HomeMy WebLinkAbout112468 FELSBURG HOLT & ULLEVIG INC - PURCHASE ORDER - 6607780 (2)Fort Collins
Date: 11/21/2012
PURCHASE ORDER
PO Number Page
6607780 1of2
This number must appear
on all invoices, packing
slips and labels.
Vendor: 112468 Ship To: ENGINEERING DIVISION
FELSBURG HOLT & ULLEVIG INC CITY OF FORT COLLINS
6300 S SYRACUSE WAY #600 281 N COLLEGE AVE
CENTENNIAL Colorado 80111 FORT COLLINS Colorado 80521
Delivery Date: 12/08/2006 Buyer: JOHN STEPHEN
Note:
Line Description Quantity UOM Unit Price Extended
Ordered Price
6 Change Order 5 1 LOT EA 48,100.00
NRCC
Total $48,100.00
Invoice Address:
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
City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Accounting Department
Phone:970-221-6775 Fax: 970-221-6707 Email:purchasing@fcgov.com PO Box 580
Fort Collins, CO 80522-0580
MA FELSBURG
r4HOLT &
ULLEVIG
engineering paths to transportation solutions
�z(Revised July 26, 2012)
Mr. Rick Richter
Engineering Department
City of Fort Collins
281 North College Avenue
Fort Collins, CO 80522
RE: Engineering Design Services
Mason Grade Separation at NRRC
Ramp Alternative Conceptual and Final Design
FHU Project No. 06-295
Dear Rick,
At your request, we are submitting this proposal to provide additional Engineering
Design Services for the Mason Grade Separation at NRRC. It is our understanding that
the City would like to investigate ramp access alternatives at each end of the recently
designed pedestrian bridge. The ramps would be an alternative access to elevators,
which have been included in the current design. Either ramps or elevators will be
required to provide access to meet American with Disabilities Act (ADA) requirements for
this facility. It is desired by the City to include a ramp alternative in the construction plans
as either the primary or bid -alternate access solution when the bridge is re -packaged for
bidding. Bids on a bridge design with elevators only were previously rejected.
Scone of Work
Phase 1 — Ramp Concept Feasibility
The first phase of the proposed work will include the development of ramp alternatives at
each end of the pedestrian bridge, based on a recently developed concept by the City.
The conceptual layout did not include stairs, but they will be considered in the ramp
layouts to help provide direct links to the bridge. The ramp options will be located within
the existing right-of-way and easements already established for the pedestrian bridge,
and MAX BRT project, which is currently under construction.
To meet ADA requirements, the total ramp length at each end of the bridge is anticipated
to be upwards of 450 feet long. The ground level plaza areas at each end of the bridge
will be modified as needed to accommodate ramp layouts, instead of elevator layouts.
The west ramp will remain on the west side of Bay Farm Road, since it has been
assumed that Bay Farm Road will remain open after the bridge is constructed. The east
plaza will likely need to be widened to fit the ramp footprint, which will also result in some
modifications to the Whole Foods parking lot adjacent to the plaza. The new ramp layout
6300 South Syracuse Way, Suite 600 Centennial, CO 80111 tel 303.721.1440 fax 303.721.0832
www.fhueng.com info@fhueng.com
Mr. Rick Richter
7/26/12
will need to try to avoid any changes to the BRT Station layout in the vicinity of the
pedestrian bridge.
In addition to design and construction feasibility, the bidding method for the project will
be investigated. The option of re -bidding the project "as is" with the elevators remains
available. However, ramp -only and elevator plus ramp (as an alternative bid) bid
package alternatives will be considered.
We propose the following work for the Conceptual Phase:
1. FHU will develop a ramp alternative for each end of the bridge, fit within the
constraints of the project location. The ramp layouts will be aligned to
minimize impacts to existing utilities, sidewalks, pedestrian accesses,
parking, and planned MAX BRT construction. Stairs may be included.
