Loading...
HomeMy WebLinkAbout113275 ALLER-LINGLE MASSEY ARCHITECTS - PURCHASE ORDER - 9955240PO PURCHASE ORDER 995524er Page City of PURCHASE 9955240 t of z ' `tChis number must appear ` Collins' 1�7 on all invoices, packing slips and labels. Date: 0410412012 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 14 change Order 5 1 LOT EA 595.00 is change Order 5 1 LOT EA 5,921.00 9-0-� 2.0 , lu�-PkLF- City of Fort Collins Director of Purchasing and Risk Management This order is not valid over $5000 unless signed by James B. O'Neill II, CPPO City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Phone:970-221-6775 Fax: 970-221-6707 Email:purchasing@fcgov.com $6,516.00 Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 ALLER• LINGLE•MASSEY ARCHITECTS P.C. February 7, 2011 Mr. Ron Kechter City of Fort Collins P. 0. Box 580 Fort Collins, CO 80522-0580 RE: Change Order Proposal for Changes to the Mylar Submittal South Transit Center City of Fort Collins, Colorado Project No. 0926 Dear Ron: As requested by the City of Fort Collins we are submitting this change order request for changes requested to the Civil Engineering mylars after the final mylars were approved and issued. Please see attached email for the scope of work included in these changes. HDR Engineering: $ 1,045.00 (Refer to attached proposal and email) Alter. LingLe•Massey Architects P.C. (Administration, review and coordination): $ 200.00 Reimbursable Expenses Sincerely, $ 100.00 TOTAL $ 1,345.00 ALLLLE{JR•LINI,NGLE•MASSEY ARCHITECTS P.C. Matthew D. Newman, AIA, LEED AP /MDN cc: Jason Wenger 712 WHALERS WAY BLDG. B, SUITE 100 • FORT COLLINS • COLORADO • 80525 (970) 223-1820 phone • (970) 223-1833 fax • office®alter-lingle-mass y.com • w .alter-tingle-rn sseyxom February 7, 2012 Mr. Ron Kechter City of Fort Collins 281 North College Avenue Fort Collins, CO 80524 Re: South Transit Center contract modification requests for PDP revisions Dear Mr. Kechter: Per the South Transit Center PDP comments received on January 19t , 2012, HDR would like to respectfully request a contract modification to incorporate the requested adjustments required by the City of Fort Collins. Please note that the originally approved scope of work, dated June 22, 2009 only included three submissions of the PDP plan set, with one of these being the final Mylar set. As you may be aware, HDR has already submitted a total of five formal PDP plan submittals to the City, with numerous internal inter -department and discipline specific submittals to attain comment resolution. A final Mylar set was submitted to the City on May 3, 2011 following final concurrence from the City and its reviewers. As you know,14DR has been requested to address additional comments subsequent to our submission of. the Mylar drawing. Addressing the most recent comments to the plans to accommodate new erosion control criteria and storm water comments will impact a total of 5 sheets in the PDP set. Per our discussion on February 3'� 2012, the City will provide the appropriate erosion control plans to be included in the drawings to minimize time for the revisions. The final drainage reports have already been developed addressing the redline comments, however we understand that this will not be formally submitted until all signatures on the Mylars are received. It is not anticipated additional revisions to the final drainage reports will be required as we worked directly with Wes Lamarque in the City's Storm Water technical division and received documented concurrence on resolution of all comments received on March 17, 2011. HDR has fulfilled our original proposed scope of work for the completion of the fmal PDP deliverable and , final design documents. With the additional requests for modifications throughout this 2 % year process, we have more than exhausted our budget and can no longer accommodate adjustments as the contract exists today. At this point in time, HDR is requesting $1,045 to address the recently received comments, resubmit both paper and Mylar copies of the affected PDP sheets and update the final,design plans. After considering our proposed request, if you have any questions or need additional information, please feel free to contact me at (303) 764-1581. Sincerely, HD GINEERING�INC., Zonenger P E: Project Manager HEIR Enginseri a g, Inc. 303 East TM Avenue I Photo: (303)764-1570 Suite 700 Fac 1303) 860-7139 Denver. CO U203-1256 v ..hdsinc.= February 6, 2012 Mr. Ron Kechter City of Fort Collins _. 