Loading...
HomeMy WebLinkAboutContract 40540-CO1 CITY SECRETARY CONTRACT NQ. 4 rJ 5g-0 -Cl City of Fort Worth Change Order Request P®- 10°w 01)11 7 Change Order No. Date TPW Project No. Funding(FAC) 1 (one) 2/10/11 C 295 541200 208110073980-00004868 Facility and Project Description City Secretary Contract No. Fire Station 5 40540 ORIGINAL CONTRACT AMOUNT................................................................ $2,413,807 EXTRASTO DATE..................................................................... $ 0 CREDITSTO DATE.................................................................... $ 0 CONTRACTCOST TO DATE.................................................................................................. $ 2,413,807 AMOUNT OF PROPOSED CHANGE ORDER............................................................................ $ 14,166 REVISEDCONTRACT AMOUNT............................................................................................. $ 2,427,973 ORIGINAL FUNDS AVAILABLE FOR CHANGE ORDERS............................................................ $ 150,000 REMAINING FUNDS AVAILABLE FOR CHANGE ORDERS......................................................... $ 135,834 ADDITIONAL FUNDING (IF NECESSARY)................................................................................ 0 IN ACCORDANCE WITH THIS CHANGE ORDER, THE CONTRACTOR SHALL: Provide all labor and materials as per attached PCR's: 1, 2, 3, 4, 5, 6, and 7 as per the attached Proposed Change Requests. ADD $ 14,166 -------------------------------------------------------------------------------------------------------- 65 day Contract Extension as per attached letter TOTAL ADD $ 14,166 It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment in full(both time and money)for all costs arising out of,or incidental to,the above Change Order Contractor's Name Imperial Construction, Inc. Original Contract Time Additional Approved Time To Date Approved Contract Time To Date Additional Time For This Change Order 287cd 0 cd 287 cd 65 cd a eti I Construction,Inc Date struct' na r Date Chi' ,Architectural Services Division Date D ec Transportation and Public works Date �. /l P ct Archit ct/RPG at City A rn \ Date Cit Date Counci Action If Required) ( Date1/8/08 Z �cg // ❑ Approved ❑ Disapproved ❑ Other 0 Ay 0 a0o0 h 0000 d Distribution p` Q �Qd Attested by: - -- - C11W& n a t �' r Man Y 4 OFFICIAL RECORD or ° ' \ -� k_— CITY Sk:Cf-CFTARY 00 �. * 0°°°<,�0on �� Marty Hendrix, ty Secretary FT. VOCRTH, TX I 4' TPW Facilities Management Division I J b t2(+� C� il( Change Order Form(12/19/01) I��'�� Rrn C � IMPERIAL construction inc Jack Durham Senior Construction Manager T/PW Architectural Services Mr. Durham Imperial would like to request a time extension for the Fire Station #5 project. Oncor was unable to remove power lines off the property in a timely manner which delayed my ability to start the project. The original NTP was to be on July 26,2010 and Imperial was unable to start until September 28, 2010. This is a total of 65 calendar days. At this time Imperial would like to request that the contract time be extended by 65 calendar days. Respectfully, Jimmy Tuley Project Manager POST OFFICE BOX 967 * NEATHERFORD, TX 76086 * 817-341-8886 * FAX (817) 341-01191 TO:-City of Fort Worth 11/5/2010 JOB NAME: Fort Worth Fire Station#5 DATE CONTRACTOR'S ATTENTION:Jack Durham CHANGE PROPOSAL 10-0413 The following is a detailed cost breakdown,including both materials&labor, PROJECT NO. for all additions to and/or deductions from the contract sum. OPE: install 1 juction box with 1"conduit to telco room. One duplex receptical at east wall 1 of apparatus bay Install 2 telephone outlets with 1"conduit.All phone conduits will be CHANGE changed to 1"in entire building as well ]PROPOSAL NO. I. LABOR NUMBER RATE LABOR CATEGORY MAN HOURS PER HOUR COST SUPERVISION 0 $ 59.00 $ CARPENTER 0 $ 37.00 $ LABORER 0 $ 24.00 _ 0 $ - $ - LABOR SUB TOTAL $ _ LABOR BURDEN $ _ 2. MATERIALS/EQUIPMENT RENTALS TOTAL ITEM 1 : $ _ DESCRIPTION QUANTITY UNIT PRICE T _ 3. SUBCONTRACTS TOTAL ITEM 2 : $ SUBCONTRACTOR DESCRIPTION JRB electric work as per CPR#1 $ 3,372.00 TOTAL ITEM 3 : $ 3,372.00 4. SUBTOTAL WITHOUT MARKUP (ITEMS 1,2,&3) $ 3,372.00 5. G&A OVERHEAD 10% $ 337.20 6. SUBTOTAL INCLUDING OVERHEAD $ 3,709.20 7. PROFIT 5% $ 185.46 8. SUBTOTAL INCLUDING OVERHEAD AND PROFIT $ 3,894.66 9. PERFORMANCE AND PAYMENT BOND 2.50% $ 97.37 10.SALES TAX 0.00% $ - 11.TOTAL(ADDITION/DEDUCTION)TO CONTRACT SUM IF ACCEPTED $ 3,992.00 REQUEST IS MADE FOR ADDITION OF 0 CALENDAR DAYS TO THE CONTRACT PERIOD The above proposal is subbmitted for your consideration.The undersigned contractor understands and agrees that this proposal is validated only by the Owners signature. This change proposal for subject work requires your approval by( ). ,jimmy Tueey A delinquent response will accrue additional cost that is not included Jimmy Tuley Project Manager in this original change order price. Each day beyond the required date additional items will be added to the change proposal to reflect the acrued change.This will be ICI(Imperial Construction, Inc) determined after your authorization is finally received.Accordingly, upon receipt of NAME OF CONTRACTING FIRM your approval,all cost resulting from these additional factors will be submitted to correct the final change order price. Change Order Approval by Owner/Architect Date JRB ELECTRIC, INC . Corporate Office Sales Office PO Box 2429 3611 W.Pioneer Pkwy,Suite H Pottsboro,Texas 75076 Pantego,Texas 76013 PH:903-786-5840 PH:817-538-8954 FX:903-786-5842 Email:Jack @JRBElectric.net August 17, 2010 Jimmy Tuley Imperial Construction Weatherford, Texas PH.