2. A plan view, elevation view, and typical section for each ramp alternative will
be developed, meeting ADA requirements and in conformance, as is feasible,
with the City of Fort Collins Design Guidelines for Grade -Separated
Pedestrian, Cyclist and Equestrian Structures
3. Engineering Exhibits in .pdf format, 11 x17 color plots, and larger plots (up to
36"x42") as needed
4. Review potential pre -fabricated ramp bidding and design delivery options with
suppliers
5. Provide recommendations for overall project bidding options, including
design/bid/build with alternative bids, CM/GC, etc., as appropriate for the
project
6. Develop conceptual level construction cost estimates for each ramp
alternative
Phase 2 - Ramp Final Design
If feasible ramp alternatives are developed, the existing pedestrian bridge plans will be
updated to include the ramps as either the primary or ad -alternate access options in the
plans. It is anticipated that an F.O.R. meeting may need to be scheduled with CDOT,
and appropriate City representatives, to review the pedestrian bridge design with the
ramp alternative.
Integrating the ramp into the pedestrian bridge design will require modifications to the
structural, architectural, drainage, electrical, and site plans. We have assumed that the
City would use its Landscape Architecture on -call to develop final landscaping plans for
the West Plaza, with a similar theme as the existing layout. The anticipated tasks
required would be completed by FHU and its subconsultants, The Abo Group
(Architecture) and SSG/MEP (Lighting and Electrical).
In general, the scope of work for developing a bid package including a final ramp design
will be as follows:
Refine the conceptual ramp layout as needed to complete final design. The
ramp alternative will be developed in anticipation of either a replacement for
Mr. Rick Richter
7/26/12
the elevator alternative, or as a bid -alternative (bid as designed) in the bid
documents.
2. Develop a bridge alternative without the current aluminum architectural
cladding, and with an alternate screening system on the bridge (e.g. chain
link fencing or wire mesh)
3. Incorporate the final structural ramp design, and update all plans as needed
4. Provide architectural renderings (2 total) of the ramp alternative
5. Review all environmental clearances, and update information as appropriate
for the revised design
6. Modify drainage, water quality, and erosion control features as necessary for
the updated design, and to meet the latest CDOT and City requirements
7. Adjust the west and east plaza site plans to accommodate the ramp layouts
8. Update the specifications, as needed. It has been assumed that the current
CDOT 2011 Standard Specifications, and all associated Standard Special
provisions will be used for the final design.
9. Develop final quantities and an updated cost estimate with the ramp
alternative
10. Update and forward electronic F.O.R. review set to City for distribution
11. Hold F.O.R. meeting at City offices
12. Provide formal responses to F.O.R. comments
13. Update plans and specifications for advertisement, to be issued with a
complete bridge design with two cladding packages (cladded and non-
cladded); the complete existing elevator design; and a complete final ramp
design included as an Alternative Bid to the elevator.
Phase 2A — 30% Alternative Bid Ramp Design
If feasible ramp alternatives are developed, the existing pedestrian bridge plans will be
updated to include the ramps as either the primary or alternative bid access options, but
including a 30% design of the ramps instead of a completed final design. Final design of
the ramps would be the responsibility of the Contractor, conducted in accordance with
the 30% plans and the design guidelines set in the specifications. It is anticipated that an
F.O.R. meeting may need to be scheduled with CDOT, and appropriate City
representatives, to review the pedestrian bridge design with the ramp ad -alternative.
Structural, drainage, electrical, lighting, and site plans will be developed for bidding
purposes, and the existing bridge drawings modified to incorporate the information. We
have assumed that the City would use its Landscape Architecture on -call to develop final
landscaping plans for the West Plaza.
