HomeMy WebLinkAbout222075 BURLINGTON NORTHERN & SANTA FE - PURCHASE ORDER - 9125207City of
Fort Collins
Date: 09/28/2012
PURCHASE ORDER
Vendor: 222075
BURLINGTON NORTHERN & SANTA FE
RAILWAY COMPANY
3195 SOLUTIONS CENTER
CHICAGO Illinois 60677-3001
PO Number Page
9125207 1of2
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
i Addendum to PO#9123130
Resurfacing of Railroad crossings along Mason Street.
V
City of Fort Collins Director of Purchasing and Risk Management
This order is not valid over $5000 unless signed by James B. O'Neill Il, 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
1 LOT LS
543, 394.00
Total $543,394.00
Invoice Address:
City of Fort Collins
Accounting Department
PO Box 580
Fort Collins, CO 80522-0580
""' MAINTAIN PROPRIETARY CONFIDENTIALITY ...
BNSF RAILWAY COMPANY
J FHPM ESTIMATE FOR
CITY OF FORT COLLINS
C,
LOCATION MP 72.8 TO FT COLLINS DETAILS OF ESTIMATE PLAN ITEM : 000174636 VERSION: I
PURPOSE, JUSTIFICATION AND DESCRIPTION
RESURFACE XINGS - COLORADO DI V - FRONT RANGE SUB - LS 476 - MP 73.2 TO 74.3
DESCRIPTION OF PROJECT AS PROVIDED BY PROJECT ENGINEER
RESURFACE CROSSINGS ALONG MASON STREET TO OPEN CUT TRACK BETWEEN STREET CROSSINGS
NAMES OF STREETS INVOLVED: OLD MAIN, LAUREL, MYRTLE, MULBERRY, MAGNOLIA, OLIVE, OAK, MOUNTAIN, LA PORT, MAPLE,
CHERRY
I. SOUTH OF OLD MAIN, THE BNSF TRACK OPENS UP TO A BALLAST SECTION. THE TRACK IN PAVEMENT BEGINS AT OLD MAIN,
2. AT MAPLE STREET ON THE NORTH END, THERE IS A PORTION OF OPEN BALLAST WHERE THERE USED TO BE A SWITCH. THE SWITCH
HAS BEEN REMOVED, BUT THE OPEN BALLAST AREA IS STILL IN PLACE. NORTH OF MAPLE (AND THRU CHERRY) THE TRACK CURVES
OUT OF MASON STREET
AND IS NO LONGER IN THE CENTER OF THE STREET IN PAVEMENT. THE END OF THE REHAB EFFORT WOULD BE AT THE OPEN BALLAST
AREA JUST SOUTH OF MAPLE.
MAINTAIN PROPRIETARY CONFIDENTIALITY
THE PHYSICAL LIMITS OF THIS PROJECT ARE DESCRIBED BY LINE SEGMENT, MILE POST RANGES, AND IN SOME CASES TRACK
NUMBER. THIS IS THE PRIMARY AREA FOR THE PROJECT. THERE WILL BE CASES WHERE WORK MAY OCCUR BEYOND THE DEFINED
LIMITS. PROJECTS THAT INCLUDE SIGNAL, ELECTRICAL, OR TELECOMMUNICATION EQUIPMENT MAY REQUIRE ACTIVITY BEYOND
THESE DEFINED TRACK LIMITS. ALL OR PORTIONS OF SOME PROJECTS MAY OCCUR IN AREAS WHERE NO MILEPOST SIGNS EXIST
SUCH AS YARDS. THIS ESTIMATE IS GOOD FOR 90 DAYS. THEREAFTER THE ESTIMATE IS SUBJECT TO CHANGE IN COST FOR LABOR,
MATERIAL, AND OVERHEAD.
RFA REQUESTED BY: GENE ELIASSEN
AFT REQUESTED BY:
DESCRIPTION
..........
LABOR
REPLACE PUBLIC CROSSING - SURFACE ONLY
UNLOAD CROSSING MATERIAL - PUBLIC - CAP
PAYROLL ASSOCIATED COSTS
EQUIPMENT EXPENSES
DA LABOR OVERHEADS
INSURANCE EXPENSES
TOTAL LABOR COST
MATERIAL
.............