- 817-341-8886 Reference: City of Ft Worth Fire Station#5 850 Irma Street Fort Worth, Texas 76104 Work Change proposal request#001 Inclusions: One junction box with 1"conduit to the telecom room One duplex receptacle at east wall of the apparatus bay Two telephone outlets with 1"conduit at east wall of the apparatus bay Per sheet SE3, changes the conduit at ALL telephone outlets from 3/"to I" Total Cost: $3,372.00 Price is valid for 30 days Jack Burcie Estimator 817-538-8954 Email:Jack @JRBElectric.net 1'3 City of Fort worth JOB NAME: Fort rt worth Fire Station#5 12/7/2010 N:Jack Durham DATE The followin CONT"CroR,S for all additions a detailed cost breakdown, HANGE to and/or deductions PROPOSAL ©RE`; from the g both materials$la add 2 return air grills contract sum. labor, 10-0413 PROJECT NO. 1. LABOR 2 LABOR CATEGORY NUMBER CHANGE PROPOSAL NO. SUPERVISION CARPENTER MANS RATE LABORER 0 PER $ 59.00 COST 0 $ 37.00 $ 0 $ 24.00 $ _ LABOR SUB 7. $ $ 2• MATERIALS/ LABOR BURDEN $ _ DESCRIPTION EQUIPMENT RDEN _ RENTALS $ QU- TOTAL ITEM 1 ; $ _ UNIT PRICE $ 3. SUBCONTRACTS SUBCONTRACTOR Suburban TOTAL ITEM 2: $ DESCRIPTION _ work as per CPR#2 S - a 4. SUBTOTAL 4 5. G WITHOUT TOTAL A OVERHEAD MARKUP ITEM 3 : 6. SUBTOTAL INC (ITEMS 1,2, 8,3)7. PROFIT LUDING OVERHEAD 8. SUBTOTAL INCLUDING $ 9. PERFORMANCE G OVERHEAD 10% $ 272.25 10. SALES TAX E AND PgyME AND PROFIT 27.23 11. T NT BOND $ 299.48 OTAL(ADDITION/ 5% $ DEDUCTION $ 14.97 TO CONT RACT 2.50% $ 314.45 SUM IF ACCEPTED 7.86 REQUEST IS 0.00% $ MADE FOR ADDITION OF $ 322.00 The above proposal is 0 that this pro subbmitted for CALENDAR DAYS TO THE CONTRACT proposal is validated only Your consideration. The Y by the Owners si undersigned contractor PERIOD 71.M 7u 9nature. understands an r '�mmy Tuley Project This Chan d agrees Manager A delis change Proposal for subject work delinquent response requires your a erial Construction, Inc i n this on will accrue additional PProval by WE OF CONT RM items will be al ddb oe order price. Each da cost that is not included ) RACTING FI determin the change pro y beyond the your ed aftef your authorization Posal to reflect the required date additional aPProval,all cost resulting is final) r acrued chap 3n9e Order correct the final g from y eceived.Ac change This will be Approval b change these additional factors vWgly uPon r Y Oh'ner/grchitect ge order price. ctors eCe1Pt of Date will be submitted to Service Sales • Installa8on • Heat Pumps • Geothermal Heating&Air Conditioning Company 3918 Peachtree Street•Dagas,Texas 75227 (214)381-1127•answered 24 hours FAX(214)381-1184 August 9, 2010 Imperial Construction Inc 193 Coy Road Weatherford, TX 76087 Attn: Freddie Voyles Re: FW: FS-5-PR2 Dated July 20, 2010 Per your request Suburban Heating &Air Conditioning Co. proposes to provide and install the following per proposal request#002. 1. 1 - Supply air grille 6" round 2. 1 - Return air grille 3. 1 - Dryer vent duct connection as detailed sheet M2-.01 revised 4/26/10 Equipment 85.00 Material 60.00 Labor 80.00 10% Overhead 22.50 10% Profit 24.75 Cost for PR#003 $272.25 Res ctfully Bill Du can Sales TACLA 001637C,Reguiated by The Texas Department of l_{oenefnp 8 Regulation P.O.Box 12157.Austin,Texas 78711,1-800-803-8202,512-463-6599 TO: City of Fort Worth 8/10/2010 JOB NAME: Fort Worth Fire Station#5 DATE CONTRACTORS ATTENTION:Jack Durham CHANGE PROPOSAL The following is a detailed cost breakdown, including both materials&labor, 10-0 for all additions to and/or deductions from the contract sum. PROJECT 10-0413 NO. SCOPE: Pay cost associated with moving Charter's cable lines off of property 3 CHANGE JPROPOSAL NO. 1. LABOR NUMBER RATE LABOR CATEGORY MAN HOURS PER HOUR COST SUPERVISION 0 $ 59.00 $ CARPENTER 0 $ 37.00 $ LABORER 0 $ 24.00 $ _ 0 $ $ - LABOR SUB TOTAL $ _ LABOR BURDEN $ _ 2. MATERIALS/EQUIPMENT RENTALS TOTAL ITEM 1 : $ DESCRIPTION QUANTITY UNIT PRICE 3.SUBCONTRACTS TOTAL ITEM 2 : $ - SUBCONTRACTOR DESCRIPTION Charter relocater cable $ 1,030.60 TOTAL ITEM 3 : $ 1,030.60 4. SUBTOTAL WITHOUT MARKUP (ITEMS 1,2,&3) $ 1,030.60 5. G&A OVERHEAD 10% $ 103.06 6. SUBTOTAL INCLUDING OVERHEAD $ 1,133.66 7. PROFIT 8.SUBTOTAL INCLUDING OVERHEAD AND PROFIT 5% $ 56.68$ 1,190.34 9. PERFORMANCE AND PAYMENT BOND 10. SALES TAX 2.50% $ 29.76 0.00% $ 11.TOTAL(ADDITION/DEDUCTION)TO CONTRACT SUM IF ACCEPTED $ 1,220.00 REQUEST IS MADE FOR ADDITION OF CALENDAR DAYS TO THE CONTRACT PERIOD The above proposal is subbmitted for your consideration.The undersigned contractor understands and agrees that this proposal is validated only by the Owners signature. This change proposal for subject work requires your approval by( ), jimmy 7uCey A delinquent response will accrue additional cost that is not included Jimmy Tuley Project Manager in this original change order price.Each day beyond the required date additional items will be added to the change proposal to reflect the acrued change.This will be ICI(Imperial Construction, Inc) determined after your authorization is finally received.Accordingly, upon receipt of NAME OF CONTRACTING FIRM your approval,all cost resulting from these additional factors will be submitted to correct the final change order price. Change Order Approval by Owner/Architect Date i Charter Communications 15100 Trinity Blvd.Suite 500 Invoice No. Fort Worth, TX. 76155 817.298.3632 fax 817 358.7500 INVOICE Customer Name City Of Fort Worth Fire Dept Date 3/10/2010 Address 850 Irma St Order No. Project 454 City Fort Worth State TX ZIP Rep Phone Freddie Royl is Contractor 817-781-7013 FOB Qty Description Unit Price TOTAL 1 Wreck out 80'of Cable and strand and 1 anchor 51,030.60 $1,030.60 Set 1 new anchor * Please send check to above address * Attention : Construction Dept.-Greg Piatt Received Payment: Check Number: Payment Details Subtotal M$1,030.60 O Cash Shipping&Handling O Check Taxes State O Credit Card TOTAL [Name# Office Use Only Facpires TO: City of Fort Worth JOB NAME: Fort Worth Fire Station#5 ATTENTION: 2/10/2011 Jack Durham DATE CONTRACTOR'S The following is a de CHANGE P for all additions to and/detailed d st breakdown, PROPOSAL eduction from including both materials g labor, SCOPE; install transitional slab m the contract sum. between 10-0413 Paving and suspended apparatus NO. pparatus bay. 1- LABOR 4 Revised-2 CHANGE LABOR C PROPOSAL NO. CATEGORY NUMBER SUPERVISION MAN- CARPENTER RATE LABORER 0 PER 0 $ 59.00 COST 0 $ 37.00 $ 0 $ 24.00 $ LABOR SUB TOTAL$ $ 2. MATERIALS E LABOR BURDEN $ DESCRIPTION QUIPMENT RENTALS $ _- TOTAL ITEM 1 : $ QUA $ UNIT 3. SUBCONTRACTS SUBCONTRACTOR TOTAL ITEM 2: $ Consys DESCRIPTION $ _ transitional slab per CPR 4 $ 4,714-07 4. SUBTOTAL $ - WITHOUT TOTAL ITEM 3 : 5. G&A OVERHEAD MARKUP (ITEMS 1, 6. SUBTOTAL INCLUDING OVERHEAD &3) $ 4,714.07 7. PROFIT RHEgp $ 8. SUBTOTAL INCLUDING OVERHEAD 4,714.07 10% $ 471.41 9. PERFORMANCE AND PAYMENT BOND D P $ 10. SALES TAX PROFIT 5,185.48 11. TOTAL (ADDITION/ 5p $ 259.27 DEDUCTION $ TO CONT 2.50% $ 5'444.75 CONTRACT SUM IF ACCEPTED 0.00% $ 136.12 REQUEST IS MADE FOR ADDITION OF $ 5,581.00 The above proposal is subb 0 CALENDAR p that this proposal is validated o�d for your consideration. T AYS TO THE CONTRACT PERIOD Owners signature. undersigned contractor understands and agrees 9imm 7u Jimm This change proposal for sub' y Tuley Project Manager A delin u subject work requires delinquent response will a Your approval by� ICI Im erial in this original chap accrue additional cost that is not