The anticipated tasks required would be completed by FHU and its subconsultants, The
Abo Group (Architecture) and SSG/MEP (Lighting and Electrical). The architectural effort
will be the same as would be conducted for the Phase 2 (final design) alternative. The
electrical and lighting effort will be reduced slightly for a 30% alternative. FHU's effort for
structural, civil, and drainage designs will be reduced for a 30% design. The
environmental clearances effort will remain the same as for a the Phase 2 alternative.
The scope for developing a bid package with the Ad -Alternative ramp options will be as
follows:
Mr. Rick Richter
7/26/12
1. Refine the conceptual ramp layout as needed to a 30% design level. The
ramp alternative will be developed in anticipation of either a replacement for
the elevator alternative, or as an Ad -Alternative (final design/construction by
the Contractor) in the bid documents.
2. Develop a bridge alternative without the current aluminum architectural
cladding, and with an alternate screening system on the bridge (e.g. chain
link fencing or wire mesh)
3. Incorporate the 30% structural ramp design, and update all plans as needed
4. Provide architectural renderings (2 total) of the ramp alternative
5. Review all environmental clearances, and update information as appropriate
for the revised design.
6. Update drainage basins and existing drainage memo as required. Final
drainage design will be by the Contractor.
7. Adjust the west and east plaza site plans to accommodate the ramp layouts,
to a 30% design level
8. Update the specifications, as needed. It has been assumed that the current
CDOT 2011 Standard Specifications, and all associated Standard Special
provisions will be used for the final design.
9. Update and forward electronic F.O.R. review set to City for distribution
10. Hold F.O.R. meeting at City offices
11. Provide formal responses to F.O.R. comments
12. Update plans and specifications for advertisement, to be issued with a
complete bridge design with two cladding packages (cladded and non-
cladded); the complete existing elevator design; and the Ad-Altemate ramp
design consisting of a 30% design.
All work shall be conducted in conformance with CDOT and City of Fort Collins
standards, as appropriate. The design and plan preparation will be completed in
anticipation of CDOT Local Agency review by the appropriate disciplines, since the
project has federal funding.
Construction assistance for this project is currently accounted for in a separate task, and
has not been included in this proposal.
Fee Summa
We propose conducting all work on a time and materials basis, in accordance with our
current standard hourly rate schedule, plus reimbursable direct expenses such as
mileage, printing, etc.
The maximum not -to -exceed amount for the Phase 1 - Ramp Concept work, conducted
by FHU, will be $8,400.
The maximum not -to -exceed amount for the Phase 2 - Ramp Design work, including
subconsultants, would be $39,700, if necessary.
Mr. Rick Richter
7/26/12
The maximum not -to -exceed amount for the Phase 2A — 30% Alternative Bid Ramp
Design work, including subconsultants, would be $29,800.
Attached to this proposal are FHU's 2012 Standard Rate Schedule, and fee proposals
received from The Abo Group and SSG/MEP. No additional work beyond that described
in the above Scopes of Work, or additional costs expended beyond our established
maximum contracted amount will be executed, unless agreed to and authorized in
writing by the City of Fort Collins.
Schedule
FHU will be available to begin Phase 1 of the project upon given notice to proceed, and
we anticipate completion of the work within 10 working days. If a ramp alternative is
found to be feasible, a review package for the Phase 2 or Phase 2A work should be able
to be completed within 4 weeks of notice to proceed for that phase. We would anticipate
an FOR meeting within one to two weeks of the submittal with the City and CDOT (if
necessary), followed by two more weeks to re -package the bid documents as needed.
If you have any questions regarding this -proposal, please call. Thank you for the
opportunity to offer our services.
Sincerely,
FELSBURG HOLT & ULLEVIG
FE
a Aw
Bill Marcato, P.E.
Senior Bridge Engineer
Attachments: 1) FHU 2012 Billing Rates
2) The Abo Group Fee Proposal
3) SSG/MEP Fee Proposals
2012 Rate Sheet
The following hourly billing rates apply to all "Time and Materials" contracts.
Staff Rates
Principal III .........................................
$210.00
Principal 11..........................................
