390.00 Ped Pole Base w/Extended Neck - Base Only 2.00 366.00 732.00 Pole 30 Ft Mast Arm W/15' Illuminair - CDOT Specs 2.00 10,000.00 20,000.00 RR Charges, Flagger 2.00 1,000.00 2,000.00 Rebar Ties 8" 5000 Per Roll 2,000.00 0.02 40.00 Red Green Interface Panel for Terra System 1.00 155.00 155.00 Ruggedcom Managed Switch W/Rack Mount Bracket & Cord 1.00 1,222.00 1,222.00 Signal Head 3 Sec 12,12,12 4.00 175.00 700.00 Sonnet Tube, 36" 2.00 75.00 150.00 Standard 3 Sec Syk Bracw/48" Bands 2.00 105.00 210.00 Streets Work Area Traffic Control Charges 1.00 800.00 800.00 Terminal Blocks 1.00 10.85 10.85 Terra Access Point 1.00 1,850.00 1,850.00 Terra Camera 4.00 4,165.00 16,660.00 Terra Interface Panel 1.00 675.00 675.00 Traffic Signal Cabinet with UPS 1.00 12,500.00 12.500.00 UTP Ethernet Cable CATSE 3 Ft. 2.00 3.70 7.40 Wre Harness w/TIP to TAP Cable 1.00 20.00 20.00 Total Estimated Material 81,164.54 Equipment AIR COMPRESSOR 8.00 84.00 BACK HOE JD310 24.00 876.00 Page 2 of 3 BUCKET TRUCK 103.50 2,609.24 FORD F450 SUPERDUTY W/UTILITY BOX 108.00 1,296.00 FORD F56 Small DumD/Water 20.00 500.00 LARGE DUMP TRUCK 8.00 256.00 PICKUP TRUCK (BRITNEY/ANGIE) 4.00 40.40 PLATFORM TRUCK 1999 I.H. 6.00 151.26 WIRE TRAILER 8.00 80.80 Total Equipment Cost 5,893.70 Summary For Work Order 158526 Labor $9,772.25 Materials $81,164.64 Equipment $5,893.70 Contingency (8%) $7,746.44 Total $104,576.93 Please Note - This is an estimate only - additional expenses may be necessary to complete the work. Page 3 of 3 City of �Fort Collins Traffic Operations Itemized Estimate TRANSPORTATION Engineering: Erika Keeton 175502 158523 MASON & OLIVE SIGNALS WFO 4 s."1�.y �.�1-s x a y5.INL+ars+HwvwL'm.F 3/26/2012 I P N Convert Mason & Olive signal operations from one-way to two-way traffic. Install new signal poles northbound, southbound and eastbound. Install signal heads, signage, and blank out signs per plans. Remove one-way signage on signal poles/arms. Re -use existing opticom equipment. Re -use signal heads northbound installed in 2009 as part of conversion project. Labor 21 i .-- TRAFFIC EQUIPMENT OPERATOR 1 76.00 1,911.40 0.00 1,911.40 TRAFFIC EQUIPMENT OPERATOR II 80.00 2.605.60 0.00 2,605.60 TRAFFIC SIGNAL TECH 1 82.00 2,247.03 0.00 2,247.03 TRAFFIC SIGNAL TECH 11 43.00 1,463.29 0.00 1,463.29 TRAFFIC SYSTEMS ENGINEER/SUPV 16.00 747.36 0.00 747.36 UTILITY WORKER-STRTS/TRAFFIC 64.00 1,297.28 0.00 1,297.28 Total Labor 10,271.96 Materials #4 Spiral Rebar 30" x 14' 9", 6 In. pitch 3.00 130.00 390.00 #9 Rebar x 14' 9" 42.00 30.00 1,260.00 10' Aluminum Ped Pole - No Base 3.00 150.00 450.00 12" Green LED - Dialight 4.00 65.00 260.00 12" Red Arrow LED - Dialight 2.00 55.00 110.00 12" Red LED - Dialight 4.00 55.00 220.00 12" Yellow Arrow LED - Dialight 4.00 60.00 240.00 12" Yellow LED - Dialight 4.00 75.00 300.00 12X24 Blank -Out Sign (TRAIN) w/bands 2.00 1,600.00 3,200.00 2" PVC REPAIR SLEEVE/COUPLING NO STOP 3.00 3.83 11.49 24X24 Blank -Out Sign (Left) w/bands 2.00 2,800.00 5,600.00 25C 14G (Signal Wire) 435.00 2.17 943.95 2C 12G (Street Light Wire) 555.00 0.33 183.15 2C 14G (Single Pair) 90.00 0.25 22.50 3" PVC Repair Sleeve 2.00 7.61 15.22 3/4" Band 230.00 4.95 227.70 3/4" Buckles C256 55.00 3.45 37.95 3C 18G (Terra) 640.00 0.51 326.40 3C 4G (Triplex) 100.00 1.45 145.00 3P 18G (Pushbutton/Loop) 465.00 0.39 181.35 4C 20G (Opticom) 165.00 0.40 66.00 5C 14G (Signal Wire) 635.00 0.45 285.75 6 Port Panel ST Loaded use with Hubbell Enclosure 2.00 20.88 41.76 8" Rebar Ties 3,000.00 0.02 60.00 8G Bare (Grounding) 350.00 0.32 112.00 Page 1 of 3 Fort Collins PURCHASE ORDER PO Number Page 9125206 3of6 This number must appear on all invoices, packing slips and labels. Line Description Quantity UOM Unit Price Extended Ordered Price b. Termination for Default If the Contractor does not deliver supplies in accordance with the contract delivery schedule, or, if the contract is for services, the Contractor fails to perform in the manner called for in the contract, or if the Contractor fails to comply with any other provisions of the contract, the City may terminate this contract for default. Termination shall be effected by serving a notice of termination on the contractor setting forth the manner in which the Contractor is in default. The contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner of performance set forth in the contract. If it is later determined by the City that the Contractor had an excusable reason for not performing, such as a strike, fire, or flood, events which are not the fault of or are beyond the control of the Contractor, the City, after setting up a new delivery of performance schedule, may allow the Contractor to continue work, or