included 1CI OF Construction items change order price. Each day ) CONTRACTIN Inc will be added to the Chan y beyond the r G FIRM determined after ge proposal to reflect required date additional Your approval, authorization is final) r ect the acrued than all cost resulting y received qc 9e. This will be 'hange Order q correct the final than g from these additional factorsdingly, upon receipt of pproval by Owner/ change order price. will be submitted to Architect Date 11010 switw Av ,sun.104 C O T Dallas,r w 73238 a i r. e t , t r, a e r a e , t r phOM 211•349•3782 W214-349-4084 www.consyseommtccom PROPOSAL PROJECT: Fire Station No.5 Work performed by: ( )General Contractor (X)Subcontractor CONTRACTOR: Imperial Construction ConSys Concrete Corp.'s Proposal Number P-001 POO X PR k —————— Time Extension(If any): none ASI# Description of Change: Additional slab and qrade beam per PR 4-All rebar from on ianl bid is already on site and there will not be a creidt for any rebar. ADDITIONS AND/OR[CREDITS] EXTENSION u sc ion uantt s t Total Material u con. a er nt ent ra Beams Forming ace an Ines Excavating an 93—Milling -Concrete s m s uI ment s a m1 rm nator ro 01 oxes an over eel s ace an Irns s oncrete s m s u1 ment s e r Additional ear for entire change 1 s 77. Mizonlu LaDor For Fl oar 1694 s Deduct Paving Concrete s ace and Finish s ormtn [Equipment s u oas Rates% Line I Enter total of Columns A+B+C+D+E $3,632.18 Line II Enter%of Col B for Workman's Comp., Social Security,and like taxes 40.98 $643.62 Line III Benefits and Vacation/Holiday 0.00 $0.00 Line IV Overhead 5.00 $213.79 Line V Total Line I thru IV $4,489.59 Line A Fee/Profit 5.00 $224.48 Line VII Bond Costs 0.00 $0.00 Line VIII Total $4,714.07 SIGNATURE: McC%ssa'Westmoreland DATE: January 21, 2011 ConSys Concrete Corp. TO: City of Fort Worth 12/1/2010 JOB NAME: Fort Worth Fire Station#5 DATE CONTRACTORS ATTENTION:Jack Durham CHANGE PROPOSAL 10-0413 The following is a detailed cost breakdown,including both materials&labor, PROJECT NO. for all additions to and/or deductions from the contract sum. COPE: Credit to Owner for TVSS Substitution 5 CHANGE PROPOSAL NO. 1. LABOR NUMBER RATE LABOR CATEGORY MAN HOURS PER HOUR COST SUPERVISION 0 $ 59.00 $ CARPENTER 0 $ 37.00 $ LABORER 0 $ 24.00 $ - 0 $ - $ LABOR SUB TOTAL $ - LABOR BURDEN $ TOTAL ITEM 1 : $ 2. MATERIALS/EQUIPMENT RENTALS DESCRIPTION QUANTITY UNIT PRICE TOTAL ITEM 2 : $ 3. SUBCONTRACTS SUBCONTRACTOR DESCRIPTION JRB Electric Credit to Owner for TVSS Substitution $ 1,800.00 TOTAL ITEM 3 : $ (1,800.00) 4. SUBTOTAL WITHOUT MARKUP (ITEMS 1,2,&3) $ 1,800.00 5. G&A OVERHEAD 10% $ - 6. SUBTOTAL INCLUDING OVERHEAD $ 1,800.00 7. PROFIT 5% $ - 8. SUBTOTAL INCLUDING OVERHEAD AND PROFIT $ (1,800.00) 9. PERFORMANCE AND PAYMENT BOND 2.50% $ - 10.SALES TAX 0.00% $ - 11.TOTAL(ADDITION/DEDUCTION )TO CONTRACT SUM IF ACCEPTED Es 1,800.00 REQUEST IS MADE FOR ADDITION OF 0 CALENDAR DAYS TO THE CONTRACT PERIOD The above proposal is subbmitted for your consideration.The undersigned contractor understands and agrees that this proposal is validated only by the Owners signature. This change proposal for subject work requires your approval by( ). ,jimmy Tueey A delinquent response will accrue additional cost that is not included Jimmy Tuley Project Manager in this original change order price.Each day beyond the required date additional items will be added to the change proposal to reflect the acrued change.This will be ICI(imperial Construction, Inc) determined after your authorization is finally received.Accordingly,upon receipt of NAME OF CONTRACTING FIRM your approval,all cost resulting from these additional factors will be submitted to correct the final change order price Change Order Approval by Owner/Architect Date TO: City of Fort Worth 12/7/2010 JOB NAME: Fort Worth Fire Station#5 DATE CONTRACTORS ATTENTION:Jack Durham CHANGE PROPOSAL 10-0413 The following is a detailed cost breakdown,including both materials&labor, PROJECT NO. for all additions to and/or deductions from the contract sum. COPE: Pay Oncor to relocate power pole in drive 6 CHANGE PROPOSAL NO. 1. LABOR NUMBER RATE LABOR CATEGORY MAN HOURS PER HOUR COST SUPERVISION 0 $ 59.00 $ - CARPENTER 0 $ 37.00 $ - LABORER 0 $ 24.00 $ - 0 $ - $ - LABOR SUB TOTAL $ - LABOR BURDEN $ - TOTAL ITEM 1 is - 2. MATERIALS/EQUIPMENT RENTALS DESCRIPTION QUANTITY UNIT PRICE TOTAL ITEM 2: $ 3. SUBCONTRACTS SUBCONTRACTOR DESCRIPTION Oncor Relocate power pole $ 6,146.74 TOTAL ITEM 3 : $ 6,146.74 4. SUBTOTAL WITHOUT MARKUP (ITEMS 1,2, &3) $ 6,146.74 5. G&A OVERHEAD 10% $ 614.67 6.SUBTOTAL INCLUDING OVERHEAD $ 6,761.41 7. PROFIT 5% $ 338.07 8. SUBTOTAL INCLUDING OVERHEAD AND PROFIT $ 7,099.48 9. PERFORMANCE AND PAYMENT BOND 2.50% $ 177.49 10. SALES TAX 0.00% $ - 11.TOTAL(ADDITION/DEDUCTION )TO CONTRACT SUM IF ACCEPTED $ 7,277.00 REQUEST IS MADE FOR ADDITION OF CALENDAR DAYS TO THE CONTRACT PERIOD The above proposal is subbmitted for your consideration.The undersigned contractor understands and agrees that this proposal is validated only by the Owners signature. This change proposal for subject work requires your approval by( ). ,jimmy Tuley A delinquent response will accrue additional cost that is not included Jimmy Tuley Project Manager in this original change order price.Each day beyond the required date additional items will be added to the change proposal to reflect the acrued change.This will be ICI(Imperial Construction, Inc) determined after your authorization is finally received.Accordingly,upon receipt of NAME OF CONTRACTING FIRM your approval,all cost resulting from these additional factors will be submitted to correct the final change order price. Change Order Approval by Owner/Architect Date Tarriff for Retail Delivery Service Oncor Electric Delivery Company 6.3 Agreements and Forms Applicable: Entire Certified Service Area Effective Date:January 1.2002 Revision:Original 6.3.4 Discretionary Service Agreement WR Number 3114088 Transaction ID 23628 This Discretionary Service Agreement("Agreement') is made and entered into this 1st day of December. 2010, by Oncor Electric Delivery Company LLC,a Delaware limited liability company, and Imperial Construction ("Customer"),a Corporation , each hereinafter sometimes referred to individually as "Party" or both referred to collectively as the 'Parties". In consideration of the mutual covenants set forth herein,the Parties agree as follows: 1. Discretionary Services to be Provided — Company agrees to provide, and Customer agrees to pay for,the following discretionary services in accordance with this Agreement. <� - AT NM V H r I , i l 0. , _T it- •f orte ^iomtH .. 