281 North College Avenue Fort Collins, CO 80524 Re: South Transit Center contract modification requests for PDP revisions Dear Mr. Kechter: . Per the South Transit Center PDP comments received on January 19th, 2012, HDR would like to respectfully request a contract modification to incorporate the requested adjustments required by the City of Fort Collins.. Please note that the originally approved scope of work, dated June 22, 2009 only included three submissions of the PDP plan set, with one of these being the final Mylar set. As you may be aware, HDR has already submitted a total of five formal PDP plan submittals to the City, with numerous internal inter -department and discipline specific submittals to attain comment resolution. A final Ivlylar set was submitted to the City on May 3, 2011 following final concurrence from the City and its reviewers. As you know, HDR has been requested to address additional comments subsequent to our submission of the Mylar drawing. Addressing the most recent comments to the plans to accommodate new erosion control trite ' a torm water comments will impact a total of 5 sh�na PDP set. These adjustments will also pact a total of 5 sheets tot amc rhar were sn cto er 3 201 I Per our discussion on Febru 3"{ 2012, the City will rovide t e arosion contro 'p[ —anZo be included in the drawings to minimize time for the revisions. The final drainage reports have alrea y een developed addressing the redline comments, however we understand that this will not be formally. submitted until all signatures on the Mylars are received. It is not anticipated additional revisions to the final drainage reports will be required as we worked directly with Wes Lamarque in the City's Storm Water technical division and received documented concurrence on resolution of all comments received on March 17; 2011. HDR has fulfilled our original proposed scope of work for the completion of the final PDP deliverable and final design documents. With the additional requests for modifications throughout this 2'/z year process, we have more than exhausted our budget and can no longer accommodate adjustments as the contract exists to y Ar this point in time, HDR is requesting S1,492 to address the recently received comments, resubmit both paper and Mylar copies of the affected PD.P sheets and update the final design plans. After considering our proposed request, if you have any questions or need additional information, please feel free to contact me at (303) 764-1581. Sincerely, Zas: NGI/N/EE/RING, INC., v Wenge ., t�P E. Project Manager ROR Engineering, Inc. 303 Ea3117Ih Avenue I Phm :(30317641520 Suite 700 Fa.: 13031 860-7M Oemar.0060203.1256 v .hdrincmm Lies L d V-\ WC,7N4 t I IQ , AZI CA; k-A I Wf-A okAL''t II CO Y r) V" V- 'A V\.N 'n -v,, \r.- STAKES SHOULD BE DRIVEN TRRIXf(61 111E MIDDLE OF THE 'WATTLE. LEAVING 2 - S INCHES OF THE STAKE PROTRUDING ABOVE THE WATILE. A HEAVY SEDIMENT LOAD 'ARL IENO 10 PICK TIC WATTLE UP AND COULD PALL II OFF IIIE SPKCS IF THEY ARE DRIVEN DOWN FLY) LON. If MAY DC NECESSARY TO MAKE A HOLE IN THE WATTLE WITH A PICK END OF YOUR MADDOX IN ORDER TO CET THE STAKE THROUGH THE STRAW. 'WHEN STRAW WATTLES ARE USED FOR FIAT GROUND APPLICATIONS. DRIVE THE STAKES STRAIGHT DOWN; 'MEN INSTALLING 'WAIILES ON 51.OPIf5. DRIVC TIIC STAKES PERPENENCULAR TO THE SLTPF. B.1 STAKES :MOULD BE DRIVEN ACROSS FROM EACH OTHER AND ON EACH SIDE OF THE WA ITT E. LEAVING a-67 OF STAKE PROTRUDING ABOVE THE WATTLE. RAILING 'AIRE OR NYLON ROPE SHOULD BE TIED TO THE STAKES ACROSS TIC WATTLE, STAKES SHOULD THEN BE OHIM'" UNTIL THE OMLINC VRE OR NYLON ROPE IS SUFFICIENTLY SNUG TO THE WATTLE- . A FLOW A A L-, POINT B I ENTRENCH i POINTS A MUST BE HIGHER THAN POINT 8 POINT f A _' 1 11I fl (I / I I fV / IiPOINT A SECTION A -A 4VA TITLE OIL[ DITCH IN>TALLATIOPI WO \ M,11ViFNANCF VOT f PLAN VIEW \ 1. DIF. CONTRACTOR SHALL INSPECT DIKES EVERY TWO 'WEEKS ANO AFTER SIGNIFICANT WATTLE STORM E•/ENTS AND MAKE REPAIRS OR CIF.AN OUT UPSTREAM SEDIMCNT AS NECESSARY. (10' MIN. CIA.) 2. SEDIMENT ACCUMULATED UPSTREAM OF DIKES SHALL BE REMOVED WHEN THE UPSTREAM SEDIMENT REACHES 1/2 OF THE DESIGN DEPTH. 3. DIKES ARE: TO REMAIN IN RACE UNTIL THE UPSTREAM DISTURBED AREA IS STABILIZED AND CRASS COVER 15 ACCEPTED BY THE CITY. A. WHEN RFINFOROF.O BOO( BERMS ARC RE -ROVED, ANY DISTURBED AREA SHALL BE SEEDED. CRIMPED AND MULCHED OR OTHERWISE STABILIZED IN A MANNER ACCEPTED BY THE CITY. SWALE WATTLE DIKE �1 N�..�nn�.nw.dw WPi.o.w.rwwn m\w[w e_ paHCfn WSTAWItlN w� � N'dxoA snrltmw�YbtR wn `l lt•\i.'1poWIMnT.WtnMENM1Y Aq \V nw dTlrnFpe. r.ylVprgYy Na.wPJ• R .1 .Ti1V111 WIdA11nF �d4..rt W MP,iTp�OVAI �TYF.-./.{rw(d .'N>T11 m.Y ~'r •r~.M1(YP.ONro RMNV1a.Y ���(( 11-' Mw.WYY.ui. Y.YNnl wOw11 W11! .PNOfw.TR1�,11wRY l�. T�y[ 4 � � .r.aY Wl .nA.IORFM.mTiwnCO AgOwN.l.Kin. TRPXM.R.Pwrvn. ;Wi J MT MM1L }-1t.1N'FaONAJRIFIn.Y VYIMINIK♦ 1 r .N..wrMu.D.Nwa,lonwV. ..RwrM.Yt..,w.wwm.la. n...w (a:•Q d.l .iaw. mnrn.ln.nw u.I.N. aW.1.�lwuRlNlwlM4Vl..rpwVan �e�`-/1��V 1�'' �j fARpaaR.rn.TdlO./itO AdNO v R.•fwq �Pd'v.Nl uq � �'�rwldw�A. Wwg1lwnq - RYAr�P1.t M.unntW VwfrtYpp[�A r1��� ••�� �'' 1 .MP.o.. �n iM1..�sr�d n♦ rol.vwrNMww,<�'i c.'/.l'� I aierm+..Prmuddwvn. x. B' MX �oN[N.I[O n.YV MFo.orNM1luYnNf .