$180.00
Principal I...........................................$160.00
Associate............................................$160.00
Sr. Engineer........................................$145.00
Engineer V..........................................$130.00
Engineer IV........................................$120.00
Engineer III.........................................$105.00
Engineer If ............................................$90.00
Engineerr................................................
$80.00
Sr. Environmental Scientist. ...............
$145.00
Environmental Scientist V..................$130.00
Environmental Scientist IV ................$120.00
Environmental Scientist III ................$105.00
Environmental Scientist 11....................$90.00
Environmental Scientist I .....................$80.00
Sr. Transportation Planner ..................$145.00
Transportation Planner V....................$130.00
Transportation Planner IV..................$120.00
Transportation Planner III ..................$105.00
Transportation Planner 11......................$90.00
Transportation Planner I.......................$80.00
Sr. Bridge Designer............................$120.00
Sr. Designer ........................................
$1 10.00
Designer V..........................................$100.00
Designer IV..........................................$95.00
Designer III...........................................$85.00
Designer 11............................................$75.00
Designer I.............................................$60.00
Sr. Construction Inspector ..................$100.00
Construction Inspector V......................$95.00
Construction Inspector IV ....................$85.00
Construction Inspector III ....................$80.00
Construction Inspector 11......................$70.00
Construction Inspector I.......................$60.00
Sr. Environmental Tech ......................
$110.00
Environmental Tech V ........................$100.00
Environmental Tech IV ........................$95.00
Environmental Tech III .........................$85.00
Environmental Tech II..........................$75.00
Environmental Tech I...........................$60.00
Administrative ......................................
$70.00
Other Direct Costs
Plots
Bond .............................................. $0.24/sq ft
Glossy ............................................ $0.71/sq ft
Mylar............................................. $0.55/sq ft
Vellum ........................................... $0.39/sq ft
Prints
Black and White ............................ $0.08/print
Color.............................................. $0.19/print
Presentation Boards
Bond Foam Core Mounted............ $1.22/sq ft
Glossy Foam Core Mounted.......... $1.69/sq ft
Computer Projector .............. $100.00/meeting
Travel
Mileage........................................$0.555/Mile
(or current allowable Federal rate)
Truck (Construction) ..................... $40.00/day
Other Miscellaneous Costs
Courier...........................Actual
Vendor Costs
Postage...........................Actual
Vendor Costs
Deliveries .......................Actual
Vendor Costs
Per Dicm ........................Actual
Vendor Costs
Subconsultants....
Actual Subconsultant Costs
Field Equipment
Trimble GPS.................................. $45.00/day
Blue Tooth Camera for GPS.......... $35.00/day
Other direct costs are reimbursed at a rate of
I.1 times the rates above and / or actual costs.
NFELSBURG
r4HOLT &
ULLEVIG
engineering paths to transportation soh,tions
Phase 1 - Ramp Concept Feasibility Cost Summary
Mason Grade separation at NRRC
City of Fort Collins
Task Description
Principal II
$180.00/hr.
Senior Engineer
$145.00/hr.
Engineer I
$80.001hr.
Sr. Bridge
Designer
$120.001hr.
Task Total
Conceptual Ramp Layouts
ADA Standards Review
4
Develop Two Ramp Layouts
12
4
4
CADD Linework for Rams
4
8
Investigate Prefabricated Ramp Options with Supplier
2
8
Research Project Bidding Alternatives
2
2
8
Develop Cost Estimates for Ramp Layouts
4
4
Subtotal hours
2
28
8
1 28
66
Subtotal cost
$320
$4,060
$640 1
$3,360
$8,380
Other Direct Costs ODCs)
Mileage
$0
Plotting and Reproductions
$20
Shipping
$0
ODC Subtotal
$20
Total Hours
66
Subtotal FHU Ramp Feasibility Phase Cost
$8,400
Total Phase 1 Concept Feasibility Budget 1 $8,400
Page 1 of 1
Phase 2 - Ramp Final Design Cost Summary
Mason Grade separation at NRRC
City of Fort Collins
Final Ramp Desian at West End of Bridae
Task Description
Principal ll
$180.00/hr.