treat the termination as a termination for convenience. c. Opportunity to Cure The City in its sole discretion may, in the case of a termination for breach or default, allow the Contractor 30 days in which to cure the defect. In such case, the notice of termination will state the time period in which cure is permitted and other appropriate conditions If Contractor fails to remedy to The City' s satisfaction the breach or default of any of the terms, covenants, or conditions of this Contract within [ten (10) days] after receipt by Contractor of written notice from the City setting forth the nature of said breach or default, the City shall have the right to terminate the Contract without any further obligation to Contractor. Any such termination for default shall riot in any way operate to preclude the City from also pursuing all available remedies against Contractor and its sureties for said breach or default. d. Waiver of Remedies for any Breach In the event that the City elects to waive its remedies for any breach by Contractor of any covenant, term or condition of this Contract, such waiver by the City shall not limit the City's remedies for any succeeding breach of that or of any other term, covenant, or condition of this Contract. 6. CIVIL RIGHTS REQUIREMENTS Civil Rights - The following requirements apply to the underlying contract: (1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. (2) Equal Employment Opportunity - The following equal employment opportunity requirements apply to the underlying contract: (a) Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, the Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seq ., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. § 2000e note), and with any applicable Federal statutes, executive orders, regulations, City of Fort Collins Director of Purchasing and Risk Management This order is not valid over $5000 unless signed by James B. O'Neill II, CPPO City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Phone:970-221-6775 Fax:970-221-6707 Email:purchasing@fcgov.com Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 9 x 12 Ped Button Sign Left 5.00 5.55 27.75 9 x 12 Ped Button Sign Right 3.00 5.55 16.65 Aluminum Grounding Lug (Ped Pole) 3.00 1.20 3.60 BZ Concrete 12.00 100.00 1,200.00 Backplate - Skybrac 3 Section 4.00 23.25 93.00 Band It Bracket W/Bolt - DO21 23.00 2.98 68.54 Blank -Out Sign Bracket 2.00 200.00 400.00 Collar For Ped Pole Base 3.00 55.00 165.00 Concrete 2.00 200.00 200.00 Conduit 2" 22 % Elbow 2.00 2.06 4.12 Conduit 2" 45% elbow 2.00 1.95 3.90 Conduit 2" 90% Elbow 2.00 2.32 4.64 Conduit 2" Coupling 12.00 0.54 6.48 Conduit 2" PVC 120.00 0.52 62.40 Conduit 3" 22% Elbow 2.00 3.06 6.12 Conduit 3" 45% Elbow 2.00 1.67 3.34 Conduit 3" 90% Elbow 2.00 7.01 14.02 Conduit 3" Coupling 6.00 1.59 9.54 Conduit 3" PVC 60.00 0.94 56.40 FIBER PATCH CABLE - ST TO LC SINGLEMODE DUPLEX 2.00 34.53 69.06 Fiber splicing and termination 1.00 600.00 600.00 Flowfill 1.00 500.00 500.00 GE Ped Countdown Insert GT1 Series 8.00 235.00 1,880.00 Ground Rod 8 FT - 5,8" 8.00 33.30 88.80 Ground Rod Clamp 8.00 7.17 19.12 Hardware For Side of Pole Mount - W/Bandit Bracket 4.00 27.50 110.00 Hubbell Patch Panel FPR3SP 1.00 140.44 140.44 Internal Ped Pole Cap 3.00 14.67 44.01 Labor and equipment 1.00 450.08 450.08 Light and Power Charges, Cabinet Energize 1.00 300.00 300.00 Light and Power Charges, Caisson Drilling 3.00 400.00 1,200.00 Light and Power Charges, Pole Removal 2.00 200.00 400.00 Light and Power Charges, Pole Transport 3.00 100.00 300.00 Light and Power Charges, Pole Unload 3.00 100.00 300.00 Misc. Concrete Supplies 1.00 100.00 100.00 Misc. Conduit Supplies 1.00 50.00 50.00 Misc. Wire Supplies 1.00 50.00 50.00 Mounting Bracket for Terra Camera 4.00 60.00 240.00 Patch Panel Blank Plate FSPB FO 1.00 5.80 5.80 Ped Button Station 9" X 12" Pelco 8.00 77.00 616.00 Ped Head Clamshell Empty - Left - Y Aluminum 5.00 130.00 650.00 Ped Head Clamshell Empty - Right - YAluminum 3.00 130.00 390.00 Ped Pole Base w/Extended Neck - Base Only 3.00 366.00 1,098.00 Pole 30 Ft Mast Arm W/15' Illuminair- CDOT Specs 2.00 9,500.00 19,000.00 RR Charges, Flagger 2.00 1,000.00 2,000.00 Red Green Interface Panel for Terra System 1.00 155.00 155.00 Ruggedcom Managed Switch W/Rack Mount Bracket & Cord 1.00 1,222.00 1,222.00 Signal Head 3 Sec 12,12,12 6.00 175.00 1,050.00 Signal Pole 30' With 15' LMA 1.00 5,254.00 5,254.00 Sonnet Tube 3.00 75.00 225.00 Sprinkler Repair 1.00 200.00 200.00 Standard 3 Sec Syk Brac w/48" Bands 4.00 85.00 340.00 Streets Department Traffic Control 1.00 800.00 800.00 Terminal Blocks 1.00 10.85 10.85 Terra Access Point 1.00 1,850.00 1,850.00 Terra Camera 