HomeMy WebLinkAbout247203 SURFACE STRATEGY LLC - PURCHASE ORDER - 9125603Fort Collins
PURCHASE ORDER
Date: 10/24/2012
Vendor: 247203
SURFACE STRATEGY LLC
ATTN: BARBARA MCKEE
1305 KRAMERIA ST SUITE H-168
DENVER Colorado 80220
PO Number Page
9125603 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: 10/23/2012 Buyer: JOHN STEPHEN
Note:
Line Description Quantity UOM Unit Price Extended
Ordered Price
1 Concrete form liners
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
1 LOT LS
Total
Invoice Address:
7,697.27
.27
City of Fort Collins
Accounting Department
PO Box 580
Fort Collins, CO 80522-0580
ART TREATMENT
SIZE
TOTAL
S . FT.
COST PER
S . Ff.
HOURLY
RATE
TOTAL
HOURS
ESTIMATED
COST
HERON MURAL (HM) - Carve Prototype
7.5h x 20'I x 1.75" d
150
$200.00
$30,000.00
HERON MURAL (HM) - 1 Liner
7.5h x 20'I x 1.75" d
150
$125.00
$18,750.00
WATER RIPPLE (WR) - Carve Prototype
3'4"h x 5' 1 x 1.75"d
16.5
$200.00
$3,300.00
CATTAIL & GRASS (CGW) - Carve Wing Wall
4'h x 15' 1 x 1.75"d
60
$200.00
$12,000.00
CATTAIL & GRASS (CGH) - Carve Head Wall
21"h x 8'I x 1.75"d
14
$200.00
$2,800.00
CATTAIL & GRASS (CGW) - 2 Liners/1 Master
4'h x 15' I x 1.75"d x 3
180
$125.00
$22,500.00
CATTAIL & GRASS (CGH) - 2 Liners/1 Master
21"h x 8'1 x 1.75"d x 3
42
$125.00
$5,250.00
SUB -TOTAL
$94, 600.00
15% CONTINGENCY
$14,190.00
CONTRACT TOTAL
1########
$108,790.00
LIST OF WALLS
1. Glenmore Detention Basin NO ART
2. Outlet - Avery Park Pond NO ART
3. Headwall/Wingwall-Fairbrooke Detention Basin CATTAIL -GRASS CG
4. Headwall/Wingwall-Fairbrooke Detention Basin WATER RIPPLE WR
5. Headwall/Wingwall-Kane Detention Basin WATER RIPPLE WR
6. Headwall/Wingwall-Kane Detention Basin WATER RIPPLE WR
7. Castlerock Outfall HERON MURAL HM
WATER RIPPLE WR
8. Headwall/Wingwall-Red Fox Meadows Detention BE CATTAIL -GRASS CG
9. Headwall/Wingwall-Red Fox Meadows Detention BE CATTAIL -GRASS CG
10. Unkown Location WATER RIPPLE WR
11. New Mercer Ditch WATER RIPPLE WR
12. New Mercer Ditch WATER RIPPLE WR
ADDITIONAL NOTES:
1. Liner cost includes time and all extra material to prepare and pour liners, cost of shipping, artist consulting time to oversee,
approve and deliver liner to site.
2. Eliminating the cost of a master mold for the Heron Mural is a risk. Depending on the quality and condition of the first pour
from the prototype, a master mold my need to be made. The estimated additional cost is shown below.
3. Liners for the Water Ripple (WR) pattern have not been determined. This will be an additional cost @ $125.00 per square
foot dependent upon the size and number of liners required to complete different structures. See below.
4. Additional-costfor--design-and layout--of.-art-on-structures-iWill bep'aldysepa� r, tely-at•$50:00 ah-'hour: See below,
--- -_ _-
5. Add�tionaltGost=for_SIrE WORK/ -Assist Linerinstallation�will..,,be,oaid7.seoarately at $50:,00-an-hour•:'�3See below.
