Denver Legistar banner



File #: 21-0268    Version: 1
Type: Resolution Status: Adopted
File created: 3/7/2021 In control: Land Use, Transportation & Infrastructure Committee
On agenda: 4/5/2021 Final action: 4/5/2021
Title: A resolution approving a proposed Amendatory Agreement between the City and County of Denver and Felsburg Holt & Ullevig, Inc. for additional professional design services for the I-25 & Broadway Interchange Reconstruction project in Council District 7. Amends a contract with Felsburg Holt & Ullevig, Inc.by adding $2,566,171.47 for a new total of $5,269,400.57 and five years for a new end date of 12-31-25 for additional professional design services for the completion of final design drawings, specifications, cost estimates and construction bid documents for the I-25 & Broadway Interchange Reconstruction the project in Council District 7 (201629558-01; 202158039-01). The last regularly scheduled Council meeting within the 30-day review period is on 4-26-21. The Committee approved filing this item at its meeting on 3-16-21.
Indexes: Zach Rothmier
Attachments: 1. RR21 0268 DOTI FHU Inc., 2. 21-0268 Filed Resolution_Felsburg Holt & Ullevig, Inc. 202158039-01, 3. 21-0268 Ordinance-Resolution Request_Felsburg Holt & Ullevig, Inc. 202158039-01, 4. 21-0268 Filed Resolution_Felsburg Holt & Ullevig, Inc., 5. 21-0268 - signed

Contract Request Template (Contracts; IGAs; Leases)

 

Date Submitted: 3-7-21

 

Requesting Agency: Department of Transportation and Infrastructure

                               Division:

 

Subject Matter Expert Name:

Name:        Jason Gallardo                    

Email:        jason.gallardo@denvergov.org           

 

Item Title & Description:

(Do not delete the following instructions)

These appear on the Council meeting agenda. Initially, the requesting agency will enter a 2-3 sentence description. Upon bill filling, the City Attorney’s Office should enter the title above the description (the title should be in bold font).

 

Both the title and description must be entered between the red “title” and “body” below.  Do not at any time delete the red “title” or “body” markers from this template.

title

A resolution approving a proposed Amendatory Agreement between the City and County of Denver and Felsburg Holt & Ullevig, Inc. for additional professional design services for the I-25 & Broadway Interchange Reconstruction project in Council District 7.

Amends a contract with Felsburg Holt & Ullevig, Inc.by adding $2,566,171.47 for a new total of $5,269,400.57 and five years for a new end date of 12-31-25 for additional professional design services for the completion of final design drawings, specifications, cost estimates and construction bid documents for the I-25 & Broadway Interchange Reconstruction the project in Council District 7 (201629558-01; 202158039-01). The last regularly scheduled Council meeting within the 30-day review period is on 4-26-21. The Committee approved filing this item at its meeting on 3-16-21.

body

 

Affected Council District(s) or citywide? Council District 7

 

Contract Control Number: 201629558-01 (Alfresco) 202158039-01 (Jaggaer)

 

Vendor/Contractor Name (including any “DBA”): Felsburg Holt & Ullevig, Inc.

 

Type and Scope of services to be performed:

The initial project; S Broadway Wedge Ramp; was procured following the Brooks Act in 2016 to meet FHWA & CDOT requirements and design the scope proposed in the 2016 TIP. FHU was awarded the design contract during the initial procurement. As a result of early design efforts, it was determined that additional elements were necessary for safe conveyance of the traveling public.

 

The Project Team within Denver Department of Transportation and Infrastructure requested that Felsburg Hold & Ullevig, Inc. (FHU), prepare an Amendment to their contract for the I-25 & Broadway Interchange Reconstruction project to provide professional services for additional improvements related to the overall project. These additional improvements were identified through a yearlong study by a multi-departmental task force, to optimize the functionality and benefits of the project to the Public.

 

Funding for the original contract improvements was largely secured through the 2016 - 2021 DRCOG TIP program. Supplemental funding for the additional improvements was secured through the 2021 - 2023 DRCOG TIP program, and discretionary CIP funding through the City.

Location (if applicable):

 

WBE/MBE/DBE goals that were applied, if applicable (construction, design, Airport concession contracts):

20% DBE

Are WBE/MBE/DBE goals met (if applicable)?

 

Is the contract new/a renewal/extension or amendment?

 

Was this contractor selected by competitive process or sole source?

Competitive process                     

For New contracts

Term of initial contract:

 

Options for Renewal:

                     How many renewals (i.e. up to 2 renewals)?

                     Term of any renewals (i.e. 1 year each):

 

Cost of initial contract term:

 

Cost of any renewals:

 

Total contract value council is approving if all renewals exercised:

 

For Amendments/Renewals Extensions:

Is this a change to cost/pricing; length of term; terms unrelated to time or price (List all that apply)?

 

If length changing

What was the length of the term of the original contract?

9/16/2016 - 12/31/2020

What is the length of the extension/renewal?

5 years

What is the revised total term of the contract?

9/16/2016 - 12/31/2025

If cost changing

What was the original value of the entire contract prior to this proposed change?

$2,703,229.10

What is the value of the proposed change?

$2,566,171.47

What is the new/revised total value including change?

$5,269,400.57

If terms changing

Describe the change and the reason for it (i.e. compliance with state law, different way of doing business etc.)