Loading...
HomeMy WebLinkAbout113275 ALLER-LINGLE MASSEY ARCHITECTS - PURCHASE ORDER - 9955240PURCHASE ORDER PO Number Page City of PURCHASE 9955240 1 of 2 C6rt COI lies This number must appear ,�—J`-' ` on all invoices, packing slips and labels. Date: 09/1412011 Vendor: 113275 ALLER-LINGLE MASSEY ARCHITECTS 712 WHALERS WAY BLDG B SUITE 100 FORT COLLINS Colorado 80525 Ship To: TRANSPORTATION PLANNING & 281 NORTH COLLEGE FORT COLLLINS Colorado 80524 Delivery Date: 08/27/2009 Buyer: JOHN STEPHEN Note: Line Description Quantity UOM Unit Price Extended Ordered Price change Order 3 1 LOT EA 19,485.00 Total 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 S"rC - Ices held Subject: STC - fees held From: "Angela Milewski" <amilewski@bhadesign.com> Date: Mon, 14 Feb 2011 13:47:30 -0700 To: "'David Lingle... <dlingle@alter-lingle-massey.com> Dave, To follow up on the previous email about additional services, here is a breakdown of the fees we are holding to date and expect to still expend before final bid docs are issued: Fees held to date: $3,382.50labor ro-.sCn orf a r!riCG �J 1 Based on our last DRT meeting with the City, PLUS the assumption we can address the major comments with each staff member and AVOID another submittal round, we expect that we'll still expend another $1,387.50 in labor to complete the city entitlement plans. So, at best case, we expect to be a total of $8,057.50 over our contracted design fees. Just wanted to let you know where we stand to date. Thanks again, Angie i911C:LYC OC':i'Ci'Jfi� s Jrl;c� Ci'S�J,i Angela K. Milewski, ASLA, LEED AP BHA Design Incorporated 1603 Oakridge Drive Fort Collins, Colorado 80525 phone: 970.223.7577 fax 970.223.1827 grwW bhadesign.com 1 of] 21162011 9:45 ANI RE: CFC South Transit Center: IES additional services request Subject: RE: CFC South Transit Center: IES additional services request From: "Craig Perry" <cmp@iesystems-inc.com> Date: Tue, 8 Feb 2011 15:49:52 -0700 To: "'Matt"' <mnewman@alter-lingle-massey.com> CC: "'David Lingle" <dlingle@alter-lingle-massey.com>, "'Les Yingling"' <ley@iesystems- inc.Com> Matt, After going back through old timesheets, it appears that we are still within our agreed fee. S 5600 ill be the total amount for add services. Thank you, ---Craig -----Original Message ----- From: Matt (mailto:mnewman@alter-lingle-massey.com) Sent: Tuesday, February 08, 2011 3:07 PM To: cmp@iesystems-inc.com Cc: 'David Lingle'; 'Les Yingling' Subject: Re: CFC South Transit Center: IES additional services request Craig - Can you please provide an amount for the other items? -Matt Hatthel,r D. Fen:man., AIA, _4ED AP A.lier-Lingle-t4assey Architects P.C. 712 Whalers 6day, Bldg. B, Suite 100 Ft. Collins, CO 80525 P: 970.223.1820 F: 970.223.1833 Matt, $600 is just for the outstanding items. Thanks, --Craig ----Original Message ----- From: Matt [mailto:mnewmanCaaIlei -lino le-massev.co Sent: Tuesday, February 08, 2011 2:54 PM To: cmoaiesystems-inc.com_ Cc: David Lingle; Les Yingling Subject: Re: CFC South Transit Center: IES additional services request Crnis- 1 01`3 515%2011 11:17 AM Rli: CFC South lYan<iI Cemer: IES additiouol services request Thank cou for summarizing tasks Inr our request. I'm not sure that I understand N our request. Are You requesting S600 to pick up the outsrmding i(cnms or for all of the itemms listed in N our nmessa r" I'hanks- \dau Dave, We are requesting additional services fees for the South Transit Project. Below is a summary of the primary reasons: The IES fee was based on an initial 6-month design schedule that was to begin in May 2009 and end in October 2009 per the RFP. Due to multiple delays and changes made by the City, the actual design process lasted approximately 3 times that long. For the exterior lighting, IES was requested to analyze and provide preliminary cost estimates for all possible lighting technologies including LED, Solar, Induction, and several types of Metal Halide. We also evaluated many different manufacturers' products. In all, 20 separate exterior lighting simulations were created and studied. This amount of work is far beyond what was anticipated in our fee proposal. There were four PDP submittals. The IT and low voltage systems designs were a moving target with numerous changes made late in design. Remaining outstanding items include: o revising the underground low voltage service distribution on the site for the third time o revising the CCTV devices on the site and adding branch circuits as required o revising the concrete pole bases, boxes, and raceways o bus bay signage coordination Assuming IES has all the necessary information and no more meetings or conversations are required, the estimated time to complete these final tasks is 6 hours, or $600. Any additional changes or coordination may increase this fee. 2 of) 55:_0I1 ICI, A>I RI:: CFC South I I ailsil Centel: IESadditional services I eque'l Please