HERON MURAL HM - 1 Master
7.5h x 20'1 x 1.75" d
150
$125.00
$18 750.00
WATER RIPPLE (WR)- 9 Liners/1Master
3'4"hx5'I x 1.75"dx10
165
$125.00
$20 625.00
LAYOUT WALLS #4,#6, #10, #11, #12 WR Pattern
336
$SA001
32
$1,600.00
LAYOUT WALLS #3,#5,#8,#9 CG Pattern
529
$50.00
27
$1,350.00
SITE WORK/Assist Liner Installation
$50.00
190
$9,500.00
No Text
of
F6rt`��Collins
Memorandum
To: Jim O'Neil, Director of Purchasing and Risk Management
From: Ellen Martin, Art in Public Places
Date: 8/28/2012
Re: Mason Corridor MAX BRT Final Design
Surface Strategy — Artist Barb McKee
Wall Form Liners
Cultural Services
Art in Public Places
Lincoln Center
417 W. Magnolia St
Fort Collins, CO 80521
970,416-2789
970.221-6373 - fax
www. fcgov. coWartspublic
The City of Fort Collins Art in Public Places Program worked with the Red Fox Meadows
Project Team and City Purchasing process to select an APP artist for the Red Fox Meadows
Natural Area Project. Barb McKee of Surface Strategy was selected from an open call (RFQ) to
work with the team to develop concrete form liners for the walls on site at this natural area.
Working with the Mason Corridor Project Team, artist Barb McKee proposed reusing the form
liners from the Red Fox Meadows Project and using portions of the liners on the walls along the
BRT corridor. This is a great resource to use these form liners to enhance the Mason Corridor
walls for a very small budget. The original form liners cost over $177,000 to design, carve, cast,
transport, etc. I believe the amount of $7,697.27 at an hourly rate of $50 is very reasonable for
the work prescribed in the attached quote. As such, I recommend approval of this expenditure.
Total Project Budget $7,697.27 (Wall Form Liners)
city0
,-Fort o llns
Date of Estimate: 2017-
Contract Type:
Existing Contract or PO (Y/N): N
Description of Goods (A) or Services (B):
Independent Cost Estimate
Mason Corridor (MAX) - Wall Form Liners
Artist will work with project team to design a wall treatment for the retaining wall using existing artist -designed concrete form liners.
Artist will inspect form liners, work with the project team and present wall design concepts, create form liner layout options, and
oversee the.use of the liners during construction. This comparison is to similar work on the APP Red Fox Meadows form liner project.
(See project packet for Red Fox Meadows description and budget) (See scope of work. for Mason Project)
I have obtained the following estimate from;
Published Price List / Past Pricing (date)
Engineering or Techincal Estimate (performed by)
Independent Third Party Estimate (performed by)
Other (specifiy) Red Fox Meadows Contract 2008
Cost Estimate Details:
(Estimate calculated in US Dollars)
Cost of Standard Items
Product
Cost ($/ea)
Cost ($/ea)
Notes/Data Source
Delivered
No Frieght
Total
Cost of. Services, Repairs, or Non -Standard Items
Item/Task:
Materials or Work Description
Other Direct
Costs
Labor
Rate ($)
Labor
Hours
Labor
Class
Allocated
Overhead
SG&A'
Profit
TOTAL
Artist Fee for above Scope
$50 Hr
140
$7,000
Travel
$30 roundtrip
10 trips
$300
Patch or repair of liners
$1,000
$1,000
10%Miscellaneous
$765
$765
Total
$ 9,065.00
/ 'Selling: General and Administrative Expanses
Signature of Preparers
ART TREATMENT
SIZE
TOTAL
SQ. FT.
COST PER
SQ. FT.
HOURLY
RATE
TOTAL
HOURS
ESTIMATED
COST
HERON MURAL (HM) - Carve Prototype
7.5h x 20'I x 1.75" d
150
$200.00
$30,000.00
HERON MURAL (HM) - 1 Liner
7.5h x 20'I x 1.75" d
150
$125.00
$18,750.00
WATER RIPPLE (WR) - Carve Prototype
3'4"h x 5' 1 x 1.75"d
16.5
$200.00
$3,300.00
CATTAIL & GRASS (CGW) - Carve Wing Wall
4'h x 15' 1 x 1.75"d
60
$200.00
$12,000.00
CATTAIL & GRASS (CGH) - Carve Head Wall
21"h x 8'I x 1.75"d
14
$200.00
$2,800.00
CATTAIL& GRASS (CGW) - 2 Liners/1 Master
4'h x 15' I x 1.75"d x 3
180
$125.00
$22,500.00
CATTAIL & GRASS (CGH) - 2 Liners/1 Master
21"h x 8'I x 1.75"d x 3
42
$125.00
$5,250.00
SUB -TOTAL
$94, 600.00
15% CONTINGENCY
$14,190.00
CONTRACT TOTAL
########
LIST OF WALLS
$108,790.00
1. Glenmore Detention Basin NO ART
2. Outlet - Avery Park Pond NO ART
3. HeadwalIlWingwall-Fairbrooke Detention Basin CATTAIL -GRASS CG
4. Headwall/Wingwall-Fairbrooke Detention Basin WATER RIPPLE WR
5. Headwall/Wingwall-Kane Detention Basin WATER RIPPLE WR
6. Headwall/Wingwall-Kane Detention Basin WATER RIPPLE WR
7. Castlerock Outfall HERON MURAL HM
WATER RIPPLE WR
B. Headwall/Wingwall-Red Fox Meadows Detention BE CATTAIL -GRASS CG
9. Headwall/Wingwall-Red Fox Meadows Detention BE CATTAIL -GRASS CG
10. Unkown Location WATER RIPPLE WR
11. New Mercer Ditch WATER RIPPLE WR
12. New Mercer Ditch WATER RIPPLE WR
ADDITIONAL NOTES:
1. Liner cost includes time and all extra material to prepare and pour liners, cost of shipping, artist consulting time to oversee,
approve and deliver liner to site.