2. Nature of Service and Company's Retail Delivery Service Tariff — Any discretionary services covered by this Agreement will be provided by Company, and accepted by Customer, in accordance with applicable Public Utility Commission of Texas ('PUCT") Substantive Rules and Company's Tariff for Retail Delivery Service including the Service Regulations contained therein), as it may from time to time be fixed and approved by the PUCT "Company's Retail Delivery Tariff"). During the term of this Agreement, Company is entitled to discontinue service, interrupt service, or refuse service initiation requests under this Agreement in accordance with applicable PUCT Substantive Rules and Company's Retail Delivery Tariff. Company's Retail Delivery Tariff is part of this Agreement to the same extent as if fully set out herein. Unless otherwise expressly stated in this Agreement, the terms used herein have the meanings ascribed thereto in Company's Retail Delivery Tariff. 3. Discretionary Service Charges — Charges for any discretionary services covered by this Agreement are determined in accordance with Company's Retail Delivery Tariff. Company and Customer agree to comply with PUCT or court orders concerning discretionary service charges. 4. Term and Termination --This Agreement becomes effective upon Agreement excution. with payment and continues in effect until completion of constrution . Termination of this Agreement does not relieve Company or Customer of any obligation accrued or accruing prior to termination. 5. No Other Obligations—This Agreement does not obligate Company to provide, or entitle Customer to receive, any service not expressly provided for herein. Customer Is responsible for making the arrangements necessary for it to receive any further services that it may desire from Company or any third party. 6. Governing Law and Regulatory Authority—This Agreement was executed in the State of Texas and must in all respects be governed by, interpreted, construed, and enforced in accordance with the laws thereof. This Agreement is subject to all valid, applicable federal, state, and local laws, ordinances, and rules and regulations of duly constituted regulatory authorities having jurisdiction. 7. Amendment —This Agreement may be amended only upon mutual agreement of the Parties, which amendment will not be effective until reduced to writing and executed by the Parties. But changes to applicable PUCT Substantive Rules and Company's Retail Delivery Tariff are applicable to this Agreement upon their effective date and do not require an amendment of this Agreement. 8. Entirety of Agreement and Prior Agreements Superseded —This Agreement, including all attached Exhibits, which are expressly made a part hereof for all purposes, constitutes the entire agreement and understanding between the Parties with regard to the service(s)expressly provided for in this Agreement. The Parties are not bound by or liable for any statement, representation, promise, inducement, understanding, or undertaking of any kind or nature (whether written or oral)with regard to the subject matter hereof not set forth or provided for herein. This Agreement replaces all prior agreements and undertakings, oral or written, between the Parties with regard to the subject matter hereof, including without limitation cost , and all such agreements and undertakings are agreed by the Parties to no longer be of any force or effect. it is expressly acknowledged that the Parties may have other agreements covering other services not expressly provided for herein,which agreements are unaffected by this Agreement. 9. Notices — Notices given under this Agreement are deemed to have been duly delivered if hand delivered or sent by United States certified mail,return receipt requested,postage prepaid,to: (a) If to Company: Oncor Electric Delivery Attn:Chad Dyer 7860 Winbrook Drive Benbrook,Texas 76126 (b) If to Customer: Imperial Construction P.O. Box 967 Weatherford,Texas 76086 The above-listed names,titles,and addresses of either Party may be changed by written notification to the other. 10. Invoicing and Payment— Invoices for any discretionary services covered by this Agreement will be mailed by Company to the following address(or such other address directed in writing by Customer), unless Customer is capable of receiving electronic invoicing from Company, in which case Company is entitled to transmit electronic invoices to Customer. Imperial Construction P.O.Box 967 Weatherford,Texas 76086 If Company transmits electronic invoices to Customer, Customer must make payment to Company by electronic funds transfer. Electronic invoicing and payment by electronic funds transfer will be conducted in accordance with Company's standard procedures. Company must receive payment by the due date specified on the invoice. If payment is not received by the Company by the due date shown on the invoice, a late fee will be calculated and added to the unpaid balance until the entire invoice is paid.The late fee will be 5%of the unpaid balance per invoice period. 11. No Waiver--The failure of a Party to this Agreement to insist,on any occasion,upon strict performance of any provision of this Agreement will not be considered to waive the obligations, rights, or duties imposed upon the Parties. 12. Taxes—All present or future federal, state, municipal, or other lawful taxes (other than federal income taxes) applicable by reason of any service performed by Company, or any compensation paid to Company, hereunder must be paid by Customer. 13. Headings--The descriptive headings of the various articles and sections of this Agreement have been inserted for convenience of reference only and are to be afforded no significance in the interpretation or construction of this Agreement. 14. Multiple Counterparts—This Agreement may be executed in two or more counterparts,each of which is deemed an original but all constitute one and the same instrument. 15. Other Terms and Conditions— (i) Customer has disclosed to Company all underground facilities owned by Customer or any other party that is not a public utility or governmental entity, that are located within real property owned by Customer. In the event that Customer has failed to do so, or in the event of the existence of such facilities of which customer has no knowledge, Company, its agents and contractors, shall have no liability, of any nature, whatsoever, to Customer, or Customer's agents or assignees,for any actual or consequential damages resulting from damage to such undisclosed or unknown facilities. (ii) IN WITNESS WHEREOF, the Parties have caused this Agreement to be sign by their respective duly authorized representatives. Oncor Electric Delivery Imperial Construction Printed Name Printed Name Signature Signature Title Title Date Date Page 1 of 2 Jimmy Tuley From: Freddie Voyles Sent: Wednesday, December 01, 2010 11:16 AM To: Jimmy Tuley Cc: Holly Donaldson Subject: FW: F.S.