let me know if you have any questions or comments. Thank you, ---Craig Craig Perry, P.E., LEED AP INUOVATIVE ELEI.TRP�AL SYSTE?.!S. 111C. I or " i i:'() I I 11: 17 AM From: Steve Seefeld To: Erika Keeton; CC: Terry Tyrrell; Kurt RavenschlaQ; John Stephen; Subject: ALM CO#3 - ICE & Justification for added design services Date: Wednesday, September 07, 2011 3:08:50 PM Attachments: Operations Services a,fcgov.com 20110907 161837.pdf From: Steve Seefeld Sent: Wednesday, July 27, 2011 4:20 PM To: Erika Keeton; Terry Tyrrell Cc: Sandy O'Brien; Kurt Ravenschlag; John Stephen Subject: Aller-Lingle-Massey Erika, I'm forwarding the attached information in reference to the professional design contract for the South Transit Center project. This information includes Change Order #3 with Aller-Lingle-Massey Architects PC, our principal design consultant, and the associated back up information relative to their request for additional fees. As you can see by the scope redlines we have reduced their overall fee request to what we believe is a fair cost for the services rendered. Our contract services agreement with ALM on the STC project reflects hourly rates for their professional services which are not subject to change, without review, through the life of the project. Based upon our professional experience as design and construction managers we believe the request for $19,485 in additional fees is a reasonable and warranted project cost. As you will note, the City has requested a time extension on the design services contract for the STC project and ALM has agreed to the extension with no request for additional fees or a raise in contract rates. If you have any questions please don't hesitate to call. Thanks, SLS Stephen Seefeld, CCCA Facilities Project Manager City of Fort Collins, Operation Services, PMPD Fort` pins �- Independent Cost Estimate Data of Estimate: Contract Type: fixed tee NTE with approved modifications per CO Existing Contract or PO (TIN): yea Provide design services for South Translt Center par Descdplfun of Goods (A) or Services (a): contract scope 1 nave obtained the following manta from: Published Price List I Pen Pricing (dale) Englreadng or Tecblncel Estlmale (Performed by) Independent Third Party Estimate (Performed by) Other (spacdiy) my oxperlenco with management of City design contracts Can Estimate Dotal: fEstim to cakuhuadin US Dollars) Product Cost Sieel Coal as NoleeiDale Source Delivered No rlo hl Atld' engn ervlcos Planning LA $0.000 CM En $1.50D Mach nice) $6.800 Elocnicat $SOD Architectural fT,800 TOW s10.700 Cost of Services, Repairs. or Non -Standard Items IlerNyass: Jl%u6ignalureofPrepwer. �tQ/D 'tlWW.GwxY UJ.wMwuWw eam�Ws To Whom It May Concem, Work delineated in the Aller-Lingle-Massey proposal that constitutes the request for added design services in Change Order #3 was not included in the original scope of A/E design services for the South Transit Center project. We have a master contract agreement with ALM to provide design services through the entire STC project from conceptual design through contract administration. This contract agreement was entered into after completion of a competitive RFP process. The contract fee schedule rates in this agreement have not changed. Aside from being completely out of the ordinary under this scenario, it would make little sense to bring in another design team to provide these supplemental services because another team would have to acquire background drawings and very specific design information from our contracted professional consultants (ALM) whom we have retained to provide design for the project. This would add considerably to the cost of these additional services needlessly. In addition, it may be contractually unsound to have the work in question provided by a third party design professional. Thanks for taking time to understand the process. Stephen Seeteld, CCCA Facilities Project Manager C(ty of Fort Coffins, Operation Services, PMPD (970) 221-6227 Gtyof Fort Collins Title:�� 3 40-6, Date: *Iqllt CONTRACT CHECKLIST FOR NON-COMPETITIVE PROPOSALS (SOLE SOURCE) Checklist Item Contract File Comments Location 7) Independent Cost Estimate The City made and documented an Pv �—� /1, independent cost estimate before receipt of ` / ro osals. 10) Unnecessary Experience and Excessive Bonding N Unnecessary experience and excessive bonding requirements were not included in this solicitation or contract documents. 11) Organizational Conflict of N b 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 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 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 u The solicitation contains no in -State or local geographic preference except where Federal statutes mandate or encourage them. 15) Contract Term Limitation N The contract period of performance for rolling stock and replacement parts does not exceed five (5) years inclusive of options without prior written FTA approval. For all other types of contracts, the procurement file contains evidence that the contract term is based on sound business judgment. 