4.00 4,165.00 16,660.00 Terra Interface Panel 1.00 675.00 675.00 Traffic Signal Cabinet with UPS 1.00 12,500.00 12,500.00 UTP Ethernet Cable CATSE 3 Ft. 2.00 3.70 7.40 Wire Harness w/TIP to TAP Cable 1.00 20.00 20.00 Total Estimated Material 88,606.28 Page 2 of 3 Equipment .tea AIR COMPRESSOR 8.00 84.00 BACK HOE JD310 29.00 1,058.50 BUCKET TRUCK 81.00 2,042.01 FORD F450 SUPERDUTY W/UTILITY BOX 89.00 1,068.00 FORD F56 Small Dump/Water 21.00 525.00 LARGE DUMP TRUCK 12.00 384.00 PICKUP TRUCK (BRITNEY/ANGIE) 4.00 40.40 PLATFORM TRUCK 1999 I.H. 17.00 428.57 WIRE TRAILER 8.00 80.80 Total Equipment Cost 5,711.28 Summary For Work Order 158523 Labor Materials Equipment Contingency (8%) Total $10,271.96 $88,606.28 $5,711.28 $8,367.16 $112,966.68 ........------------ --- -- - — — ------------------ — - --- ------- ------ --- — - — - ------ --........................................ Please Note - This is an estimate only - addifional expenses maybe necessary to complete the work. Page 3 of 3 City of lFmaffic Operations Itemized Estimate TnAm5p0nnATI0m Engineering: Erika Keeton 175302 Convert Mason & Mulberry signal operations from one-way totwo-way traffic. Install new signal poles northbound and oouthbuundunMason. Install signal heads, signogo.and blank out signs per plans. Re -use signal heads northbound (installed in2000aupart ofoonvomion).op\ionmeyes and card. MW Total Labor 10,320.56 Materials Mwl Page lof3 5C 14G (Signal Wire) 405.00 0.45 182.25 ,7C 14G (Signal Wire) 100.00 0.61 61.00 8" Rebar Ties 2,000.00 0.02 40.00 8G Bare (Grounding) 305.00 0.32 97.60 9 x 12 Ped Button Sign Left 3.00 5.55 16.65 9 x 12 Ped Button Sign Right 5.00 5.55 27.75 Aluminum Grounding Lug (Ped Pole) 4.00 1.20 4.80 BZ Concrete 8.00 100.00 800.00 Backplate - Skybrac 3 Section 4.00 23.25 93.00 Band It Bracket W/Bolt - DO21 24.00 2.98 71.52 Blank -Out Sign Bracket 2.00 200.00 400.00 Collar For Ped Pole Base 4.00 55.00 220.00 Concrete 3.00 200.00 300.00 Conduit 2" 22 % Elbow 4.00 2.06 8.24 Conduit 2" 45% elbow 4.00 1.95 7.80 Conduit 2" 90% Elbow 4.00 2.32 9.28 Conduit 2" Coupling 20.00 0.54 10.80 Conduit 2" PVC 185.00 0.52 96.20 Conduit 3" 22% Elbow 1.00 3.06 3.06 Conduit 3" 45% Elbow 1.00 1.67 1.67 Conduit 3" 90% Elbow 2.00 7.01 14.02 Conduit 3" Coupling 4.00 1.59 6.36 Conduit 3" PVC 35.00 0.94 32.90 Domed Ped Pole Cap 5.00 10.00 50.00 Flowfill 1.00 500.00 500.00 GE Ped Countdown Insert GT1 Series 8.00 235.00 1,880.00 Ground Rod 8 FT-5,8" 7.00 33.30 77.70 Ground Rod Clamp 7.00 7.17 16.73 Hardware For Side of Pole Mount - W/Bandit Bracket 4.00 27.50 110.00 Labor and Equipment 1.00 917.04 917.04 Light and Power Charges, Caisson Drilling 2.00 400.00 800.00 Light and Power Charges, Energize Cabinet 1.00 300.00 300.00 Light and Power Charges, Pole Removal 2.00 200.00 400.00 Light and Power Charges, Pole Transport 2.00 100.00 200.00 Light and Power Charges, Pole Unload 2.00 100.00 200.00 Misc. Concrete Supplies 1.00 100.00 100.00 Misc. Conduit Supplies 1.00 50.00 50.00 Misc. Wire Supplies 1.00 50.00 50.00 Mounting Bracket for Terra Camera 4.00 60.00 240.00 Ped Button Station 9" X 12" Pelco 8.00 77.00 616.00 Ped Head Clamshell Empty - Left - Y Aluminum 3.00 130.00 390.00 Ped Head Clamshell Empty - Right - Y Aluminum 5.00 130.00 650.00 Ped Pole Base w/Extended Neck - Base Only 4.00 366.00 1.464.00 Pole 35 Ft Mast Arm W/15' Illuminair- CDOT Specs 2.00 20,000.00 20,000.00 RR Charges 2.00 1,000.00 2,000.00 Red Green Interface Panel for Terra System 1.00 155.00 155.00 Signal Head 3 Sec 12,12,12 6.00 29.17 175.00 Sprinkler Repair 1.00 200.00 200.00 Standard 3 Sec Syk Brac w/48" Bands 4.00 85.00 340.00 Streets Traffic Control Charges 1.00 800.00 800.00 Terminal Blocks 1.00 10.85 10.85 Terra Access Point 1.00 1,850.00 1,850.00 Terra Camera 4.00 4,165.00 16,660.00 Terra Interface Panel 1.00 675.00 675.00 Traffic Signal Cabinet with UPS 1.00 12,500.00 12,500.00 UTP Ethernet Cable CATSE 3 Ft. 1.00 3.70 3.70 Wire Harness w/TIP to TAP Cable 1.00 20.00 20.00 Total Estimated Material 79,876.15 Equipment �i�.¢ $ ��� azR 5�.,is j}.YUF,2 S.E�`.