�.ti l'/����/t '% '1I ai � Md NVwfe.Vwnwi l�.l1}avw�e�M.O�rFpFK tl MIAr.Nn1[na.a Nr.V M:iM iPln - �`5•f• 1�•J � � � Awn.w Nl.tWiM�T.`d.OFw maorc�'w..wdw.unrd..eMnwame.mear �t\�K Y�I: .y /arch., IYy r.P.n uPN wY..Nt wY`Y.tKut.rwWlr.AFAMM .J�r\�i. %�•V�!JLT �� a1� yt lf•:/jw� �iwrnur.evnnmanr n..msurN J""]. .:1�i %j�'� W �ruiu�iPt woo�i.mn Rww. .n.r.wounY..plKl wPaF WAMEa _ Drtui_A wI� CA A I.J .T . i gtMWKIrM1WCn1A.gMUOd1..wKlMKi l .N�r ®Mnuunad�w..lR.lLgddYl.ls PYnMl.1A aN1 K MKNONN nIYRMO.VrN..YPwwp p .vwPY ,.W uwiglN,i4mnN.F� .�Ypw �MMPO�P wn.NO4o. n�a.oOM WwOOATP.f iY�C11NMprM�Y�r' 1pweal.nlY.NNVMN.MK[nIV nK.w.\ VY.4aaOldntl.wAW10P.twOawRY-�A WaCiPP. AOKOYi.I.V YI.K/a MYw woNY-.KAM.wl.lK rt �d.i\MT.aPww�IlAawn4�P M.P nN.ra.vf.ro.iww.. wn11V nwnMN.n�.nMw. bl.Yn...nvI,Y.PwIM., O_P.i. ♦Mn.NwI.M.N..YM.IMNOgTa..mwOi i nMw41wOnw[Y�.plirglDn.A.m YNYM�..11i11AX.a•. Rntl KigNla mYl.• .MINY.yV.Y.AnICw.d.MYVOR...PRM WY W t.KG..MNIY...Y.O[Y.OIIdMIav M.wIX.M ®1®C yL�..�dlAMl • rN wtl..rPrMw[I.o� Vu�@L. �yMK= WmRtW 1..d..�.KP �, � NPCBNR I.tlYai.OitT (1C7C7CID CUM M.0 WATTLE PROTECTION S rMP W� dwwmu .. n.cdn..tdrw.wrKlPTu...�.Nnws.wrTa wwarrxmArM.rwK�.�dtionsl.N1 1. N1iV�i[nwliP.T{K41wtYW.N{.InILwI1 W10.N1.1Md ROIwVINdwnPn P�wiM f. rwnrYPr..s..wwn.ua af.MYNw.r aluwuw.wMPKnVYuru.nVYw NFon. L7nY A• s,Y.tarw n1dt.Ka IOwll\1\W.�V.W.YRwKa wArtlEc �- v'rAR a�v'rAR a wlj[;) �0.1 W..wT L M n.wwplY Y1 rv{I.wWR wuKY1WCIa Mrwwwlwpn /wwt.FN f��..o....u...Nuwol.��.ppt la1��to PiNN.nuw. .OMrmi...� mKRW9.apwNMYM� Q HSIDE CHECNDAY9 9ETUP ! W® WATTLE INSTALLATION .ICYO nraPlnw MawN. F9HG.BEIL_GHAS.E/JWZLE--Cn&" IEL SETUP �p 1 ALLER•LINGLE• MASSEY 6. ARCHITECTS r P.C. "y_, ✓ t .1 February 1, 2012 Mr. Ron Kechter City of Fort Collins P. 0. Box 580 Fort Collins, CO 80522-0580 RE: Change Order Proposal for Changes to the Mylar Submittal South Transit Center City of Fort Collins, Colorado Project No. 0926 Dear Ron: As requested by the City of Fort Collins we are submitting this change order request for changes requested to the Civil Engineering mylars after the final mylars were approved and issued. Please see attached email for the scope of work included in these changes. HDR Engineering: (Refer to attached proposal and email) Alter- Lingle -Massey Architects P.C. (Administration, review and coordination): Reimbursable Expenses TOTAL Sincerely, ALLER•LINGLE-MMASSSEEYY ARCHITECTS P.C. Matthew D. Newman, AIA, LEED AP /MDN cc: Jason Wenger $ 2,376.00 7 1 o 0 r� $ 200.00 V� 7 $ 2,676.00 712 WHALERS WAY • BLDG. B, SUITE 100 • FORT COLLINS • COLORADO • 80525 (970) 223-1820 phone • (970) 223-1833 fax • office@aller-lingle-massey.com • mm.aller-tingle-masseycom January 31, 2012 Mr. Ron Kechter City of Fort Collins - 281 North College Avenue Fort Collins, CO 80524 Re: South Transit Center contract modification requests for PDP revisions Dear Mr. Kechter: Per the South Transit Center PDP comments received on January 19`", 2012, HDR would like to respectfully request a contract modification to incorporate therequestedadjustments required by the City of Fort Collins. Please note that the originally approved scope of work, dated June 22, 2009 only included three submissions of the PDP plan set, with one of these being the final Mylar set. As you may be aware, HDR has already submitted a total of five formal PDP plan submittals to the City, with numerous internal inter -department and discipline specific submittals to attain comment "resolution. A final Mylar set was submitted to the City on May 3, 20l t following final concurrence from the City and its reviewers. As you know, HDR has been requested to address additional comments subsequent to our submission of the Mylar drawing. Addressing the most recent comments to the plans to accommodate new erosion control criteria and storm water comments will impact a total of 4 sheets in the PDP.set.These` adjustments. will also. impact a total of 4 sheets to the final design plans that were submitted on October 3, 2011. The final drainage reports have already been developed addressing the redline comments, however we understand that this will not be formally submitted until all signatures on the Mylars are received.. [t is not anticipated additional revisions to the final drainage reports will be required as we worked directly _ with Wes Lamarque in the City's Storm Water technical division and received documented concurrence on resolution of all comments received on March 17, 2011. HDR has fulfilled our original proposed scope of work for the completion of the fma[ PDP deliverable . and final design documents. With the additional requests for modifications throughout this 2 %: year process, we have more than exhausted our budget and can no longer accommodate adjustments as the contract exists today. At this point in time, HDR is requesting $2,376 to address the recently received comments, resubmit both paper and Mylar copies of the affected PDP sheets and update the final design plans. After• considering our proposed request, if you have any questions or need additional information, please feel free to contact me at (303) 764-1581. Sincerely, 7asonttnger, GINE/ERIN/G, INC., P.E, Project Manager HOR EngIna aring, Ina. 303 East 17t" Avenue fine: 13931764-1520 Suite 709 Fax (303) M 7139 IIt Denver, CO 80203-1256 ry hdnnc.