18) Award to Responsible Contractor The City made a determination that it was awarding to a responsible contractor considering such matters as contractor integrity, compliance with public policy, record of past performance, and financial and ' technical resources. 1. Appropriate Financial, equipment, facility and personnel. (Y/N) 2. Ability to meet delivery schedule. (Y/N) 3. Satisfactory period of performance. (Y/N) 4. Satisfactory record of integrity, not on declined or suspended listings. (Y/N) 5. Receipt of all necessary data from vendor. (Y/N) 19) Sound and Complete Agreement fJ This contract is a sound and complete 1 agreement. In addition, it includes remedies for breach of contract and provisions covering termination for cause and convenience. 24) Clear, Accurate, and Complete Specification N 4, 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 C� The contract file contains documentation that 6 /� lJ award 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. 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 a commercial product sold ntities to the general public or substantial quantities 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 `vim order to determine contract award. (To be eligible for Federal funding, options must be evaluated as part of the price evaluation of offers, or must be treated as sole source awards. 42) Written Record of Procurement History „ • _ , y The file contains records detailing the history v� of this procurement. At a minimum, these records include: (1) the rationale for the method of V--V'o 0--Le procurement, 2 r-P'0 (2) Selection of contract type, (3) reasons for contractor selection or rejection, and 4 the basis for the contract price. 43) Exercise of Options The grantee exercised an option on this contract adhering to the terms and conditions of the option stated in the contract and determined that the option price was better than prices available in the market or that the option was a more advantageous offer at the time the option was exercised. If an option was not exercised under this contract, check NA: 44) Out of Scope Changes The grantee amended this contract outside the scope of the original contract. The V� amendment was treated as a sole source procurement (complying with the FTA requirements for a justification, cost analysis and profit negotiation). 45) Advance Payment Provisions > The contractor did not receive an advance payment utilizing FTA funds and the contract does not contain advance payment provisions or, if it did, prior written concurrence was obtained from FTA. 46) Progress Payment Provisions The contract contains progress payments based on costs incurred (as opposed to " percent of completion) and the contract contains a provision giving the grantee title to property (materials, work in progress, and finished goods) for which progress payments are made. The contract may contain other security in lieu of obtaining title. Purchase Ordcr Terms and Conditions Page 2 of 2 I. COMMERCIAL DETAILS. Tax exemptions. By statute the City of Four Collins is exempt from state and local taxes. Our Exemption Number is 11. NONWAIVER. 98-W502. Federal Excise Tax Exemption Certificate of Registry 84-6000587 is registered with the Collector of Failure of the Purchaser to insist upon strict performance of the terms and conditions hereof, failure or delay to Internal Revenue. Denver, Colorado (Ref. Colorado Revised Statutes 1973. Chapter 39-26. 114 (a), exercise any rights or remedies provided herein or by law, failure to promptly notify the Seller in the event of a breach, the acceptance ofor payment for goods hereunder orapproval ofthe design, shall not release the Sellcrof Goods Rejected. GOODS REJECTED due to failure to meet specifications, either when shipped ordue to defects of any ofthe warranties or obligations of this purchase order and shall not be deemed a waiver of any right of the damage in transit, may be returned to you for credit and are not to be replaced except upon receipt of written purchaser to insist upon strict performance hercofor any ofits rights orremedies 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 am 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 news] economic practice, overcharges resulting morn antitrust ACCEPTANCE is dependent upon completion of all applicable required inspection procedures. violations are in fact home by the Purchaser. Theretofore, for good cause and as consideration for executing this purchase order, the Seller hereby assigns to the Purchaser any and all claims it may now have or hereafter Freight Terms. Shipments 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. If permission is given to prepay freight and charge separately, the original freight purchased or acquired by the Purchaser pursuant to this purchase order. bill must accompany invoice. Additional charges for packing will not be accepted. 