Associate
$160.00/hr.
Senior
Engineer
$145.00/hr.
Engineers
$80.00/1r.
Environmental
Scientist IV
$120.00/hr.
Environmental
Scientist If
$90.00/hr.
Sr. Bridge
Designer
$120.0011r.
Senior
Designer
$110.00/hr.
Designer IV
$95.00/hr.
Task Total
Final Structural Design for Ramp Alternative
Ramp Superstructure and Substructure Design
2
8
8
Update Plans with Ramp
4
8
24
Specifications
a
Quantities / Cost Estimate
4
4
Coordination and FOR meeting
6
Subtotal hours
2
0
30
10
0
0
24
0
0
76
Subtotal cost
$360
$0
$4,350
$1,600
$0
$0
$2,880
$0
$0
$9,190
Drainage and Erosion Control for Ramp Alternative
Redraw drainage basin maps
4
Update Drainage Memo for new conditions
4
Drainage, Water Quality. and Erosion Control Design
4
Update Drainage and Erosion Control Plans
4
12
Quantities
4
Subtotal hours
0
16
0
0
0
0
0
0
16
32
Subtotal cost
$0
$2,560
$0
$0
$0
$0
$0
$0
$1,520
$4,080
Plaza Level Site Updates with Ramp Alternative
Adjust Grading to New Ramp Layout
8
Update Drawings
4
12
Quantities
4
4
Subtotal hours
0
0
0
4
0
0
0
16
12
32
Subtotal cost
$0
$0
$0
$320
$0
$0
$0
$1,760
$1,140
$3,220
Environmental
Review and update permit data as needed
8
16
Prepare permit submittals and coordinate with CDOT
8
16
Subtotal hours
0
0
0
0
16
32
0
0
0
48
Subtotal cost
$0
$0
$0
$0
$1,920
$2,880
$0
$0
$0
$4,800
Other Direct Costs ODCs
Mileage
S60
Plotting and Reproductions
S60
Shipping
$50
ODC Subtotal
$170
Total Hours
188
Subtotal FHU Ramp Final Design Phase Cost
$21,460
Subconsultants
The Abe Group (Update all Architectural plans to induce ramp)
S12 040
The SSG/MEP (Update Lighting Layout for Ramps)
$6,200
Subconsultant Budget Final Ramp Design Phase
$18,240
Total FHU Final Ramp Design Cost
$39,700
Title: C
Date:
CONTRACT CHECKLIST FOR NON-COMPETITIVE PROPOSALS (SOLE SOURCE)
Checklist Item
Contract File
Comments
Location
7) Independent Cost Estimate
5
The City made and documented an
independent cost estimate before receipt of
proposals.
10) Unnecessary Experience and
Excessive Bonding
J✓!%'
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
r/ d
solicitation contains provisions to eliminate or
mitigate the conflict (e.g. by inserting a clause
that prohibits the contractor from competing
for the follow-on contract to the current design
or research contact) and OCI Certification is
submitted by the contractor.
12) Arbitrary Action
There was no arbitrary action in the
-
procurement process. (An example of
arbitrary action is when award is made to
other than the contractor who most satisfied
all the City requirements as specified in the
solicitation and as evaluated by staff.
13) Brand Name Restrictions
Brand Name or Equal. When it is impractical
Fl ,
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
YJ O
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
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.
�j ) Y
1. Appropriate Financial, equipment, facility
and personnel. (Y/N)
Ll/
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
C r g-" f
f �
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
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
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.