#5 Power pole relocate Attachments: 850 Irma relocate.pdf Jimmy, Here is the cost for power pole relocate. From: Chad.Dyer @oncor.com [Chad.Dyer @oncor.com] Sent: Wednesday, December 01, 2010 10:49 AM To: Freddie Voyles Subject: RE: F.S. #5 Power pole relocate Please sign and return to me with Check. Thanks W:M i THE IMOaT EFFECTIVE SAFETY TOOL is ORGANIZATION H4 I C5 R Chad Dyer 7860 Winbrook Dr Benbrook, TX, 76126 Office (817) 443-3425 Fax (817) 443-3451 From: Freddie Voyles [mailto:FVoyles @imperial-construction.com] Sent: Wednesday, December 01, 2010 7:45 AM To: Dyer, Chad Subject: RE: F.S. #5 Power pole relocate Imperial Construction PO Box 967 Weatherford,TX. 76086 From: Chad.Dyer @oncor.com [Chad.Dyer@oncor.com] 12/7/2010 Page 2 of 2 Sent: Tuesday, November 30, 2010 4:00 PM To: Freddie Voyles Subject: RE: F.S. #5 Power pole relocate I need the address and title and so on. Please THE MOST EFFECTIVE SAFETY TOOL THIS ORGANIZATION HA3 (5 i NC R Chad Dyer 7860 Winbrook Dr Benbrook, TX, 76126 Office (817)443-3425 Fax (817) 443-3451 From: Freddie Voyles [mailto:FVoyies @imperial-constmction.com] Sent: Tuesday, November 30, 2010 3:59 PM To: Dyer, Chad Subject: F.S. #5 Power pole relocate Chad, Send CPR to itulev @imperial-construction.com Thanks Confidentiality Notice: This email message, including any attachments, contains or may contain confidential information intended only for the addressee. If you are not an intended recipient of this message,be advised that any reading, dissemination, forwarding,printing, copying or other use of this message or its attachments is strictly prohibited. If you have received this message in error, please notify the sender immediately by reply message and delete this email message and any attachments from your system. Confidentiality Notice: This email message, including any attachments, contains or may contain confidential information intended only for the addressee. If you are not an intended recipient of this message,be advised that any reading, dissemination, forwarding, printing, copying or other use of this message or its attachments is strictly prohibited. If you have received this message in error, please notify the sender immediately by reply message and delete this email message and any attachments from your system. 12/7/2010 TO: City of Fort Worth 1/17/2011 JOB NAME: Fort Worth Fire Station#5 DATE CONTRACTORS ATTENTION:Jack Durham CHANGE PROPOSAL 10-0413 The following is a detailed cost breakdown,including both materials&labor, PROJECT NO. for all additions to and/or deductions from the contract sum. COPE: Pier Reconciliation 7 CHANGE PROPOSAL NO. 1. LABOR NUMBER RATE LABOR CATEGORY MAN HOURS PER HOUR COST SUPERVISION 0 $ 59.00 $ - CARPENTER 0 $ 37.00 $ - LABORER 0 $ 24.00 $ - 0 $ - $ - LABOR SUB TOTAL $ - LABOR BURDEN $ - TOTAL ITEM 1 : $ - 2. MATERIALS/EQUIPMENT RENTALS DESCRIPTION QUANTITY UNIT PRICE TOTAL ITEM 2 : $ 3.SUBCONTRACTS SUBCONTRACTOR DESCRIPTION ICI/Consys 17.00 LF credit back to owner for piers not $ 2,425.90) drilled to bid depth. 142.7 LF not drilled TOTAL ITEM 3 : $ (2,425.90) 4. SUBTOTAL WITHOUT MARKUP (ITEMS 1,2,&3) $ 2,425.90 5.G&A OVERHEAD 0% $ - 6. SUBTOTAL INCLUDING OVERHEAD $ 2,425.90 7. PROFIT 0% $ - 8. SUBTOTAL INCLUDING OVERHEAD AND PROFIT $ 2,425.90 9. PERFORMANCE AND PAYMENT BOND 0.00% $ - 10. SALES TAX 0.00% $ - 11.TOTAL(ADDITION/DEDUCTION )TO CONTRACT SUM IF ACCEPTED $ 2,426.00 REQUEST IS MADE FOR ADDITION OF 0 CALENDAR DAYS TO THE CONTRACT PERIOD The above proposal is subbmitted for your consideration.The undersigned contractor understands and agrees that this proposal is validated only by the Owners signature. This change proposal for subject work requires your approval by( ). ,91mmy Tuley A delinquent response will accrue additional cost that is not included Jimmy Tuley Project Manager in this original change order price.Each day beyond the required date additional items will be added to the change proposal to reflect the acrued change.This will be ICI (Imperial Construction, Inc) determined after your authorization is finally received.Accordingly,upon receipt of NAME OF CONTRACTING FIRM your approval,all cost resulting from these additional factors will be submitted to correct the final change order price. Change Order Approval by Owner/Architect Date r MAS-TEK ENGINEERING & ASSOCIATES DRILLED PIER INSPECTION REPORT CLIENT: City of Ft. Worth,TPW PROJECT: Fire Station#5 INSPECTOR: D. Cotton REPORT NO.: 17-097-002 DRILLING COMPANY: E.P. Drilling REPORT DATE: 10/19/10 Pier Location(column Line) M.1 / 19 C.2 / 18 F.2 / 18 M.1 / 18 H.1 / 19 Mas-Tek Pier# 66 57 58 61 64 Design Shaft Diameter(inches) 18" 18" 18" 18" 18" A Design Penetration(feet) 6' 6' 6' 6' 6' Design Elevation of Top of Pier(feet) 96.33' 96.92' 96.92' 96.92' 96.33' Actual Shaft Diameter(inches) 18" 22" 18" 18" 18" Depth to Bearing Stratum-(Hard Gray B unweathered Limestone(feet) 15.0 14.67' 14.59' 15.33' 15.50' Required Pier Depth due to Bearing Stratum C (feet) 21.0 20.67' 20.59' 21.33' 21.50' D Actual Depth to Pier Bottom (feet) 22.08' 21.0 20.75' 21.59' 22.33' Actual Pier Penetration(feet) 7.08' 6.33' 6.17' 6.25' 6.83' Pier Plumb within Specification (Yes/No) Yes Yes Yes Yes Yes Casing Required(Yes/No) No No No No No Water Present in Bottom of Pier Hole at Time of Concrete Placement(Yes/No) No No No No No Pier Bottom Clean Yes/No) Yes Yes Yes Yes Yes Vertical Bars(No.&Size) 6#7 6# 7 6#7 6#7 6# 7 Horizontal Ties(Size&Spacing) #3 12's #3 12's #3 12's #3@ 12's #3 12's Rebar Cage Diameter(inches) 12" 12" 12" 12" 12" Length of Rebar Cage 20.75' 20.25' 19.67' 20.50' 20.0' Concrete Placed With a Tremie? (Yes/No) Yes Yes Yes Yes Yes REMARKS: Pagel of 2 MAS-TEK ENGINEERING & ASSOCIATES DRILLED PIER INSPECTION REPORT CLIENT: City of Ft. Worth,TPW PROJECT: Fire Station #5 INSPECTOR: D. Cotton REPORT NO.: 17-097-002 DRILLING COMPANY: E.P.Drilling REPORT DATE: 10/19/10 Pier Location(column Line) J.9/ 19 H.1 / 18 Mas-Tek Pier# 65 59 Design Shaft Diameter(inches) 18" 18" A Design Penetration(feet) 6' 6' Design Elevation of Top of Pier(feet) 96.33' 96.92' Actual Shaft Diameter(inches) 18" 18" Depth to Bearing Stratum-(Hard Gray B unweathered Limestone(feet) 15.33' 16.0' Required Pier Depth due to Bearing Stratum C (feet) 21.33' 22.0' D Actual Depth to Pier Bottom (feet) 22.25' 22.17' Actual Pier Penetration(feet) 6.92' 6.17' Pier Plumb within Specification (Yes/No) Yes Yes Casing Required(Yes/No) No No Water Present in Bottom of Pier Hole at Time of Concrete Placement(Yes/No) No No Pier Bottom Clean(Yes/No) Yes Yes Vertical Bars(No.