= .) _ Purchase Order Terns and Conditions Page 2 of 2 1. COMMERCIAL DETAILS. Tax exemptions. By m um the City of Fon Collins is exempt from suite and local taxes. Our Exemption Number is 984M502. Federal Excise Tax Exemption Certificate of Registry FA-60M10587 is registered with the Collector of Internal Revenue. Denver. Colorado (Ref. Colorado Revised Statutes 1973. Chapter 39-26. 114 (al. Goods Rejected. GOODS REJECTED duc m failure to meet specifications, either when shipped or due to defects of damage in transit- may be mturred to you for credit and arc not to he replaced except upon mccipt of volten instructions fmm the City effort Collins. Inspection. GOODS arc subject to the City of Fort Collins inspection on arrival. 11. NONTVAIVER. Failure of the Purchaser to insist upon strict performance othee terms and conditions hereof, failure or delay to exercise any rights or re ic, ics pmvidcd herein or by law. failure to pmntptly notiry theSella in the event of a breach. the accemmnce ofor p lymenl for goods hereunder a approval oflue design, shall not release the Scllcrof any of the wamntics or obligations of this pnrcla se order and shall not be do ntcd a waiver of any right of the purchaser to insist upon strict pert nnnrec hemofor any ofils rights ormarethes as Loony such goods. mgrrdles, of when shipped, rcccivcd or accepted. is to any prior or subsequent default hereunder, nor shall tiny purponN and modification or rescission of this purchase older by the Purchaser operate as a waiver of any at the tors hereof. Final Acceptance. Receipt of the merchandise, services or equipment in response to this order can result in 12. ASSIGNMENT OF ANTITRUST CLAIMS. mnhoriud payment on the part of the City of Fort Collins However. it is to be understood that FINAL Seller and the Pumhascr recognize that in actual economic practice, overcharges resulting fmm antitrust ACCEPTANCE is dependent upon completion ofall applicable required inspection procedures. violations arc in fact borne by the Purchaser. Theretofore, for good cause and as consideration for executing this purchase order, the Seller hereby assigns to the Purchaser env and all claims it may now have or hereafter Freight Tarts. Shipments must be F.O.B., City of Fen Collins, 700 Wood St., Fort Collins. CO 80522, unless acquired under fedcnl or state antitrust laws for such ovcmhurges minting to the panienlar gaols or services otherwise specified on this urder. If permission is given to prepay freight and charge separately, the original (might purchased or acquinxl by the I'mehuser pursuant to this purchase order. bill must accompany invoice. Additional charges for packing will not he roach ed. Shipment Distance. Wham manuf emre6 have distributing points in various pans of the country, shipment is expected form the ncamt distribution point to destination. and excess freight will be deducted front Invoice when shipments arc made fmm greater distrumm. Perdu. Seller shall procure at sellers sole cost all necessary permits, catifucates and licenses required by all applicable Tows. regulations. ordinances and rules of the state, municipality, territory or political subdivision where the work is performed, or mlrrircd by any other duly constinved public authority having jurisdiction over the work of vendor. Scllcr further agrees to hold the City of Fort Collins harmless fmm and against all liability and Ins, incurred by than by moon of an asserted or established violation of any such Imes, regulations, ordinances, odes and requirearru . Andirmiaatinn. All parties to this contract agree that the represcntntives am, in fact, burn fide and possess full and cornplctc authority to bind said parties. LIMITATION OF TERMS. This purchase Order expressly limits acceptance to the tams .and conditions ,Wed heroin s r forth and any supplementary ,, additional terms and conditions annexed hereto or incorporated herein by micmnce. Any additional or diffcmt toms and conditions proposed by seller arc objected to and hereby rejcacd. 