13, PURCIIASERS PERFORMANCE OF SELLERS OBLIGATIONS. Shipment Distance. Where manufacturers have distributing points in various pares of the country, shipment is Ifthe Purchaser directs the Seller to correct nonconforming or defective goods by a date to be agreed upon by the expected fmm the nenrest distribution paint to destination, and excess freight will be deducted from Invoice when Purchaser and the Seller, and the Seller thereafter indicates its inability or unwillingness to comply, the Purchaser shipments am made from greater distance. may cause the work to be performed by the most expeditious means available to it, and the Seller shall pay all costs associated with such work. Permits. Seller shall procure at sellers mle cost all necessary pennies, certificates and licenses required by all applicable laws, regulations, ordinances and mles of the state, municipality, territory or political subdivision where the work is performed, or required by any other duly constituted public authority having jurisdiction over the work of vendor. Seller further agrees to hold the City of Fort Collins harmless from and against all liability and loss incurred by them by reason of an asserted or established violation of any such laws, regulations, ordinances, rules and requirements. Authorization. All parties to this contract agree that the representatives arc, 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 terms and conditions stated herein set forth and any supplementary or additional terms and conditions annexed hereto or incorporated herein by reference. Any additional or different 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 premised delivery date as noted. Time is ofthe 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 ofpertial 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 Sella 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 ofeivil or military authorities, govemmenml priorities, fires, 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 del ivory shall be extended for the period equal to the time actually lost by mason 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 cam and competence in accordance with accepted standards for work of a similar nature. The Sella agrees to hold the purchase hamiless 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 be prescribed by law or by the tares of any applicable waranty provided by the Seller after the date of acceptance of the goods furnished hereunder (acceptance not to be unreasonably delayed), resulting from impeded 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 waranty. Except as otherwise provided in this purchase order, the Sellers liability hereunder shall extend to all damages proximately caused by the breach of any ofthe foregoing warranties or guamntces, but such liability shall in no event include loss ofprofrts 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 cultural in the specifications or dmwiage, by verbal or written change order. If any such change affects the amount due or the time of performance hereunder, an equitable adjustment shall be made. 6. TERMINATIONS. The Purchaser may at any time by written change order, terminate this agreement as to any or all portions of the good 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 ofthe Seller with respect to any goods which arc the Sellers standard stock. No such termination shall relieve the Purchaser or the Seller of any of their obligations as to any goods delivered hereunder. 7. CLAIMS FOR ADJUSTMENT. Any claim for adjustment man be asserted within thirty (30) days from the date the change or termination is ordered. 8. COMPLIANCE WITH LAW. The Seller wannum that all goods mid hereunder shall have been produced, mid, delivered and fumishcd in strict compliance with all applicable laws and regulations to which the goods are subject. The Seller shall execute and deliver tech documents as may be required to effect or evidence compliance. All laws and regulations required to be incorporated in agreements of this character arc hereby incorporated herein by this reference. The Seller agrees to indemnify and hold the Purchaser harmless from all costs and damages suffered by the Purchaser as a result of the Sellers failure to comply with such law. 9. ASSIGNMENT. Neither party shall assign, transfer, 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 intemst encumbrances and claims ofothers. The Seller shall release the Purchaser and its contractors of any tier from all liability and claims of any nature resulting mom the performance of such work. This mlemc shall apply even in the event of fault of negligence of the parry released and shall extend to the directors, officers and employees ofsuch party. The Seller's contractual obligations, including warranty, shall not be deemed to be reduced, in any way, because such work is performed or caused to be performed by the Purchaser. 