Purchase Order Terms and Conditions
Page 2 of 2
1. COMMERCIAL DETAILS.
Tax exemptions. By statute the City of Fort Collins is exempt from suite and local taxes. Our Exemption Number is I L 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, Bern er, 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 of or payment for goods hereunder or approval of the 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 reamed 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
and modification 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. 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 antitmst
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 Terms. Shipments must 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. 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 accomoanv invoice. Additional charges for tacking 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 from greater distance.
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 state, municipality, territory or political subdivision where
the work is performed, or required by any other duly canstituted 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, rules
and requirements.
Authorization. All parties 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 terms and conditions annexed hereto or incorporated herein by
reference. Any additional or different terms and conditions proposed by seller me, objected to and hereby rejected.
2. DELIVERY.
PLEASE ADVISE PURCHASING AGENT immediately ifyou 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 acts of the Purchasers including, without
limitation, acceptance of partial 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 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 of civil or military authorities, governmental priorities, Ores, strikes, food, 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 of the delay.
3. WARRANTY.
The Seller wanums 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 sutler 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 be 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 furnished 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 ofprofils or loss ofuse. 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 of perfomaance hereunder, an equitable adjustment shall be made.
6. TERMINATIONS.
The Purchaser may at any time by written change order, terminate this agreement ss to any or all portions of the
goods then not shipped, subject to any equitable adjustment between the panics res 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 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 subjML 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 harmless from ail costs and damages suffered by the Purchaser as a result of the
Sellers failure to comply with such law.
9. ASSIGNMENT.
Neither party 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 of others.
13. PURCHASERS PERFORMANCE OF SELLERS OBLIGATIONS.
If the Purchaser directs the Seller to correct nonconforming 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 performed 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 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 be performed by the Purchaser.
14. PATF,N1'S.
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 pan 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 pans, 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 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 of the agreement and the rights of all patties 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 ofothers.
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 Seller's own expense and to the satisfaction of the Purchaser. When materials
and equipment are furnished 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 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 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 of others, the Seller shall furnish 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 slier the
entire work is completed and accepted.
19. PROTECTION AGAINST ACCIDENTS AND DAMAGES.
q'he Seller hereby assumes the entire responsibility and liability for any and all damage, lass or injury ofany kind
or nature whatsoever to persons or property causedby or resulting from the execution ofthe work provided for in
this purchase order or in connection herewith. The Seller will indemnify and hold hornless 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
contmetors, 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 my 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 u 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 panics in or as a result ofsuch 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 insult 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 03/2010
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
eligible for Federal funding, options must be
lu
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
c
V
of this procurement. At a minimum, these
records include:
l
L p
(1) the rationale for the method of
procurement,
v
(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
f Y
The grantee amended this contract outside
4,5` B
the scope of the original contract. The
V(
amendment was treated as a sole source
Q<G/ i P Al- Af ll f £�+t ti -.
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
v'
payment utilizing FTA funds and the contract
does not contain advance payment provisions
or, if it did, prior written concurrence was
obtained from FTA.
46) Progress Payment Provisions
The contract contains progress payments
based on costs incurred (as opposed to
r n f
percent of completion) and the contract
"l
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.
L
47) Time and Materials Contracts
I,
This is a time and materials contract; the
%v v
grantee determined that no other type of
contract is suitable; and the contract specifies
a ceiling rice.
48) Cost Plus Percentage of Cost
d�J
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
%vD
1) The file contains: Assignability provisions.
2) The procurement file contains: Price
reasonableness determination.
56) Clauses
y f 5
This contract contains the appropriate FTA
required clauses.
Excluded Parties Search
�'i
EPS run and include in the file.
A�—
COtYOf
Planning, Devefopment& Transportation
Eng. neering
281 NorthCotiegeAvenue
ns
P.O. eox 80
ngine
Fencm9na, co e0527 o6e0
s,
970.221.6605
970.221.8378 - W
Change Order Form
PROJECT TITLE: Mason Transportation Corridor Grade Separated Crossing (NRRC)
PROJECT NUMBER: 400003204,3
CONTRACTOR: Felsburg Holt & Ullevig (PO #6607780)
CHANGE ORDER NUMBER: 5
1. Reason for change. 2. Description of change.
3. Change In contract cost. 4. Change in contract time.
1&2. See attached sheet for detail.