2. DELIVERY. PLEASE ADVISE PURCHASING AGENT immcdimcly if you cannot ntake complete shipaent to arrive on year promised delivery date as noted. Time is ofthe essence. Delivery and performmce must be effected within the titre stated on the purchase order and the documents attached hereto. No acts of the Purchasers including, without limitation, acceptance ofpmial Inc deliverim, shall operate as a waiver ofthis provision. In the event orally defy, the Purchaser shall have, in addition to other legal and equitable remedies, the option of placing this order clscwhcrc and holding the Seller liable for damages. However, the Sella shall not he liable for damngcs as a mull of delays due to causes not reasonably fomucable which arc beyond its reasonable control and without its fault ofnegligcnee. such acts of God acts of civil or military mnbontics, governmental priorities, fires, strikes, Flood, epidemics, wars or riots provided that notice of the conditions causing such delay is given to the Pmrchtiscr within five (5) days of the time when the Seller first received knowledge thacef. In the event of nqy such delay, the date of deivery shall be extended for the period equal to the tine atuatly lost by rcnsm of the delay. 3. WARRANTY. The Sella warrants that all good. articles, nmterials 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 perfumed with the highest degree, of cam and compecom in accordance with accepted standerds for work of a similar name, The Seller agree: to hold the purchaser harmless fmm line loss, damage or expense which the Purchaser my suffer or incur variation of the Scllcrs breach of wamnty. The Seller shall replace, repair or unlike good, without cost to the purchaser. any dcfats or faults arising within one (H year or within such longer period of lime as may be prescribed by law or by the terns ofany applicable wamnty provided by the Seller after the date of acceptance of the goods furnished hereunder (acceptance not to he unreasonably delay ip, resulting from imperfect or defective work done or materials famished by the Sella. Acceptance or use M goods by the Purchawr shall not constitute a waiver fany claim order this warranty. Except as otherwise provided in this purchase order, the Sellers liability hercunder shall extend to all damages pmximtely caused by the hooch of any of the frcgoing wamntics or guarantees, but such liability shall in no event include loss ofpmfits or loss of use. NO IMPLIED WARRANTY OR MERCHANTABILITI" OR OF FITNESS FOR PURPOSE SHALL APPLY. 4. CHANCES IN LEGAL TERMS. The Purchaser me nuke changes to legal terms by wriuen change order. 5. CHANGES IN COMhTERC1AL TERMS. The Purchaser my make any charges to the more. other than legal temp, including additions to or delctioms From the quantities originally untried in the specifications or drawings, by verbal or written change order. If uny such change affects the amount due or the tine of rsaf x- erne hereunder. ran equitable adjustment shall be node. 6. TERMINATIONS. The Purchaser my at any time by written chop, order. terminate this ngrcement as to any or all portions of the goods then nor shipped subject to any equitable adjustment betw<m the Pat is to any work or materials then in progress provided that the Purchaser shall now be liable for any claims for anticipated profits on the uncompleted portir t of the goods and/or work. for incidenul or conscgtential cl ntages, and that no such adjustment be made in favor of the Sell, with respmt to any goods which am the Sellers standard stock. No such lamination shall relieve the Purchaser or the Scllcrof any of their obligations as to any good ddivend hereunder. 7. CLAIMS FOR ADJUSTMENT, Any claim for adjustment most he assumed within thirty (30) days from the date the change or teminatirm is ordered. R. COMPLIANCE WITH LAW. The Seller wamnty that all goods sold hoarder shall have been produced. sold, delivered and Furnished in strict compliance with all applicable laws and regulations to which the goods arc subject. The Seller shall execute and deliver such donmrents as my be required to effect orevirlacc compliance. All laws and regulations required to be incorporated in agreements of this character am hereby incorporated herein by this mfercncc. The Scllcr agrees to indemnify and hold the Purchaser harmless fmm all costs and damngcs suffered by the Purchaser ns a result of the Sellers failure to comply with such law. 9. ASSIGNMENT. Neither prey shall assign, transfer. or convey this order, or any monies due or to become due hereunder without the prior wrircn consent of the other perm. 10, TITLE. The Seller warm at, full. demand unrestricted title to the Purchaser for all equipment. materials, and items burnished in perfrmance of this agreement, free and clear of any and all liens, restrictions, mscrvitions, security interest encumbrances and claims of than. 13. PURCHAS ERS PER FOR NIANCE OF SELLERS OBLIGATIONS. - If the Purchase, directs the Sel der to correct nonconfomung or defective gads by a dote to be agreed upon by the Purchaser and the Scllcr, and the Sal let thereafter indicates its inability or unwi l lingoes, to comply, the Pnmhnser onv cause the work to he performed by the most expeditions means available to it, and the Seller shall pay all costs associated with such work. The Seller shall release the Purchaser and its contr too of any tier fmm nil liability and claims of any nature resulting fmm the performance of such work. Thi, release shall apply even in the event of fault of negligence of the party released and shall extend to the dins to ,. oRiccrs and cnmpleyccs ef,uch party. The Seller's contrctuil obligations, including warm. my. shall net be doomed to be redocol, in any way, bemuse such work is par tined or caused to be per fomud by the Purchaser. 