14. PATENTS. Whenever the Seller is required to use any design, device, material or process covered by letter, patent, trademark or copyright, the Seller shall indemnify and save harmless the Purchaser from any and all claims for infringement by reason of the use of such patented design, device, material or process in connection with the contract. and shall indemnify the Purchaser for any cost, expense or damage which it may be obliged to pay by reason ofsuch infringement at any time during the prosecution or after the completion ofthe 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 pares, replace the same with substantially equal but noninfringing equipment, or modify it m it becomes noninfringing. 15. INSOLVENCY. If the Seller shall become inmlvent or bankrupt, make an assignment for the benefit of creditors, appoint a remover 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 ofterms used or the interpretation of the agreement and the rights ofall patties hereunder shall be construed under and governed by the laws afthe State of Colomdo, USA. The following Additional Conditions apply only in cases where the Seller is to Perform work hereunder. including the services of Sellers Repmsenmtivc(s), on the premises of others. 17. SELLERS RESPONSIBILITY. The Seller shall carry on mid work at Seller's own risk until the same is fully completed and accepted, and shalh 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 arc furnished by others for installation or erection by the Seller, the Seller shall receive, unload, store and handle more at the site and become responsible therefor as though such materials and/or equipment were being fumishcd 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 benefts, 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 pers. on, 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 tarnish 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 man 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 a all of the Purehascrs 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 oficem, agents or employees. In cam any suit or other proceedings shall be brought against the Pumhaser, or its officers, agents or employees at any time on account or by reason of any act, action, neglect. omission or default of the Seller of any of his contractors or any of its or their officers, agents or employees as aforesaid, the Seller hereby agrees to assume the defense thereof and to defend the same at the Scllcrs 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 pmpcny ofthe Purchaser, or said parties in or as a result ofsuch mils or other proceedings, the Seller will at once cause the same to be dissolved and discharged by giving bond or otherwise. The Seller and his contractors shall take all safety precautions, famish and install all guards necessary for the prevention of accidents, comply with all laws and regulations with regard to safety including, but without limitation, the Occupational Safety and Health Act of 1970 and all rules and regulations issued pursuant thereto. Revised 03/2010 47) Time and Materials Contracts p� This is a time and materials contract; the I grantee determined that no other type of contract is suitable; and the contract specifies a ceiling rice. 48) Cost Plus Percentage of Cost J This is not a cost plus a percentage of cost type contract. 49) Liquidated Damages Provisions This contract contains liquidated damages 0 provisions and the assessment for damages is specified in the contract at a specific rate per day for each day of overrun in contract time. 50) Piggybacking 1) The file contains: Assignability provisions. 2) The procurement file contains: Price reasonableness determination. 56) Clauses GJ-5,- This contract contains the appropriate FTA t.J / required clauses. Excluded Parties Search W i EPS run and include in the file. I Excluded Parties List System Page I of I Search - Current Exclusions cork 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 : aller-lingle massey As of 14-Sep-2011 11:59 AM EDT Save to MyEPLS Your search returned no results. ' I Back New Search Printer -Friendly I' > Search Help >Advanced Search Tips > Public User's Manual •FAO > 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 09/14/2011 f JUL-27-2011 15:30 FROM:HLLEP. LINGLE HASSEY 9702231833 TO:2216539PP0926 P.1/1 k. City.of Planning, Development & Transportation Fort Collins P-0.ft9am sellno 207 Plana Colkpe Avenua P.O. Bmt Fen Collins,e, CO e0s2205eo a70.221AWS 070,221.6375 • f0% rtpev.mrrnnpimaegg CHANGE ORDER FORM PROJECT Tr7LE: Mason Cnrtdm BRT Project • 3oulh Transit Center PROJECT NUMBER: 400903280 CONTRACTOR: AIIer4.IngleMassey Architects (150#905240) preparing change omens snow m oraer as a"row numce 1. Rewoon for change. 