2. Eliminating the cost of a master mold for the Heron Mural is a risk. Depending on the quality and condition of the first pour
from the prototype, a master mold my need to be made. The estimated additional cost is shown below.
3. Liners for the Water Ripple (WR) pattern have not been determined. This will be an additional cost @ $125.00 per square
foot dependent upon the size and number of liners required to complete different structures. See below.
4. Additional cost for design and -layout of--art-,on structures will be'paid separately at$50.00 an -hour. See below.
S. Additiona! Gost.for SITE .WORK/ Assist.Liiier::Installation will be paid-separately+at-$50:00 an hour. -";'See below.
HERON MURAL HM - 1 Master
7.5h x 20'I x 1.75" d
150
$125.00
$18,750.00
WATER RIPPLE (WR)- 9 Liners/1Master
3'4"hx5'1 x 1.75"dx10
165
$125.00
$20,625.00
LAYOUT WALLS #4 #6, #10, #11, #12 WR Pattern
336
$50.00;
32
$1,600.00
LAYOUT WALLS #3,#5,#8,#9 CG Pattern
529
$50.00
27
$1,350.00
SITE WORK/Assist Liner Installation
$50.00
190
$9 500.00
Cb al:��
a O
f �t Y tf •�
I' i.Fl
T
fl ,� . k
r e '
al of ]Pont comme
°uQTIMM
2008
.. 1j _
Details of the itcsigir concepts fo; the concrete str,ercheres '
The combined imagery of the panels
will establish a unified yet diverse
collection of art that will quietly serve
as landmarks within the natural area.
b)age of Water Ripph° testru•e to be used as a
background palter) throughout the desipl.
By- casting multiple
molds of these images,
they can be used more
than once, in a variety
of compositions and
on different concrete
structures.
Up to 10 structures
have been proposed
for this project. The
molds can also be used
at other city sites in the
future.
J
Fox Liner Details
:gh Measurements
11, 2011
yright Surface Strategy LLC
DES:
d Liners: Actual liners used in the
I to construct a wall. Liners may
s been cut so real
ensions may differ from those
wn on this detail page.
on HM: This liner has been cut
3 pieces and once each piece is
isured, field dimensions will be
irded in the final report.
fail CA: This liner matches along
sight and left vertical edge. Once
liner is measured, field dimensions
oe recorded in the final report.
er Ripple WR: Water
are is the same size as the water
kground in the Cattail and Heron
al and matches along its' top,
om, right and left edges. 8 field
-s exist and each measures a
Trent size that will be recorded in
final report.
20'
Heron Mural: HM Relief Depth= 1.75"
Copyright Surface Strategy2009 Liner Thickness = 2.133"
Cattail: CA
Relief Depth = 1.75"
Liner Thickness = 2.133
M
Water Ripple = WR
Relief Depth = 5/8"
Liner Thickness = 1"
SURFACE STRATEGY
'� 1 �n ipatl 1 uL�liti t .�q(a P�,
1 t0i KRAMERIA S1 =N -I(M
DII-NVI`R 0) 86220
I'I10NE :tt 813.OSOl
1`AX 0:I. tJ( 1, 3(170
surtOCc'stralct;t�'�cari lilink.nci.
