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