SPIKE, TBR SCREW 3/4"X I3", F/ROAD XING
CONC 136 08-SEC WITH FILLER FOR HJ WOOD TIES
CONCRETE XING RAMP AND PANEL RESTRAINT,
MATERIAL HANDLING
USE TAX
OFFLINE TRANSPORTATION
TOTAL MATERIAL COST
OTHER
..........
TOTAL OTHER ITEMS COST
PROJECT SUBTOTAL
CONTINGENCIES
BILL PREPARATION FEE
GROSS PROJECT COST
LESS COST PAID BY BNSF
TOTAL BILLABLE COST
QUANTITY U/M COST TOTALS
1408.0 MH 30,061
704.0 MH 15,031
27,284
26,531
43,445
7,096
149,448 149,448
3168.0 EA
6,495
1408.0 FT "
291,738
10.0 ST
2,565
15,039
10,112
3,788
339.536 339,836
0 0
4S9,2S4
48,729
5.381
543,394
0
543.394
' Page 1of 1
Purchase Order Terms and Conditions
Page 2 of 2
1. COMMERCIAL DETAILS.
Tax exemptions. By statute the City of Fort Collins is exempt from state and local taxes. Our Exemption Number is 11. NON WAIVER.
98-04502. Federal Excise Tax Exemption Certificate of Registry 84-6000587 is registered with the Collector of Failure ofthe Purchaser to insist upon strict performance ofthe 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
Goods Rejected, GOODS REJECTED due to failure to meet specifications, either when shipped or due to defects of any ofthe 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 hereofor any of its rights or remedies as to any such goods, regardless
instructions from the City of Fon Collins. of when shipped, received or accepted, as, to any prior or subsequent default hereunder, nor shall any purported
oral modificafiou or rescission of this purchase order by the Purchaser operate as a waiver of any of the terns
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. ASS IGNM ENT OF A N"r ITRU ST CLAIM S.
authorized payment on the part of the City of Fon 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 of all 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 Terms. Shipments mtot be F.O.B., City of Fort Collins, 700 Wood St, Fort Collins, CO 80522, unless acquired under federal or state antimet laws for such overcharges relating to the particular goods or services
otherwise specified on this order. If permission 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.
13. PURCHASERS PERFORMANCE. OF SELLERS OBLIGATIONS. '
Shipment Distance. Where manufacturers have distributing points in various parts of the country, shipment is Ifthe Purchaser directs the Seller to correct nonconforming or defective goods by a date to be agreed upon by the
expected from the nearest distribution point to destination, and excess freight will be deducted from Invoice when Purchaser and the Seller, and the Seller thereafter indicates its inability or unwillingness to comply, the Purchaser
shipments are made from greater distance. may cause the work to be performed by the most expeditious means available to it, and the Seller shall pay all
costs associated with such work.
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 having jurisdiction 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, mles
and requirements.
Authorization. All panics to this contract agree that the representatives are, in fact, bona fide and possess full and
complete authority to bind said parties.
LIMITATION OF TERMS. This Purchase Order expressly limits acceptance to the terns and conditions stated
herein set forth and any supplementary or additional temms and conditions annexed hereto or incorporated herein by
reference. Any additional or different terns and conditions proposed by seller are objected to and hereby rejected.
2. DELIVERY.
PLEASE ADVISE PURCHASING AGENT immedimcly if you cannot make complete shipment to arrive on your
promised delivery date as noted. Time is ofthe essence. Delivery and performance must be effected within the time
stated on the purchase order and the documents attached hereto. No acts of the Purchasers including, without
limitation, acceptance ofporial 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 of -placing 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 to causes not reasonably foreseeable which are beyond its reasonable control and without its fault of negligence,
such acts of God, acts fcivil or military authorities, governmental priorities, fires, strikes, flood, epidemics, wars or
riots provided that notice ofthe conditions causing such delay is given to the Purchaser within five (5) days ofthe
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 of the delay.
3. WARRANTY.
The Seller warrants that all goods, articles, materials and work covered by this order will conform 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 suffers 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 larger 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 furnished hereunder (acceptance not to be unreasonably delayed), resulting from imperfect
or defective work done or materials furnished by the Seller. Acceptance or use of goods by the Purchaser shall not
constitute a waiver of any claim under this warranty. Except a otherwise provided in this purchase .,it,,, the Sellers
liability hereunder shall extend to all damages proximately 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 from
the quantities originally ordered in the specifications or drawings, by verbal or written change order. If any such
change affects the amount due or the time ofperfornance 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 a 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 node 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 most 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 famished in strict
compliance with all applicable laws and regulations to which the goods are subject The 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 hnmless front all costs and damages suffered by the Purchaser as, a result ofthe
Sellers failure to comply with such law.
9. ASSIGNMENT.
Neither parry shall align, 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, mates als, and items famished
in performance of this agreement, free and clear of any and all liens, restrictions, reservations, security interest
encumbrances and claims of others.
The Seller shall release the Purchaser and its contractors of any tier from all liability and claims of any nature
resulting from the performance 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 ofsuch party.
The Seller's contractual obligations, including warranty, shall not be deemed to be reduced, in any wny, 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 maybe 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 constitute 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 the same with substantially equal but
noninfringing equipment, or modify it so it becomes noninfringing.
15, INSOLVENCY.
If the Seller shall become insolvent or bankrapt, make an assignment for the benefit of creditors, appoint a
receiver or lmslee for any of the Sellers property or business, this order may forthwith be canceled by the
Purchaser without liability.
16. GOVERNING LAW.
The definitions oftems used or the interpretation ofthe agreement and the rights of all panics hereunder shall be
construed under and governed by the Taws ofthe 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 Polly completed and accepted, and shall,
in case of any accident, destruction or injury to the work and/or materials before Sellers final completion and
acceptance, complete the work at Seller's 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 rad handle same at the site and become responsible therefor a though such materials and/or equipment
were being furnished 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 benefits, 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 ofthe 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 S300,000 for any one person, S500,000 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 of the Sellers or his contractors
employees shall do any work upon the premises ofothers, 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 and 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 net, action, neglect, omission or default on the part 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 property 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 rates and regulations issued pursuant thereto.
Revised 03/2010
Title: r tiS � to A.S6 e6 (--)
Date: 2 (' -)
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
C
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)
If there is an apparent or potential OCI the
_
solicitation contains provisions to eliminate or
P
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
�V
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
l�
"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
/
five (5) years inclusive of options without prior
written FTA approval. For all other types of
l/
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
l/
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
v
for breach of contract and provisions covering
Cow S-Mn3-� V2"
termination for cause and convenience.
24) Clear, Accurate, and Complete
Specification
A complete, adequate, and realistic
specification or purchased description was
I
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
� � s
award of a contract was infeasible under
[ v ,S Y-;3
small purchase procedures, sealed bids, or
competitive proposals and at least one
«
of the following circumstances applies:
(1) The item was available only from a single
source. (Verify prices are no higher than price
for such item by likely customers.)
(2) Public exigency for the requirement did
not permit a delay resulting from a
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.
;vt
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
I
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.
42) Written Record of Procurement
History
The file contains records detailing the history
of this procurement. At a minimum, these
` I
records include:
(1) the rationale for the method of
7
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
S
1
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 receive an advance
payment utilizing FTA funds and the contract
does not contain advance payment provisions
or, if it did, prior written concurrence was
obtained from FTA.
46) Progress Payment Provisions
The contract contains progress payments
A 1
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
grantee determined that no other type of
Vv
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
1) The file contains: Assignability provisions.
n
CJ
2) The procurement file contains: Price
reasonableness determination.
56) Clauses
This contract contains the appropriate FTA
required clauses.
Excluded Parties Search
EPS run and include in the file.
Excluded Parties List System
Page 1 of 1
Search - Current Exclusions
>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
Search Results for Parties
Excluded by
Firm, Entity, or Vessel : bnsf railroad
As of 27-Sep-2012 6:46 PM EDT
Save to MyEPLS
Your search returned no results.
Back New Search Printer -Friendly
Eu , udedl V?arties; Ifsb;
Resources
> 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
9/27/2012
,,.F�o'rt`Coll
0'
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. corn/engine efing
Memorandum
To: Jim O'Neil, Director of Purchasing a dRisk Management
From: Erika Keeton, Special Projects nginee (�
Date: September 24, 2012
Re: MAX BRT Corridor (MAX) Bus Rapid Transit
BNSF Railroad Mason Street Resurface Crossing Material
Change Order #1 - Justification and Independent Cost Estimate
The City of Fort Collins project team is requesting an addendum to the existing South of Laurel
requisition (P.O. #9123130) to include the resurfacing of railroad crossings along Mason Street. In
March of 2011, the City of Fort Collins entered into an Agreement, Mason Corridor Bus Rapid Transit
Construction and Maintenance Agreement (C&M Agreement), in which the BNSF and the City is bound
to adhere to. BNSF is required as part of the Project and the Agreement to improve their track system
along the Downtown Corridor of Fort Collins (Old Main to Maple Street along Mason Street). In a joint
effort to construct the Project infrastructure, the City, FTA and BNSF agreed to install concrete ramp and
panel reinforcements at each intersection in the Downtown Corridor to improve the safety of the traveling
public to house the BNSF tracks. This effort coincides with the ongoing conversion of Mason Street to
two-way traffic that is necessary for the MAX BRT operations along existing Mason Street.
As railroad work must be performed by the railroad due to the Agreements and union regulations, the
costs were developed by BNSF and are proprietary. We have included the cost estimates for these BNSF
improvements as an attachment (BNSF Railway Company FHPM Estimate For City of Fort Collins
MP72.8 to FT COLLINS) in support of our Independent Cost Estimate (ICE). The original estimate,
which was developed by BNSF as part of the C&M agreement March 22, 2011, is in the amount of
$543,394.00.
BNSF must be utilized for this work, as it is a requirement of the C&M Agreement. Staff believes the
requested budget increase of $543,394.00 to the existing South of Laurel requisition is reasonable and
adequate. As such, I recommend approval of this addendum.
-tiYt Collins Independent Cost Estimate
_lam
Date of Estimate: 13-Sep-12
Contract Type: T&M
Existing Contract or PO (Y/N): Y
Description of Goods (A) or Services (B):
In March 22, 2011, the City of Fort Collins entered into an Agreement (Mason Corridor Bus Rapid Transit Construction
and Maintenance Agreement) with BNSF in a joint effort to construct the necessary infrastructure to support the MAX
BRT Project. As a function of that agreement, the City is required to improve safety for the traveling public by adding
concrete panels at each Intersection from Old Main north to Cherry to house the track system through downtown Fort
Collins. As railroad costs are proprietary, we have included the cost estimate provided by BNSF for the downtown track
rehabilitation improvements as part of this ICE (see attachment - BNSF Railway Company FHPM Estimate for City of Fort
Collins). This estimate only includes cost incurred by the City of Fort Collins civil portion of the work.
I have obtained the following estimate from;
Published Price List / Past Pricing (date)
Engineering or Technical Estimate (performed by)
Independent Third Party Estimate (performed by) BNSF
Other (specify)
Cost Estimate Details:
(Estimate calculated in US Dollars)
Cost of Standard Items
Product
Cost ($/ea)
Cost ($/ea)
Notes/Data Source
Delivered
No Freight
otal
Cost of Services, Repairs, or Non -Standard Items
Ilem/rask:
Materials or Work Description
Other Direct
Costs
Labor
Rate ($)
Labor
Hours
Labor
Class
Allocated
Overhead
SG&A'
Profit
TOTAL
City of Fort Collins
$ 543.394.00
$ 543,394.00
Total
I
Is
543,394.00
'Seili,g, G...1 nM Mm'vislmt Elm .e
Signature of Preparer:
Karl Craven, City of Fort Collins