SCOPE OF SERVICE
To: Ellen Martin, Art in Public Places
From: Barb McKee, Principal Designer, Surface Strategy LLC
Re: Re -use of Red Fox Liners for the Mason Corridor BRT
Date: May 10, 2011 Revision
Surface Strategy requests a time and material contract in the amount of $ 7,697.27 at an hourly rate of
$50.00 to perform design -build services for the aesthetic treatment of a retaining wall within the Mason Corridor BRT.
These services will relate to re -use of liners used on the Red Fox Meadows project. The intent of this treatment is to
enhance the surface of the concrete wall(s). This scope includes the cost of time and material for the following items:
1. Inspect liners to determine condition and size requirements.
2. Meet with design team to set project goals, identify walls for treatment and present design concepts
3. Layout wall based on engineered elevations.
4. Determine liner use and revise liners to fit new conditions. .
5. Consult with engineers, project managers and general contractor in the use of said liners.
6. Site visit and review during construction.
7. Travel will be calculated at .550 cents per mile
8. Price for printed documents from Fed Ex/ Kinkos on 5.10.11'
9. Price for commercial truck rental from Enterprise on 5.10.11
DETAILED COSTS:
1. Inspect liners to determine condition and size requirements.
. 2 site visits to measure and record condition of liners
• Write brief summary for presentation at meeting
• 3 hours per visit x 2 visits = 6 hours $ 300.00
• (64.6 miles one way) or $ 30.00 per round trip allowance x 2 60.00
2. Meet with design team to set project goals and perimeters.
• Present information on condition and size of liners
• Determine budget for re -use of liners
• Identify walls for treatment
• 3 hours $ 150.00
• Michael Baker, 165 S. Union Blvd, St. 200, Lakewood CO 80228 = 27.4 miles 15.07
3. Layout walls based on engineered elevations.
• Layout walls providing two design variations
• Submit cost of each design
• Meet with design team to present design concepts
• 30 hours $ 1,500.00
• Michael Baker, 165 S. Union Blvd, St. 200, Lakewood CO 80228 = 27.4 miles 15.07
• 2 sets of printed documents on 11" x 17" = 24 cents per page x 12 2.88
4. Determine liner use and revise to fit conditions
• Clean, revise or repair liners and deliver to site.
• (Subject to liner conditions and approved design)
• 60 hours $ 3,000.00
• Deliver liners to Scott System and return liners to site = $30.00 allowed x 2 60.00
• Professional shipment of liners 500.26
5. Consult with design team, project managers and general contractor
• Telephone and email correspondence discussing use of liners
• 5 hours $ 250.00
6. Site visit and review during construction
• Review methods of concrete placement = 4 hours
• Review attachment of liner to gang forms = 3 hours
• Review stripping liner from concrete = 3 hours
• Review finished wall surface for quality = 2 hours
• Research final treatment of wall/ select paint color, other = 3 hours
• 15 total hours $ 750.00
• (64.6 miles one way) or $ 30.00 per round trip allowance x 3 trips 90.00
7. 15% Contingency 1,003.99
GENERAL NOTES ON COST DETAILS:
$ 7,697.27 TOTAL
o Based on a time and material contract, all hours and materials will be recorded and billed
according to actual time and labor billed at $50.00 an hour.
o Artist will seek approval from client prior to performing any and all additional services not
specified in this scope to be billed at $50.00 an hour.
o I referenced past, related work completed to date to determine the amount of time and
projected cost of this new work.
Purchase Order Terms and Conditions
Page 2 of 2
1. COMMERCIAL DETAILS.
Tax exemptions. By statute the City of Fort Collins is exempt from stale 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 temts 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 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 hereofor 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 modification 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 effort 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 part 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 of all applicable required inspection procedures. violations ore 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 most be F.O.B., City of Fort Collins, 700 Wood St., Fort 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. 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 most 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 county, 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 mul 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 perforated 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 rates of the stale, municipality, territory or political subdivision where
the work is performed, or required by any other duly entertained public authority having jurisdiction over the work
of vendor. Seller further agrees to hold the City of Fort Collins hornless from and against all liability and loss
incurred by them by reason of an asserted or established violation of any such laws, regulations, ordinances, ndes
and requirements.
Authorization. All panics to this contract agree that the representatives are, in fact, bona fide and possess fall 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 terms and conditions annexed hereto or incorporated herein by
reference. Any additional or different terms and conditions proposed by seller are objected to and hereby rejected.