14. PATENTS. Whenever the Seller is required to use any design. device, material or process catered by latter, patent- tndernark or copyright. the Seller shall indcmnifv and save hamlcss the purchaser fmm any and all claims for infilngcmcat by nlsun of the use of such pat racd design, device. material or process in connection with the contract, and shall indcmnifv the Purchaser for any cost. expense or damage which it my be obliged to pay by reason of such infringement at any tine dining the prosecution or after the completion of the work. In case said equipment. or any pan thereof car the intended use of the gads, is in such suit held to constitute infringement and the use of mid equipment or pan is enjoined, the Seller shall, at its own expense .and at its option, either procure for the Pumhiscr the right to continue using said equipment or port, replace the some with substantially equal but noninfn'nging anipmcnt. or modify it so it becomes ouninfringing. 15. INSOLVENCY. If the Scllcr shall bee re inwIvcnt car bankmot make an o%ignncnt for the hawfit of cmliturs, imprint it receiver or trustee for tiny of the Scllcrs property or business this order may forthwith he canceled by the Purchaser without linhility. 16. GOVERNING LAW. The definitions of terms used or the interpretation of the agreement and the rights of all panics hcmnnder shall be construed under and governed by the laws of the State of Colondo. USA. The following Additional Conditions apply only in cases where the Seller is to pafnmt work hacunda, including the services of Scllcrs Reprewntative(sl, on the premises nfodras. 17. SELLERS RESPONSIBILITY. The Seller shall carry on said work at Scllcrs own risk until the state is fully completed and accepted, and shall. in case of my accident. destruction or injury to the work and/or mnrcrials before Seller', final completion and .acceptance conlidele the work at Scllcrs own expense and to the satisfaction of the Pumhamr. Wicn materials and equipment arc furnished by others for installation or erection by the Seller, the Sella shall receive, onlood, store and handle same at the site and become responsible therefor as though such materials onNor equipment were being fumishcd by the Sella under the order. IS. INSURANCE The Scllcr shall. at his nwo expcn,e, provide for the pryrncot of workers compensation. including occupational disease haefits. to its employees employed on or in contraction with the work covered by this purchase order. and/or to their dependents in accordance with the laws of the state in which the work is to he done. The Sella shall also any comprehensive general liability including, but not limited to, controducal and Meanwhile public liability insurance with homily injury and death limits of at least S301.001) for nnv one Parson, $500,000 for any one accident and pmperty danmge limit per accident of $400.000. The Seller shall likewise regnim his contractors if nay, to pmvidc f.r each cmnpcmmlon and ins muce. Before any of the Scllcrs or his contractors employees shall do nny work upon the premises of others, the Scllcr shall famish the Purchaser with a catific.im that such compensation and insurance have ban pmvidcd. Stich certificates shall specify the dite when such compensation and insu enm have been provided. Stich certificates shall specify the date when such compensation and insurance empires. The Scllcr agrees that such compensation and insurance shall be maintained until aRa the entire work is completed and accepted. 19. PROTECTION AGAINST ACCIDENTS AND DAMAGES. The Seller hcmbv assumes the entire responsibilityand liability forany andall daringe, loss or injury ofany kind or nature whatsoever to persons or property caused by or resulting form the execution of the work pmvidcd for in this purchase order or in contrarian herewith. The Seller will indemnify and hold hnnnless the Pimhascr and any or all of the Purchasers oRcas, ngens and employces from and against any and all claims losscs, dinmges chances or expenses, whe icr direct or indirect and whether to persons or property to which the Purchascr may be put or subjccl by reason orruy ne, ration, neglect, omission or defuh on the pan of the Seller, any of his comments, or any of the Scllcrs or contractors officers, agents or cmployecs. In case any