&Size) 6#7 6# 7 Horizontal Ties(Size&Spacing) #3 @ 12's #3 @ 12's Rebar Cage Diameter(inches) 12" 12" Length of Rebar Cage 1 21.01' 20.0' Concrete Placed with a Tremie? (Yes/No) Yes Yes REMARKS: Aaron Cotton,Jr. Project Manager Page 2 of 2 MAS-TEK ENGINEERING & ASSOCIATES DRILLED PIER INSPECTION REPORT CLIENT: City of Ft. Worth,TPW PROJECT: Fire Station#5 INSPECTOR: G. Green REPORT NO.: 17-097-004 DRILLING COMPANY: E.P.Drilling REPORT DATE: 10/20/10 Pier Location(column Line) H-4 H-8 H-12 M.1 / 17 J.9/ 18 Mas-Tek Pier# 10 24 36 56 60 Design Shaft Diameter(inches) 18" 18" 18" 18" 18" A Design Penetration(feet) 6' 6' 6' 6' 6' Design Elevation of Top of Pier(feet) 99.0' 99.0' 99.0' 96.92' 96.92' Actual Shaft Diameter(inches) 18" 18" 18" 18" 18" Depth to Bearing Stratum-(Hard Gray B unweathered Limestone(feet) 13.67' 14.25' 15.33' 16.17' 18.17' Required Pier Depth due to Bearing Stratum C (feet) 19.67' 20.25' 21.33' 22.17' 24.17' D Actual Depth to Pier Bottom (feet) 20.42' 21.83' 22.42' 23.0' 25.0' Actual Pier Penetration(feet) 6.59' 7.59' 7.08' 6.67' 6.67' Pier Plumb within Specification Yes/No) Yes Yes Yes Yes Yes Casing Required(Yes/No) No No No No No Water Present in Bottom of Pier Hole at Time of Concrete Placement Yes/No No No No No No Pier Bottom Clean(Yes/No) Yes Yes Yes Yes Yes Vertical Bars o.&Size) 6# 7 6# 7 6#7 6#7 6#7 Horizontal Ties Size&Spacing) #3 12's #3 @ 12's #3 2 12's #3@ 12's #3 12's Rebar Cage Diameter(inches) 12" 12" 12" 12" 12" Length of Rebar Cage(Ft) 21.25' 1 22.50' 1 22.67' 1 21.17' 1 23.42' Concrete Placed with a Tremie? (Yes/No) Yes Yes Yes Yes Yes REMARKS: Page I of 2 MAS-TEK ENGINEERING & ASSOCIATES DRILLED PIER INSPECTION REPORT CLIENT: City of Ft. Worth,TPW PROJECT: Fire Station#5 INSPECTOR: D. Cotton REPORT NO.: 17-097-004 DRILLING COMPANY: E.P.Drilling REPORT DATE: 10/20/10 Pier Location(column Line) C.5/ 17 F.1 / 17 H.1 / 17 Mas-Tek Pier# 52 53 54 Design Shaft Diameter(inches) 18" 18" 18" A Design Penetration(feet) 6' 6' 6' Design Elevation of Top of Pier(feet) 96.92' 96.92' 96.92' Actual Shaft Diameter(inches) 18" 18" 18" Depth to Bearing Stratum-(Hard Gray B unweathered Limestone(feet) 15.0' 17.59' 17.08' Required Pier Depth due to Bearing Stratum C (feet) 21.0' 23.59' 23.08' ID Actual Depth to Pier Bottom (feet) 22.0' 24.33' 24.75' Actual Pier Penetration(feet) 7.0' 6.59' 6.75' Pier Plumb within Specification (Yes/No) Yes Yes Yes Casing Required(Yes/No) No No No Water Present in Bottom of Pier Hole at Time of Concrete Placement(Yes/No) No No No Pier Bottom Clean(Yes/No) Yes Yes Yes Vertical Bars(No.&Size) 6#7 6#7 6#7 Horizontal Ties Size&Spacing) #3 12's #3 @ 12's #3 @ 12's Rebar Cage Diameter(inches) 12" 12" 12" Length of Rebar Cage 21.17' 23.0' 23.25' Concrete Placed with a Tremie? (Yes/No) Yes Yes Yes REMARKS: Aaron Cotton,Jr. Project Manager Page 2 of 2 MAS-TEK ENGINEERING & ASSOCIATES DRILLED PIER INSPECTION REPORT CLIENT: City of Ft. Worth, TPW PROJECT: Fire Station#5 INSPECTOR: G. Green REPORT NO.: 17-097-006 DRILLING COMPANY: E.P.Drilling REPORT DATE: 10/21/10 Pier Location(column Line) C.5/ 15 C.5/ 19 F.1 / 19 J.9 / 17 M.1 / 15 Mas-Tek Pier# 46 62 63 55 50 Design Shaft Diameter(inches) 18" 18" 18" 18" 18" A Design Penetration(feet) 6' 6' 6' 6' 6' Design Elevation of Top of Pier(feet) 96.92' 96.33' 96.33' 96.92' 96.92' Actual Shaft Diameter(inches) 18" 18" 1811 18" 18" Depth to Bearing Stratum-(Hard Gray B unweathered Limestone(feet) 17.67' 17.0' 18.0' 18.50' 17.25' Required Pier Depth due to Bearing Stratum C (feet) 23.67' 23.0' 24.0' 24.50' 23.25' D Actual Depth to Pier Bottom (feet) 24.33' 24.42' 24.17' 24.75' 24.0' Actual Pier Penetration(feet) 6.67' 7.45' 6.17' 6.25' 6.42' Pier Plumb within Specification Yes/No) Yes Yes Yes Yes Yes Casing Required(Yes/No) No No No No No Water Present in Bottom of Pier Hole at Time of Concrete Placement(Yes/No) No No No No No Pier Bottom Clean(Yes/No) Yes Yes Yes Yes Yes Vertical Bars(No.&Size) 6#7 6#7 6#7 6#7 6# 7 Horizontal Ties Size&Spacing) #3 a 12's #3 @ 12's #3 2 12's #3@ 12's #3 12's Rebar Cage Diameter(inches) 12" 12" 12" 12" 12" Length of Rebar Cage(Ft) 22.83' 22.75' 22.25' 1 23.25' 1 22.59' Concrete Placed with a Tremie? (Yes/No) Yes Yes Yes Yes Yes REMARKS: Aaron Cotton,Jr. Project Manager Page 1 of 1 MAS-TEK ENGINEERING & ASSOCIATES DRILLED PIER INSPECTION REPORT CLIENT: City of Ft. Worth, TPW PROJECT: Fire Station#5 INSPECTOR: G. Green REPORT NO.: 17-097-008 DRILLING COMPANY: E.P. Drilling REPORT DATE: 10/22/10 Pier Location(column Line) F.5-9 M.5/ 16 J.9/ 15 H.1 / 15 Mas-Tek Pier# 23 51 49 48 Design Shaft Diameter(inches) 18" 18" 18" 18" A Design Penetration(feet) 6' 6' 6' 6' Design Elevation of Top of Pier(feet) 97.08' 97.08' 96.92' 96.92' Actual Shaft Diameter(inches) 1811 18" 18" 18" Depth to Bearing Stratum-(Hard Gray B unweathered Limestone(feet) 14.33' 18.0' 17.67' 18.0' Required Pier Depth due to Bearing Stratum C (feet) 20.33' 24.0' 23.67' 24.0' D Actual Depth to Pier Bottom (feet) 21.0' 24.42' 24.42' 24.50' Actual Pier Penetration(feet) 6.50' 6.62' 6.59' 6.58' Pier Plumb within Specification (Yes/No) Yes Yes Yes Yes Casing Required(Yes/No) No No No No Water Present in Bottom of Pier Hole at Time of Concrete Placement(Yes/No) No No No No Pier Bottom Clean(Yes/No) Yes Yes Yes Yes Vertical Bars(No.&Size) 6 #7 6#7 6#7 6#7 Horizontal Ties(Size&Spacing) #3 @ 12's #3 @ 12's #3 2 12's #3@ 12's Rebar Cage Diameter(inches) 12" 12" 12" 12" Length of Rebar Cage(Ft) 20.0' 23.0' 22.50' 23.0' Concrete Placed with a Tremie? (Yes/No) Yes Yes Yes Yes REMARKS: Aj Aaron Cotton,Jr. Project Manager Page 1 of 1 MAS-TEK ENGINEERING & ASSOCIATES DRILLED PIER INSPECTION REPORT CLIENT: City of Ft. Worth,TPW PROJECT: Fire Station#5 INSPECTOR: G. Green REPORT NO.: 17-097-010 DRILLING COMPANY: E.P. Drilling REPORT DATE: 10/23/10 Pier Location(column Line) F.1 / 15 M.5/ 14 D/ 14 L.5/ 14 Mas-Tek Pier# 47 45 40 44 Design Shaft Diameter(inches) 18" 18" 18" 18" A Design Penetration(feet) 6' 6' 6' 6' Design Elevation of Top of Pier(feet) 96.92' 97.08' 96.92' 96.92' Actual Shaft Diameter(inches) 18" 18" 18" 18" Depth to Bearing Stratum-(Hard Gray B unweathered Limestone(feet) 17.42' 17.25' 17.50' 17.25' Required Pier Depth due to Bearing Stratum C (feet) 23.42' 23.25' 23.50' 23.25' D Actual Depth to Pier Bottom (feet) 24.0' 24.0' 23.50' 24.0' Actual Pier Penetration(feet) 6.42' 6.75' 6.0' 6.75' Pier Plumb within Specification (Yes/No) Yes Yes Yes Yes Casing Required(Yes/No) No No No No Water Present in Bottom of Pier Hole at Time of Concrete Placement Yes/No) No No No No Pier Bottom Clean Yes/No) Yes Yes Yes Yes Vertical Bars(No.