2. DELIVERY.
PLEASE ADVISE PURCHASING AGENT immediately if you cannot make complete shipment to arrive on your
promised delivery date as noted. Time is of the essence. Delivery and performance most be effected within the time
stated on the purchase order and the documents attached hereto. No was of the Purchasers including, without
limitation, acceptance ofpartial late deliveries, shall operate as a waiver of this provision. In the event ofany delay,
the Purchaser shall have, in addition to other legal and equitable remedies, the option ofplacing 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 comfort and without its fault of negligence,
such acts of God, acts ofcivil or military authorities, governmental priorities, fires, strikes, Rood, epidemics, wars or
riots provided that notice of the conditions causing such delay is given to the Purchaser within ❑ve (5) days of the
time when the Seller first received knowledge thereof. In the event ofany 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 suffer or incur on account of the 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 he prescribed by law or by the terms ofany 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 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 a0ece, the amount due or the time ofperformance 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 ofany oftheir 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 JAW.
The Seller wommax 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 rebmlxtions 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 lac'.
9. ASSIGNMENT.
Neither party shall assign, tmnsfeq or convey this order, or any monies due or to become due hereunder without the
prior written consent ofthe other parry.
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 of others.
The Seller shall release the Purchaser and its contractors of any net 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 Sellers contractual obligations, including warranty, shall not be deemed to be reduced, in any way, because
such work is performed or caused to he perforated 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 of such
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 part 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 pans, replace the same with substantially equal but
noninfringing equipment, or modify it so it becomes noninfringing.
15ANSOLVENCY.
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 terms used or the interpretation ofthe agreement and the rights ofall panics hereunder shall be
construed under and governed by the laws offl e 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 Sellers 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 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 and handle same at the site and became responsible therefor as though such materials and/or equipment
were being famished by the Seller under the order.
19. 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 of the state in which the work is to he 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 $300,000 for any one person, $500,000 for any
one accident and property damage limit per accident of $400,000. 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 ofany 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 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 affects, 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, furnish 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
Mason Road Proposal
Preliminary layout for Budget
Barb McKee, Surface Strategy
6.13.11
.M
CT ! HM �> i CT
,
-- -' -- - - i ---------- --'—.......
—_...... .
PLAN = PRICED IN BUDGET
CT = 2 Liners make 1 full image/ 4 Liners make 2 full images
HM = 3 Liners make 1 full image
Optional = Use WR as a centered, horizaontal stripe on a separate 90'Gang Form (See Plan B)
90,
- GT
HM e,
PLAN = PRICED IN BUDGET
CT = 2 Liners make 1 full image/ 4 Liners make 2 full images
HM = 3 Liners make 1 full image
Optional = Use WR as a centered, horizaontal stripe on a separate 90'Gang Form (See Plan B)
- ------- ._ --
cr
--_-.....--------'.................... .....
12'
FP3i
Mason Road Proposal
Preliminary Layout for Budget
Barb McKee, Surface Strategy
6.13.11
M
w.
:,
WR
CT
WR
HM
ce
WR
CT o
WR
PLAN D = PRICED IN BUDGEt
WR = 4 Liners plus 1 Liner to out to fit
CT = 2 Liners makes 1 full image/ 4 Liners make 2 full images
HM = 3 Liners make 1 full image
.N
WR 7.76 GT c WR HM WR GT c WR
se'
PLAN D = PRICED IN BUDGEt
WR = 4 Liners plus 1 Liner to cut to fit
CT = 2 Uners makes 1 full image/ 4 Liners make 2 full images
HM = 3 Liners make 1 full image
12'
Em
Excluded Parties List System
Page 1 of 1
Search -Current Exclusions I CD1Q ,� 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 : surface strategy Ilc
As of 07-Sep-2012 3:23 PM EDT
Save to MyEPLS
i
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
9/7/2012
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
I
Exe bd'edl Parities; List, System,
Results
Search Results for Parties
Excluded by
Firm, Entity, or Vessel : surface strategies
As of 07-Sep-2012 3:00 PM EDT
Save to MyEPLS
1 Your search returned no results.
Back New Search Printer -Friendly
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.epis.gov/epls/search.do 9/7/2012
Title: Surface Strategies
Date: 10/23/12
CONTRACT CHECKLIST FOR NON-COMPETITIVE PROPOSALS (SOLE SOURCE)
Checklist Item
Contract File
Comments
Location
7) Independent Cost Estimate
The City made and documented an
'''�l ,✓
Y
independent cost estimate before receipt of
proposals.