3. The contract cost will increase by $ 48,100.00
4. There will be no change in contract time.
ORIGINAL CONTRACT COST
$247.406.75
TOTAL APPROVED CHANGE ORDERS
$171,843.78
TOTAL PENDING CHANGE ORDERS
$0.00
TOTAL THIS CHANGE ORDER
$48,100.00
TOTAL % OF THIS CHANGE ORDER
19,44%
TOTAL C.O. % OF ORIGINAL CONTRACT
88.90%
ADJUSTED CONTRACT COST
$467,349.53
(Assuming all change orders approved)
ACCEPTED BY: `I `D"� DATE: )ZZZ
(Contrail sentative)
REVIEWED BY: DATE:za. lZ
(Engipggj)
SUBMITTED BY:
APPROVED BY:
DATE:
APPROVED BY: DATE:
(Purchasing Agent over $60,000)
co: Contractor
Purchasing
Project File
Excluded Parties List System
Page 1 of 1
Search - Current Exclusions
>Advanced Search
> Multiple Names
> Exact Name and SSN/ I IN
> 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 : Felsburg Holt & Ullevig
State: COLORADO
Country: UNITED STATES
As of 21-Nov-2012 10:44 AM EST
Save to MyEPLS
Your search returned no results.
Back New Search Printer -Friendly
Pa. es; Ij'st
Resources
>Search Help
>Advanced Search Tips
> Public Users 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,jsessionid=93DD91 AC460331741 E71) 11154E8CBD... 11/21/2012
John,
Please find the attached proposal from FHU. Within this proposal we are only executing
the change order for Phases 1 and 2 and not phase 2A. In the fee summary, phase 1
and 2 are both described as maximum not to exceed.
As a part of my ICE I created an independent rate schedule by evaluating other recent
rate schedules for similar type projects and/or consulting work. I created a list of
personnel including their expertise or role in the project that was similar to what was
proposed from FHU. Then looking at other similar rate fee schedules from recent
projects I created my own fee rate schedule based on my professional opinion.
Furthermore, I read the scope of work being proposed in the FHU proposal and
assigned approximate hours that in my opinion would be needed to complete each
phase and used the rate schedule I had created prior to evaluate overall fee. Finally, I
did a quick cost per sheet check utilizing an approximate number of sheets that will be
revised from the original plan set and multiplied by an approximate cost per sheet to
revise each sheet.
Let me know if you have any additional questions,
Andrew S. Gingerich, P.E.
Phone: 970.221.6603
agingerich(c�fcgov. com
Cn Yaf
,.Fort Collins
Independent Cost Estimate
Date of Estimate: 15-Jul-12
Contract Type: Consulting and Design Services
Existing Contract or PO (Y/N): Y
Mason Grade Separation at NRRC
Description of Goods (A) or Services (8): Change Order to add Engineering design, consultation and design plan preparation for
pedestrian bridge ramp alternative for Mason Grade Separation at NRRC, to remain as a not
to exceed contract
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 (specify)
See attached Unit Rate Estimate and Fee Estimate. Data used is from recent contracts with similar necessary scope and experience.
Cost Estimate Details:
(Estimate calculated in US Dollars)
r:ncI of Cf.' nda ed It. me
Product
Cost(5/ea)
Cost($/ea)
Notes/Data Source
Delivered
No Fdeght
Total
Cost of Services, Repairs, or Non -Standard Items
ItemlTask:
Materials or Work Description
Other Direct
Costs
Labor
Rate (5)
Labor
Hours
Labor
Class
Allocated
Overhead
SGBA'
Profit
TOTAL
Phase 1 - Ramp Concept
Feasibility0
Phase 2 - Ramp Final Design
.5 5 8,809
$38.809.0
5
Total
$47.354.50
Signature of Prepay
v 'Selrug, GererW 3M: m:nislra*,e ExPonser
15-Jul-12
Prepared By: Andrew S. Gingerich, P.E.