suit or other proceedings shall he hmnght against the Purchaser, or its oRcas, agents or employees utility time on namant or by reason artily net, action, neglect. onlission or default of the Seller of nny of his contactors cr nnv of its or their officers. agents or cmployecs as lifiam aid, the Seller hereby agrees to assure the defense thereof and to defend the wore at the Sellers two expense. to pay any and all costs, charges, attorneys bass, and other expenses, any and all judgments that nmy be incurred by or obtained against the Purchaser or any of its or their officers. agents or employees in such suits or other pmcc dings. and in case judgment or other lien he plaed upon or ohtnined against the pmpeny of the Purchaser, or said parties in or as a restdt of such mils or other Proceedings. the Seller will at once cause the same to he dis,olved and discharged by giving bond or othmvise. The Sellerand his contractors shall take all safety Inecautions, furnish and install all guards necessary far the prevention of accidents. comply with all laws and regulation, with regard to c few including. but without linmindent. the Ocaipatiornl Safety and Health Act of 1970 and ill odes and mgalntions issued pursuam therein. Revised 03/2010 CHANGE ORDER NO. 5 P.O.99552-0 PROJECT TITLE: South Transit Center l CONTRACTOR.: Atler-Lircle-Massey Architects P.C. � � 5 5� It 0 DESCRIPTION: Design services for the South Transit Center and the adjacent Park and Ride facility. Reason for change: Incorporation of additional Architectural and Engineering Services. 2. Description of change: Provide_ additional architectural and engineering services for the separation of the STC Construction Documents from the MAXBRT Construction Documents and the updating of Utility Drawings mylars. 3. Change in Contract Cost: $6,516.00 4. Change in Contract Time: 0 Days ORIGINAL CONTRACT COST 5474.750,00 TOTAL APPROVED CHANGE ORDERS S43.100.00 TOTAL PENDING CHANGE ORDERS 0.00 TOTAL THIS CHANGE ORDER S6.516.00 ADJUSTED CONTRACT COST $524,366.00 REVIEVIEDBY:-�(�1,(.'Lir`I R�L Mason�Corrldor BRT Project .A, anti er ACCEPTED BY: 14",— —0 " -�-- Architect's Representative APPROVED BY:Facilities Project Project Manager cc: Contractor Purchasing Architect Project File /an //�, Date SiZe11 Z- Date Z `� t Date Excluded Parties List System Page 1 of 1 Search - Current Exclusions �oi�c 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 Architects P.C. State: COLORADO Country : UNITED STATES As of 03-Apr-2012 1:37 PM EDT Save to MyEPLS Your search returned no results. Back New Search Printer -Friendly 77 > Search Help > Advanced Search Tips > Public User's Manual >FAQ > Acronyms > Privacy Act Provisions > News ! System for Award Management >(SAM) Reports > Advanced Reports > Recent Updates > Dashboard Archive Search - Past Exclusions > Advanced Archive Search > Multiple Names > Recent Updates > Browse All Records Contact Information > For Help: Federal Service Desk https://www.epls.gov/epls/search.do-,jsessionid=22D46D3B75FE79AA7C64OC7972E2EEEE 4/3/2012 City of F6rt Collin DATE: March 27, 2012 TO: Jim O'Neil FROM: Ron Kechter, Facilities Project Manager RE: South Transit Center Cost Analysis and Justification — ALM CO#5 — P.O. 9955240 Operation services 309 LaPorte Ave. PO Box 580 Fort Collins, CO 80522 970.221,6610 970.221.6534 - fax Icgovxom ALM requires a supplement for the STC project due to CDOT's direction to separate the STC project from the MAX BRT project. Attached please find the proposed Change Order k5. 1 discussed the scope of this tasking with ALM's Architectural PM and we agreed that what has been proposed is what it will take to make the changes to accomplish this separation. I have prepared an Independent Cost Estimate (ICE) also attached, which is relatively close in cost since the rates and hours were mutually agreed on. ALM also requires a supplement for the STC project due to City Stormwater requesting additional changes to the Utility Plans when they were over there for signature of the mylars. Upon receipt of the first proposal from ALM/HDR I reviewed the scope of what was to be done and determined their proposal was too high. After a couple of iterations, ALM/HDR was able to bring die costs within my estimate. I have prepared an Independent Cost Estimate (ICE) also attached, which is relatively close in cost since this is the cost [ was working toward. ALM should be utilized for this particular work effort since it would be less cost effective to hire a different consultant to do this work as ALM has been engaged with this project from its inception. In preparing my ICE's for this change order, I used previous change order personnel rates from ALM and compared them to other consultants doing similar consultant work and found ALM's rates to be reasonable. I based the estimated number of hours to perform