^�'� e"<� /'�4€r`3i? ��L ��`Y� { � ✓J� tx°tFwr� � k"� f ] t�z� � §�,X AIR COMPRESSOR 8.00 84.00 Page 2 of 3 BACK HOE JD310 12.00 438.00 BUCKET TRUCK 103.50 2,609.24 FORD F450 SUPERDUTY W/UTILITY BOX 84.00 1,008.00 FORD F56 Small Duma/Water 12.00 300.00 LARGE DUMP TRUCK 4.00 128.00 PICKUP TRUCK (BRITNEY/ANGIE) 8.00 80.80 PLATFORM TRUCK 1999 I.H. 8.00 201.68 TRAILER - TRAFFIC CONTROL 8.00 40.00 WIRE TRAILER 14.00 141.40 Total Equipment Cost 5,031.12 Summary For Work Order 158516 Labor $10,320.56 Materials $79,876.15 Equipment $5,031.12 Contingency (8%) $7,618.23 Total $102,846.06 ........... .......................... . ............. -........................................... .............. Please Note - This is an estimate only - additional expenses may he necessary to complete the work. Page 3 of 3 Fort Collins PURCHASE ORDER PO Number Page 9125206 4of6 This number must appear on all invoices, packing slips and labels. Line Description Quantity UOM Unit Price Extended Ordered Price and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (b) Age - In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. § § 623 and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (c) Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. § 12112, the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (3) The Contractor also agrees to include these requirements in each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties. 7. DISADVANTAGED BUSINESS ENTERPRISE (DBE) a. This contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs. The national goal for participation of Disadvantaged Business Enterprises (DBE) is 10%. The agency' s overall goal for DBE participation is 9.9 %. A separate contract goal [has not] been established for this procurement. b. The contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of this DOT -assisted contract. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as City of Fort Collins deems appropriate. Each subcontract the contractor signs with a subcontractor must include the assurance in this paragraph ( see 49 CFR 26.13(b)). The successful bidder/offeror will be required to report its DBE participation obtained through race -neutral means throughout the period of performance. c. The contractor is required to pay its subcontractors performing work related to this contract for satisfactory performance of that work no later than 30 days after the contractor' s receipt of payment for that work from the City of Fort Collins . In addition, is required to return any retainage payments to those subcontractors within 30 days after incremental acceptance of the subcontractor' s work by the City of Fort Collins and contractor' s receipt of the partial retainage payment related to the subcontractor s work. d. The contractor must promptly notify City of Fort Collins whenever a DBE subcontractor performing work related to this contract is terminated or fails to complete its work, and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. The contractor may not terminate any DBE subcontractor and oerform that work throuqh its own forces or those of an affiliate without prior written U City of Fort Collins Director of Purchasing and Risk Management This order is not valid over $5000 unless signed by James B. O'Neill II, CPPO City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Phone:970-221-6775 Fax:970-221-6707 Email: purchasing@fcgov.com Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 Fort Collins PURCHASE ORDER PO Number Page 9125206 5of6 This number must appear on all invoices, packing slips and labels. Line Description Quantity UOM Unit Price Extended Ordered Price consent of City of Fort Collins. 8. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1 F, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any City of Fort Collins requests which would cause the City of Fort Collins to be in violation of the FTA terms and conditions. 9. GOVERNMENT -WIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT) This contract is a covered transaction for purposes of 49 CFR Part 29. As such, the contractor is required to verify that none of the contractor, its principals, as defined at 49 CFR 29.995, or affiliates, as defined at 49 CFR 29.905, are excluded or disqualified as defined at 49 CFR 29.940 and 29.945. The contractor is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it enters into. By accepting this purchase order, the vendor or contractor certifies as follows The certification in this clause is a material representation of fact relied upon by the City of Fort Collins. If it is later determined that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to the City of Fort Collins, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 49 CFR 29, Subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. 10. ENERGY CONSERVATION REQUIREMENTS Energy Conservation - The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. City of Fort Collins Director of Purchasing and Risk Management This order is not valid over $5000 unless signed by James B. O'Neill II, CPPO City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Phone:970-221-6775 Fax:970-221-6707 Email:purchasing@fcgov.com Total $533,476.00 Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 Purchase Order Terms and Conditions Page 6 of 6 1. COMMERCIAL DETAILS. Tax exemptions. By statute the City of Fort Collins is exempt from state and local taxes. Our Exemption Number is 11. NONWAIVER. 