&Size) 6#7 6# 7 6#7 6#7 Horizontal Ties(Size&Spacing) #3 n 12's #3 12'S #3 2 12'S #3@ 12'S Rebar Cage Diameter(inches) 12" 12" 12" 12" Length of Rebar Cage(Ft) 1 23.0' 1 23.0' 1 23.33' 1 23.0' Concrete Placed with a Tremie? (Yes/No) I Yes I Yes rYes I Yes REMARKS: Aaron Cotton,Jr. Project Manager Page IofI MAS-TEK ENGINEERING &ASSOCIATES DRILLED PIER INSPECTION REPORT CLIENT: City of Ft. Worth,TPW PROJECT: Fire Station#5 INSPECTOR: G. Green REPORT NO.: 17-097-012 DRILLING COMPANY: E.P.Drilling REPORT DATE: 10/25/10 Pier Location(column Line) J.9 - 14 H.1- 14 F-1 - 14 A- 13 A- 11 Mas-Tek Pier# 43 42 41 33 27 Design Shaft Diameter(inches) 18" 18" 18" 18" 18" A Design Penetration(feet) 6' 6' 6' 6' 6' Design Elevation of Top of Pier(feet) 96.92' 96.92' 96.92' 97.08' 97.08' Actual Shaft Diameter(inches) 18" 18" 18" 18" 18" Depth to Bearing Stratum-(Hard Gray B unweathered Limestone(feet) 17.33' 17.59' 17.67' 17.75' 17.0' Required Pier Depth due to Bearing Stratum C (feet) 23.33' 23.59' 23.67' 23.75' 23.0' D jActual Depth to Pier Bottom (feet) 24.0' 24.59' 24.42' 25.50' 24.25' Actual Pier Penetration(feet) 6.67' 7.0' 6.75' 7.50' 7.25' Pier Plumb within Specification (Yes/No) Yes Yes Yes Yes Yes Casing Required Yes/No) NO NO No No No Water Present in Bottom of Pier Hole at Time of Concrete Placement(YesMo) NO No No NO No Pier Bottom Clean(Yes/No) Yes Yes Yes Yes Yes Vertical Bars(No.&Size) 6#7 6#7 6#7 6#7 6#7 Horizontal Ties(Size&Spacing) #3 @ 12's #3 @ 12's #3 2 12's #3@ 12's #3 @ 12's Rebar Cage Diameter(inches) 12" 12" 12" 12" 12" Length of Rebar Cage(Ft) 22.0' 23.0' 23.0' 20.0' 20.0' Concrete Placed with a Tremie? (Yes/No) Yes Yes Yes Yes Yes Page I of 5 MAS-TEK ENGINEERING & ASSOCIATES DRILLED PIER INSPECTION REPORT CLIENT: City of Ft. Worth,TPW PROJECT: Fire Station#5 INSPECTOR: G. Green REPORT NO.: 17-097-012 DRILLING COMPANY: E.P.Drilling REPORT DATE: 10/25/10 Pier Location(column Line) L- 11 E - 11 M.5- 12.5 M.5-10.5 L-9 Mas-Tek Pier# 31 28 34 32 26 Design Shaft Diameter(inches) 18" 18" 18" 18" 18" A Design Penetration(feet) 6' 6' 6' 6' 6' Design Elevation of Top of Pier(feet) 97.08' 97.08' 97.08' 97.08' 97.08' Actual Shaft Diameter(inches) 18" 18" 18" 18" 18" Depth to Bearing Stratum-(Hard Gray unweathered B Limestone(feet) 17.59' 17.0' 17.33' 18.0' 18.0' C Required Pier Depth due to Bearing Stratum(feet) 23.59' 23.0' 23.33' 24.0' 24.0' D Actual Depth to Pier Bottom (feet) 23.67' 23.08' 23.33' 24.0' 24.0' Actual Pier Penetration(feet) 6.08' 6.08' 6.0' 6.0' 6.0' Pier Plumb within Specification (Yes/No) Yes Yes Yes Yes Yes Casin Re wired(Yes/No) No No No No No Water Present in Bottom of Pier Hole at Time of Concrete Placement(Yes/No) No No No No No Pier Bottom Clean(Yes/No) Yes Yes Yes Yes Yes Vertical Bars(No.&Size) 6#7 6#7 6#7 6#7 6#7 Horizontal Ties(Size&Spacing) #3 @ 12's #3 @ 12's #3 2 12's #3@ 12's #3 A 12's Rebar Cage Diameter(inches) 12" 12" 12" 12" 12" Len th of Rebar Cage(Ft) 21.0' 22.0' 22.0' 21.0' 22.0 Concrete Placed with a Tremie? (Yes/No) Yes Yes Yes Yes Yes Page 2 of 5 MAS-TEK ENGINEERING &ASSOCIATES DRILLED PIER INSPECTION REPORT CLIENT: City of Ft. Worth,TPW PROJECT: Fire Station#5 INSPECTOR: G. Green REPORT NO.: 17-097-012 DRILLING COMPANY: E.P.Drilling REPORT DATE: 10/25/10 Pier Location(column Line) J.1 - 13 L- 13 E- 13 A- 9 C- 10 Mas-Tek Pier# 37 38 34 20 21 IDesign Shaft Diameter(inches) 18" 18" 18" 18" 18" A Design Penetration(feet) 6' 6' 6' 6' 6' Design Elevation of Top of Pier(fee 97.1' 97.1' 97.1' 97.1' 97.1' Actual Shaft Diameter(inches) 18" 24' 18" 18" 18" Depth to Bearing Stratum-(Hard B Gray unweathered Limestone(feet) 17.0' 17.08' 15.67' 16.17' 17.0' Required Pier Depth due to Bearing C Stratum(feet) 23.0' 23.08' 21.67' 22.17' 23.0' D Actual Depth to Pier Bottom (feet) 23.0' 23.08' 23.25' 22.33' 23.33' Actual Pier Penetration(feet) 6.0' 6.0' 6.0' 6.17' 6.33' Pier Plumb within Specification (Yes/No) Yes Yes Yes Yes Yes Casing Required(Yes/No) No No No No No Hole at Time of Concrete Placement(Yes/No) No No No No No Pier Bottom Clean(Yes/No) Yes Yes Yes Yes Yes Vertical Bars(No.&Size) 6#7 6#7 6#7 6#7 6#7 Horizontal Ties(Size&Spacing) #3 @ 12's #3 @ 12's #3 2 12's #3@ 12's #3 @ 12's Rebar Cage Diameter(inches) 12" 12" 12" 12" 12" Length of Rebar Cage(Ft) 2.0.5' 21' 21' 21' 21' Concrete Placed with a Tremie? (Yes/No) Yes Yes Yes Yes Yes Page 3 of 5 MAS-TEK ENGINEERING & ASSOCIATES DRILLED PIER INSPECTION REPORT CLIENT: City of Ft. Worth,TPW PROJECT: Fire Station#5 INSPECTOR: G. Green REPORT NO.: 17-097-012 DRILLING COMPANY: E.P.Drilling REPORT DATE: 10/25/10 Pier Location(column Line) J.1 - 11 D -9 M - 7 M.5-7 J.1 - 9 Mas-Tek Pier# 30 22 18 19 25 IDesign Shaft Diameter(inches) 18" 18" 18" 18" 18" A Design Penetration(feet) 6' 6' 6' 6' 6' Design Elevation of Top of Pier(feet) 97.08' 97.08' 97.08' 97.08' 97.08' Actual Shaft Diameter(inches) 18" 18" 18" 18" 18" Depth to Bearing Stratum-(Hard B Gray unweathered Limestone(feet) 17.50' 17.33' 17.0' 17.42' 17.42' Required Pier Depth due to Bearing C Stratum(feet) 23.50' 23.33' 23.0' 23.42' 23.42' D Actual Depth to Pier Bottom (feet) 24.53' 24.17' 23.42' 23.59' 24.08' Actual Pier Penetration(feet) 6.67' 6.67' 6.42' 6.7' 6.59' Pier Plumb within Specification (Yes/No) Yes Yes Yes Yes Yes Casing Required(Yes/No) No No No No No at Time of Concrete Placement (Yes/No) No No No No No Pier Bottom Clean(Yes/No) Yes Yes Yes Yes Yes Vertical Bars(No.&Size) 6#7 6#7 6#7 6#7 6#7 Horizontal Ties(Size&Spacing) #3 @ 12's #3 @ 12's #3 2 12's #3 12'S #3 12's Rebar Cage Diameter(inches) 12" 12" 12" 12" 12" Length of Rebar Cage(Ft) 23.0' 23.0' 23.0' 23.0' 23.0' Concrete Placed with a Tremie? (Yes/No) Yes Yes Yes Yes Yes Page 4 of 5 MAS-TEK ENGINEERING & ASSOCIATES DRILLED PIER INSPECTION REPORT CLIENT: City of Ft. Worth,TPW PROJECT: Fire Station#5 INSPECTOR: G.Green REPORT NO.: 17-097-012 DRILLING COMPANY: E.P.Drilling REPORT DATE: 10/25/10 Pier Location(column Line) F.5-7 Mas-Tek Pier 9 15 IDesign Shaft Diameter(inches) 18" A Design Penetration(feet) 6' Design Elevation of Top of Pier(feet) 97.08' Actual Shaft Diameter(inches) 18" Depth to Bearing Stratum-(Hard B Gray unweathered Limestone(feet) 17.33' Required Pier Depth due to Bearing, C Stratum(feet) 23.33' D Actual Depth to Pier Bottom (feet) 24.0' Actual Pier Penetration(feet) 6.67' Pier Plumb within Specification (Yes/No) Yes Casing Required(Yes/No No at Time of Concrete Placement (Yes/No) No Pier Bottom Clean(Yes/No) Yes Vertical Bars(No.&Size) 6#7 Horizontal Ties(Size&Spacing) #3 @ 12's Rebar Cage Diameter(inches) 12" Length of Rebar Cage(Ft) 22.0' Concrete Placed with a Tremie? (Yes/No) Yes REMARKS: r J Aaron Cotton,Jr. Project Manager Page 5 of 5 MAS-TEK ENGINEERING & ASSOCIATES DRILLED PIER INSPECTION REPORT CLIENT: City of Ft. Worth,TPW PROJECT: Fire Station#5 INSPECTOR: G. Green REPORT NO.: 17-097-014 DRILLING COMPANY: E.P.Drilling REPORT DATE: 10/26/10 Pier Location(column Line) F- 1 F-2 F.5- 13 F.5 -11 K- 3 Mas-Tek Pier 4 1 6 35 29 67 Design Shaft Diameter(inches) 18" 18" 18" 18" 18" A Design Penetration(feet) 6' 6' 6' 6' 6' Design Elevation of Top of Pier(feet) 97.08' 97.08' 97.08' 97.08' 97.08' Actual Shaft Diameter(inches) 18" 18" 18" 18" 18" Depth to Bearing Stratum-(Hard Gray B unweathered Limestone(feet) 17.33' 17.17' 17.33' 18.0' 17.08' Required Pier Depth due to Bearing Stratum C (feet) 23.33' 23.17' 24.42' 24.0' 23.08' D Actual Depth to Pier Bottom (feet) 24.0' 24.17' 24.42' 24.08' 23.33' Actual Pier Penetration(feet) 6.67' 7.0' 7.08' 6.08' 6.25' Pier Plumb within Specification (Yes/No) Yes Yes Yes Yes Yes Casing Required(Yes/No) No No No No No Water Present in Bottom of Pier Hole at Time of Concrete Placement Yes/No) No No No No No Pier Bottom Clean(Yes/No) Yes Yes Yes Yes Yes Vertical Bars(No.&Size) 6#7 6#7 6#7 6 #7 6#7 Horizontal Ties(Size&Spacing) #3 @ 12" #3 @ 12" #3 @ 12" #3 @ 12" #3 @ 12" Rebar Cage Diameter(inches) 12" 12" 12" 12" 12" I.en th of Rebar Cage(Ft) 22' 22' 23' 23' 23' Concrete Placed with a Tremie? (Yes/No) Yes Yes Yes Yes Yes Page I of 4 MAS-TEK ENGINEERING & ASSOCIATES DRILLED PIER INSPECTION REPORT CLIENT: City of Ft. Worth,TPW PROJECT: Fire Station#5 INSPECTOR: G. Green REPORT NO.: 17-097-014 DRILLING COMPANY: E.P.Drilling REPORT DATE: 10/26/10 Pier Location(column Line) K-7 H.8-7 H.8 -4.2 K- 5 G- 1 Mas-Tek Pier# 17 16 11 12 2 Design Shaft Diameter(inches) 18" 18" 18" 18" 18" A Design Penetration(feet) 6' 6' 6' 6' 6' Design Elevation of Top of Pier(feet) 97.08' 97.08' 97.08' 97.08' 97.08' Actual Shaft Diameter(inches) 18" 18" 18" 18" 18" Depth to Bearing Stratum-(Hard Gray unweathered B Limestone(feet) 17.0' 17.08' 17.17' 17.17' 18.0' C Required Pier Depth due to Bearing Stratum(feet) 23.0' 23.08' 23.17' 23.27' 24.0' D Actual Depth to Pier Bottom (feet) 23.0' 23.08' 23.25' 23.50' 24.25' Actual Pier Penetration(feet) 6.0' 6.0' 6.08' 6.33' 6.25' Pier Plumb within Specification (Yes/No) Yes Yes Yes Yes Yes Casing Required(Yes/No) No No No No No Water Present in Bottom of Pier Hole at Time of Concrete Placement(Yes/No) No No No No No Pier Bottom Clean(Yes/No) Yes Yes Yes Yes Yes Vertical Bars(No.&Size) 6#7 6#7 6#7 6#7 6#7 Horizontal Ties(Size&Spacing) #3 @ 12" #3 @ 12" #3 @ 12" #3 @ 12" #3 @ 12" Rebar Cage Diameter(inches) 12" 12" 12" 12" 12" Length of Rebar Cage(Ft) 21' 21' 21' 21' 22' Concrete Placed with a Tremie? (Yes/No) Yes Yes Yes Yes Yes Page 2 of 4 MAS-TEK ENGINEERING&ASSOCIATES DRILLED PIER INSPECTION REPORT CLIENT: City of Ft. Worth,TPW PROJECT: Fire Station#5 INSPECTOR: G.Green REPORT NO.: 17-097-014 DRILLING COMPANY: E.P.Drilling REPORT DATE: 10/26/2010 Pier Location(column Line) H-8- 1 K- 1 F.4- 2.9 D-6 F-6 Mas-Tek Pier# 3 4 68 13 14 Design Shaft Diameter(inches) 18" 18" 18" 18" 18" A Design Penetration(feet) 6' 6' 6' 6' 6' Design Elevation of Top of Pier(feet) 97.08' 97.08' 97.08' 97.08' 97.08' Actual Shaft Diameter(inches) 18" 18" 1811 18" 18" Depth to Bearing Stratum-(Hard Gray B unweathered Limestone(feet) 17.08' 16.42' 17.0' 18.25' 17.0' Required Pier Depth due to Bearing C Stratum(feet) 23.08' 22.42' 23.0' 24.25' 23.0' D Actual Depth to Pier Bottom (feet) 23.42' 22.83' 23.0' 24.25' 23.50' Actual Pier Penetration(feet) 6.17' 6.42' 6.0' 6.0' 6.50' Pier Plumb within Specification (Yes/No) Yes Yes Yes Yes Yes Casing Required(Yes/No) No No No No No Water Present in Bottom of Pier Hole at Time of Concrete Placement(Yes/No) No No NO No No Pier Bottom Clean(Yes/No) Yes Yes Yes Yes Yes Vertical Bars(No.&Size) 6#7 6#7 6#7 6#7 6#7 Horizontal Ties(Size&Spacing) #3 @ 12" #3 12" #3 12" #3 12" #3 a 12" Rebar Cage Diameter(inches) 12" 12" 12" 12" 12" Length of Rebar Cage(Ft) 21' 21' 21' 23' 23' Concrete Placed with a Tremie? (Yes/No) Yes Yes Yes Yes Yes Page 3 of 4 MAS-TEK ENGINEERING &ASSOCIATES DRILLED PIER INSPECTION REPORT CLIENT: City of Ft. Worth,TPW PROJECT: Fire Station#5 INSPECTOR: G.Green REPORT NO.: 17-097-014 DRILLING COMPANY: E.P.Drilling REPORT DATE: 10/26/2010 Pier Location(column Line) D -4 F -4 F.4-4.1 D-2 H.8-2.8 Mas-Tek Pier# 7 8 9 5 69 Design Shaft Diameter(inches) 18" 18" 18" 18" 18" A IDesign Penetration(feet) 6' 6' 6' 6' 6' Design Elevation ofTop of Pier(feet) 97.08' 97.08' 97.08' 97.08' 97.08' Actual Shaft Diameter(inches) 18" 18" 18" 18" 18" Depth to Bearing Stratum-(Hard Gray B unweathered Limestone(feet) 17.33' 17.59' 17.59' 17.33' 17.59' Required Pier Depth due to Bearing C Stratum(feet) 23.33' 23.59' 23.59' 23.33' 23.59' D Actual Depth to Pier Bottom (feet) 23.59' 24.33' 23.59' 23.33' 23.59' Actual Pier Penetration(feet) 6.25' 6.75' 6.0' 6.0' 6.0' Pier Plumb within Specification Yes Yes Yes Yes Yes (Yes/No) ,Casing Required(Yes/No) No No No No No Water Present in Bottom of Pier Hole at Time of Concrete Placement NO No NO NO NO Pier Bottom Clean(Yes/No) Yes Yes Yes Yes Yes Vertical Bars(No.&Size) 6#7 6#7 6#7 6#7 6#7 Horizontal Ties(Size&Spacing) #3 @ 12" #3 Q 12" #3 Q 12" #3 @ 1TA #3 @ 12" Rebar Cage Diameter(inches) 12" 12" 12" 12" 12" Length of Rebar Cage(Ft) 23' 22' 23' 23' 23' Concrete Placed with a Tremie? Yes Yes Yes Yes Yes (Yes/No) REMARKS: r" _J . Aaron Cotton,Jr.Project Manager Page 4 of 4 PROJECT SUMMARY SHEET (Change Order Attachment) PROJECT NAME: Fire Station #5 BuySpeed No: PO-10-00060917 Contract No: CS40540 D.O.E. No: N/A Attachment to Change Order No: 1 Today's Date: 2/23/11 TOTAL Original Contract Amount: $ 2,413,807.00 Extras to Date: $ _ Credits to Date: $ _ Contract Amount to Date: $ 2,413,807.00 Amount of Proposed Change Order: $ 14,166.00 Revised Contract Amount: $ 2,427,973.00 Original Funds Avail. for Admin. Change Orders: $ 150,000.00 Remaining Funds Available for Change Orders: $ _ Additional Funding (if necessary): $ 135,834.00 Prepared By: Brandy Crane T/PW Mgmt Svs.