these services for the ICE's from my previous experience with ALM and many other projects of similar complexities. Based on my experience, I believe the proposed Change Order #5 in the amount of $6,516 is reasonable for the work proposed to be accomplished for the STC project. As such, I recommend approval of this Change Order. Ron Kechter, PE Facilities Project Manager ALLER • LINGLE • MASSEY an ARCHITECTS Y: P.C. March 20, 2012 Mr. Ron Kechter City of Fort Collins P. 0. Box 580 Fort Collins, CO 80522-0580 RE: Change Order Proposal for Changes to the 100510 Documents South Transit Center City of Fort Collins, Colorado Project No. 0926 Dear Ron: As requested by the City of Fort Collins, we are submitting this change order request to make revisions to the 100% Construction Documents to separate the STC project from the overall MAX/BRT project. BHA Design : Project Manager - 3hrs @ $95/hr: $ 285.00 Innovative Electrical Systems: Project Manager - 3hrs @ $100/hr: $ 300.00 Alter- ingte•Massey Architects P.C. (1)-2hrMeeting - Project Architect and Principal: $ 436.00 - Drawing revisions - Project Manager 12hrs Q $88/hr: $ 1,056.00 Specification revisions - Principal 8hrs @ $130/hr: $ 1,040.00 Coordination of changes with design team and City's IT department - Project Manager 8hrs Ca $88/hr: $ 704.00 Reimbursable Expenses: Re -printing of drawings and specifications for design team: S 1,450.0 TOTAL $ 5,271.00 Sincerely, ALLER•LINGLE•MASSEY ARCHITECTS P.C. Matthew D. Newman, AIA, LEED AP VW91 712 WHALERS WAY • BLDG. B, SUITE 100 • FORT COLLINS • COLORADO - 80525 (970) 223-1820 phone - (970) 223-1833 fax • office@aller-tingle-massey.com • www.aller-lingle-masseycom Fort of Date of Estimate: Contract Type: Existing Contract or PO (Y/N): Description of Services (B): Independent Cost Estimate 20-Mar-12 Aller-Lingle-Massey Architects Y Redo Drawings and Specifications to separate the STC from the MAX BRT project, after they were combined I have obtained the following estimate from; Engineering or Techincal Estimate (performed by): Ron Kechter Cost Estimate Details: (Estimate calculated in US Dollars) B Cost of Services, Repairs, or Non -Standard Items Ilemrfask: Architectural and Engineering efforts to split the STC document from the MAX/BRT documents; re- print new 100% Construction Documents Materials or Work Description Other Direct Hours Rate Labor Class TOTAL Coordination 2 $130.00 Principal $ 260.00 Coordination 3 $88.00 Architectural PM $ 264.00 Specification Revisions 8 $130.00 Principal $ 1,040.00 Drawing Revisions 12 $88.00 Architectural PM $ 1,056.00 Landscape Drawing Revisions 3 $95.00 LS Architect $ 285.00 Electrical Drawing Revisions 3 $100.00 Electrical Engineer $ 300.00 IT Drawin & S ealication Revisions 8 $88.00 IT Architect $.704.00 Re -print Drawings or Design eam 1,500.00 1,500.00 Total Signature of Preparer: Q M � X —. ALLER • LINGLE • MASSEY m.l ARCHITECTS P.C. 1' February 27, 2012 Mr. Ron Kechter City of Fort Collins P. 0. Box 580 Fort Collins, CO 80522-0580 RE: Change Order Proposal for Changes to the Mylar Submittal South Transit Center City of Fort Collins, Colorado Project No. 0926 Dear Ron: As requested by the City of Fort Collins we are submitting this change order request for changes requested to the Civil Engineering mylars after the final mylars were approved and issued. Please see attached email for the scope of work included in these changes. HDR Engineering: $ 1,045.00 (Refer to attached proposal and email) Alter. Lingle -Massey Architects P.C. (Administration, review and coordination): $ 200.00 TOTAL $ 1,245.00 Sincerely, ALLLLER•LINGLE•JMM)ASSEY ARCHfTECTS P.C. ////'/ Matthew D. Newman, AIA, LEED AP /MDN cc: Jason Wenger 712 WHALERS WAY • BLDG. 8, SUITE 100 • FORT COLLINS • COLORADO • 80525 (970)223-1820 phone (970)223-1833 fax • officeaaller-lingle-masseycom • ww alley-tingle-masseycom City of Fort Collins Independent Cost Estimate Date of Estimate: 1-Feb-12 Contract Type: Aller-Lingle-Massey Architects Existing Contract or PO (Y/N): Y Description of Services (B): Change Utility Drawings Mylars per comments from City Stormwater. I have obtained the following estimate from; Published Price List / Past Pricing (date) Engineering or Techincal Estimate (performed by) Ron Kechter Independent Third Party Estimate (performed by) Other (specifiy) Cost Estimate Details: (Estimate calculated in US Dollars) Cost of Services, Repairs, or Non -Standard Items Item/Task: Make changes to Utilitv Drawina per comments from Citv Stormwater Materials or Work Description Other Direct Labor Costs Rate ($) Labor Hours Labor Class TOTAL Manage/Engineer Changes $ 150.00 3 Civil PM $ 450.00 Draft Changes on Drawings $ 85.00 6 CADD $ 510.00 Architect Coordination $ 100.00 2 Architect PM $ 200.00 Produce Drawings on Mylar $ 100.00 $ 100.00 Total $ 1,260.00 1 Signature of Preparer.� S2k