2. OewAptlon of change. 3. Change in contract cost 4. Change In contract time. 1. & 2. See aWsohad for reason and description of change. 3. The oanbact cost will increase by $10.485.00. 4. The ocnbact time MR be wdcnded to July 15, 2013. ORIGINAL CONTRACT COST 3474,750.00 TOTAL APPROVED CHANGE ORDERS $21,110.00 TOTAL PENDING CHANGE ORDERS $0.00 TOTAL THIS CHANGE ORDER $19,485.00 ADJUSTED CONTRACT COST $515,345.00 (Assuming aR change orders approved) ACCEPTED SUBMITTED REVIEWED APPROVED BY: DATE %�2%�II (Co ac6or' aD alive) BY: f7 GATE: --(- Prole Man s p B t6.0 DATE q' -1 . 11 n i ash 6� BY: DATE I — Z — I (Department Heed) APPROVED BY: AJ I W DATE: (Purchasing Agent) as Cly Clerk Conva,=r Pumnso rip P'vjQ0 Re znnrznn 01 uNTiina run+ An k1T1 UEC9 LZ7. CIS ktll L7.:6t LL07.lI7.If0 " ALLER a LINGLE a MASSEY ARCHITECTS P.C. July 18, 2011 Mr. Steve Seefeld City of Fort Collins P. O. Box 580 Fort Collins, CO 80522-0580 RE: Time Extension to Professional Services Agreement South Transit Center City of Fort Collins, Colorado Project No. 0926 Dear Steve: s iscussed in our meeting, we are sending this letter to request a time extension to our contract for the South Transit Center project. The contract time should be extended by 24 months to July 15, 2013, at no additional cost, assuming the construction duration for the STC project remains as originally anticipated at ten (10) months. d Sincerely, A'LLLEEERR-LLIIN�G,LE•MASSEY ARCHITECTS P.C. David S. Lingle, AIA, LEED D81-Als cc: Kurt Ravenschlag, Transfort Terry Tyrrell, Mason Corridor Project Manager 712 WHALERS WAY • BLDG. B, SUITE 100 • FORT COLLINS • COLORADO • 80525 (970)223-1820 phone • (970)223-7833 fax • offce6ller-lingle-masse}cons syswcaller-tingle-rnaaseyaom ALLER • LINGLE • MASSEY ARCHITECTS P.C. May 9, 2011 Mr. Steve Seefeld City of Fort Collins P. O. Box 580 Fort Collins, CO 80522-0580 RE: Requested Additional Design Fees South Transit Center City of Fort Collins, Colorado Project No. 0926 Dear Steve: In response to your request at ofiret$puf'&VFnsi[ Center&'design meeting of December 17, 2010, we have discussed the project with our design team and have prepared the following request for additional fees for the STC Transit project. I apologize for how long this process has taken, and appreciate the opportunity to discuss this with you. BHA Design Inc.: Refer to the attached email for an explanation of their request. KLBA: No request. The Ballard Group: Refer to the attached letter for an explanation of their request. We have substantially reduced the amount of their original request to an amount we feel we can support. IES: Refer to the attached email for an explanation of their request. ABD Ltd.: Their request is for additional meetings and preparation time with various user groups. Their original contract was very tight, with only a couple of design meetings included. Aller•Lingle•Massey Architects P.C.: Our request centers primarily around the extension of the design schedule beyond our original Construction Documents contract completion date of May 20, 2010, resulting in more than 20 additional design meetings (to date), and to a lesser degree, design and specifications for coffee shop equipment originally to be provided by others, design of components originally to be designed by Baker Engineering, plus coordination of our consuttants' additional services. The fees requested are as follows: BHA Design Inc.: The Ballard Group: IES: ABD Ltd.: Aller•Lingle•Massey Architects P.C.: Total: $ 3,385.00 $ 6,250.00 $ 600.00 $ 1,000.00 S rcc. 8,250.00 n ri f r /i 712 WHALERS RAY • BLDG. IT, SUITE 100 • FORT COLLINS • COLORADO • 00525 (9701223-7020 phone • 1970)23-7033 lax-,ilncKtaller-Tingle-nussey com • ww•,ealler-Iingle-m seyxom tJ4, 1 Requested Additional Design Fees 2 Thank You for •lour consideration of this request. I know it has been a long process for everyone, but I beeve we will have a great project on opening clay. Sincerely. ALLER•LINGLE- MASSEY ARCHITECTS P.C. Allallt David B. LinnAIALE'6 DBLAts cc Kurt Ravenschlag, Transfort Attachments: Backup emails te, Mcrl teRi P.C. The Ballard Group, Inc. Mechanical Consulting Engineers February 23,2011 Mr. Dave Lingle Aller-Lingle-Massey Architects P.C. 712 Whalers Way, Suite B-100 Fort Collins, CO 50525 Re: Summary of Additional ,Mechanical Work Dear Dave, With regard to obtaining additional services for this project, we have several issues for your consideration. 