Mason Grade Separation at NRRC Ramp Alternative Conceptual and Final Design
Interwest
AECOM
Ditesco
On -Call Engineer (2012)
On -Call Engineer and Survey (2012)
Library Plaza (2012)
principal
$
125
Principal
$
250
Principal
$ 130
Senior Project Manager
$
110
Senior Project Manager
$
175
Project Manager
$ 120
Project Engineer
$
90
Engineer III
$
120
Engineer
$ 85
Design Engineer
$
85
Engineer II
lEngineer 1
$
$
85
75
Senior Project Engineer
S 95
Senior Environmental
S 150
Project Environmental
S 93
BHA Design Inc.
Independent Estimate
On -Call Landscape & Streetscape (2012)
FHU NRRC Bridge Ramp Design
Principal Engineer
$
145
Principal II
$
170
Civil Engineer
$
120
Senior Engineer
$
135
Senior Project Manager
$
110
Engineer 1
$
85
Bridge Engineer 11
$
95
Sr. Bridge Designer
$
120
Senior Environmental Engineer/Scientist
$
170
Associate
$
150
Project Environmental Engineer/Scientist
$
93
Environmental Scientist IV
$
130
Environmental Scientist II
$
95
Senior Designer
$
100
Designer IV
$
90
Services Fee Estimate
Prepared by: Andrew S. Gingerich, P.E
Date: July 15, 2012
Phase 1 Ramp Concept Feasibility:
Consultant
Hours
Rate
Principal
3
$
170
$ 510.00
Project Engineer
24
S
135
$ 3,240.00
Engineer 1
32
$
85
$ 2,720.00
Bridge Design
16
$
120
$ 1,920.00
Subtotal
75
$ 8,390.00
Soft Cost
$ 419.50
Total
$ 8,809.50
Phase 2 Ramp Final Design:
Consultant
Hours
Rate
Principal
10
$
170
$ 1,700.00
Project Engineer
50
$
135
$ 6,750.00
Engineer 1
120
$
85
$10,200.00
Environmental Scientist
40
$
95
$ 3,800.00
Bridge Design
60
$
120
$ 7,200.00
Subtotal
280
$29,650.00
Subconsultants (25%)
$ 7,412.50
Soft Cost (5%)
$ 1.482.50
Total
$38,545.00
Phase 1 Total
$ 8,809.50
Phase 2 Total
$ 38,545.00
Change Order Total
$ 47,354.50
$ / Plan Sheet Quick Check:
Total Number of Sheets
99
Approx. # of Revised Sheets
60
Approx. Cost per Revised Sheet
$900
S54.000
From: Andrew S. Gingerich
Sent: Wednesday, November 21, 2012 2:04 PM
To: John Stephen
Cc: Dean Klingner
Subject: RE: NRRC Grade Separated Cost Analysis
John,
After receiving the proposal including the fees from FHU, Rick Richter, Dean Klingner
and I discussed the proposed fees and if they seemed reasonable in our experience
based on the scope of work. Considering many factors including; schedule, consultants
expertise, sheet revisions and costs relative to previous design we felt that in our
professional opinion the proposed fees for Phase 1 and Phase 2 were reasonable and
consistent with the scope of work.
Additionally, FHU had prepared a similar scope for revising the overpass to a bridge and
supplied a proposal on December 21, 2010. The fees proposed for that scope of work
was similar to the fee proposed in this change order.
Please let me know if you have any additional questions,
Andrew S. Gingerich, P.E.
Phone: 970.221.6603
agingerich(c)fcgoy.com