10) Unnecessary Experience and
Excessive Bonding
Unnecessary experience and excessive
N
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
mitigate the conflict (e.g. by inserting a clause
N
that prohibits the contractor from competing
for the follow-on contract to the current design
or research contact) and OCI Certification is
submitted by the contractor.
12) Arbitrary Action
There was no arbitrary action in the
procurement process. (An example of
arbitrary action is when award is made to
N
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
N
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
N
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
Y
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.
Y Vendor has performed other
1. Appropriate Financial, equipment, facility
work and can meet requirements
and personnel. (YIN)
of this contract.
2. Ability to meet delivery schedule. (YIN)
3. Satisfactory period of performance. (YIN)
4. Satisfactory record of integrity, not on
declined or suspended listings. (YIN)
5. Receipt of all necessary data from
vendor. (YIN)
19) Sound and Complete Agreement
This contract is a sound and complete
agreement. In addition, it includes remedies
Y contract
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
award of a contract was infeasible under
small purchase procedures, sealed bids, or
competitive proposals and at least one
1. City is saving a
of the following circumstances applies:
tremendous amount of
(1) The item was available only from a single
cost by reusing the design
source. (Verify prices are no higher than price
that this artist prepared for
for such item by likely customers.)
(2) Public exigency for the requirement did
another project. It could
not permit a delay resulting from a
not be done by other artist.
competitive solicitation.
Cost would be prohibitive
(3) An emergency for the requirement did not
if we had to select another
permit a delay resulting from a competitive
artist.
solicitation.
(4) The FT A authorized noncompetitive
negotiations.
(5) Competition was determined inadequate
after solicitation of a number of sources.
39) Cost Analysis Required
Cost analysis and profit negations were
performed (initial award and modifications)
And documented for price reasonableness
Y
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
N/A
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:
(1) the rationale for the method of
Y firm fixed price contract
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
N/A
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
N
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
N
does not contain advance payment provisions
or, if it did, prior written concurrence was
obtained from FTA.
46) Progress Payment Provisions
The contract contains progress payments
based on costs incurred (as opposed to
percent of completion) and the contract
contains a provision giving the grantee title to
Yproperty
(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
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
N
type contract.
49) Liquidated Damages Provisions
This contract contains liquidated damages
provisions and the assessment for damages
N
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
2) The procurement file contains: Price
reasonableness determination.
56) Clauses
This contract contains the appropriate FTA
Y
required clauses.
Excluded Parties Search
Y
EPS run and include in the file.
FEDERALLY REQUIRED AND OTHER MODEL CLAUSES
APPLICABILITY OF THIRD PARTY CONTRACT CLAUSES
(excluding micro -purchases, except for construction contracts over $2,000)
I TYPE OF PROCUREMENT
Clause
Professional
'
Operations/
Rolling Stock
Construction
Materials &
Services/A& E
Management
Purchase
Supplies
No Federal Government
Obligation To Third Parties
All
All
All
All
All
(by Use of a Disclaimer
False Statements or Claims
All
All
All
All
All
Civil and Criminal Fraud
Access To Third Party
All
All
All
All
All
Contract Records
Changes to Federal
All
All
All
All
All
Requirements
Termination
All
All
All
All
All
Civil Rights (Title VI, EEO, ADA)
c�e
>$10,000
>$10,000
>$10,000
>$10,000
>$10,000
Disadvantaged Business
All
All
All
All
All
Enterprises (DBEs)
Incorporation of (FTA) Terms
All
All
All
All
All
Suspension and Debarment
>$25,000
>$25,000
>$25,000
>$25,000
>$25,000
Buy America
>$100,000
>$100,000
>$100,000
Resolution of Disputes,
>$100,000
>$100,000
>$100,000
>$100,000
>$100,000
Breaches, or Other Litigation
Lobbying
>$100,000
>$100,000
>$100,000
>$100,000
>$100,000
Clean Air
>$100,000
>$100,000
>$100,000
>$100,000
>$100,000
Clean Water
>$100,000
>$100,000
>$100,000
>$100,000
>$100,000
Caro Preference
All
All
All