4,000 square foot. One of case, a building size of 4,000 sf in lieu of 2,500 sf would have pk, 2. We had listed additional services if the building went Net Zero. in retrospect, we did almost everything possible from a mechanical standpoint to help the building achieve Net Zero. But since the building did not officially go with Net Zero, our additional service provision did not take effect. We believe we should be able to recover the Net Zero additional services in the amount of $3,000. Coolerdo constant volume units after having received approval o manic Design. The issue of evaporative cooling was discussed unes and the City eventually decided they did not want to put, a-sys em that used evaporative cooling. As part of the informational pro- «anged a site visit with the owner:wd several design team memo ne Coolemdo factoq�. We estimtne onr time as Follows: principal-3 bows, ventilation system We estimate our time as follows: Engineer: 9 hours, Cadd required addilio r ❑me as o ows: Principal: I hour, pit 6. We spent it great deal of time on the Data Room. First,just trying to get cooling loads from the owner. Once the loads were given to us and revised several times, we were required to design three options for cooling this room including an exhaust fan, split - system and cooling only rooftop unit. After numerous discussions, the cooling only rooftop unit was selected, which required the addition of another rooftop unit on an already crowded roof and no room for the ductwork. This required a significant redesign of the existing rooftops to allow the third rooftop unit to fit on the roof. Most of the ductwork needed to be redesigned as well. We spent a great deal of time trying to get the ductwork to fit due to the minimal amount of ceiling space. We continued to request additional ceiling space and eventually the ceilings were lowered. We estimate our time 2525 South IiVadsvrodh elvd., Suite 200 Lakewood, CO 80227 P: 303-988,4514 F: 303.988.4517 February 24,2011 Summary of Additional Mechanical Work Page 2 of 2 as follows: Principal: 2 hour, Engineer: 22 hours, Cadd operator- 12 hours Ibr a total of $3,250. that required that we m7ftwlt . oom severa times. We estimate ws: mcipal: 2 hour. Engineer: 2 hours, Cadd operator- 4 hours for a In summary, we are requesting the following additional services: I. Increased area of the building: '59;749 I. Net Zero: 53,000 3. Significant changes after approval of Schematic Design: S2,949 4. Thermal mass wall: 50,995 5. Coffee shop addition: 556fr 6. Data Room and design consequences: S3 250 7. Mechanical room revisions: 598& TOTAL 5ifi389 Dave, I am hesitant to even raise this issue because this is not our standard method of operation. However, these additional services are significant. We had calculated spending 96 hours through Construction Documents. To date, we have spent 320 hours. We would certainly appreciate any consideration you can give its. Sincerely, fly:l_���>l1iZ [el C�Iil�d`C� Michael Ballard, CEO South Transit Center - additional service request Subject: South Transit Center - additional service request From: "Angela Milewski" <amilewski@bhadesign.com> Date: Mon, 14 Feb 2011 13:36:41 -0700 To: "•David Lingle... <dlingle@alter-lingle-massey.com> Dave, You mentioned that the City was interested in reviewing a description of design scope areas where we have exceeded the original contract amount for South Transit Center. At this time, we have indeed exceeded our scoped amount and are holding design fees expended for the project. If there is an opportunity to recuperate some of this held fee, we would certainly be interested and can submit a formal request. In the meantime, here is a description of the items that have required additional effort on our part outside of the original scope for the project prepared in June of 2009: Schedule delays: Our scope was based on the assumption that the project design would be completed in Spring of 2010 tin fact the original RFP indicated a very quick pace with design completion in October of 2009). With nearly an additional year of design time, we have been required to attend substantially more project coordination meetings than originally anticipated and accounted for in our fees: These additional meetings (14 meetings over the course of the past ten months) have required a significant time commitment from BHA. Additional exhibits for Administrative Hearing and the additional Public Open House that followed: In order to assist with the issues related to public comments and the additional public meeting that the client requested after the Administrative Hearing, we prepared several additional exhibits including: o Decibel level graphic o Photo display from perspective of residences to the west oSite cross-section o Site relationship aerial photo o Powerpoint presentation of exhibits o Presentation boards of exhibits These were the primary causes of our additional design costs. Please let me know if you need any additional information. Thanks for the opportunity to discuss this, Angie IIpnC'.:IJt OrG ;!&C7,rc �rL•o� �esan Angela K. Milewski, ASLA, LEED AP BHA Design Incorporated 1603 Oakridge Drive Fort Collins, Colorado 80625 phone: 970.223.7577 fax 970.223.1827 vnvw.bhadesia n.com I of 1 2116,12011 9:44 AN1