98-04502. Federal Excise Tax Exemption Certificate of Registry 84-6000587 is registered with the Collector of Failure of the Purchaser to insist upon strict performance of the terms and conditions hereof, failure or delay to Internal Revenue, Denver, Colorado (Ref. Colorado Revised Statutes 1973, Chapter 39-26, 114 (a). exercise any rights or remedies provided herein or by law, failure to promptly notify the Seller in the event of a breach, the acceptance ofor payment for goods hereunder or approval ofthe design, shall not release the Seller of Goads Rejected. GOODS REJECTED due to failure to meet specifications, either when shipped or due to defects of any of the warranties or obligations of this purchase order and shall not be deemed a waiver of any right of the damage in transit, may be returned to you for credit and are not to be replaced except upon receipt of written purchaser to insist upon strict performance hereof or any of its rights or remedies as to any such goods, regardless instructions from the City of Fort Collins. of when shipped, received or accepted, as to any prior or subsequent default hereunder, nor shall any purported oral mach fication or rescission of this purchase order by the Purchaser operate as a waiver of any of the terms Inspection. GOODS are subject to the City of Fort Collins inspection on arrival. hereof. Final Acceptance. Receipt of the merchandise, services or equipment in response to this order can result in 12. ASSIGNMENT OF ANTITRUST CLAIMS. authorized payment on the pan of the City of Fort Collins. However, it is to be understood that FINAL Seller and the Purchaser recognize that in actual economic practice, overcharges resulting from antitrust ACCEPTANCE is dependent upon completion ofall applicable required inspection procedures. violations are in fact home by the Purchaser. Theretofore, for good cause and as consideration for executing this purchase order, the Seller hereby assigns to the Purchaser any and all claims it may now have or hereafter Freight Temps. Shipments must be F.O.B., City of Fort Collins, 700 Wood St., For Collins, CO 80522, unless acquired under federal or state antitrust laws for such overcharges relating to the particular goods or services otherwise specified on this order. Ifpermission is given to prepay freight and charge separately, the original freight purchased or acquired by the Purchaser pursuant to this purchase order. bill must accompany invoice. Additional charges for packing will not be accepted. Shipment Distance. Where manufacturers have distributing points in various parts of the country, shipment is expected from the nearest distribution point to destination, and excess freight will be deducted from Invoice when shipments are made form greater distance. Permits. Seller shall procure at sellers sole cost all necessary permits, certificates and licenses required by all applicable laws, regulations, ordinances and rules of the state, municipality, territory or political subdivision where the work is Performed, or required by any other duly constituted public authority havi egymisdiction over the work of vendor. Seller further agrees to hold the City of Fort Collins harmless from and against all liability and loss incurred by them by reason of an asserted or established violation of any such laws, regulations, ordinances, ales and requirements. Authorization. All parties to this contract agree that the representatives are, in fact, bons fide and possess full and complete authority to bind said panics. LIMITATION OF TERMS. This Purchase Order expressly limits acceptance to the terms and conditions stated herein set forth and any supplementary or additional terms and conditions annexed hereto or incorporated herein by reference. Any additional or different tens and conditions proposed by seller are objected to and hereby rejected. 2. DELIVERY. PLEASE ADVISE PURCHASING AGENT immediately if you cannot make complete shipment m arrive on your promised delivery date as noted. Time is of the essence. Delivery and performance must be effected within the time stated on the purchase order and the documents attached hereto. No acts of the Purch:uers including, without limitation, acceptance of partial late deliveries, shall operate as a waiver of this provision. In the event of any delay, the Purchaser shall have, in addition to other legal and equitable remedies, the option ofplaeing this order elsewhere and holding the Seller liable for damages. However, the Seller shall not be liable for damages as a result of delays due m causes not reasonably foreseeable which are beyond its reasonable control and without its fault of negligence, such acts of God, acts of civil or military authorities, governmental priorities, fires, stokes, flood, epidemics, wars or riots provided that notice of the conditions causing such delay is given to the Purchaser within five (5) days of the time when the Seller first received knowledge thereof. In the event of any such delay, the date of delivery shall be extended for the period equal to the time actually lost by reason ofthe delay. 3. WARRANTY. The Seller warrants that all goods, articles, materials and work covered by this order will confront with applicable drawings, specifications, samples and/or other descriptions given, will be fit for the purposes intended, and performed with the highest degree of care and competence in accordance with accepted standards for work of a similar nature. The Seller agrees to hold the purchaser harmless from any loss, damage or expense which the Purchaser may suffer or incur on account ofthe Sellers breach of warranty. The Seller shall replace, repair or make good, without cost to the purchaser, any defects or faults arising within one (1) year or within such longer period of time as may be prescribed by law or by the terms of any applicable warranty provided by the Seller after the date of acceptance of the goods famished hereunder (acceptance not to be unreasonably delayed), resulting from imperfect or defective work done or materials famished by the Seller. Acceptance or use of goods by the Purchaser shall not constitute a waiver of any claim under this warranty. Except as otherwise provided in this purchase order, the Sellers liability hereunder shall extend to all damages prosimatety caused by the breach of any of the foregoing warranties or guarantees, but such liability shall in no event include loss of profits or loss of use. NO IMPLIED WARRANTY OR MERCHANTABILITY OR OF FITNESS FOR PURPOSE SHALL APPLY. 4. CHANGES IN LEGAL TERMS. The Purchaser may make changes to legal terms by written change order. 5. CHANGES IN COMMERCIAL TERMS. The Purchaser may make any changes to the terms, other than legal terms, including additions to or deletions front the quantities originally ordered in the specifications or drawings, by verbal or written change order. If any such change affects tire amount due or the time of performance hereunder, an equitable adjustment shall be made. 6. TERMINATIONS. The Purchaser may at any time by written change order, terminate this agreement as to any or all portions of the goods then not shipped, subject to any equitable adjustment between the parties as to any work or materials then in progress provided that the Purchaser shall not be liable for any claims for anticipated profits on the uncompleted portion of the goods and/or work, for incidental or consequential damages, and that no such adjustment be made in favor of the Seller with respect to any goods which are the Sellers standard stock. No such termination shall relieve the Purchaser or the Seller of any of their obligations as to any goods delivered hereunder. 7. CLAIMS FOR ADJUSTMENT. Any claim for adjustment must be asserted within thirty (30) days from the date the change or termination is ordered. 8. COMPLIANCE WITH LAW. The Seller warrants that all goods sold hereunder shall have been produced, sold, delivered and furnished in strict compliance with all applicable laws and regulations to which the goods are subject. I he Seller shall execute and deliver such documents as may be required to effect or evidence compliance. All laws and regulations required to be incorporated in agreements of this character are hereby incorporated herein by this reference. The Seller agrees to indemnify and hold the Purchaser harmless from all costs and damages suffered by the Purchaser as a result of the Sellers failure to comply with such law. 9. ASSIGNMENT. Neither parry shall assign, transfer, or convey this order, or any monies due or to become due hereunder without the prior written consent of the other party. 10. TITLE. The Seller warrants full, clear and unrestricted title to the Purchaser for all equipment, materials, and items famished in performance of this agreement, free and clear of any and all liens, restrictions, reservations, security interest encumbrances and claims ofolhers. 13. PURCHASERS PERFORMANCE OF SELLERS OBLIGATIONS. Dthe Purchaser directs the Seller to cancer om eonf owing or defective goods by a date to be agreed upon by the Purchaser and the Seller, and the Seller thereafter indicates its inability or unwillingness to comply, the Purchaser may cause the work to be perforated by the most expeditious means available to it, and the Seller shall pay all costs associated with such work. The Seller shall release the Purchaser and its contractors of any tier from all liability and claims of any nature resulting from the perfomtance ofsuch work. This release shall apply even in the event of fault of negligence of the party released and shall extend to the directors, officers and employees of such party. The Sellers contractual obligations, including warranty, shall nal be deemed to be reduced, in any way, because such work is performed or caused to be performed by the Purchaser. 14. PATENTS. Whenever the Seller is required to use any design, device, material or process covered by letter, patent, trademark or copyright, the Seller shall indemnify and save harmless the Purchaser from any and all claims for infringement by reason of the use of such patented design, device, material or process in connection with the contract, and shall indemnify the Purchaser for any cost, expense or damage which it may be obliged to pay by reason ofsuch infringement at any time during the prosecution or after the completion of the work. In case said equipment, or any part thereof or the intended use of the goods, is in such suit held to continue infringement and the use of said equipment or pan is enjoined, the Seller shall, at its own expense and at its option, either procure for the Purchaser the right to continue using said equipment or parts, replace tire same with substantially equal but noninfringing equipment, or modify it so it becomes noninfringing. 15. INSOLVENCY. If the Seller shall become insolvent or bankrupt, make an assignment for the benefit of creditors, appoint a receiver or trustee for any of the Sellers property or business, this order may forthwith be canceled by the Purchaser without liability. 16. GOVERNING LAW. The definitions of temps used or the interpretation of the agreement and the rights of all parties hereunder shall be construed under and governed by the laws of the State of Colorado, USA. The following Additional Conditions apply only in cases where the Seller is to perform work hereunder, including the services of Sellers Representative(s), on the premises of others. 17. SELLERS RESPONSIBILITY. The Seller shall carry on said work at Seller's own risk until the same is fully completed and accepted, and shall, in case of any accident, destruction or injury to the work and/or materials before Seller's final completion and acceptance, complete the work at Sellers own expense and to the satisfaction of the Purchaser. When materials and equipment are famished by others for installation or erection by the Seller, the Seller shall receive, unload, store and handle same at the site and become responsible therefor as though such materials and/or equipment were being famished by the Seller under the order. 18. INSURANCE. The Seller shall, at his own expense, provide for the payment of workers compensation, including occupational disease heretics, to its employees employed on or in connection with the work covered by this purchase order, and/or to their dependents in accordance with the laws of the state in which the work is to be done. The Seller shall also carry comprehensive general liability including, but not limited to, contractual and automobile public liability insurance with bodily injury and death limits of at least 5300,000 for any one person, 5500,000 for any one accident and property damage limit per accident of S400,000. The Seller shall likewise require his contractors, if any, to provide for such compensation and insurance. Before any ofthe Sellers or his contractors employees shall do any work upon the premises of others, the Seller shall famish the Purchaser with a certificate that such compensation and insurance have been provided. Such certificates shall specify the date when such compensation and insurance have been provided. Such certificates shall specify the date when such compensation and insurance expires. The Seller agrees that such compensation and insurance shall be maintained until after the entire work is completed unit accepted. 19. PROTECTION AGAINST ACCIDENTS AND DAMAGES. The Seller hereby assumes the entire responsibility and liability for any and all damage, loss or injury of any kind or nature whatsoever to persons or property caused by or resulting from the execution of the work provided for in this purchase order or in connection herewith. The Seller will indemnify and hold harmless the Purchaser and any or all of the Purchasers officers, agents and employees from and against any and all claims, losses, damages, charges or expenses, whether direct or indirect, and whether to persons or property, to which the Purchaser may be put or subject by reason of any act, action, neglect, omission or default on the pan of the Seller, any of his contractors, or any of the Sellers or contractors officers, agents or employees. In case any suit or other proceedings shall be brought against the Purchaser, or its officers, agents or employees at any time on account or by reason of any act, action, neglect, omission or default of the Seller of any of his contractors or any of its or their officers, agents or employees as aforesaid, the Seller hereby agrees to assume the defense thereof and to defend the same at the Sellers own expense, to pay any and all costs, charges, attorneys fees and other expenses, any and all judgments that may be incurred by or obtained against the Purchaser or any of its or their officers, agents or employees in such suits or other proceedings, and in case judgment or other lien be placed upon or obtained against the properly of the Purchaser, or said parties in or as a result of such suits or other proceedings, the Seller will at once cause the same to be dissolved and discharged by giving bond or otherwise. The Seller and his contractors shall take all safety precautions, famish and install all guards necessary for the prevention of accidents, comply with all laws and regulations with regard to safety including, but without limitation, the Occupational Safety and Health Act of 1970 and all rules and regulations issued pursuant thereto. Revised 0312010 Title: Two L`='✓k l V A 4'- D Date: - -71 i Z_ CONTRACT CHECKLIST FOR NON-COMPETITIVE PROPOSALS (SOLE SOURCE) Checklist Item Contract File Comments Location 7) Independent Cost Estimate The City made and documented an independent cost estimate before receipt of proposals. 10) Unnecessary Experience and Excessive Bonding Unnecessary experience and excessive bonding requirements were not included in this solicitation or contract documents. 11) Organizational Conflict of Interest (OCI) N 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 /lJ 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 f geographic preference except where Federal statutes mandate or encourage them. 15) Contract Term Limitation The contract period of performance for rolling stock and replacement parts does not exceed five (5) years inclusive of options without prior written FTA approval. For all other types of contracts, the procurement file contains evidence that the contract term is based on sound business judgment. 18) Award to Responsible Contractor The City made a determination that it was awarding to a responsible contractor considering such matters as contractor integrity, compliance with public policy, record of past performance, and financial and technical resources. / 1. Appropriate Financial, equipment, facility ✓ 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 / ` for breach of contract and provisions covering termination for cause and convenience. 24) Clear, Accurate, and Complete Specification A complete, adequate, and realistic specification or purchased description was y available and included any specifications and pertinent attachments which define the items or services sought in order for the bidder to properly respond. 38) Sole Source if other Award is Infeasible The contract file contains documentation that Ca.o--> b'O' -t 'PS award of a contract was infeasible under small purchase procedures, sealed bids, or competitive proposals and at least one of the following circumstances applies: D P� The item was available only from a single source. (Verify prices are no higher than price so for such item by likely customers.) %1 (2) Public exigency for the requirement did Z / not permit a delay resulting from a , C���2, I competitive solicitation. (3) An emergency for the requirement did not permit a delay resulting from a competitive solicitation. (4) The FT A authorized noncompetitive negotiations. (5) Competition was determined inadequate after solicitation of a number of sources. 47) Time and Materials Contracts This is a time and materials contract; the grantee determined that no other type of N contract is suitable; and the contract specifies a ceiling rice. 48) Cost Plus Percentage of Cost This is not a cost plus a percentage of cost 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 „\ ,J 1) The file contains: Assignability provisions. 2) The procurement file contains: Price reasonableness determination. 56) Clauses This contract contains the appropriate FTA required clauses. 6 Excluded Parties Search EPS run and include in the file. Z� I