Fly America
Involves foreign
Involves foreign air
Involves foreign
Involves foreign
Involves foreign air
transport or travel
transport or travel
air transport or
air transport or
transport or travel
b air
travel
travel
Davis -Bacon And Copeland Anti-
>$2,000 (including
Kickback Acts
ferry vessels
Contract Work Hours And Safety
>$2,500 (except
>$2,000 (including
Standards Act
transportation
>$2,500
ferry vessels)
services)
Bonding
$100,000
Seismic Safety
A & E for New
Buildings &
New Buildings &
Additions
Transit Employee Protective
Transit Operations
Agreements
Charter Bus
All
School Bus
All
Drug Use - Testing and Alcohol
Transit Operations
Misuse - Testing
Patent Rights and Rights in Data
Research &
and Copyright Requirements
Development
Energy Conservation
All
All
All
All
All
Recycled Products
Contracts for items
Contracts for items
Contracts for items
designated by
designated by
designated by
EPA, when
EPA, when
EPA, when
procuring $10,000
procuring $10,000
procuring $10,000
or more per year
or more er ear
or more per ear
Conformance With ITS National
ITS Projects
ITS Projects
ITS Projects
ITS Projects
ITS Projects
Architecture
ADA Access
A & E
All
All
All
All
Bus Testing
All
Pre -Award And Post Delivery
All
Audits
of
City Collins
Memorandum
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 Bring
To: Jim O'Neil; Director of Purchasing and Risk Management
From: Erika Keeton, Special Projects origin/ e�i�
Date: October 19, 2012 L
Re: MAX BRT — Requisition Request
Surface Strategy — Artist Barb McKee
Concrete Form Liners
The City of Fort Collins Art in Public Places Program (APP) worked with the Red Fox Meadows
Project Team and City Purchasing process to select an APP artist for the Red Fox Meadows
Natural Area Project. Barb McKee of Surface Strategy was selected from an open call (RFQ) to
work with the team to develop concrete form liners for the walls on site at this natural area.
Working with the Mason Corridor Project Team, artist Barb McKee proposed reusing the form
liners from the Red Fox Meadows Project and using portions of the liners on the concrete walls
along the BRT corridor. This is a great resource to use these form liners to enhance the Mason
Corridor retaining walls for a very small budget. The original form liners cost over $177,000 to
design, carve, cast, transport, and because of this major cost savings, Surface Strategy should be
utilized as the sole source for the concrete form liners for the MAX BRT project.
I have included the cost estimate for the concrete form liners provided by Ellen Martin, City of Fort
Collins Visual Arts Administrator. Hourly rates and direct costs were estimated using the Red Fox
Meadows Natural Area Project, the original project the form liners were tasted for. The attached
Independent Cost Estimate (ICE) breaks down these costs as described above. Pursuant to further
discussions with the City's APP administrators, we have confidence in their estimate in conjunction with
the support documentation and find it to be reasonable.
I believe the amount of $7,697.27 is very reasonable for the work prescribed and as such, I
recommend approval of this sole source justification.
Flirt Collins
Date of Estimate: 201Z
Contract Type:
Existing Contract or PO (Y/N): N
Description of Goods (A) or Services (6)
Independent Cost Estimate
Mason Corridor (MAX) - Wall Form Liners
Artist will work vrith project team to design a wall treatment for the retaining wall using existing artist -designed concrete form liners.
Artist will inspect form liners, work with the project team and present wall design concepts, create form liner layout options, and
oversee the use of the liners during construction. This comparison is to similar work on the APP Red Fox Meadows form liner project.
(Sea project packet for Red Fox Meadows description and budget) (See scope of work for Masan Project)
I have obtained the following estimate from:
Published Price List / Past Pricing (dale)
Engineering or Techincal Estimate (performed by)
Independent Third Party Estimate (performed by)
Other (specifiy) Red Fox Meadows Contract 2008
Cost Estimate Details:
(Estimate calculated in US Dollars)
Cost of Standard Items
Product
Cost ($/ea)
Cost ($/ea
Notes/Data Source
Delivered
No Frieght
Total
Cost of Services, Repairs, or Non -Standard Items
Item/Task:
Materials or Work Description
Other Direct
Costs
Labor
Rate ($)
Labor
Hours
Labor
Class
Allocated
Overhead .
SG&A'
Profit
TOTAL
Artist Fee for above Scope
$50 Hr
140
$7,000
Travel
$30 rounctrip
10 trips
$300
Patchor repair of liners
$1,000
$1.000
10% Miscellaneous
$765
$765
Total
$ 9,065.00
/ 'Saline. Gonoml srcl Adrr ints"We Laponses
Signature of Preparer: