Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 41332-CO4
CITY SECRETARY CONTRACT NO. f:\:\331--CDL\- Change Order No . Date 4(four) 10/10/11 City of Fort Worth Change Order Request TPW Project No . Funding (FAC) C234 541200 207060162780 Facility and Project Descript ion City Secretary Contract No . East Multi-Purpose Facility WRMC CS41332 ORIGINAL CONTRACT AMOUNT ................................................................ $15 ,443 ,305 CONTRACTOR CONTINGENCY INCLUDED IN CONTRACT AMOUNT.............. $ 449 ,805 ORIGINAL CONTRACT AMOUNT LESS CONTINGENCY ................................ $14 ,993 ,500 EXTRAS TO DATE .................................................................... . $ 114 ,983 CREDITS TO DATE. .................................................................. . $ 0 CONTRACT COST TO DATE. ................................................................................................ . $ 15 ,108 ,483 AMOUNT OF PROPOSED CHANGE ORDER. .......................................................................... . $ 98 ,784 REVISED CONTRACT AMOUNT ............................................................................................ . $15,207,267 CONTINGENCY FUNDS AVAILABLE FOR CHANGE ORDERS ...................................................... $ 449,805 REMAINING CONTINGENCY FUNDS AVAILABLE FOR CHANGE ORDERS .................................... $ 236,038 ADDITIONAL FUNDING (IF NECESSARY)................................................................................ $ 0 IN ACCORDANCE WITH THIS CHANGE ORDER , THE CONTRACTOR SHALL: Furnish all labor and material as per the attached Proposed Change Requests : PCR 's 22 , 26 , 27 , 28 , 31, 36, 37, 38, 40, 41 , 46 , 50 , 51 and 53 Total Add This Change Order ADD $98,784 It is und erstoo d and agree d th at th e acceptance of th is Change O rd er by th e co ntrac tor co nstitutes a n accord and sati sfact io n and re presents payment in full (both t ime and money) fo r all costs ari sin g o ut of, or in cid enta l to, th e a bove Change Ord er Contractor's Name Rogers -O'Brien Construction Company, Ltd . Orig inal Contract Time Add itional Approved Time To Date Approved Contract Time To Date Add itional Time For This Change Order 590 cd O cd 590 cd O cd Date /~o/;1 Distribution : File Construction Manager ~at~_/ IZ(/'//11 Date 10/~/1>•1 Date 10. Date .. Rogers -O'Brien Construction 1901 Regal Row Dallas, Te xas 75235 Main 214 .962.3000 Fa x 214 .962 .3001 3901 S. Lam ar Blvd. #200 Austin , Te xas 78704 Main 512.486.3800 Fax 512.486.3701 www.rogers-obrie n .co m October 10, 2011 Jack Durham Senior Construction Manager -City of Fort Worth Transportation & Public Works D ept. Facilities Management Division/ Architectural Services 401 West 13th Street Fort Worth, TX 76102 RE: SUBJECT: Mr. Durham: WRMC -East Multi-Purpose Facility Project DOE/Project# TPW-01627 Contract # 41332 Fort Worth, Texas Change Request # 22 -M/WBE P articipation The total amount of approved Ch an ge Request # 22 including profit and overhead is $4,866 .00. Below is the breakdown for the M/WBE Participation related to C h ange Request # 22 : Grace Construction Co., Inc. $2,7 63 .00 7 Total Cost included In Change Request# 22 $2,763 .oo I $4,8 66.oo= 56.8% Total M/WBE Participation For Change Request# 22 $2,7 63 .oo I $4,8 66.oo = 56.8 % Total M /WBE Participation fo r Ch ange Request # 22 is 56.8%. Please let me know should yo u need any additional information. Sincerely, Rogers -O'Brien Construction ~~ Trey Carroll Project Manager CC: Master File 10022 Dallas I Austin ,gers -O'Brien Construction September 13 , 2011 City of Forth Worth 401 West 13th Street Fort Worth, TX 76102 Ph : (817)392-7913 Fax : (817)392-8488 ATIN : Jack Durham RE :RFI # 29 -Soffit Beam Changes @ Garage B Existing Wall 10022 Will Rogers Memorial Cntr East Change Request# 22 Dear Jack: Per RFI # 29 response , saw-cut and remove portions of existing cast-in-place wall at South sid e of Garage B where carton forms collapsed for installation of the (5) cantilevered grade beams to be installed under existing wall. Scope of work includes drill and expoxy of# 4 dowels 2'-0" embedded in bott om of existing wall at 4 '-0" on center. At cantilevered grade beam s (4) # 4 dowels installed . Stirrups for new soffit beam modified to accommodate existing wall where carto n forms had failed per detail provided . Attached please find our pricing for the above referenced re v is ion item . 1901 Regal Row Dallas , Texas 75235 Main 214 .962 .300CJr he total amount to provide this work is : $4,866 .00 Fax 214 .962 .3001 3901 s. Lamar Blvd . #2ocf'lease note the attached exclus ions/qualifications . Austin, Texas 78704 Ma in 512.486 .3800 Fa x 512 .4 86 .37o-/f you have any questions or need further clarifi catio n , please contact me a t (214)962-3000. www.rogers-obrien .com Sincerely, ~ Trey Carroll Rogers-O'Brien Construction Co OWNER AUTHORIZED SIGNATURE ATIACHMENT Dallas I Austin Change Request 22 Price Breakdown Name: Will Rogers Memorial Cntr East Date: 9/13/2011 Description : RFI # 29 -Soffit Beam Changes @ Garage B Existing Wall Change Request #:22 Labor Material No Description QTY Unit Unit Total Unit Total Equipment Subcontract Other Price 1 Saw-cut/Remove Exist. Wall 1,450 .00 $1,450.00 2 Formwork/Concrete Subcontracto 2,763.00 $2,763 .00 ****EXCLUSIONS AND QUALIFICATIONS**** Subtotal: $4,213.00 See attached backup for labor, material and subcontractor and Overhead 10.00% $421 .30 supplier detail. Fee 5.00% $231.70 Price excludes all federal, state and local fees . Price does include sales and / or remodel taxes . Written authorization and / or signature on this PC required prior to performing the above described work . Total : $4,866 .00 r ._ Hahnfeld Hoffer Stanford Hal1n f e l d H o f fer Stanford / 200 Bailey Avenue , Suite 200 Fort Wo rt h, Te xa s 76 1 07 Project: Number: To: From: Subject: Sent Via: RFI ID: Discipline: Received: Question: Suggestion: Answer: CC: Contents Quantity 1 RFI Response Transmittal ID: Date Sent: 07015-01 WRMC East Mu/ti-Purpose Building 07015-01 Brent MacDonald Rogers-O'Brien Construction Co. 1901 Regal Row Dallas, TX 75235 214-962-3000 (Phone) 214-962-3001 (Fa x) Gary Ryan Hahnfeld Hoffe r Stanford 200 Bailey Avenue , Suite 200 Fort Wo r th, Texas 76107 (817) 921-5928 (Phone) (817) 302-0692 (Fax) 00285 5/6/2011 Unit 'B' Soffit Beam Coord in ation at South Wall , Southeast and South we st Corners Info Ex change 00029 5/3/2011 See attached draw i ng depicting soffit beam coord in ation as discussed on -s ite between Tommy Deeds and Brent MacDonald on 4/27/2011. Please confirm reinforcement requirements depicted in section A-A as they will conflict with the collapsed carton fo r m above . Rogers -O'Brien Construction has proposed 2 options for review and these options will need to coordinate with the soffit beams on the East wall from column line EQ tow ards the South, South wall from column l i ne ES to El and on the West wall from column line EP towards the South. Please confirm dowel size and provide epoxy requirements for vertical dowels in the soffit beams at the aforementioned locations See attached drawing for response. Tommy Deeds (Hahnfeld Hoffer Stanford) Dated Descri ption 5/3/2011 RFI -029.jpg I 1, '2. -0 f!;," #4 dowersOe-mbedded;:tf' into existing w.111 every 4'--0" o.c. sawcut and remove hatched area (collapsed carton form only) Dowels to be centered in the ;1,-, existing structure ~ E::~ ~tU£t~ ..JL*,"'---JG. New soffit beam A Cantilevered grade beam Existing structure " €;; ,, JIJ Bottom of collapsed carton form Reinforcement per 8/S.82.2 e Option 2: Revise the top of stirrup elevation to be a constant dimension from FF elevation 568'-4" along the south wall. The reinforcement detail will not change as detailed on 2/S.82.2 above the 5 cantilevered grade Section A-A . . proposed section A-A option 2 ,., x·-x · 568'-4 " Run Date 5/31/11 HD SUPPLY WATERWOR KS , LTD . TEXAS SPRINKLER HDSFP -DALLAS TX 609 INDUSTRIAL BLVD 1975 California Crossing Rd GRAPEVINE TX 76051 Dallas TX 75220 Telephone: 817 -416-0160 Te l ephone: 972-830 -9370 Fax: 817 -416 -0862 Fax : 972 -830-9385 5/31/11 Bid ID: 2777642 Sell Line Quantity Per Description 10 4 EA 87510S60P TYC 510 SP GRV 90 PTD 6" IMPORT "SHORT PATTERN" 20 22 EA 8757760ACP TYC 577 RIGID CPLG PTD 6 11 W/P-LUBE EPDMA IMPORT 30 28 EA 87 0500 301841 ANV 69 6 ZP LT/DTY W/NFPA TAPG S HGR 0500301841 40 80 FT 87ATR1210Z FP 1/2" X 10' ALL THREAD ROD Z INC Subtotal: Tax: Bid Total: Net Price 155.00 74.75 9.75 2.83 Page 1 Extended Price 620 .00 1 ,644.50 273.00 226.40 2,763.90 .00 2,763.90 Rogers -O'Brien Construction 1901 Rega l Row Dallas, Te xas 75235 Main 214 .962.3000 Fax 214 .962 .3001 3901 S. Lama r Blvd . #200 Austin , Texas 78704 Main 512.486.3800 Fax 512.486 .3701 w w w .roge rs -o bri en.co m October 10, 201 1 Jack Durham Senior Construction Manager -City of Fort Worth Transportation & Public Works Dept. Facilities Management Division/ Architectural Services 401 West 13th Street Fort Worth, TX 76 102 RE: SUBJECT: Mr. Durham: WRMC -East Multi-Purpose Facility Project DOE/Project# TPW-01627 Contract # 41332 Fort Worth, Texas Change Request # 27 -M /WBE Participation The total amount of approved Change Request # 27 including profit and overh ea d is $3,941.00 . Below is the breakdown for the M/WBE Participation related to Change Request # 27 : Winston Water Cooler, LTD. (Hidalgo Industrial Services, Inc.) $636.47 ~ Total Cost included In Change Request# 27 $636.47 I $3,941.00 = 16.1% Total M/WBE Participation For Change Request# 27 $636.47 I $3,941.00 = 16.1 % Total M/WBE P arti cipation for Change Request# 27 is 16 .1 %. Please let me know should yo u need any additional information. Sincerely, Rogers -O'Brien Construction ~ Trey Carroll Project Manager CC: Master File 10022 Dallas I Austin Rogers-O'Brien Construction August 27 , 2011 City of Forth Worth 401 West 13th Street Fort Worth , TX 76102 Ph : (817)392-7913 Fax: (817)392-8488 ATIN : Jack Durham RE :RFI # 31 -Added Backwater Valves 10022 Will Rogers Memorial Cntr Eas t Change Request # 27 Dear Jack: Per RFI # 31 response , added (4) backwater valves to sub-soil drain lines including 6" PVC risers and traffic rated cleanouts for all (4) backwater valves at the top of the 6" PVC risers to keep water and debris from going down to the valve . Attached please find our pricing for the above referenced revision item . 1901 Regal Ro'4h t t I t t 'd th' k . Dalla s, Texas 75235 e o a amoun o prov1 e 1s wor 1s : $3,941 .00 Main 214 .962.300 0 Fax 214 .962.30(please note the attached exclusions/qualifications . 3901 S. Lam ar Blvd . #20 0 Austin, Te xas 7870 if you have any questions or need further clarification , please contact me at (214)962-3000 . Main 512 .4 86.3800 Fa x 512.486.3701 www.rogers-obrie n.com Sincerely , ~ Trey Carroll Rogers -O'Brien Construction Co OWNER AUTHORIZED SIGNATURE ATIACHMENT Dallas I Austin Change Request 27 Price Breakdown Jb Name : Will Rogers Memorial Cntr East RF!# 31 -Added Backwater Valves Description : Labor No Description QTY Unit Unit Total 1 Added Bac kwater Valves ****EXCLUSIONS AND QUALIFICATIONS**** See attached backup for labor, material and subcontractor and supplier detail. Price excludes all fede ral, state and local fees . Price does include sales and I or remodel taxes . Material Unit Total Subtotal: Overhead Fee Written authorization and I or s ignature on this PC required prior to performing the above described work . Total: Equipment Date: 8/27/2011 Change Request #2.7 Subcontract Other Price 3,412 .00 $3,412 .00 $3,412.00 10 .00% $341 .20 5.00% $187 .80 $3,941.00 Hahnfeld Hoffer Stanford Hahn f "'ld Hoffer S tanford I 200 Ba i ley Ave nu-:, S uits, 2 00 Fo rt Wo rth . Te xas 76 1 07 Project: Number: To: From: Subject: Sent Via: Rfl ID: Discipline: Received: Question: Suggestion: Answ,er: CC: Contents Quantity 1 RFI Response Transmittal ID: Date Sent: 07015-01 WRMC East Mult i-Purpose Building 07015-01 Brent MacDonald Rogers -O'Brien Construction Co. 1901 Regal Row Da as, TX 75235 214-962 -3000 (Phone) 214-962-3 001 (Fax) Gary Ryan Hahnfeld Hoffer Stanford 200 Baijey Avenue, SUite 200 Fort Worth, Texas 76107 (817) 921-592.8 (Phone) (817) 302-0 692 (Fax) Subsorl Drainage Bacl<wateT Preventer Coordination Info Exchange 00031 5/6/2011 00360 6/1/2011 Per the city plumbing inspector, (2009 code book section 1111.1) a backwater valve must be tocated on hard pipe connections to subsoil drains to prevent the .possibility or the storm drainage system backing up into the building. Please provide details of the backflow preventer and required vault, as wel as their locations. Due to the modifications made to the sub-soil dra inage system with the drainage mat and hard-pipe drainage conn ection to the inside of the buildrng, the (2) backwater valves and vaults will need to be located on the inside of .the budding near the NE corner of the Garage with a backwater valve and vauft located on either s ide of the 18" .storm rne the sub-so.il drainage pipes tie in to . Th.e backwater valves and vaults would be required with either the exterior sub-soil drain as shown on Sheet P.Bl .1 or wrth the drainage mat and hard-pipe connections to the inside of the bu· ding as we are currently instaBing. Please advise . Per the Chief Plumb·ng Inspector, Dennis McKenzre, the attached backwater valves are acceptable for installation on the sub-soil drain lines for this project. One PVC check vatve is required for each sub-soil lin e, prior to connection to the ma in storm drain, for a total of 4. The valves do not requir e a vatdt, only a 6 " PVC pipe extended to gr ade for maintenance/replacement of the valve . See attached cut sheet. We recommend the valve & PVC access sleeve/cover b-e installed on the exterior of the building at all 4 locations (two north and two south). Dated Description 6/1/2011 PVC Check Vatve.pdf Backwater Valves include d In the price and for use with 4" PVC drainage pipe . Designed fo r exterior fn -the-ground use without a vault. Removable gate cassette allows gate to be easily removed for cleaning , or If drain line requires snaking . Standard 6" DVVV pipe and cap (not included) is cut to length to extend valve access to ground level at time of installation. At the same time, a piece of 3/4" PVC pipe Is cut to length and glued to the removable gate on one end and tee on the other. This unique Adapt a Valve design allows for deep burial "'ccess in yo ur yard without the need for a manhole or expensive underground vault. Please make sure you want 4" PVC (Schedufe 40 DWV) NORMALLY OPEN when you select this valve. ALWAYS check your local building code before installing . Page 5 of 12 ------$ 209.oo ~MdToCart l ML4XPVC -Mainline Adapt-A-Valves are sold with removable NORMALLY CLOSED cassette included in the price and for use with 4" PVC drainage pipe . Designed for exterior In-the-ground use without a vault. Removable gate cassette allows gate to be easily removed for cleaning, or if drain line requires snaking. Standard 6" DVVV pipe and cap (not included) is cut to length to extend valve access to ground level at time of installation. At the same time, a piece of 3/4" PVC pipe Is cut to length and glued to the removable gate on one end and tee on the other. This unique Adapt a Valve design allows for deep burial access in your yard without the need for a manhole or expensive underground vault. US & Protectorates, US Express, II Canadian Provinces, UK, Please make sure you want 4" PVC (Schedule 40 estern Europe, Scandinavia, DWV) NORMALLY CLOSED when yo~ select this Israel, Spain, South Africa, yalve .. ALWAYS check your local bullding code before ustralla, New Zealand . SPECIAL .installing . NOTE: You MUST be a "PayPal erlfied" buyer for us to ship Internationally. Shipping · Options m of ML3XABS -Mainline Adapt-A-Valves are sold with removable NORMALLY OPEN cassette Included In the price and for use with 3" ABS drainage pipe. http://backwater-valves .com/Backwater-Valves .asp 06/01/2011 Backwater Valves dapt-A-Valves LWAYS check your local building code before installing. ML4XA8S -Mainline Adapt-A-Valves are sold with removable NORMALLY OPEN cassette included in the price and for use with 4" ABS drainage pipe. Designed for exterior in-the-ground use without a vault. Removable gate cassette allows gate to be easily removed for cleaning , or If drain line requires snaking . Standard 6" D\/'N pipe and cap (not included) is cut to length to extend valve access to ground level at time of installation. At the same time, a piece of 3/4" PVC pipe Is cut to length and glued to the removable gate on one end and tee on the other. This unique Adapt a Va[ve design allows for deep burial access in your yard without the need for a manhole or expensive underground vault. US & Protectorates, US Express, Please make sure you want 4" ABS (Schedule 40 I Canadian Provinces , UK, DWV) NORMALLY OPEN when you select this valve . estem Europe , Scandinavia , ALWAYS check your lo cal building code before Israel, Spain, South Afrlca, Installing . ustral!a, New Zealand . SPECIAL NOTE: You MUST be a "PayPal erified" buyer for us to ship Internationally. Shipping Options f Page 4 of12 ~$199.00-AddToC~ LWAYS check your local building code before installing . ML4XA8S -Mainline Adapt-A-Valves are sold with removable NORMALLY CLOSED cassette included in the price and for use with 4" ABS drainage pipe. Designed for exterior In-the-ground use without a vault. Removable gate cassette allows gate to be easily rem oved for cleaning, or If drain line requires snaking. Standard 6" D\fN pipe and cap (not includ~) is cut to length to extend valve access to ground level at time of installation. At the same time, a piece of 3/4" PVC pipe is cut to length and glued to the removable gate on one end and tee on the other. This unique Adapt a Valve design allows for deep burial access in your yard without the need for a manhole or expensive underground vault. US & Protectorates, US Express, II Canadian Provinces, UK, estern Europe, Scandinavia, Please make sure you want 4" ABS (Schedule ~O Israel, Spain, Sou th Africa, DWV) NORMALLY. CLOSED when you select this ustralia, New Zealand . SPECIAL valve. ALWAYS check your local building code before NOTE: You MUST be a "PayPat instamng. erified" buyer for us to ship Internationally . .shipping Options · bo f a WkW ~-$194.00 AddToCart ML4XPVC -Mainline Adapt-A-Valves are sofd with removable NORMALLY OPEN cassette http://backwater-valves.c om/Backwater-Valves .asp 06/01/2011 HIDALGO INDUSTRIAL SERVICES , INC. Co mmerc ial & Indus trial Contractors June 10 , 20 l 1 Roger 's 0-Bri en Construction l 90 l Regal Ro w Dallas, Tx 75235 Attn : Trey Carroll Subject: P C0#07 Will Rogers East Multi-Purpose Facility Hidalgo Job# 03-321020-0 REF: RF! 3 1 Attached is our pricing proposal for the labor and materials associated with the changes noted in RFI 31 for the s ub soi l backwater valves. The cut sheets are attached and show a 6" PVC riser that w ill come up to grade to allow removal of the cartridge . We have also included traffic rated clean outs for all (4) backwater valves at the top of the 6" PVC riser to keep water and debris from going down to the valve. Total add for this Proposed Change ..................................................... $3,412.00 If you have any questions re garding this proposal, please contact me at your earli est convenience . Respec tfully, Bl aine Morgan Project Manager 3525 Brennan Ave • Ft. Worth, TX. 76106 • (817) 625-8222 • Fax (817) 625-8227 M-39633 Regulated by the Texas State Board of Plumbing Examiners , P.O. Box 4200 , Au s tin , Tx. 78765 ; 1-800-845 -6584 , 512 -936-5200 TACLA27289C Regulated by the Texas Dep artment of Licensing and Regulation , P.O. Box 12 157, Austin, Tx. 78711 ; 1-800-803-9202, 512-463 -6599 HIDALGO I NDUSTRIAL SERVICES, INC. Hidalg o In d ustrial -Change Order Request Date : 10-Jun-11 Hidalgo Job No.: _0_3-_3_2_10_2_0_-_o ____ _ Change Order Req . No .: _#_0_7 __________ _ Customer PO/Contract#: 10022-15-01 S Owner I Contractor_R_o-g_e_rs_O_'B_r_ie_n ______ _ Description : REF : RFI 31 -Backwater Valves LABOR Description Plumber Apprentice Plumber Supervision Project Manager MATERIAL Descrietion Attached SUBCONTRACTORS Hours I 22 .06 22 .06 O!x 1 I I X X X X X X X X X X X C o ntractor Contractors Name RENTALS Description RECAP Schedule Impact: Number of Days Impacted : Remarks : Rate Qty None 0 Contact Trey Carroll Rate Total $ 21 .00 $ - $ 28 .00 $ - $ 19 .00 $ 419 .14 I $ 24 .00 $ 529.44 $ 28 .00 $ - $ 35 .00 $ - Subtotal : $948 .58 Labor Burden : 35 % $332 .00 Total Labor Cost: $1 ,280.58 Unit Price Total I 1686021 $1,686 .02 Subtotal : $1,686 .02 Total Subtotal : $0 .00 Period Total Rental Tax 8.25% Subtotal: $0.0 0 Labor $1 ,280 .58 Materials $1 ,686.02 Subcontractors $0.00 Rentals $0 .00 Subtotal $2,966 .60 Subcontractors 0% $0 .00 Ove rhead 10% $296 .66 Margin 5% $148.33 Sales Ta x 0 .00 % $0 .00 Total Cost $3,411.59 Labor T akeoff Sheets PVC DWV P ipin g Quanity 4 40 40 4 All Material PVC DWJ Solvent Jo int Describtion of Material backwater va lves 6" PVC Pipe 3/4 " PVC Pipe 6" Traffic Rated Clean Outs Grand Total Labor 6 0.2 0 .06 2.43 RFI 3 1 Extension Unit Price Extended Price 24 .00 $217.25 $869 .00 8 .00 $4 .25 $169 .84 2.40 $0 .27 $10.71 9 .72 $159 .12 $636.47 44.12 $1,686.02 Backwater Valves US & Protectorates , US Express , II Canadian Provinces , UK, estern Europe , Scand inavia , Israel, Spain , South Africa, ustralia , New Zealand . SPECIAL NOTE: You MUST be a "Pay Pal erified" buyer for us to ship Internationally . Shipping Options t bottom of a e US & Protectorates , US Express , II Canadian Provinces , UK, estern Europe , Scand inav ia, Israel, Spain, South Africa, ustral ia, New Zealand . SPECIAL NOTE: You MUST be a "PayPal erified" buyer for us to sh ip Internationally . Shipping Options t bottom of a e ML4XABS -Mainline Adapt-A-Valves are sold with removable NORMALLY CLOSED cassette included in the price and for use with 4" ABS drainage pipe . Des igne d for exterior in-the -gro und use without a vault. Removable gate cassette allows gate to be eas ily removed for cleaning, or if drain line requires snaking . Standard 6" DWV pipe and cap (not included) is cut to length to extend valve access to ground level at time of installation . At the same time , a piece of 3/4" PVC pipe is cut to length and glued to the removable gate on one end and tee on the other . This unique Adapt a Valve des ign allows for deep burial access in your yard without the need for a manhole or expensive underground vault. Please make sure you want 4" ABS (Schedule 40 DWV) NORMALLY CLOSED when you select this valve . ALWAYS check your local building code before installing . ML4XPVC -Mainline Adapt-A-Valves are sold with removable NORMALLY OPEN cassette included in the price and for use with 4" PVC drainage p ipe . Standard 6" DWV pipe and cap (not included) is cut to length to extend valve access to ground level at time of installation . At the same time , a piece of 3/4" PVC pipe is cut to length and glued to the removable gate on one end and tee on the other. This unique Adapt a Valve des ign allows for deep burial access in your yard without the need for a manhole or expensive underground vault. Please make sure you want 4" PVC (Schedule 40 DWV) NORMALLY OPEN when you select this valve . ALWAYS check your local build ing code before installing . Page 5 of 13 $ 180.00 (_ Add T~ Cart _ J ~ $188.00 · AddToCartl http://\-\T\,VW.backwater-valves .com/Backwater-Valves .asp 6/7/2011 Yo ur s ho pping cart -Pay Pa l Backwater-Valves .com D es cr ipt ion ML4 XPVC NOR M AL LY OPEN 4 inch PVC Ada pt-A-Valve !c o ntin ue Sho pping J You can apply gi[t certificates, rewards, or other discoun ts later. You r Sh opping Ca rt Pr ice Qu antity 188.00 Item tota l: Shipping and hand ling (to 76106) @.hange J Total : !C heck OutJ OR Page I of I Am ount $752 .00 $752 .0 0 $11 7.0 0 $869 .00 USD ( J" ) Secu re payments by PayPal . • http s ://'rvww .pay p a l.co m/us/cg i-bin /web sc r?cmd= _flow&SES SION = X uERnm y2 V -hPUfhN ... 6/7/2 011 MORRISON SUPPLY COMPANY -04 Quoted 06/09/11 Quoted by 1875 Customer Bid Date Customer Number 04HIDI Customer: HIDALGO INDUSTRIAL SERVICES 2535 BRENNAN AVE . FT. WORTH TX 76106 Comments: LI 10 20 QTY PART NO . VENDOR P/N 40 PP1290 40 PP1130 7600 40078 * * ** FORMAL QUOTATION * * ** Expiration date 07/09/11 Phone 817-336-0451 Job Number Job : 06/09/2011 Quote # Q0482872 Salesperson 0418 WILL ROGERS CHANGE ORDER PCO 7 DESCRIPTION 6X20 SCH 40 DWV PVC PIPE-PE 3/4X20 SCH 40 PVC PIPE BE * * ** FORMAL QUOTATION + * ** U/M UNIT PRICE TOTAL PRICE FT FT 4 .2460 0 .2678 169.84 10 .71 180 .55 FOB SHIP POINT TERMS STANDARD Page 1 ,,,WINSTON WATER COOLER ~ ~ OF FORT WORTH, LTD . WINSTON WATER COOLER OF FT . WORTH 5014 Mark IV Pkwy Fort Worth , TX 761 06 817-624-9090 Fax 817 -62 4-1747 QUOTE TO: Hidalgo Industrial Services , Inc . 2535 Brennan Ave . Ft. Worth , TX 76106 SHIP TO: II I Il l I I lllll 111111111111111 Quotation EXPIRATION DATE I QUOTE NUMBER 07/24 /2011 I S1079089 W INSTON WATE R COOLE R OF FT. PAGE NO. WORTH SO 14 Mall< IV Pkwy Fort W o rth , TX 76 1 06 1 of 1 817-624-9090 Fax 8 17-624-1747 HIDALGO-WILL RODGERS MEMORIAL 1601 W .R. WATT DRIVE FORT WORTH , TX 7610 7 CUSTOMER NUMBER CUSTOMER PO NUMBER JOB NAME / RELEASE NUMBER SALESPERSON 9317 6" CLEAN OUT WRITER SHIP VI A TERMS Paul Eppers OT OUR TRUCK NET 10TH PRO X ORDER QTY DESCRIPTION 4ea AJRS 4232L06 6" PUSH ON CLEAN OUT WITH HD Cl T O P THIS IS A QUOTATION ONLY PRICES ARE GOOD FOR 30 DAYS UNLESS NOTED ABOVE APPLICABLE TAXES AND /OR FREIGHT EXTRA Printed By: EPPPAU on 61912011 12:37:5 3 PM ANGELA WOODS SHIP DATE 06 /09/2011 UNIT PRICE 159 .117/ea Subtotal S&H Charges Amount Due FREIGHT ALLOWED No EXT PRICE 636.47 636.47 0.00 636.47 Ul a: CD UJ ~ CD M :::.; <'I ::, .,. z Ul (!) z ~ CI: 0 gj c:i: U) UJ z w~ -' < u U) "' 9 an w th ~ 0 ;;..: CD 0 W..J > UJ ~(.) a. 0.. < > CD a UJ "'..J tJ (.) L1J :r: u > CD Z z 0: ~ CI: a M M N tj' l!J er: er: l:ll ::, :::;; C!l::, [;:z j'.; '< 0 Q g er a 0 w a UJ "' er l:J a. :, "' u. 0 UJ u, ::, er f2 ~ .! m ~ a a. on w er 0 :z w ::Ii ::, "' 111 ,( ~ '-' w 3: w '-' ~ g ~ w Cl :z: ~ 0 z < w j ~ 12 1/) ffi er ~ i !:! 12 t; ~ ::, "' w 0: <( rn ~ ~ w :I' 15 LOCATION FLOOR CLEANOUTS W ITH 11 TWIS-TO -FLOOR ®11 ADJUSTABLE TOPS FOR UNFINISHED AREAS ROUND EXTRA HEAV Y DUTY C AST IRON TOP ·FUNCTION: Used in floors and areas where appearance of Cast Iron Is satisfactory. Will withstand heavy load tra ffic . Adj . Top and Frame Flashing Clamp (when specified)\ i8::_ _____ _ ~----------- \ I o A\---, ,---- Flashing Flange ·--· '---- (when specified) A SIZE 06(150) 08(200) i------A ------i 12 (305) 8(200) 8 C '3(76) 4 9/16(117) *31/4(83) 413/16(121) 'TWIS-TO-FLOOR®' ADJUSTMENT SPEEDI-SET OUTLET .rl 1 •• Min . 1 1 /2 (38) Max. 3 1 /2 (89) ·s C .,.. Available in "L" Service Weight, "LXH " Extra Heavy or 'LPVC" PVC or ABS. 'LPVC" applicable to 06(150) Pipe Size only. • This Dimension to Internal Stop of Speedi-Set Ga sket. •• When Flange-Fis specified Min. 1 1/2 {38) becomes 2 (51) D Fig . 4233L .................... Taper Thread • Bronze Plu g REGULAR LY FURNISHED: Duce Cast Iron Cleanout with Taper Thread Bronze Plug and Round Adjustable Scorialed Secured Cast Iron Top . REV. DATE DESCRIPTION VARIATIONS : §Flashing Flange -F Flange with Flashing C lamp -F-C VandalProofTop-U OPTIONAL MATERIALS: EJ Galvanized Cast Iron -G Ductile Iron Cover-M NOTE: Dimensions shown in parentheses ar11 in millimeters. WEIGHT VOLUME FIGURE NU MBE R POUNDS CUBIC FEET 4233 BY CKD .BY Rogers -O'Brien Construction 1901 Reg al Row Dallas, Texas 7523 5 Main 21 4 .962.3 000 Fa x 214 .9 62.3 001 3901 5. Lama r Blvd . #200 A ustin , Texas 7870 4 Ma in 512.486.3800 Fax 512.48 6 .3701 www.rogers-obrien .com October 10 , 2011 Jack Durham Senior Construction Manager -City of Fort Worth Transportation & Public Works Dept. Facilities Management Division/ Architectural Services 401 West 13'h Street Fort Worth, TX 76 102 RE: SUBJECT: Mr. Durham: WRMC -East Multi-Purpose Facility Project DOE/Project# TPW-0162 7 Contract# 41332 Fort Worth, Texas Change Request# 28 -M /WBE Participation T h e total amount o f approved Ch ange Request# 28 is $2,989 .00 (no profit & overhead included). Below is the breakdown for the M/WBE Participation related to Change Request # 28 : Basecom, Inc. $2,989 .00 7 Total Cost included In Change Request# 28 $2,989 .00/ $2,989 .00 = 100.0 % Total M/WBE Participation For Change Request# 28 $2,989 .oo I $2,989 .oo = 100.0 % Total M /WBE Participation for Change Request# 28 is 100.0%. Please let me know should you need any additional information. Sincerely, Rogers-O'Brien Construction ~ Trey Carroll Project Manager CC : Ma ste r File 10022 Dallas I Austin Jgers-O'Brien Construction August 27, 2011 City of Forth Worth 401 West 13th Street Fort Worth , TX 76102 Ph : (817)392-7913 Fax : (817)392-8488 ATIN : Jack Durham RE :Garage 'B' Stainless Steel Cord Grips 10022 Will Rogers Memorial Cntr East Change Request# 28 Dear Jack: As agreed w ith Jack Durham , this change is for half the additional cost to provide specified stainless steel cord grips in lieu of what supplier quoted in the Post-Bid Addendum # 1. Post-Bid Addendum # 1 pricing included cost for (899) cord grips at $9 .50/each . Actual cost of stainless steel cord grips is $16 .15/each. The difference in cost is $6 .65 for each cord grip for a total of $5,978 .35 for (899) specified cord grips . Half of this cost is $2,989 .18 . 1901 Regal Ro ~ttached please find our pricing for the above referenced revision item . Dallas, Texas 75235 Main 214 .962.300CL ·d · · · Fax 214 _962 _3001 1 he total amount to prov, e this work 1s . 3901 s. Lamar Blvd. #20 (please note the attached exclusions/qualifications . Austin, Texas 78704 Main 512.486.3800 $2,989.00 Fa x 512.486.3701fyou have any questions or need further clarification , please contact me at (214)962-3000 . www.roge rs-obr ien.com Sincerely , ~ Trey Carroll Rogers -O'Brien Construction Co OWNER AUTHORIZED SIGNATURE ATIACHMENT Dallas I Austin Change Reque st 28 Price Breakdown J Name : Description: No Will Rogers Memoria l C n tr East G arage 'B' Stai nl ess Stee l Cord Grips Labor Descripti on QTY Unit Unit I Total 1 Electrical Subco ntrac tor I Material Un it I Total Equipment I Date : 8/27/201 1 Change Request #:28 Subcontract Other Price 2,989 .00 $2 ,98 9.00 Total : $2,989 .00 Basecom Inc 5209 Vesta Farley Rd Fort Worth, TX 76119 Rogers-O 'Brien 1901 Regal Row Dallas , TX 75235 Attn: Owner Doc No : Change Cord Grips to Stainless Steel App r oved Change Order No : Accepted Date : Accepted By: Request For Change Status: Pending Date: 06/30/11 Respond By Date : 07/14/11 Internal RFC No: 4 Internal Job No : 11 -001 Customer Job No : 10022 Will Rogers Multi Purpose Cntr 1901 Regal Row Dallas , TX 75235 Total RFC : 2,989 .18 2,989 .18 Please sign and return a copy as soon as possibl e 1 of 1 • Trey Carroll -----------------·-------·-------· -------------· From: Sent: To: Troy Hill [Thill@basecominc.com] Thursday , May 12, 2011 2 :12 PM 'Steve Landsfeld' Subject: FW: P&S FC-70 and FC-70SS pricing Attachments: SFWO-MAIN11051112350 .pdf Steve. The FC -70SS you are quoting is not a Heavy Duty, Single Eye , Closed Mesh , Multi- Weave, Stainless Steel . I need pricing for a "Heavy Duty, Single Eye , Clo se d Mesh , Multi-Weave Stainles s Steel Cord Grip ". I don't who manufacturers it as long as it meets this specification . Troy. From: Steve Landsfeld [mailto:slandsfeld@summit.com] Sent: Wednesday, May 11, 2011 2:18 PM To: Troy Hill Cc: Steve Landsfeld Subject: FW: P&S FC-70 and FC-70SS pricing Page 1 of 1 Troy, please see the attachment for the cut sheet used to bid the post bid addendum #1 on November- 4-2010 . The project was bid using P&S # FC-70 Drop grips ( cut sheet included in attachment) quoted price was $9 .50 ea . After our visit you explained that the customer may want to use stainless steel drop grips . The part number of the Stainless steel equivalent FC -70SS ( use same cut sheet with a suffix of "55"} has a cost of $16 .15 ea . In summary : FC-7055 = $16 .1 5 ea FC-70= $9 .50 ea $6 .65 ea ch is the additional cost to use the stainless option . Thank you Steve Landsfeld Summit Electric Supply Phone -817-831 -4500 x-3256 slandsfeld@summ it.com 6/22/2011 Post Bid Addendum Worksheet DESCRIPTION QTY Mat erial Cost Material Tol a! t-1xture Pacn,::e s 1. Deduct {111-11" U p l iJi:hts 11 {53,060.00) (5:n .sso .ooi .. Deduct {111 Associ a ted Swi tches 11 i515.00) (5 16::,.00j b . Deduct ""-'M1 at Associated C1rcu1try-{3/4 c:M 131 H.1.u1 IHN Wire and 1ermmat1ons) 300 (>3.oS) (S 1.0•5.00! 2 . Add I> ·LU> 5 $2.740.00 ~13,700.00 ,. Ao o \4 ·LUL 4 $2,390.00 $9,560.00 4. •nrl lZ ·CD l 2 $1,980.00 $3,960.00 ~-Add 11 1} -Associated ~itches 10 $15.00 $150.00 6. Extend Circu it Pl-49 an addihona l 260' C3/4 tM (31 #10 THHN Wire and Termmat1on sl tor first tloor. 260 $3.65 $949.00 7. Ex tend c ircuit P ...aq an additiona l uo· ·{j/4 ~-(j) nu IHHN w1reand crmmauons\ for the second floor. 2,0 $3.6> $915,.sn .. Add (1) 1-mch Co re Hole to extend circuit Pl-49 1 $10.00 $10.00 .,,. ue.ar Yackage --., 8 . Add 14l 3 Pha se/ lSA C1rcu1t Breakers to Panel Pl 4 S98.00 $392.00 9. Add {4 ) ;j Pha se/ 15A circuit Brea ker to Panel Pl-Sect+o n 2 fo r Unit Heaters 3-4-S & 6 4 $98.00 $392.00 Branch Orcuitrv 10. Ueduct t41L X Zl plus 75 Spues for-Cord Set.s per Old Detail. 899 S0 .00 S0 .00 .. Deduct the SS,FiQ'i .83 bude.eted ror the unknown type cord u1p on bid day. 1 {55,095.83} (SS ,6i5.63J ,. Oaauct the 3-'9 man hOt.Jrs to usemhTe C:ords per old detail. 1 S0.00 7 S0.00 ll. Add 41 2 X 21 plus 75 Spa r e Cor d set ups per Post Hid Addendum OeUllil Vie w. 899 $0.00 I $0.00 ... .. ~, szq Slim less steel o pen tve J-Hoou = "91 \ $5,751 .52 b . Add 111 .... , Heavy Duty ""° e Eye Closed Mesh Multi Weave Cord Gnp for 12/3 Heiilvy Duty S/0 Cord l 899 Sil .60 PS!,540.50 , c. Add labor hours t o assemble cord set pe r new oeh111 orawlng . =-~ $0.00 Unit Heaters 3-4-5-&6 12. Aoa 14J ,jt'/l~A ~w1t cn es 4 S0.00 SO .DO 13 . Ad d an add1 t to nal 1111 11 1 of THHN Wire 1400 tor Un"I A.!4 J and ouu tor UH -.At r.1 Th is 1s ack:lttional w ire ne~ed tor L2 1000 $0.24 s 2-u .. 20 TOTALS s 4.128.95 I !HOURS IRATE SUBTOTAL I INST ALL LABOR 252.25[ S 40.00 S 10.090.00 INDIRECT LABOR HO URS RATE SUBTOTAL SUP ERV1SJQN 25.225 $ 48.00 s 1,210.80 MATERIAL DISTRIBUTION 12.6125 s 20.00 s 252.25 Ct.EAN UPILAl!ORS 12 .6125 s 15.00 s 189.19 TOTALS 50.45 s 83.00 s 1.6 52.24 GENERAL EXPENS ES OUAJolTITY COST TOTAL C0NSUMA8l£S s 10.oao.oo 0 .05 S 504.50 SMALL TOOLS s 10.oao.oo 0.05 $ 504.50 SAFETY SUPPUES s 10.oao.oo 0 .02 S 201.80 TOTALS s 1,2 10.80 DATABASE lolATER IAL $ 4.128.95 QUOTED lolATERIAL s MATERIAL TOTAL s 4 ,128.95 DIRECT LABOR s 10.oao.oo INDIRECT LABOR s 1,652.24 LABOR TOTAL S 11,742.24 GENERAL EXPENSES s 1,210.80 TOTAL COST S 17.081.99 0\IERHEAIJ 10% s 1,708.20 s 1,708.20 MARK UP 10% s 1.708.20 s 1.708.20 FINAL ADJUSTMEHT -5% s 1854 .10\ s 1854 .10\ SELLING PRICE S 19.644.29 n BASECOM INC. La bor$ Unit Labor COMMENTS s 1.sso.00; -2 ' {D0 .00) -0.15 . !i !1.500.UO ) -0.12, -~ "J :.L., I ~.r-.u'""\: "-. s 400.00 2 .. .,..,. II -s 320.00 2 s 160.00 2 s nn n ~ SI 1,300.00 ~ 0.12! " S\.. 1,350 .00 0.12, s 0.5 .I"-, 0 STIT 0 s 80.00 0.5 s 80.00 0 .5 s 0 -s 0 ---s 0 ./" . i ./' ...,. ,.., ,'.'.>I s ,.vu} ./" -34 ..... If I/a, I . $ ,,.. -~,, 0 ' -~. \ .... • \I \ \ S I 4,944.00 0.15 /V -~ I s t 3,5ss .oo 0.1 / T I ~--l"l s 349 -.... $ 0 s 0 $ 0 INL1NtclltcM 9 s 226.00 0 .00565 s 10.0 90.00 252.25 N o /riv , +',4 ,._\\o>J "' 'f6'/,:u~1w -,« ~~"" ~c_.<1 Quotation/Purchase Agr eement fflsuMMIT .. iii ELECTRIC S U PPLY I 1, ,/, • ' 1 11 • ',!11+ I•:' ,' ',.l,l/ ,,!:,: j I I J i : 1 j 1; r,1,::.1;(1 l1 ',i ,uuww.summit.cam 1 ' c BASECOM INC. u s 5209 Vesta Farley T FORT WORTH TX 76119-6529 0 M E R Thank you for the opportunity to earn your business! Please find the requested quotatio n and upon your signed approval or purchase order, we w i ll process your order. .. " IW'D!.Na VERBAL REQUUTED IY N/A SHIP TO BASECOM INC . 5209 Vesta Farley FORT WORTH TX 76119-6529 ACCOUNT NU MIER QUOTAflON NUMa!R 1005108 2000563195 QUOff DATE VALID UNTIL 1 1/04/20 1 0 1 2/04 /2010 SUMMJT a aNnJI Fort Worth Service Center 500 North Beach St FORT WORTH TX 76111 Telephone : 817-831-4500 Fa x : 817-222-9200 Contact: Steve Landsfeld Printed: 11/4/2010 9:24:22 AM slandsfel d Cs umm it.com . .' UNI QUAtl)TTY t,ANUPAC'l'URIR. PART NUMHR AND D1SCRXP1lCN UNIT PIUCI! UOM ~ON TAX 10 1 4700 7.95 E 7.95 P&S SIER 4700 LOCKING DUPLEX RECEPT. 15 AMP 125 VOLT 3-WIRE GROUNDED, NE MA L5-15R rfC?O -20 <: ~ P&S FC70 BUS DROP GRIP, SI NGLE EYE 30 1 SS8 P&S 558 DUPLEX PLATE, 1-GANG, Includes engraving 40 1 3/8" x 5" as lag hook so 1 PSL515P P&S PSL515P 15A 125V TURNLOK PLUG I 60 1-.r-: 1 PSS269X P&S PS5269X CONNECTOR, 15AMP 125V 70 ,~ 1 IH4•1•LH ---R-DOT IH4-1-LM 1G RT BOX 4 1/2HUBS I c:ustomer Acceptanc"Order Commitment BASECOM INC. accepts your proposal to supply the above material at prlce(s) shown . Please deliver _ brochures to be submitted for approval. Please use our Purchase Order number --------for processing this ord er AU THORIZED BY : PLEASE PRINT YOUR NAME ·"' ,, Returned goods are subject to restocking charges and approval Is required for credit on all returns . Return of non-stock material may also be subject to cancellation and/or return freight charges or could be non -returnabl e. Non-stock material wll l not be taken back until all charges and contingencies are explained and accepted . - 9 .50 E - 6.98 E 6.50 E i 4.50 E I 4 .98 E 238 .57 C SUBTOTAL T O T A L Total May Not Indude Addit ional Sh ipping and Handling Charges .• - 9.50 ,, 6.98 6.SO 4.50 4 .98 2 .39 42.80 42.80 Quota tion Is subject to cred it approva l and our standard terms and condition s of sale . Prices are valid until the date noted exc ept for conduit, wire, and cable products wh ich are valid for the day of quote only unless noted otherwise . PAGE 1 O F 1 v Rogers-O 'Brien Con structio n 1901 Regal Row Dallas , Texas 75235 Main 214 .962.3000 Fa x 214.962.3001 3901 S. Lamar Blvd . #200 Austin , Texa s 78704 Main 512.486.3800 Fax 512.486.3701 www.rogers-obrien .com October 10 , 2011 Jack Durham Senior Construction Manager -City of Fort Worth Transportation & Public Works Dept. Facilities Management Division/ Architectural Services 401 West 13 th Street Fort Worth, TX 76102 RE: SUBJECT: Mr. Durham: WRMC -East Multi-Pmpose Facility Project DOE/Project# TPW-01627 Contract# 41332 Fort Worth, Texas Change Request # 31 -M/WBE Participation The total amount of approved Change Request # 31 including profit and overhead is $1,987 .00 . Below is the breakdown for the M/WBE Participation related to Change Request # 31 : Total M/WBE Participation for Change Request# 31 is 0%. Please let me know should you need any additional information. Sincerely, R~~ttuction Trey Carroll Project Manager CC: Master File 10022 Dallas I Austin Roge r s-O 'Brien Construction September 27, 201 1 City of Forth Worth 401 West 13th Street Fort Worth , TX 76102 Ph : (817)392 -7913 Fa x: (817)392 -8 48 8 ATTN : Jac k Durham RE :RFI # 35 -Sub-Soil Drain Clean -Outs -REVISED 10022 Will Rogers Memorial Cnt r East Chang e Request# 31 Dear Jac k: Per RFI # 35 response , provided two -way cleanout on the sub -soil drain line loca ted at the SW side of Garage 'B ' per sketch provided from engineer with RFI response. Per direction from owner and per I BC requirements , added cleanouts at 100 foot intervals on sub-soil dra inage line for Unit 'A' and on the (3) sub -soil d rain lines for Garage 'B '. For Unit 'A ' sub-soil line running North-South, the dual direction cleanout was added per RFI # 35 response as well (2) add itional dual -direction cleanouts were added to meet the 100 foot interval requ irement for a total of (6) clean -outs added . For the Garage 'B' sub-soil drainage line running North-South on the East side a total of (5) clean-outs were added . For the Garage 1901 Re al Row 'B' sub -soil drainage line running East-West on the North side (3) clean-outs were added . For the sub-soil Dallas Te xa; 75235 drainage line on the West side of Garage B towards the South end (1) clean -out was added on the North Main 214 .952 _3ooo end of the line . This would make for a total of (15) clean -outs added . Fax 214 .962 .3001 3901 s. Lamar Blvd . #200 Attached please find our pricing for the above referenced revision item. Austi n, Texas 78704 Main 512.486.3800 Fax 512.486.3701 The total amount to provide this work is : $1,987 .00 www.rogers -obri en.com Please note the attached exclu sions/qualifications . If you have any questions or need further clarification , please contact me at (214)962 -3000 . Sincerely , ~ T rey Carroll Rogers -O'B rien Construction Co OWNER AUTHORI Z ED SIGNATURE ATTACHMENT Dallas I Austin Change Request 31 Price Breakdown Job Name: W ill Rogers Memorial Cntr East Date : 9/27/2011 Description : ROI # 35 -Sub-Soil Dra in Clean -Outs -REVISED Change Request #:31 Labor Material No Description QTY Unit Unit I Total Unit Total Equipment Subcontract Other Price 1 Added Clea n-Outs I 1,720 .17 $1 ,720 .17 ****EXCLUSIONS AND QUALIFICATIONS**** Subtotal: $1,720.17 See attached backup for labor, material and subcontractor and Overhead 10 .00% $172 .02 supplier detail. Fee 5.01% $94 .81 Price excludes all federal , state and local fees . Price does include sales and I or remodel taxes . Written authorization and / or signature on this PC required prior to performing the above described work . Total: $1,987.00 Proj ect ; Numb er: To: From : Subject: Sent Vi a: RFI IO : Discipline: Received : Q•u:i stion: ( Hahn1 e ld HOffi.:!t Stanton! RFI Response Transmitta l ID: Date Sent: 07015 -01 WRM C East Multi -Purpose Building 07015-01 Brent MacDon a Id Rogers-O'B ri en Construction Co. 1901 Regal Row Dallas, TX 75235 214-962-3000 (Phone) 214 -962-3001 (Fax) Gary Ryan Hahnfeld Hoffe r Stanford 200 Bail e"/" Avenue, Suite 200 Fort Worth , Texas 76107 (817) 921-5928 (Phone) (817) 302-0692 (Fax) Subsoi·I Drain Cleanout Coordination Info Exchange 00035 5/10/2011 00355 6/1/2011 Cleanouts are not d,apicted on the su bsoil drains running on the interi or of units 'A' and 1 8 1 • Rog ers -O'Brien Construction recommends installing a cleanout at the start of the North and East subsoil drains in unit 1 8 1 as v-rell as a dt.1al direction cleanout on the subsoil d rai n at the Southwest comer of unit 'B' where the drain starts to enter 1 .. mit 'A', Please ad v ise, S u ,g g esti-0 n : A.ns'.ver: CC: Cont~ts Quantity ]_ Provid'e a two-way clean out on t h e sub-soil drain l i ne per the attached sketch. Th i s dra in line shall transition to so lid PVC as indicated and continue through Unit A, Clean outs at the sta rtin g pa in ts of sub-soil drain lines serving Unit B are optional , i3nd should be the owner's decision . Dated DeS(ription 6/1/2011 RFI 35 SKETCH.pdf ~/g/ 11 Brent MacDonald From: Sent: To : Cc: Subject: Durham, Jack <Jack.Durh am@fortworthgov.org > Friday, Jun e 03, 2011 9:06 AM Brent M acDonald ; Bagamery, Alan Tommy Deeds, Hahnfeld RE: Project: 07015 -01 WRM C Ea st Multi -Purpose Building -RFI Response -Subsoi l Drain Cleanout Coordination -RFI:00035:oSkxB The cl€anout fall under Sectio n 708 of the int ernational BuikJ ing Code wh ich requires cl€anoots at 100 foot in terval s . The Plumbing l nspectOf said he would accept th e end of li ne and locations proposed . Please proceed as per th e Build ing Code Requ iremen ts . Than ks . Jack D urham Senior Constrnc tion Manage r T/PW Arc hitect ural Services ~ l 7 -392-8072 From: Brent MacDonald [mailto:BMacDona ld@rogers -obrien.com] Sent: Thursday, June 02, 2011 3:14 PM To: Du rham, Jack; Bagamery, Alan Cc: Tommy Deeds, Hahnfeld $ubject: FW: Project: 07015-01 WRMC East Multi-Purpose Building -RFI Response -Subsoil Drain Cleanout toordination -RFJ:00035:oS kx B Gentleme n, Per RFI 35, the Eng ineer has left the decision up to the owner for additional cleanouts in u nit 'B'. Please confirm if you would l i ke a deanout installed at the starting points of the No rth and East subsoi l drainage li ne s. Thanks, Brent MacDonald LEEDei AP BD+C 1901 Regal Row Dallas, TX 75235 Main 214-962-3000 Fax 214-962-3001 Cell 2 14 -558-287 4 Rogers-O 'Brien Construction Dallas I Austin www .roael"f:<>Odtf1.com From: Gary Ryan [mailto:gryan@hahn fe ld .com] Sent: Wednesday, June 01, 2011 3:48 PM To: Brent MacDonakl Subject: Projec;t: 07015 -01 WRJ-.1C East Multi-Purpose Buik:ling -RFI Response -Subsoil Drail Cleanout Coordination -RFI:00035:oSkxB 1:MPORTANT: Cl ic k a l ink below to access files associa ted with this RFI resr:xJn se that came in th r ough the Hahnfeld Hoffe r Stanford Info Exchange web site. The attached file contains the transmittal details . 1 )-2 4" I I I I l I I 1 HS-1 FCO /6" UG STORM ; REFER TO CIVIL / FOR CONTINUATION r 6" STORM DRAIN DOWN INSIDE COLUMN TO BELOW GRADE --TRANSi I SOLID P t~1:N1 I 2/P .B 1.1 2" CW WITH HEAT TRACE / 4" \ 4"FD-2 HIDALGO INDUSTRIAL SERVICES, INC. Hidalgo Industrial -Change Order Request Date : 31 -Aug -11 Hidalgo Job No .: _0_3_-3_2_1_0_20_-_o ____ _ Change Order Req . No .: #13 Cus tomer PO/Contract#: 10022-15-01 S Owner I Contractor Rogers O'Brien Contact_T_r~ey~C_a_rr_ol_l ____ _ Description : C ity of Ft . Worth requested that th e subsoi l have clean outs a nd be tested on the interior of the building . /Zf I # 3 5 LABOR Description Plumber Apprentice Plumbe r Supervision Project ManaQer MATERIAL Description Attached SUBCONTRACTORS Contractor RENTALS Description RECAP Sch edule Impact: Number of Days Impacted : Remarks : None 0 Hours Rate I X I $ 21 .00 I X $ 28 .00 I X $ 19.00 I 7 X $ 24 .00 I X $ 28 .00 I X $ 35 .00 Subtotal : Labor Burden : Total Labor Cost: Qty Unit Price I ~ I 126900! Subtotal: Contractors Name Subtotal : Rate Qty Period Rental Ta x Subtotal : Labor Materials Sub cont r actors Ren tals Subtota l Subcontractors Overhead Margin Sales Tax Total Cost Total $ - $ ---- $ - $ 168 .00 $ - $ - >-------$168 .00 35% 8 .25% 0% 10% 5 % 0 .00% $58 .80 $226.80 Total $1,269.00 $1 ,269 .00 Total $0 .'00 Total $0 ~00 $226 .80 $1,269 .00 $0 .00 $0 .00 $1,495.80 $0 .00 $149 .58 $74 .79 $0 .00 $1 ,720 .17 ,ORRISON SUPPLY COMPANY -04 Quoted 08/31/11 Quoted by 1875 Customer Bid Date Customer Number 04HIDI Customer: HIDALGO INDUSTRIAL SERVICES 2535 BRENNAN AVE. FT. WORTH TX 76106 Comments: LI QTY PART NO. VENDOR P/N 10 15 JR70846 4033L-02 -PB ) * • ** FORMAL QUOTATION * * u Expiration date 09/30/11 Phone 817-336-0451 Job Number Job: WILL ROGERS 08/31/2 011 Quote # Q0485842 Salesperson 0418 DESCRIPTION U/M UNIT PRICE TOTAL PRICE 4033L-02 PB FLR C/0 W/ADJ RND MED TOP EA * * ** FORMAL QUOTATION * * ** 84.6000 1269 .00 1269 .00 FOB SHIP POINT TERMS STANDARD Page 1 Rogers -O'Brien Construction 1901 Rega l Row Dallas, Te xas 75235 Ma in 214 .962.3 0 0 0 Fax 214 .962.3001 3901 S. Lamar Blvd . #200 A ust i n, Texas 7870 4 Mai n 512.486 .3 800 Fa x 512.486.3701 www.roge rs -obrien .co m October 10 , 2011 Jack Durham Senior Const:tuction M anager -City o f Fort Worth Transportation & Public W o rks D ept. Facilities Management Division/ Architectural Services 401 We st 13 th Street Fort Worth, TX 76102 RE: SUBJECT: Mr. Durham: WRMC -East Multi-Purpose Facility Project DOE/Project# TPW-0162 7 Contract# 41332 Fort Worth, Texas Change Request # 36 -M /WBE Participation The total amount of approved Change Request # 36 including profit and ov erhead is $1,831.00. Below is the breakdown for the M /WBE Participation related to Change Request# 36 : Basecom, Inc. $1,584.96 7 Total Cost included In Change Request# 36 $1,584.96 / $1,831.00 = 86.5% Total M/WBE Participation For Change Request# 36 $1,584.96 I $1,831.00 = 86.5 % Total M /WBE Participation for Change Request# 36 is 86.5 %. Please let me know should you need any additional informa tion . Sincerely, Rogers -O'Brien Construction ~ Trey Carroll Project Man ager CC: Mas ter Fil e 10022 Dallas I Austin )gers -O'Brien Construction August 27 , 2011 City of Forth Worth 401 West 13th Street Fort Worth , TX 76102 Ph : (817)392-7913 Fax : (817)392 -8488 ATIN : Jack Durham RE :RFI # 48 -Added (1) Type CC Light Fixture@ Un it 'A ' 10022 Will Rogers Memorial Cntr East Change Request# 36 Dear Jack : Per RFI # 48 response, added (1) Type CC Light Fixture at Bldg . 'A' at Column Line 8 & T . Cost included added light fixture and extending lighting circuit H2-34 to the new fixture . Attached please find our pricing for the above referenced revision item . The total amount to provide this work is : 1901 Regal Row Dallas, Texas 75235 Main 214 .962.3000 Please note the attached exclusions/qualifications . Fax 214 .962.3001 $1 ,831 .00 3901 5. Lamar Blvd . #200 If you have any questions o r need further clarification , please contact me at (214)962 -3000 . Austin, Te xas 78704 Main 512.486.3800 Fax 512.486.3701 www.rogers-obrien .com Sincerely, ~ Trey Ca rroll Rogers -O'Brien Construction Co OWNER AUTHORIZED SIGNATURE ATIACHMENT Dallas I Austin Change Request 36 Price Breakdown ) Name: W ill Rogers Memorial Cntr East Date: 8/27/2011 Description : RFI # 48 -Added (1) Type CC Light Fixture@ Unit 'A' Change Request #:36 Labor Material No Description QTY Unit Unit I Total Unit Total Equipment Subcontract Other Price 1 Electrical Subcontractor I 1,584 .96 $1 ,584 .96 ****EXCLUSIONS AND QUALIFICATIONS**** Subtotal : $1,584.96 See attached backup for labor, material and subcontractor and Overhead 10 .00% $158 .50 supplier detail. Fee 5.02% $87 .54 Price excludes all federal , state and local fees . Price does include sales and / or remodel taxes . Written authorization and / or signature on this PC required prior to performing the above described work . Total : $1,831.00 F '- ) I ,,, CONCRETE PENETRATING COMPANY A DIVISION OF SMITH CONSTRUCTION GROUP, INC . 2 303 SHORECREST DRIVE DALLAS , TEXAS 75235 (21 4) 634-2990 • (800 ) 842-729 2 44 1 91 INVOICE . :oR'OERECrBY . ' . . '. ' : .. CUSTOMER# 266341 . . ' ; . , 'cll S'.l'OWc ffJde #. SOLD TO: ROGERS-0 ' BRIEN 09-06 1901 REGAL ROW JOB LOC ATION : 211 -0039 WILL ROGERS 3401 W LANCASTER AVE FORT WORTH, TX DALLAS TX 75235 -2309 ·, ·TAX.AREA 2 H R 05/24/201 l OESCR1PTION ·.1 · . , : :qUANTITY . : . :UNIT . f : : . ·uJllt PRICE: : I'" I ... ~ . : 'AMOUNT WALL SAW UNDERSIDE OF CONCRETE WALL AS DIRECTED. J EA -JO' HORIZONTAL CUT 18 " DEEP 3 EA--5 ' HORIZONTAL CUTS @ 18 " DEE Pt--f-A"5~ ~A)( A 4 EA-4 " VERTICAL CUTS 4 EA--HORIZONT AL CHAIN CUTS TOT AL BILLING PLEASE PAY B Y INVO ICE . STATEMENT SENT BY REQUEST ONLY. RE'5AU2 1AX C.fR11i::1GA'\( 1 0 'di I 1-/,·-&34-OC/5 3 ~tw-,1<;6'. ~ TERMS -NET DUE 30 DAYS GRAND TOTAL Received JUN -2 2011 Rogers-O'Brien $1 ,450.00 $1 ,450.00 TERMS: It is understood and ag reed that payment of all accounts shall be Due and Payable at our corpora te office in Dallas , Dallas County, Texas and interes t may be charged on past due balances at the maximum rate allowed by law. Further, if the account is placed with an attorn ey fo r collection, customer agrees to pay reasonable attorney fees. ORIGINAL WE APPRECIATE YOUR BUSINESS \ .. Grace Construction Co .. Concrete Construction 11325 Tantor Rd . Ste 200 Dallas , Texas 75229 CHANGE ORDER REQUEST To : Rogers -O'Brian Construction 1901 Regal Row Dallas, TX 75235 Attn : Trey Carroll Project: Will Rogers Memorial Center 1401 W.R. Watt Drive Fort Worth, TX 76107 Friday, June 10 , 2011 Subject: Chipping and Drill and Dowel at Existing Change Order Request 11007-003 Trey: See below for a breakdown of time and equipment to chip the existing grade beam and install dowels by drilling and doweling . Labor with Burden $ 2,074.00 Equipment $ 438.00 Subtotal $ 2,512.00 Overhead & Profit 10% $ 251.00 Total Cost: $ 2,763.00 This work has been performed. We request that the Change Order to our contract be issued as soon as possible . Should you have any questions, feel free to contact me . Sincerely, John 'Duncan', Jr. Grace Construction Co . Estimator/ Project Manager 214-930-8194 Phone: (972) 432 -0800 Fax: (972) 432 -0810 1 of 1 # 0 0 4 0 Grace Construction Co . Concrete Construction 11325 Tanto Rd . Ste 200 Dallas , TX 75 22 9 DETAILED BREAKDOWN OF COSTS FOR CR003 Category Time Rate Cost Foreman 0.0 Hrs $35 .00 $0 .00 Carpenter 0 .0 Hrs $25 .00 $0 .00 Laborers 24 .0 Hrs $21 .60 $2 ,073 .60 Iron Worke rs 0 .0 Hrs $22 .50 $0 .00 Finishing 0 SF $0 .25 $2,073.60 Material Item QTY Price Cost 0 Days $73 .00 $0 .00 0 Days $73 .00 $0 .00 0 $0 .00 $0 .00 $0 .00 $0.00 Equipment Item QTY Price Cost 2 Chipping Hammers 3 Days $73 .00 $438 .00 0 Days $73 .00 $0 .00 $0.00 $438.00 $2,511.60 ' Rogers-O'Brien Construction 1901 Regal Row Dallas, Texas 75235 Main 214.962 .3000 Fax 214.962 .3001 3901 S. Lamar Blvd . #200 Austin, Te xa s 78704 Main 512.486.3800 Fax 512.486.3701 www.roge r s-obrien .com October 10, 2011 Jack Durham Senior Construction Manager -City of Fort Worth Transportation & Public Works Dept. Facilities Management Division / Architectural Services 401 West 13th Street Fort Worth, TX 76102 RE: SUBJECT: Mr. Durham: WRMC -East Multi-Purpose Facility Project DOE/Project# TPW-01627 Contract # 41332 Fort Worth, Texas Change Request # 26 -M/WBE Participation The total amount of approved Change Request # 26 including profit and overhead is $19,687 .00. Below is the breakdown for the M/WBE Participation related to Change Request # 26 : Total M /WBE Participation for Change Request# 26 is 0%. Please let m e know should you need any additional information. Sincerely, Rogers -O'Brien Construction ~ Trey Carroll Project Manager CC: Master File 10022 Dallas I Austin ,ogers -O 'Brien Construction August 27 , 2011 City of Forth Worth 401 West 13th Street Fort Worth , TX 76102 Ph: (817)392-7913 Fa x : (817)392-848 8 ATIN : Jack Durham RE :Additonal 6" Dry Valve and Feed Main For Canopy 'C ' 10022 Will Roge rs Memorial Cntr East Change Request# 26 Dear Jack: Original construction plans call for the Canopy 'C ' dry pipe system to be fed from Garage systems . Due to code requirements , orig inal design will not work due to the requ irement for water to reach the inspector's test within (45) seconds . The original design called for water to fill the Garage systems first before it reaches the Canopy 'C' area . This method of feeding the Canopy 'C' system will not meet the code requirement of water reaching the inspector's test within (45) seconds. This change is for an additional 6" dry valve and feed main to have a direct pa th to Canopy 'C ' system to meet this (45) second requirement. 1901 Regal Row Dallas, Texas 7523 f.ttached please find our pricing for the above referenced revision item . Main 214.962.3000 Fax 214 .962 .300L .d h " k . r he total amount to prov1 e t 1s wor 1s : 3901 S. Lamar Blvd . #2 00 Austin, Texas 787 0f'lease note the attached exclusions/qualifications . Main 512.486 .3 800 Fax 512.486 .3 701 $19 ,687 .00 If you have any questions or need further clarification , please contact me at (214)962-3000 . www.rogers -obrien .com ~ Trey Carroll Rogers -O'Brien Constru ction Co OWNER AUTHORIZED SIGNATURE ATIACHMENT Dallas I Austin Change Request 26 Price Breakdown J Name: Wil l Roge rs Memorial Cntr East Date : 8/27/2011 Description : Additonal 6" Dry Valve and Feed Main For Canopy 'C' Change Request #:26 Labor Material No Description QTY Unit Unit I Total Unit Total Equipment Subcontract Other Price 1 Added 6' Dry Valve & Feed Main I 17 ,045 .00 $17,045 .00 ****EXCLUSIONS AND QUALIFICATIONS**** Subtotal : $17,045 .00 See attached backup for labor, material and subcontractor and Overhead 10 .00% $1 704.50 supplier deta il. Fee 5.00% $937 .50 Price excludes all federal , state and local fees . Price does include sales and / or remodel taxes . Written authorization and / or s ignature on this PC required prior to performing the above described work . Total : $19,687 .00 May 31, 2011 Mr. Trey Carroll Rogers O'Brien 1901 Regal Row Dallas, Texas 75235 Re : Will Rogers Multi-Purpose Building Additional 6" dry valve and feed main Via: E-mail: tcarroll@rogers-obrien.com Trey: We are requesting a change order in the amount of $17,045.00 (Seventeen thousand, forty five dollars and no/100). This change order is for adding an addition 6" dry valve and feed main to supply the canopy between the existing garage and existing building . The original construction set had the garage systems feed i ng the canopy but that method will not work so we had to add a separate system that only serves the canopy. The reason the garage systems will not be able to feed the canopy is because of the delivery time. Code requires water to reach the inspector's test within 45 seconds , that being said, the water will fill the garage systems first before it reaches the canopy area. This method will not meet the time requirement because of the amount of pipe that has to be filled. By add i ng a new valve and feed main you have a direct path to the canopy to meet your 45 second time. Labor 64 hours @ $ 28 .00 /hour $ 1,792 .00 Design $ 250.00 Equipment $ 250.00 Material (Break-out below) $ 13,203 .00 $ 15 ,495.00 10% OH&P $ 1,550.00 Tax (exempt) $ 0 .00 Total $ 17,045.00 TEXAS SPRINKLER 609 INDUSTRIAL BLVD• GRAPEVINE, TEXAS 76051 (817) 416 -0160 • FAX: (817) 416 -0862 Material Break-out: 1 -6" dry valve with trim 252'-0" -6 in. pipe@ $16.82 Hangers@ $9.75 80'-0" -t" Plated ATR@ 2.83 4 -6 in. 90's @ $155.00 22 -6 in. Couplings@ $74.75 $ 6,200.00 $ 4,238.64 $ 273.00 $ 226.40 $ 620.00 $ 1,644.50 $ 13,202.54 Please sign and fax back for directions to proceed. If you have any questions , please do not hesitate to contact me Sincerely, ~~ Chris Farley Project Manager Trey Carroll Rogers O'Brien Date TEXAS SPRINKLER 609 INDUSTRIAL BLVD• GRAPEVINE, TEXAS 76051 (817) 416-0160 • FAX : (817) 416-0862 ..... 0 0 ' ...... 0 0 0.. 2550433-5/31/11 147670 5/31/11 DRY VALVE QUOTE 1 2 TEXAS SPRINKLER 60 9 INDUSTRIAL BLVD GRAPEVINE TX 76051 FAX #817-4 1 6-0862 TEXAS SPRINKLER 609 INDUSTRIAL BLVD GRAPEVINE 0/00/00 1. 0 1 0 TX 76051. UPS GROUND 5102 6DG 6,DRY PIPE VALVE,MD",FLANGED X GROOVED EXP.SHIP DATE 5/31/11 4BDRYPG 4,6,BASIC DRY TRIM,D,ASSEMBLED,GALV EXP.SHIP DATE 5/31/11 SUB-TOTAL TOTAL j i J 1 \ I \ 4498.00 1702.00 \ ·, I ' \ i '· l \ I ' 4498.00 1.702.00 6200.00 6200.00 \ I I \ .• .. .. -------- ..... 0 0 Price Quotation From: Jon Lopez -1799 FFFSW fjon.lopez@ferguson .com l Sent: Tuesday, May 31 , 2011 2:53 PM To: Chris Farley Subject: Email Bid# B148750 Page 1 of 1 Price Quotation # 8148750 FERGUSON FIRE & FAB #710 800 SOUfH 4TH A VENUE MANSFIELD, TX 76063-2208 Bid No ....... : 8148750 Bid Date ... : 05/31/11 Quoted By: JLO Customer.: TEXAS SPRINKLER CustPO# .. : Item 609 INDUSTRIAL BL VD GRAPEVINE , TX 76051 Description Phone: 817-276-7060 Fax : 817 -473-3059 DBPRGRA135S10U 6X21 BLK RL GRV A135 S10 PIPE Cust Phone: 817-416-0160 Terms ......... : NET 10TH PROX Ship To ..••••. : TEXAS SPRINKLER 609 INDUSTRIAL BLVD GRAPEVINE, TX 7605 1 Job Name.: 6" PIPE Quantity 252 Net Total: Tax: Total: Net Price 1682.000 4238.64 0.00 4238.64 UM Total C 4238.64 Quoted prices are based upon receipt of the total quantity for immediate shipment (48 hours). SHIPMENTS BEYOND 48 HOURS SHALL BE AT THE PRICE IN EFFECT AT TIME OF SIDPMENT UNLESS NOTED OTHERWISE. Seller not responsible for delays, lack of product or increase of pricing due to causes beyond our control, and/or based upon Local, State and Federal laws governing type of products that can be sold or put into commerce. This Quote is offered contingent upon the Buyer's acceptance of Seller's terms and conditions, which are incorporated by reference and found either following this document, or on the web at http://wolseleyna.com/terms_conditionsSale.htmI. Govt Buyers: All items quoted are open market unless noted otherwise. file://H:\12010-084 Will Rogers Multi-Purpose-Ft. Worth\Correspondence\Change Order... 5/31/2011 Hahnfeld Hoffer Stanford Hahnfel d H offer Stanfor d I 200 B ail e y Ave,nue, Suite 200 Fort W o rt h . T exas 7 6 107 P roject: N umber: To: From: Subject: 5entVia: RFI I D: Discipline: Received: Question: ug-gestion: Answer : CC: RFI Re sponse T r ansmitta l ID: Dat'€ Sent: 07015-01 WRMC East Multi-Purpose Bu ild'ng 07015 -01 Brent MacDona ld Rogers-O 'Bri en Construction Co. 1901 Regal Row DaDas , TX 7 5235 214-962-3000 (Phone) 214-962-3001 (Fax) Gary Ryan Hahnfeld Hoffer Stanford 200 Bailey Avenue, Suite 200 Fort Worth, Texas 76107 (817) 921-5928 (Phone) (817) 302--0692 (Fax) Uhit 'A ' Type CC Light Location Confirmation Info Exchange 00048 5/24/2011 00341 5/27/2011 . Pl.ease confirm that a type CC light will be required on column 8/T as depicted, but not labeled, on detaif 1/E.A1.2. Pertaining to Sheet EA 1.2 1. ADD a. type «CC"' fixture at cohm:m 8.IT. Extend lighting circuit H2-34 to the new fixture . Basecom Inc 5209 Vesta Farley Rd Fon Worth , TX 76119 Rogers,O 'Brien 190.1 Regal Row Dallas, TX 75235 Attn : owner Doc No: Add ( 1) Type CC Fi xture and Extend Circµit H2-34 per RFI 48 Approv.gd Chari'ge OrdQI' No: Accepted Date: Accepted By: Request For Change :Status: Pending Date : 05/31/11 Respond By Data : 06/15/11 Internal RFC No: 3 Internal Job No: 11-001 Customer Job No: 10022 Will Rogers MulU Purpose Cntr 1901 Regal Row Da "as, TX 75235 Total RFC : 1 ,584.96 0.00 1 ,584.96 Please 5lgn end return a copy as 5oon as p0$slble 1 of 1 ~ .... "" 41. A1N CC ,tJdUN d .-..r ........ CMllll:IU_:34 UIICOII ~for CMnD1 Ord« l •oDUIM Ult 1121 lllt Ult llll llll 11lt 112t 11lJ 11 U -~ AcClllld _.... A(CIIIIIC , __ AcGlliM Afflllllll Acrmla MUid AtO.dd - - ..... ai-.. • .-.111cc,._ l NIMTl:Ma.l *' ,,._ C4nwdo" ,j J/4 .... 4 J/4 .e,111111. 1 t10PIII*: -111 7 JU".-.111 '(MeaNdllr 3 ,,o---Jl 110,._"' -IMl9 5l ,,o OtW1111~ \Ml ·n UNrT ,,_.,. ·--·----- AOOJM> ACC\111) - EA l.OIXJOO s 1.D'71.00 .$ PT ~s Ul i EA n.uaao s 11.!l I .(· !A Q.lnll s Cl.72 I!,\ GJIIIXI) s II.At U( ~s OM !A tl.lmJII $ O.l.2 FT MUIOO S O.!I j PT O,OUIOO S o., .. , $ FT ·0.0llD ' Q.3 5· $ ' --. .... OOMI I T--- ToCllc:-t, -&--- l't\QJl!C1' OAA,MO TOT .u_, m •u• JUIAI. ··-r---,u .. , '"° s um.co s I U'.10 "'.W $ IUO s 60.96 I.Jl s t.Ol s 9.l~ 1") s ua 's Jl.71 11.ll $ Hl • s 16.70 IU& ~ 0!$ !. $ }Ul .... '" 0.31 s 5.0S 16AJ ' U.71 s 16 .19 16-41 I Jt.76 $ 36 .19 140 ' 11,76 $ 36.19 . ~ ' s 11~ I M N.n. I I . I 1.JlUt .... n ..... ,_ ·-I .... ~-,.o..tltudi ,._ I n1 n "'°'"' ,-I 1147 I 1114.M I ' 1,11,4 .N TO: Troy COMPANY: Baseco m JOB NAME: Will Rogers -Type CC Tha nk yoµ, Quantity 1 Wendy Legan, CCE switdlgeor I Jb<ture Pr oject Quotatioos Dept Manager wlega11@summit.com 817 -831....SOO{ext;3 204} 817 83 8 6782 {fax] cc PAGE INO.UDING COVER : 1 DA TE: Tuesday, May 31, 2011 Unlt Price -$978 .00 p lus fr e ight -estimated at $95.00 each (g round sh ipp ing) •Pre:s:hlpm•mt of anchor bolts and templates wtn ina.rr additional Freie.ht SVMMrT D«tr1c Suppty Co ., '"'-I 500 Horth lodi Sl:tut Foo Worth. TX I 76111 _....wmmll.alm I www.YOllson f!.com l'CICD JMMSME~FOl!,O IJA'rJ NIO MJ SWKCf l'O!ff,4/tOMDIT/141.f .WO~OIJAl.l Rogers -O'Brien Co nstruction 1901 Regal Row Da llas, Texas 75235 Main 214.962.3000 Fa x 214.9 62.3001 3901 S. Lamar Blvd. #200 Austin, Texas 78704 Main 512.486.3800 Fax 512.486 .3701 www.rogers-obrien.com October 10, 2011 Jack Durham Senior Construction Manager -City of Fort Worth Transportation & Public Works Dept. Facilities Management Division / Architectural Services 401 West 13 th Street Fort Worth, TX 76102 RE: SUBJECT: Mr. Durham: WRMC -East Multi-Purpose Facility Project DOE/Project# TPW-0162 7 Contract # 41332 Fort Worth, Texas Change Request # 3 7 -M /WBE Participation The total amount of approved Change Reque st# 37 including profit and overhead is $14,606.00 . Below is the breakdown for the M /WBE Participation related to Change Request # 3 7 : Total M /WBE Participation for Change Request# 37 is 0%. Please let me know should yo u need any additional information. Sincerely, Rogers -O'Brien Construction &?~ Trey Carroll Project Manager CC : Master File 10022 Dallas I Austin Rogers -O 'Brien Construction August 27, 2011 City of Forth Worth 401 West 13th Street Fort Worth, TX 76102 Ph : (817)392-7913 Fax : (81 7)392-8488 ATTN : Jack Durham RE :RFI # 49 & ASI # 19 -Added Fireproofing @ Canopy 'C ' -REVISED 10022 Will Rogers Memorial Cntr East Change Request# 37 Dear Jack: Spray fireproofing added to all steel columns between Column Lines C1 and C3 between CL and CR and the roof assembly East of Column Line C3 and West of Column Line C 1 between Column Lines CA and CG, and South of Column Line CA. These items were clarifi e d with RFI # 49 response and ASI # 19. Fireproofing was removed between Columns CF and CG but fi reproofing was added above the existing stair locations. This is not a change in the material but th i s will have an increase in labor to set up and install fireproofing above these stair locations. For Unit 'A' th e fireproofing between Column Line 5 and 6 between T and U was relocated East between Column Lines 8 and 9 between T and U . Unit 'A' changes 1901 Re al Row are at no cost. Change Request includes added labor cost for metal lath and pin installation where Da llas Texa! 75235 structural members that were not orig inally called out for fireproofing were primed and require metal lath Main 21 4.962.30oo for adhesion of spray fireproofing . Fax 214 .962 .3001 3901 s. Lamar Blvd . #200Attached please find our pricing fo r the above referenced revision item . Austin, Texas 78704 Main 512.486.3800 Fax 512.486.3701 The total amount to provide this wo rk is : $14 ,606 .00 www.rogers -obrie n.co mp1ease note the attached exclusions/qualifications . If you have any questions or n eed further clarification , pl ease contact me at (214)962-3000. S incerely, ~ Trey Carroll Rogers-O'Brien Constru cti o n Co OWNER AUTHORIZED SIGNATURE ATTACHMENT Dallas I Austin Change Request 37 Price Breakdown J ob Name : Will Rogers Memorial Cntr East Date : 8/27/2011 Description: RFI # 49 & ASI # 19 -Added Fireproofing @ Canopy 'C' -REVISED Change Request #:37 Labor Material No Description QTY Unit Unit I Total Unit Total Equipment Subcontract Other Price 1 Sprayed Fireproofing Sub I 12 ,645 .57 $12 ,645 .57 ****EXCLUS IO N S AND QUALIFICATIONS**** Subtotal: $12,645 .57 See attached backup for labor, material and subcontractor and Overhead 10.00% $1 264 .56 supplier detail. Fee 5.00% $695.87 Price excludes all federal , state and local fees . Price does include sales and / or remodel taxes . Written authorization and / or signature on this PC requi red prior to performing the above described work . Total : $14,606 .00 Hahnfeld Hoffer Stanford Hahnfsald Hof er Stanford J 200 Bai l-,•: iO·;;,nu-,, Su,tsa ~00 Fort \,'/orth . Te >eas 7 6107 Project: Number: To: From: subject: SentYaa: RAID: Disci,prm.e: Received: •Question: Suggestion: Answer: CC: RFI Response Transmittal ID : Date Sent: 07015 -01 WRMC East Multi-Purpose Building 07015 -01 Scent MacDonald Rogers-O'Brien Construction Co. 1901 Regai Row Dalas, TX 75235 214-962-3000 (Phone) 214-962-3001 (Fax) Gary Ryan Hahrteld Hoffer Stan ford 200 Baiey Avenue, SUite 200 Fort Worth, Texas 76107 (817) 921-5928 (Phone) (817) 302-0.692 (Fax) 00353 6/1/2011 lJnit 'A' ancl Vnit 'C' Exterior Canopy Fireprnofing darification Info Excnange 00049 5/24/2011 Specjfica y regarding the exterior canopies o.f unit 'A' and unit 'C' and not the West me of unit 'A', specification 07811-1, 1.2, A states that stru:tural framing in unit 'A' .L evel 2 , be-tween Grid L1nes 2 and 6, and T and ER and in unit 'C', between Grid Lines CA and CG and Cl and C3 is to recetve sprayed-on fireproofing. PJease confirm that fireproofing of these specific areas onty is reqlireo on the exterior canopie s of uni t 'A' a n d unit 'C'. If so, p•ease confirm surrOUO<ing steel w · not require fireproofing . Structuraf columns in Unit \C' along grid lines Cl and C3 betwe n grid lin,e.s CL and CR w also require (1) hour fireproofing up to 20' from floor (street) mmeiiatety below. A~t~ "" stanford ARCHITECT'S SUPPLEMENTAL INSTRUCTIONS Pro!,ct N1me: EAST MULTI-PURPOSE FACILITY AT WILL ROGERS MEMEORIAL CENTER CllY OF FORT WORTH FORT WORTH, TEXAS Owner: City of Fort Worth 401 West 13t11 street Fort Worth, Texas 76102 9ontr•ctor: ROGERS -O'BRIEN CONSTRUCTION 1901 Regal Row Dallas, Texas 75235 ASI No.: 01 9 Issue D1t,: 0 9/19/11 Prefect No .: 07015·01 Contract For: General Constructio n Contr1ct Ds.te : J anua ry 6 , 2 011 Owner: (X] A rc hit ect: [X] Consultant: [ ] Contractor: [X] Field : [XJ Other: [ ] F•e : [X] The Work shall be carried out In accordance w i th the following supplemental instructions issued In accordance with the Contract Documents without change in Contract Sum or Contract Time. Proceeding with the Work In accordance with these Instructions indicates the Contractor's acknowledgement that there will be no cllange in the Contract Sum or Contract Time. Description: Raf: Attached for revisions and dariflcatlons to fireproofing limlts as designated on 07811 ·5 -RO •sprayed -on Fireproofing" shop drawings origlnally released on 9/2/2011 (Furnish as Corrected). Modltlcatlons In response to Contril<;:for questioning the need for " ... Possibe Add ition al Fireproofing" cited by emai l on 9/12/2011. Pl ease refer to HHS Responses and adjust fireproofing limits as stipulated. Attachments: Possible Additional FlraproofingASI019.pdf Is sued by Hahnfe!d Hoffer S ta nford: WlW WILLIAM WESTHOFF/ PA (Signe tu rs) (Prini.d NMlfl I T/tki) Ii I ~ (.:) ~ 8 ifir~ .. lCW IIOOf' P'IU.l,IINQ~ f LN'r-1" Spray Fireproofing is included at the Unit A Low Roo'f l!rnming as cletn1Iecl in tlie Specifications between Grid Lines El to 2 and C to R Sp ay Fireproofing is incluclecl at the Unit A Roof Frnmlng as clcblled \n the Speclflcatlons between Grid Lines 2 to 5 & 8 to 9 from T to ER I I ! i ---~----0 ----------· ·-·-=-@ HHS RESPONSE : OVERHANG AT .....J.,t--,.....,.'-·-··EXISTING PARl<ING GARAGE -NORTH OF UNIT A. ADDITIONAL FIREPROOFING NOT REQUIRED . !1 ,, :. ,. I' I . ,. 1: ,, I I :Ii @----;'·_,.... _________ _... ®--·-· !-----------·-· I I j hi i i ! § EB N C)-1#;,· OJJjCf'( l'O\JNllrlDO!I i I r& . Spray F.ir6p ooilft:g ts incl Heel n he Unit C Canopy Framing· in; detailed. In the locntHms wl1ere fli'e rto·o!ttrtic ·r 1s Tie1o %l> fee :om flt'e flo'oT belt>-« antl tan steel coltnnns ffS per tl1e RFI anil . the Fireproofing Scope Q)arlflonti ns HHS RESPONSE : TOP OF EXISTING STAIR EAST OF EXISTING RICHARDSON BASS ; INSTALL FIREPROOFING ON ALL ROOF FRAMING WEST OF GRID LINE C2 BETWE EN ~r,.,,;:7m,;,w;rimi~~~~~~,.;,;,~GRID LINES CG AND CH AND BETWEEN CJ AND Cl< WHERE i I ® ~ <d?> HHS RESPONSE : DELETE FIREPROOFING ~HIGHLIGHTED BY RED OVALS . +c~-~"""'-mM--FROM ROOF FRAMING (COLUMN HHSRESPONSE :OVERHAN G OVER EXISTING PARKING GARAGE . NO ADDITIONAL FIREPROOFING REQUIRED . ""·-·-FIREPROOFING TO REMAIN) IN THE AREA BETWEEN GRID LINES CF AND CG HIGHLIGHTED WITH RED REVISION CLOUD. Uahnfeld otter fanford tOO fl ~}w. ....... oo r (ilttWonu,T-7•101 .11 ... , ..... 19lltD1 7..X-,OMII Zit-a ---- 1.1 City of Fort Worth Will Rogers Equestrian Multi-Purpose Facility Sub Contractor's Summary Scope of Work Description: Trade : Fireproofing Sub's Name: LCR Contractors Project: Will Roge rs Multi-Purpose Facility Date: 10/3/11 Spray Fireproofing added to all ste el co lumns between Column Lines C1 and C3 between CL and CR and the roof assembly east of column li ne C3 and west of column line C1 between co lumn lines CA and CG , and south of column lin e CA . These items we re clarified in RFI #49 and ASI 19 . Some fireproofing was taken out betwe en columns CF and CG but added the fireproofing above the stair locations. This is not a change in the material but th is will have an incre ase in labor to set up and install the fireproofi ng above these stair locations . For Un it 'A' the fireproofing between Column Lines 5 and 6 between T and U was relocated east between Column Lines 8 and 9 between T and U . Unit 'A' changes are at no cos t. Ch ang e Order includes added cost for metal lath and pin installation where structural members that were not orig inally called out for fi reproofi ng were primed and requ ire metal lath for fireproofi ng. I Materials I Uni ts I Labor I Equipment I Scope of Work Descripti on ,----------.....--------.-----..-----1 t-----~----,-----t,--------,l""'""--~---""T"----1 T ota l Cost Item Descri pti on I UOM I Qty I Cost Per Unitl T ota l I per MH I MHRS I R ate I Total Eq . Type I # H rs. I Rate I T ota l I Cafco Blaze Shi el d II . Fire proofi ng Materials i Bags i 263 . $18.6 5 . $4,904 .95 \ • • . $0.00; . . . $0.00 ; $4 ,904 .95 ............... Cafco .Bond Seal ............... L. .. Fi re pooling. Adhesive .... .L.Drum...: ............ 1 ............ 1 ..... $565 .00 ..... L. ....... $565 .00 1 ...................... ...! .......................... L. .................. ..l. .............. $0.ooL. ...................................... l. .............. .L ................... 1 ........... $0 .00 L ............. ~565:g.9. Attachments to Primed Stee l 1 M etal Lath and Pins 1 Sheets 1 20 1 $5.66 i $113 .20 ( 1 1 [ $0.ooi [ [ [ s o.oo [ $113.20 ·······························································J• .. ················································t················l··························.··························1·························.·························t ··························.········"·············1·························1·······················"'················1·· .. ············1 ·····················.······················t······························ ........... Cover.and. Protection ......... .) ................... Pla stic .................. ( ... Rolls _) ............ 1 ............ ( ..... $196 .00 ..... ! .......... $196.oo ( ...................... .) .......................... ! ....................... [ ............... so .oo [ ......................................... 1 ...•............ [ ..................... ( ..........• $0 .00.( ............... ~19.~:.9.9. Foreman I Spraye r l l l l l $0.00 l 1.00 l 7 0 .00 l 23.1B l S1.622.60 l l l l $0.00 l $1,622.60 ••••••••••••••••••••••••••••••••••••·••••••···•••·••••••••··•··l••••••·"''•••••••••• .. •••••••••••••••••••••••·•••t .. •····•···•••••l ••••••••· .. •·•·•••0 "··••••••••••• .. •••••••••••••••••l•••••••••·••••••••••••••+•••••••••••••••••••••••••l•••••••••••••••••··••••·••l ••·•••••·•····•·•••·•••l••••••••••••••••••••• .. ••l••••••••••••••••••••••••••• .. ••·••••·••••l••••••••••••••••l•••• .. •······••··••••+•••••••••••••·•·••••••I•••••••·•···•···•••••••••••••• M ixerman i [ l [ l so .oo i 1.00 [ 7 0 .00 l 16.76[ S1,1 73.2 0 [ [ l [ $0 .00 j $1,173.20 ................ Laborer /.He lper ............... .L. ................................................ L. ............ .L ........................ L. ....................... l... ........... so.oo L. ........... 2.00 .J ........... 14 0 .00 .. L. ......... 14.08 L. ..... s, ,971 .2 0 L. .................................... .J ............ ...l ..................... l.. ......... $0 .oo L. ........ $1,971 :.2.~ Lift Equipme nt l 1 1 [ l $0 .00 [ [ 1 1 $0.00;Scissor Li ft 1 40 .00 1 $11 .25 ; $450 .00 ; $45 0 .00 ............................................................... : .................................................. : .. ············+·······················{························+······ ··············+······················+······················--l-.. ······"············l························}·······································l ·············+····················l······················l·············.················ Subtotals , , , , , $5 ,77 9.1 5• , , , $4.767 .00• , 40 .0 , , $450.00, $10 996 15 -------------------------------r------------------------1--------~-------·-----+------------1 ------------+-------------t -------------~-----------r------------~--------------------t -------1-----------:-----------1--------· ---· -- • I I I I I I I I I I I I I _______________________________ t ________________________ J ________ t ____________ ! ____________ J ____________ ! ____________ j ____________ t ___________ t ::-:.~:::j ____________________ t _______ J __________ t::-_,_.:::j ______________ _ l l l l l l l l : :sub-Contractors Pro fit & Overhead : 15.00%1 $1,649.42 ------------------------------r ·---------------------,-------r ----------r-----------1----------1----------1------------r ·--------r----------·r-------------------r -----r --------t--------1-------------- Total co No. I I I I I ss,11 9.1s1 I I I $4,767.oo l I I I $450 .151 $12,645.57 Pag e _1_of _1_ I IATEK IN TE RNATIONAL TM PRICE LIST: STD EFFECTIVE: May 13, 2010 SUPERSEDES: September 1 , 2008 CAFCO® SPRAY-APPLIED FIRE RESISTIVE MATERIALS EBQQUCI !.!L OESIGNAIIQ~ ~ BLAZE-SHIELD® II TYPE II BLAZE-SHIELD® HP TYPE HP CAFCO® 300 TYPE 300 CAFco«> 304 TYPE 304 CAFCO® 300SB TYPE SB CAFco«>400 TYPE 400 FENDOLITE«> M-11 TYPE M-11 FENDOLITE® TG TYPE TG HEAT-SHIELD® CAFCO-TB 415™ CAFCO® FIBER-PATCH TYPE P CAFCO® PRE-COAT TYPE PC CAFCO QWIK-SET® CAFCO® 300 ES (EXTENDED SET) TYPE 300 ES *based on a density of 15 pcf utilizing CAFCO QWIK-SET ADHESIVES A N D COATINGS PROQUCI UL OESJGNAIION BOND-SEAL TYPE E BS --"7BOND-SEAL X TYPE X (lockdown) TOP-CO TE HEAT-SHIELD ADHESIVE PRICE ($/5 U .S . gal. pail) less than 11 pails 103.00 107.00 114.00 98.50 REGION: USA SCOPE : COMMERCIAL PRICE COVERAGE (S/6AG) (60,FI/BAG) ~14.75 40 17.50 26 14.75 36/46* 14.75 36/46* 16.50 36 18.75 30 22 .00 16 22 .00 14 13 .00 50 23 .00 30 16.00 13 19.00 1000 FT2 18.00 16.50 36 PRICE ($/5 U.S. gal.pail) 11 pails or more COVERAGE 99.50 ~103.00 110.50 95.00 600 FT2/U.S. gal. 1200 FT2/U.S. gal. 30-120 FT2/U.S. gal. 125 BO. FT.IU .S. gal. NOTE: Coverage figures for BOND-SEAL, BOND-SEAL X, TOP-COTE and HEAT-SHIELD ADHESIVE are for AS RECEIVEQ, !.!NDIL!.!IED product. A . Prices shown are in U.S. dollars and are subject to change without notice . B. All sales are subject to the Terms and Conditions of Sale printed on reverse . C. Terms -2% 20 days, net 45 , product only. D. Prices are for truckloa d quantities and are F.0 .B. shipping point. ~E. Add $0.50 per bag for products containing fungicide. (BLAZE-SHIELD II and BLAZE-SHIELD HP only) A. Coverage figures do not account for waste. Yield figures may be based on factory evaluations under controlled conditions . Actual coverage may vary depending on job site conditions . A . Shelf l ife of all CAFCO p roducts listed above is ten (10) months from date of manufacture with the exception of BLAZE- SHIELD 11, BLA ZE-SHIELD HP, and HEAT-SHIELD which is six (6) months and FENDOLITE M-11/TG which is twenty-four (24) months from date of manufacture. All CAFCO products must be stored in accordance with ISOLA TEK INTERNATIO NA L'S written recommendations. B . L TL and warehouse p ick-ups may carry additional handling charges. Consult your CAFCO Sales or Customer Service Representative for specific details . C. All pr oducts must be applied in strict accordance with ISOLATEK INTERNATIONAL's written recommen dations. D. All liquids are packaged in five (5) U.S . gallon plastic pai ls. Protect all liquids from freezing. ~ E. Prices do not inc l ude pallet and wrap charges. ISOLA TEK INTE RNATI O NAL 41 Furnace S treet Stanhope, N ew J ersey 07874 U .S .A. Tel : (97 3) 347-1200 Fax: (97 3 ) 347 -9170 TO ORDER MATER IAL East Coast (800) 648-9302 Central States (80 0) 437-9 196 Western States (80 0) 7 39-0 676 Southern States (800) 4 3 7-9 196 Page 1 of 2 Trey Carroll From : Sent: Clay Sp icer (CSpicer@lcrcontractors .com] Thursday, October 06 , 2011 2:39 PM To: Trey Carroll Subject: RE: Updated Change Order Request Trey, Here is the commercial price list for lsolatek International. What applies to us in this case is the following : 1. Cafco Blaze Shi eld II is priced at $14 .75 per bag+ $3 .90 for freight cost, fuel surcharge , pallet cost, plastic pallet wraps , and material storage a. Total Cost per bag is $18 .65 and we have an estimate 310 bags to complete the added work 2. Cafco Bond Seal is pri ced at $103 .00 per pail+ $5 .00 for freight costs , fuel surcharge, pallet cost, and material storage a. Total Cost per pail is $108 .00 and we have an estimate 5.25 pails to spray the sealer Let me know if you need anything additional from us , Clay Spicer LCR Contractors From: Trey Carroll [mailto:tcarroll@rogers-obrien.com] Sent: Thursday, October 06, 201110 :06 AM To: Clay Spicer Subject: RE: Updated Change Order Request Importance: High Clay , Do you have any vendo r pricing or invoices you could send me for back -up on the Cafco Blaze Sh ield II and the Cafco Bond Seal? Big ticket items like this the owner will most likely want to see back-up for these items . Please forward whatever you have to me ASAP so that I can process this change request. Thanks, Trey Carroll Project Manager Main 214 .962 .3000 Fax 214 .962 .3075 Cell 214 .212 .1318 Rogers -O'Brien Construction Dallas I Austin www.rogers -obrien.com 10/6/2011 Rogers -O'Brien Construction 1901 Regal Row Dallas, Texas 75235 Main 214.962.3000 Fax 214 .962.3001 3901 S. Lamar Blvd. #200 Aust in , Te xas 78704 M ain 512.486.3800 Fax 512.486.3701 www.rogers-obrien.com October 10, 2011 Jack Durham Senior Construction Manager -City of Fort Worth Transportation & Public Works Dept. Facilities Management Division / Architectural Services 401 W est 13th Street Fort Worth, TX 7 6102 RE: SUBJECT: Mr. Durham: WRMC -East Multi-Purpose Facility Project DOE/Project# TPW-0162 7 Contract # 41332 Fort Worth, Texas Change Request# 38 -M/WBE Participation The total amount of approved Change Request # 38 including profit and overhead is $367.00. Below is the breakdown for the M /WBE Participation related to Change Request # 38 : Total M/WBE Participation for Change Request# 38 is 0%. Please let me know should yo u need any additional information. Sincerely, Ro~~~nsu-uction ~- Trey Carroll Project Manager CC: Master File 10022 Dallas I Austin .. 0gers-O 'Brien Construction ) September 27 , 2011 City of Forth Worth 401 West 13th Street Fort Worth , TX 76102 Ph : (817)392 -7913 Fax : (817)392 -8488 ATTN : Jack Durham RE :RFI # 53 -Unit 'A ' Trench Drain Revisions 10022 Will Rogers Memo rial Cn tr East Change Request# 38 Dear Jack : Per RFI # 53 response , revised number of dra in s for trench dra in located at Unit 'A' first floor ramp from (2) 4 " drains to (5) 4" drains per manufacturer's d rainage requirements . Cost includes additional connections and piping for the (3) added drain connections . Attached please find our pricing for the above referenced revision item . 1901 Regal Ro~ 'd h' k . Dallas, Te xas 7523 9 he total amount to prov1 e t 1s wor 1s : $367 .00 Main 214 .962.3000 Fax 214.962.300p1ease note the attached exclusions/qualifications . 3901 S. La mar Blvd . #200 Austin , Te xas 78704f you have any questions or need further clarification , please contact me at (214)962-3000 . Main 512.486.3800 Fax 512.486.3701 www.rogers -o bri e n.com Trey Carroll Rogers-O'Brien Construction Co OWNER AUTHORIZED SIGNATURE ATTACHMENT Dallas I Austin Change Request 38 Price Breakdown Joo Name : Will Rogers Memorial Cntr East Date : 9/27/2011 Description : RFI # 53 -Unit 'A' Trench Drain Revis ions Change Request #:38 Labor Material No Description QTY Unit Unit I Total Unit Total Equipment Subcontract Other Price 1 Trench Drain Revisions I 318 .15 $318 .15 ****EXCLUSIONS AND QUALIFICATIONS**** Subtotal : $318 .15 See attached backup for labor, material and subcontractor and Overhead 10 .00% $31 .82 supplier detail. Fee 4.87% $17 .03 Price excludes all federal, state and local fees . Price does include sales and / or remodel taxes . Written authorization and / or signature on this PC required prior to performing the above described work . Total: $367.00 Project: Number: To: From : Subject: Sent Via: RFI ID: Hahn1el<I HC>ffAt' Stanfonf RFI Re sponse Transmitt.il ID : Date Sent: 07015 -01 \'\IRM C Ea st Multi -Purpose Building 07015 -01 Brent MacDonald Rogers-O'Brien Cons tructio n Co. 1901 Regal Row Dallas, TX 75235 214-962 -3000 (Phone) 214-962 -3001 (Fa x) Gary Rya n Ha hnfeld Hoffer Stanford 200 Bailey Avenue , Suite 200 Fort Worth, Tex as 76107 (817) 921 -5928 (Phone) (817) 302-0692 (Fax) Unit 'A' First Fl oor Ramp and Southwest Corner Info Exchange 00053 00390 6/9/2011 Discipline: Re·cei'ved: Q 11 e.stion: l Suggestion: Answer: CC: 6/2/2011 The t rench drain in unit ... ,.A,' se1~v·ing the S0utlw1est garage ramp between columns 4/A and 4/C, is. depicted with 2 -4 'r dra ins co ll ecting into a sing,le 4" drain on sheet P .Al.1. Per the manufacturer's drainage requirements, the drain wi ll r equire 5 -4" d1·ains . Please confirm that all 5 d r.ain:s can be colle cted in to a singl 'e 4'' drain , and confirm if this drain can be routed to the subso il drain at the So uth wall between col'umn rines 1 & 2 in lie u of routing to the 15" storm drain in the Southeast corner of unit 'A.' All 5 con nee tions can collect to a single 4" d'rain line . Pe, conversation Vofi th Brent MacDonard, the 4" drain will extend to the 15" storm main as indicated on the plans. i\A ·1~ fY1orr Qf\ ~\~~ HIDALGO INDUSTRIAL SERVICES, INC. Hidalgo Industrial -Change Order Request Date : 31 -Aug -11 Hidalgo Job No .: _0_3_-3_2_1_02_0_-_o ____ _ Change Order Req . No .: _#_0_9 _________ _ Customer PO/Contract#: 10022-15-01 S Owner/ Contractor Rogers O'Brien --------------Description: RFI 53 LABOR Description Plumber Apprentice Plumber Supervision Project Manager MATERIAL Descrietion Attached SUBCONTRACTORS Contractor RENTALS Descrietion RECAP Schedule Impact: Number of Days Impacte d : Remarks : None 0 Hours X X X 6 X X X Q_!y 1 I X X X X X Contractors Name Rate Qty Contact Trey Carroll Rate Total I $ 21 .00 $ I $ 28 .00 $ I $ 19.00 $ I $ 24 .00 $ I $ 28 .00 $ I $ 35 .00 $ Subtotal : Labor Burden : 35% Total Labor Cost: Unit Price Total I 8225 1 Subtotal : Total Subtotal: Period Total Rental Tax 8.25% Subtotal: Labor Materials Subcontractors Rentals Subtotal Subcontractors 0% Overhead 10 % Margin 5% Sales Tax 0.00% Total Cost - - - 144.00 - - $144 .00 $50.40 $194.40 $82 .25 $82.25 $0.00 $0 .00 $194.40 $82 .25 $0 .00 $0 .00 $276 .65 $0 .00 $27 .67 $13 .83 $0 .00 $318 .15 ORRISON SUPPLY COMPANY -04 Quoted 08/31/11 Quoted by 1875 Customer Bid Date Customer Number 04HIDI Customer: HIDALGO INDUSTRIAL SERVICES 2535 BRENNAN AVE. FT . WORTH Comments : LI QTY 10 3 20 3 TX 76106 PART NO . VENDOR P/N PD5014 501 PD3005 30 0 * * ** FORMAL QUOTATION * * ** Expiration date 09/30/11 Phone 817-336-0451 Job Number Job : WILL ROGERS DESCRIPTION U/M 4" PVC DWV COMB WYE & 1/8 BE ND <501 > EA 4" PVC DWV 1/4 BEND <300 > EA * * ** FORMAL QUOTATION * * ** 08/31/2011 Quote # Q0485836 Salesp e rson 0418 UNIT PRICE TOTAL PRICE 19 .628 0 58.88 7.7896 23.37 82.25 FOB SHIP POINT TERMS STANDARD Page 1 Rogers -O'Brien Construction 1901 Regal Row Dallas, Texas 75235 Main 214.962.3000 Fax 214 .962.3001 3901 S. Lamar Blvd. #200 Austin, Te xas 78704 Main 512.486.3800 Fax 512.486.3701 www.rogers-obrien.com October 10 , 2011 Jack Durham Senior Construction Manager -City of Fort Worth Transportation & Public Works Dept. Facilities Management Division/ Architectural Services 401 West 13th Street Fort Worth, TX 7 6102 RE: SUBJECT: Mr. Durham: WRMC -East Multi-Purpose Facility Project DOE/Project# TPW-01627 Contract# 41332 Fort Worth, Texas Change Request # 40 -M /WBE Participation The total amount of approved Change Request # 40 including profit and overhead is $5,030.00. Below is the breakdown for the M /WBE Participation related to Change Request # 40 : Total M /WBE Participation for Change Request # 40 is 0%. Please let me know should yo u need any additional information . Sincerely, Rogers-O'Brien Construction ~ Trey Carroll Project Manager CC: Master File 10022 Dallas I Austin Roge r s-O 'Brien Construction Septembe r 27, 2011 C ity of Forth Worth 401 West 13th Street Fort Worth , TX 76102 Ph : (817)392-7913 Fax: (817)392-8488 ATTN : Jack Durham RE :RFl's 56 & 57 -Sed . Tank Added Dbl Cl ean-Outs & Venting -REVISED 10022 Will Rogers Memorial Cntr East Change Request # 40 Dear Jack: Per RFI # 56 response, added double clean-outs on the combined 6 " line upstream and downstream from the sample wells for both sedimentation tanks as well as a single cleanout for each sedimentatio n tank as required by plumbing inspector. Per RFI # 57 response , added 4" vent lines from the inlets and outlets at each sedimentation tank, routed below grade and into planter at monument sign per detail sheets X2-P .A 1.1 and X3 -P .81 .1 provided with RFI response . Since the (3) required vent lines for each sedimentation tank were run underground plumbing code does not allow vent piping to be ocmbined underground . Three separate vent lines were added for each sedimentation tank for the (1) inlet at each 1901 R I R tank and for each of the (2) outlets at each sedimentation tank . This resulted in additional 4" PVC piping D ll T eg~sz;~to install (3) separate vent s for each sedimentation tank . Also per RFI # 57 response , added 2 " vent for M:it21 :.~~z.3oo o the oil separator as indicated on X1 -P .A 1.1 provided with RFI response (material cost negligible and not Fa x 2l 4.96Z .3om included). Additional clean-outs and vents added as required per plumbing inspector. 3901 S. Lamar Blvd . #200 Austin, Te xas 78704 Attached please find our pricing for the above referenced revision item . Main 512.486 .3800 Fa x 512.486.37al The total amount to provid e th is work is: $5,030 .00 www.ro gers -obrien .com Please note the attached exclusions/qualifications . If you have any questions or need further cla rifi ca tion , pl ease contact me at (214)962-3000 . s~ Trey Carroll Rogers-O'Brien Construction Co OWNER AUTHORIZED SIGNATURE ATTACHMENT Dallas I Au s tin Change Request 40 Price Breakdown Job Name : Will Rogers Memorial Cntr East Date: 9/27/2011 Description : RFl's 56 & 57 -Sed . Tank Added Dbl Clean-Outs & Venting -REVISED Change Request #:40 Labor Material No Description QTY Unit Unit Total Unit Total Equipment Subcontract Other Price 1 Added Dbl CO's & Ven ti ng 4,354 .72 $4 ,354 .72 ****EXCLUSIONS AND QUALIFICATIONS**** Subtotal: $4,354.72 See attached backup for labor, material and subcontractor and Overhead 10 .00% $435.47 supplier detail. Fee 5.01 % $239 .81 Price excludes all federal , state and local fees . Price does include sales and / or remodel taxes . Written authorization and / or signature on this PC required prior to performing the above described work . Total : $5,030.00 0 Project: Number: To : From: Subject: Sent Vil!: RF1ID: Discipline: Receive<l: C' • .., tion: I Hahnfe(,d Hoffer Stanton:! RFI Response Transmittal ID: Date Sent: 07015 -01 WRMC East t,.·lulti-Purpose Building 07015-01 Brent MacDonald Rogers-O'Brien Construction Co. 1901 Regal Row Dallas, TX 75235 214-962-3000 (Phone) 214-96 2-3001 (Fax) Gary Ryan H3hnfeld Hoffer Stanford 200 Bailey Avenue, Suite 200 Fort Worth, Texas 76107 (817) 921-5928 (Phone) (817) 302-0692 (Fax) Sedimentation Tank Clean-out Requirements rnfo Exchange 00056 6/2/2011 00392 7/14/2011 Please confirm an additional double-deanout wi,H need to be provided on the outlet si·de of both s.edimentation tanks along University Drive prior to the sampling well. Currently each s.edimentation tank has 2 outlets as depicted on de t afl · 1/P 1.1 and both wrl'I need the double clean -out, however, detarls 1/P,Al,I and 1/P,81,1 depict o nly one outlet prior to the sampfing weN. Suggesti:on: A.n5""•e r: CC: Se11t Each sedimentation tank has two discharge lines that combine to one 6 line. The in tent was to install a d ouble dean-out on the combined 6" l'ine, up.stream and downstream of the sample welL Ple ·ase confirm this i'.S acceptab le to the plumbing inspecto r . Provide double cle;,mouts as indfcated on X2-P.Al.1 and X3-P.B1.1 Sean Rath (Baird, Hampton & Brown.) Jeff Westhoff(Hahnfe.Jd Hoffer Stanford) ~~~~;;;;;;;;;;;;;;;~~;;;;:;;:;:;::;:~~~;;;;;;;;;;:;;;;;;;;;;;;;;;;;;~~~~~~~:::::;:::=~ ij~ ~i~~~~DG~CO~~~~~~L /' [ SAMPLE WELL EQUAL (TYP.) TO PARK SWB-9 \ SED IMENTATIO N -0'.>--. \ GCO GCO TANK; SEE DETAIL I 0 I PO INT OF CONN. TO CIVIL I.E.• 562.50': l 6' SAN. SEWER. REFER TO I CIVIL FOR CONTINUATION . --1 I l '3) C i_!'j:Jf-JOV > I A-0Ve0 L _[4'V.U/G_ -1-,,,_ ____ -"J 0 15' STORM, I.E. 5'-6' B.F .F. REFER TO CIVIL FOR CONTINUATION . 4' VENT UP WITHIN RETAINING WALL ENCLOSURE TO 12' ABOVE GRADE; INSTALL AN AIR ADMITIANCE VALVE EQUAL TO STU DOR 'MAXI -FIL TRA' (FOR OUTDOOR USE). _[4'V. U/G SEE P.B1.1 -----v---------~ E9N G) ,~f,'~~~~L PLUMBING PLAN -LEVEL 1 -UNIT A l=l DI=) Baird, Hampton & Brown , Inc. C=..J D = Engineerin g & Surveying 6X(J ~ Pbcr, s.i.t 100 H. ""'Wt.· Tl '6 11 6 hl (1117)lll-11'7 ra, (6 11))»-,H) [-u.l: ,-ilQM!lll,(l,(,co,,,. Response to RFI t/56, 57 BHB PROJECT I 2009 .15 •\.000 TEXAS REGISTRATIO N NO . F -00004 4 ~ ~ .. z q EAST MULTI-PUftPDSE FACILITY WrlLL RnG1E1tS ME1MORl~L C'E,NTER FORT WORTH , TEXAS H tahnfeld Hoffer Stanford architects planners interiors 1425 8tl1 Avenue Fort Wortl1, Texas 76104 81 7. 921 . 5928 fax 817.429 .9336 f------ '\.--8• FIRE LI NE . REFE R TO CIVI L FOR CONT INU ATIO N. ,----,~--... EBN CD ,~t~~~L PLUMBING PLAN -LEVEL 1 -UNIT B c;;;l D 1=J Baird, Hampton & Brown, Inc . C=J D l=.) Engineering & Surveyi n g 5XIO ~ Pbc:r . Wt 71'.XJ fl .,,.,., Tl 151" JO, (S11)ll4-12l1 f o , {5 1l)ll&•!lt!l, [-u.:,,a: ,....C,t,J.t,;.,,c.com Respons e to RF! #56, 57 BHB PROJ(CT I 2009.154.000 TEXA S RECISTllA TION NO . ~ -000044 en 0 h I ~ ID m ~ m :-;i X ~ w -'o ~ ~ EAST MULTI-PURPOSE FACILITY Wltl R Gl:RS ME FORT WORTH , TEXAS Ha:hn,feld Hoffer Stanford archi t ect s p la n ners i n teriors 1425 8th A venue Fo rt Worth. Texas 76 104 817 .921 .5928 fax 817.429 .9336 0 Project; Numb er: To : From: Subject: Sent V@: RFI ID: Discipline: Received: Question: Hahn1eld Hoffet StanforcJ RFI Response Transmittal ID: Date Sent: 07015-0 1 WRMC East Multi -Purpose Building 07 015-01 Brent MacDon aid Rogers -O'Brien Construction Co . 1901 Regal Row Dallas, TX 75235 214-962 -300 0 (Phone) 214-962-3001 (Fa x) Gary Ryan Hahnfeld Hoffer Stanford 200 Baile y Avenue, Suite 200 Fort Worth, Texas 76107 (817) 921-5928 (Ph one) (817) 302-0692 (Fax) 00 393 7/14/2011 Sedimentatio n Tan k and Oil SEcp:arator Tank Venting RequiremEnts I nfo Ex change 00057 6/2/2011 Please co-nfirrn a dedicated vent system wlfl be re-quired fo.r both sedi men tation tank s along Unrvers'ity [))rive as well as the oil separator tank in unit 'A'. This is in additi,on to the venting sys tern already provided for the animal waste and s.mitary sewer pip ing system. SuggesHon: Answer: CC: We have a cal,/ in to Dennis McKinzie, but he is going to be out until next week . Pendi ng a response from the plumb rr19 in s pector, we wou,ld recommend a 4" vent from the dtscharge fine at each s.edfrnentation tank (possibly connected just ups tr earn of the samp te well), route d bel ow grade ;n to the buifding , then up thru the ro o f. Can the contractor r ecommend a rou te and location for th e VTR7 Provide a 2 " vent from the oil sepa rator, route up in wafl to above ceifing, and connect to existillg vent serving the restroom fi x ture s. Provide 4" vent lines for sedimentation tanks as ind ica ted on X2-P.Al.1 and X3- P.B1.1 Provide a 2" vent for the oil separator as indicated on Xl-P.Al.1 Se;an Rath (Baird, Hampton & Brown) Jeff Westhoff(Hahnfeld Hoffer Stanford) I 1 c"\..-4 11 D r --, EB N ® .~~~~l~L PLUMBING PLAN -LEVEL 1 -UNIT A Response to RFI t!55, 57 (f) I m ~ ~ ~ EAST MULTI-PURPOSE FACILITY ~ ~ WILL ROGERS M·EMOR'l'A L GEN1ER S ~ FORT WORTH, TEXAS $ ~ l'IOMEII ~~~'1"1"~] L-1 ~ r---:7''-----"\-w;#J;rr-t ___ ----,_ - -~ A ffi (':;'\ PARTIAL PLUMBING PLAN -LEVEL 1 -UNIT A W N 0 lib' • l'-0' ~ D I =) Baird , Hampton & Brown, Inc . (=-l D = Engineering & Surveyi ng fi!-0'.l 11W,p.e P\xc:. S..lt 100 rt . Worltl , n: 16116 Tri {1111)Hl -1111 r,, (1117)Ul-920 [-lW: ,,,,.....twoc_cOfll BHB PR0£CT # 2009.154 .000 TEXA S REGISTRATION MO <-00004< Hra h n f ,e I d architects H offer planners Stanford interiors 1425 8th Avenue Fort Worth, Texas 76104 817.921 .5928 fax 817 .429.9336 SED IM ENTATI ON GC O TANK; SEE DETAIL I POI NT OF CONN. TO CIV IL I.E .= 562.s o·;i 6' SAN. SEWER. REF ER TO I CIVIL FO R CON TIN UATI ON . I I [4'V.U/G L-~---- 0 0 ...---.15' STORM, I.E . 5'-6' B.F.F . REFER TO CIVIL FOR CONT INUATION . 4' VENT UP WITH IN RETAINING WALL EN CLOSURE TO 12' ABOVE GRADE; INSTALL AN AIR ADMITIANCE VA LVE EQUAL TO STUDOR 'MAXI-F ILTRA' (FOR OU TD OOR USE). [4'V. U/G SEE P.B1.1 ------;::r---------~ EB N G) ~t~~~:'4-L PLUMBING PLAN -LEVEL 1 -UNIT A CANN oT C.OM'fJIN t JN )-J o}f2..rr.0A1JAL ::Y"cff-L£W-71;v()t. /.,vfo /J,LovJ{)e{) 1'vvA5Te-v-i~i€il-,1.-t ~T of -pt I/ O JA lr,12..~ f{2,(JY\ C.Or..J !-f>f C I f/<.OVJ{)t: VE»1J Qv /.Al!_E;J / tJv1L£T-5 ~DI =) Baird, Hampt on & Brown , Inc. C=..J D = Engineer ing & Surveying iiXXJ lf4eilto Pixr. St.It 700 Fl . Wo,11'1 , fr '5116 111 {817))}1 -1111 fo, (111)Hl-92U [-~: ,,....,~(~ Resp onse to RFI #56 . 57 BHB PR0..1£C T ~ 2009 .15 4.00 0 TE XAS REC ISTRA TI ON NO l'-000044 en ~ ~ I <D m !,' z m 9 :-:I ~ 0 I s -'o $ ~ EAST MULTI-P URPOSE FA CILITY WILL RO GER S MEMio'R!I 1Al CEN'FE R FO RT WORTH , TEXA S Ha h1nf'e I d Hoffe r S t a ·n f ord architects p l a n ners i n teriors 1 425 8th A v e nu e Fort Wort!,, Texas 76104 817 .921 .5928 fax 8 17 .429 .9336 1 SEDIMENT A TlON TANK; SEE DETAI L POINT OF CONN. TO I CIVIL I.E. = 562.00' t ,,_-...,,-6' SAN. SEWER. REFER TO CIVI L I FOR CONTINUATION . I _ _f-4'V}!_I~ J ffi (':;'\ PARTIAL PLUMBING PLAN -LEVEL 1 -UNIT B CDN 0 11, •• -l'·O' r=;1 D \=)Baird, Hampton & Brown, Inc. C=J D = Engineering & Surveying 5)1() AWi,l,to Fwe. s..a. 700 rt. WOtth. rr '5116 ,., (6\l)llil-1711 r., (lll)llil-,14) [-1.W: ,...aow.t-.c.com Response to RFI t/56, 57 BHB PROJECT # 2009.15~.ooo TEXAS REG ISTRATION NO . F-000014 en I rn ~ S: h EAST MULTI-PURPOSE FACILITY r.1 ; WILL ROG"ER5 MEMO'R!l~L C1:1N1ER ~ ~ FORT WORTH, TEXAS ~ S! Hra ,hnfeld Hoffer St·a ,nford architects planners interiors 1425 8th A v e nue F ort Worth, Texas 76104 8 17.92 1.5928 fax 817.429 .9336 HIDALGO INDUSTRIAL SERVICES, INC. Hidalgo Industrial ,. Change Order Request Date: 31 -Aug-11 Hidalgo Job No .: _0_3_-3_2_1_0_20_-_o ____ _ Change Order Req . No .: #12 Customer PO/Contract#: 10022-15-01S Owner I Contractor Rogers O'Brien Contact_T_re~y~C_a_rr_ol_l ____ _ Description : RFI 56-57 Vent for sediment tank and additional double clean outs leaving tank . This includes buildings A and B LABOR Description Plumber Apprentice Operator Plumber Supervision Project Manager MATERIAL Description Attached SUBCONTRACTORS Contractor RENTALS Description Backhoe RECAP Schedule Impact: Number of Days Impacted : Remarks : None 0 Hours Rate I X $ 21.00 I 26 X $ 28 .00 I 12 X $ 24 .00 I 26 I X I $ 24 .00 I X $ 28 .00 I X $ 35 .00 Subtotal : La bo r Burden : Total Labor Cost: Qty Unit Price I ~ I 143740 1 Subtotal: Contractors Name Subtotal: Rate Qty Period $125 .00 DAY Rental Tax Subtotal : Labor Materials Subcontractors Rentals Subtotal Subcontractors Overhead Margin Sales Tax Total Cost $ $ $ $ $ $ 35% 8 .25% 0% 10% 5% 0.00% Total - 728 .00 288 .00 624 .00 - - $1,640 .00 $574.00 $2 ,-214:00 Total $1,437.40 $1,437.40 Total '$0 .00 Total $125 .00 $10 .31 1~p~1 $2,214.00 $1,437.40 $0.00 $135 .31 $3 ,786 .71 $0 .00 $378.67 $189 .34 $0 .00 $4 ,354.72 ORRISON SUPPLY COMPANY -04 Quoted 08/31/11 Quoted by 1875 Customer Bid Date Customer Number 04HIDI Customer: HIDALGO INDUSTRIAL SERVICES 2535 BRENNAN AVE . FT. WORTH TX 76106 Comments: LI QTY PART NO. VENDOR P/N 10 400 PP1270 7400 20 12 PD1005 100 30 12 PD3005 300 40 8 PD3215 321 50 6 PD4458 445 60 6 PD1064 106 70 1 RX2832 55918 80 1 RX3150 55928 90 4 PD5029 504 * * ** FORMAL QUOTATION * * ** Expiration date 09/30 /11 Pho n e 817-336-0451 Job Number Job: WILL ROGERS DESCRIPTION U/M 4X20 SCH 40 DWV PVC PIPE -PE FT 4" PVC DWV COUP <100 > EA 4" PV C DWV 1/4 BEND <300 > EA 4" PVC DWV 1/8 BEND <321 > EA 4" PVC DWV FLUSH TEST TEEL/PLUG <445 EA 4" PVC DWV MPT C/0 PLUG <106> EA 1QT RECTORSEAL APPROX JIM PVC CLEANR EA 1QT RECTORSEAL PISTO L PETE CEMENT EA 6X4 PVC DWV COMB WYE&l/8 <504> EA * * ** FORMAL QUOTATIO N * * ** 08/31/20 11 Quote # Q0485841 Salesperson 0418 UNIT PRICE TOTAL PRICE 2 .2553 902 .13 3 .1199 37.44 7 .2209 86.65 5 .7517 46.01 11.8151 70.89 2 .0323 12.19 5 .2383 5.24 6 .1359 6.14 67 .6776 270.71 1437.40 FOB SHIP POINT TERMS STANDARD Page 1 • f Rogers -O 'Brien Construction 1901 Regal Row Da llas, Texas 75235 Main 214.962.3000 Fax 214 .962.30 01 3901 S. Lamar Blvd. #200 Austin, Te xas 78704 Main 512.486.3800 Fax 512.486.3701 www.rogers-obrien .com October 10, 2011 Jack Durham Senior Construction Manager -City of Fort Worth Transportation & Public Works Dept. Facilities Management Division/ Architectural Services 401 West 13th Street Fort Worth, TX 76102 RE: SUBJECT: Mr. Durham: WRMC -East Multi-Puipose Facility Project DOE/Project# TPW-01627 Contract # 41332 Fort Worth, Texas Change Request# 41 -M/WBE Participation The total amount of approved Change R equest # 4 1 including profit and overhead is $2,574.00 . Below is the brea kdown for the M/WBE P articipation related to Change Request # 41 : Total M/WBE Participation for Change Request# 41 is 0%. Please let me know should yo u need any additional information. Sincerely, Rogers -O'Brien Construction ~~ Trey Carroll Project Manager CC: Master File 10022 Dallas I Austin Rogers -O'Brien Construction 19 01 Regal Row Dallas, Te xa s 75235 September 27 , 2011 City of Forth Worth 401 West 13th Street Fort Worth , TX 76102 Ph : (817)392-7913 Fax : (817)392-8488 A TIN : Jack Durham RE :RFI # 58 -Oil Separator Code Required Revis ions -REVISED 10022 Will Rogers Memorial Cntr East Change Request# 41 Dear Jack: Per City of Fort Worth plumbing inspector and RFI # 58 response , the oil separator in Unit 'A' will require a sampling well, indirect waste connection and (3) two -way cleanouts . Indirect waste connection to be made using 4" pipe with a 6" hub drain. Per approved layout the oil separator was relocated from proposed Room A 103 to Mechanical Room A 109 to accommodate clearance issue with existing underground fiber optic line located near Room A 103 . Two inch grooved steel pipe and fittings were used for the pumped discharge line from the elevator for a more secure pip ing system to prevent blowouts . Cost for sampling well has been added to this pricing as it was mistakenly not included in original pricing . Ma in 21 4 .962.3000 Attached please find our pricing for the above referenced revision item. Fax 214 .962.3001 3901 5. Lam ar Blvd . #200 The total amount to provide this work is : $2 ,574.00 Austin , Texas 78704 Main 512.486.3800 Please note the attached exclusions/qualifications . Fa x 51 2.486 .3701 www.rogers -obrie n .com If you have any questions or need further clarification , please contact me at (214)962-3000 . Sincerely, ~ Trey Carroll Rogers -O'Brien Construction Co OWNER AUTHORIZED SIGNATURE ATIACHMENT Dallas I Austin Change Request 41 Price Breakdown Job Name: Will Rogers Memorial Cntr East Date : 9/27/2011 Description: RFI # 58 -Oil Separator Code Required Revisions -REVISED Change Request #:41 Labor Material No Description QTY Unit Unit I Total Unit Total Equipment Subcontract Other Price 1 Oil Separator Revisions I 2,228 .26 $2,228 .26 ****EXCLUS IONS A N D QUALIFICATIONS**** Subtotal: $2 ,228.26 See attached backup for labor, material and subcontractor and Overhead 10 .00% $222 .83 supplier detail. Fee 5.01% $122.91 Price excludes all federal , state and local fees . Price does include sales and / or remodel taxes . Written authorization and / or signature on this PC requ ired prior to performing the above described work . Total : $2,574.00 P rej ect : Number: To: From: Subject: Sent Via: RFI ID: Discipline: Received: o-tiori: ( Hahn1eld Hoff et Stanforcl RFI Response Transmittc1 I ID: Date Sent: 07015 -01 WRM C East (',l ulti-Purpose Building 07015 -01 Brent f\·l acD o n aid Rogers-O'BriH, Construction Co. 1901 Regal Ro w Dallas , TX 75235 21 4-962 -3000 (Ph one) 214-962-3001 (Fax) Gary Ryan Hal1nfeld Hoffer Stanford 200 Bailey Avenue, Su ite 200 Fort Worth , Te xas 76107 (817) 921-5928 (Phone) (817) 302-0692 (F ax) Oil Separator Requirements Clarification Info Exchange 00058 6/2/2011 00394 6/9/2011 Per the City of Fort Worth pl'Umbing insp ectc,r, a sampli ng well., indirect waste connection and 3 -two-w:ay clea nouts w·ill be req Lt ired for the ork separator in unit 'A .' Rogers-O'Brren Construction recommends rnsta ll ing the system in room A103 as dep,icted in the attached document. Please confirm the layout is acceptabl'e al!ld provide floor sink deta ils. Sug,gestion: A.nswer: cc: Contents Quantity 1 Res-pons.e: Sean Ra ·th (S.a,.i.-d, Ha mpt:on Z. Brawn) In ger1era_l, tJ,e proposi?d layout i~ acceptable , but a floo.r sink wot1ld probably just overflow if rt received 50 gpm . We would suggest a 4 11 pipe with a 6 11 hub dra in for the ind11 rect connection . The 2" pumped drain li ne could rise up in the wall, turn dovvn into the 6 11 hub fittrng with a 1" air gap, and the 4 11 drain line from the hub dra »n would extend down to below floor to the separator. Let us know if further detai ls are required . If# Dated 6/2/2011 f. "--1osooA2 ~ ~ '===f===:;:===,;---15000 .08 ~ WOMEN I A104 I Doub~e 10800.A 1 ~~ttffffiflf ~~intn1mJT1rndffifflt~~~~~TJ:!~~~=10800 .C6 8 -0 3/8" \ @ a 111rni1111 1 I ____,; 10 ' -41/f 0 4' -6" SCHED . OPNG . 3' - 0 HIDALGO INDUSTRIAL SERVICES, INC . Hidalgo Industrial -Change Order Request Date : 31 -Aug-11 Hidalgo Job No .: 03 -321020 -0 ---------Ch an g e Order Req . No .: #11 Cus tomer PO/Contract#: 10022-15-01 S Owner I Contractor Rogers O'Brien Contact_T_re~y_C_a_r_ro_l_l ____ _ Description : RFI 58 -move grease and oil interceptor from existing location to mechanical room with the addit ion of a sample well . The use of grooved pipe and fitt ings was used to provide a more secure piping system to prevent blow outs . LABOR Description Plumber Apprentice Plumber SupeNision Project ManaQer MATERIAL Description Attached sample well SUBCONTRACTORS Contractor RENTALS Description RECAP Schedule Impact: Numbe r of Days Impacted : Remarks : None 0 Hours X X 10 X 10 X X X Qty 1 X 1 X X X X Contractors Name Rate Qty Rate $ 21 .00 $ 28 .00 $ 19 .00 $ 24 .00 $ 28 .00 $ 35 .00 Subtotal : Labor Burden : Total Labor Cost: Unit Price 982 .12 375 .00 Subtotal: Subtotal: Period Rental Tax Subtotal: Labor Materials Subcontractors Rentals Subtotal Subcontractors Overhead Margin Sales Tax Total Cost $ $ $ $ $ $ 35% 8.25% 0% 10% 5% 0 .00% Total - - 190 .00 240 .00 - - $430 .00 $150 .50 $580.50 Total $982 .12 $375.00 $1,357.12 Total $0.00 Total $0.00 $580 .50 $1,357.12 $0 .00 $0 .00 $1,937.62 $0 .00 $193.76 $96 .88 $0 .00 $2 ,228.26 MORRISON SUPPLY COMPANY -04 Quoted 08/31/11 Quoted by 1875 Customer Bid Date Customer Number 04HIDI Customer: HIDALGO INDUSTRIAL SERVICES 2535 BRENNAN AVE. FT. WORTH Comments: LI QTY 10 2 20 105 30 5 40 8 60 2 70 1 TX 76106 PART NO. VENDOR P/N JR70846 40331-02-PB SN8260 01BP4IS020 GL1110 77 GL3110 10 xx 7088 xx GROOVE * * ** FORMAL QUOTATION * * ** Expiration date 09/30/11 Phone 817-336-0451 Job Number Job: WILL ROGERS DESCRIPTION U/M 40331-02 PB FLR C/0 W/ADJ RND MED TOP EA 2 STD BLK A53A ERW PEB IMPORT FT 2 PNTD GROOVED STD COUP (77) EA 2 PNTD GROOVED 90 ELL (10) EA 2X6 GRVXMPT DIELE NIPPLE EA GROOVE CHARGE EA * * ** FORMAL QUOTATION * * ** 08/31/2011 Quote # Q0485839 Salesperson 0418 UNIT PRICE TOTAL PRICE 84 .6000 169.20 4 .8805 512.45 13 .8695 69.35 17 .0148 136.12 30.0000 60.00 35 .0000 35.00 982.12 FOB SHIP POINT TERMS STANDARD Page 1 0 Oldcastle Precast 1100 Heritage Parkway Telephone: 817-477-2914 Mansfield , TX 76063 Fax .......... : 817-453-4007 SOLD TO : 6754 1 MB 0.390 E0343X 10476 0341929409 P813141 0001 :000 1 , ,1, 1, ,1 .... 1, 1. 11111, 111,1111 .. ,,1,11,, 1,1,,,,,, ,11, 11,1 .. 11, 11, HIDALGO INDUSTRIAL SERVICES 2535 BRENNAN AVE FORT WORTH TX 76106-8408 Invoice No . 260078765 Date 6/29/2011 Customer No . 260002715 Order No . S071964 SHIP TO: /~~ INVOICE Page 1 of 1 Remit to: Oldcastle Precast Inc. Fil e No : 72477-260 P . 0 . Box 60000 San Francisco, CA 94160-2477 Reference : Jack Pullen 817-805-1927 Tax exempt number: 1-7525357954 Site : Mansfield will call -WRMC 1100 HERITAGE PKWY MANSFIELD, TX 76063 2759 Customer PO Job# 33210200 F.0 .8 . Plant Pickup Mode of Delivery Plant Pick Up Packing slip(s) ... : SP067115 Group: a Order Qty 1.00 1.00 1.00 Description GT 18" Dia.X18 Sample Well Body4" PVC Ring -20 Dia . Cl 103 303311 Cover -20 Dia. Cl 103 Plain 3033C Shipped Remaining Prev Inv Unit Price ------------.. ---- REC'D 1.00 0.00 0 .00 1.00 0 .00 0 .00 1.00 0.00 0 .00 Group Total: JUL O 5 '2.0\i ··t-~~-· .. b '3 "3 '.) I 0.. J¥'P ~1S -D ~-- 265 .00 40.00 70 .00 375.00 Prev Inv$ Current Inv$ ------------.. __________ 0 .00 265.00 0 .00 40.00 0.00 70.00 0.00 375.00 ' TOTAL AMOUNT DUE BY: 07/29/11 US 375.00 G Minimum 10% handing charge on 1U rel<rned gooda . No goods to be rvtt.med without consent. Give 1s releraoce our Invoice number ond dale. Claims for damaQeS , beck chorljel! for labor, other expe-. snowed uni-outhaized In wrllng by the seller. The articles ind/or services covored by !his Invoice were produced In compl ia nce wNh the Federol Leber Stand!lfds Act of 1938, •• amended . The Cuolorner N;Tel!1!3 1. THATTHEABOVETOTALIS PAST DUE IF NOT PAID WITHIN 30 DAYS OF DATE OF THIS INVOICE 2. TO PAY A FINANCE CHARGE OF 1.5% PER MONTH (18% PER ANNUM) ON NlY PAST CUE AMOUNT. 3. TO PAY COLLECTION COSTS , INCLUDING REASONABLE ATTORNEY ~EES. AFTER OEFAUL T BY THE CU STOMER 0001 :0001 Rogers -O'Brien Construction 1901 Re ga l Row Dallas, Texas 75235 Main 214 .962.3000 Fax 214 .962.3001 3901 S. Lamar Blvd . #200 Austin, Texas 78704 Main 51 2.486.3800 Fax 512.486.3701 www.rogers-obrien.com October 10 , 2011 Jack Durham Senior Construction Manager -City of Fort Worth Transportation & Public Works Dept. Facilities Management Division / Architectural Services 401 West 13th Street Fort Worth, TX 7 6102 RE: SUBJECT: Mr. Durham: WRMC -East Multi-Purpose Facility Project DOE/Project# TPW-01627 Contract# 41332 Fort Worth, Texas Change R equest # 46 -M/WBE Participation The total amount of approved Change Request # 46 including profit and overhead is $19,281.00. Below is the breakdown for the M/WBE Participation related to Change Request # 46 : Cl ayton M asonry, Inc. $1,915.00 7 Total Cost included In Change Request# 46 $1,915 .00 I $19,281.00 = 9.9% Total M/WB E Participation For Change Request# 46 $1,9ts.oo I $19,281.00 = 9.9 % Total M /WBE Participation for Change Request# 46 is 9 .9%. Please let me know should you need any additional information. Sincerely, Rogers-O'Brien Construction ~~ Trey Carroll Project Manager CC: Master File 10022 Dallas I Austin 'gers-O'Brien Construction September 13 , 2011 City of Forth Worth 401 West 13th Street Fort Worth , TX 76102 Ph : (817)392 -7913 Fax: (817)392 -8488 ATIN : Jack Durham RE :ASI # 8 -Exterior Revisions For Public Art 10022 Will Rogers Memorial Cn tr Ea st Change Request# 46 Dear Jack : Per ASI # 08 documents , added DW10 ancho rs for brick veneer and cast stone att achment to substrate . For recessed brick locations at public art, added MAPEi MW201 plaster including Mapelastic waterproofing mem b rane . Total of (7) public art locations to receive MAPEi plaster. As identified in ASI # 08 documents, added grout, tile and latex cement bond coat at public art locations is not included in this proposal as th is work is to be done by others . Attached please find our pricing for the above referenced revis ion item . 1901 Regal Row Da ll as, Texas 75235 Main 214 .962 .300 0The total amount to provide this work is : $19,2 8 1.00 Fax 214 .962.3001 3901 s. Lamar Blvd . #200 Please note the attached exclusions/qual ificat ion s . Austin, Texas 78704 Mai n 51 2.486.3800 . . . Fax 512 .4 863701 1f you have any questions or need furthe r cl anficat1on , please conta ct me at (214)962 -3000 . www.rogers-obri e n.com S incerely, ~~ Trey Carroll Rogers-O'Brien Construction Co OWNER AUTHORIZED SIGNATURE ATIACHMENT Dallas I Austin . ' Change Request 46 Price Breakdown Name: Will Rogers Memorial Cntr East Description : ASI # 8 -Exterior Revisions For Public Art Labor Material No Description QTY Unit Unit Total Unit Total Equipment 1 Unit Masonry Subcontractor 2 Lath & Plaster Subcontractor 3 Reproduction Services ****EXCLUSIONS AND QUALIFICATIONS**** Subtotal: See attached backup for labor, material and subcontractor and Overhead supplier detail . Fee Price excludes all federal , state and local fees . Price does include sales and I or remodel taxes . Written authorization and / or signature on this PC required prior to performing the above described work . Total: Date : 9/13/2011 Change Request #:46 Subcontract Other Price 1,915 .00 $1,915 .00 14,702 .98 $14,702 .98 75 .16 $75 .16 $16 ,693.14 10 .00% $1 669 .31 5.00% $918.55 $19,281.00 ''I f Hahnfeld Hoffer ·,. stanford ARCHITECT'S SU PPLEMENTAL INSTRUCTIONS Pro{ect Name: EAST MULTI -PURPO S E FACILITY AT WILL ROGERS MEMEORIAL CENTER CITY OF FORT WORTH FORT WORTH, TEXAS Owner: City ot Fort Worth 401 West 13th Street Fort Worth, Texas 76102 C o ntractor: ROGERS -O'BRIEN CONSTRUCTION 1901 Regal Row Dallas, Texas 75235 ASI No .: 008 Issue Dat e: 05 .2 5.11 Project No.: 07015 -01 Con t ract For: General Construction Contract Dale: January 6, 2011 O wner: [X] Architect: [X] Consultant: [X] Contractor: [X] Fi e ld: [X] Other : I J Fife : [X] The Work shall be carried out In accordance with the following supp lemental instructions issued in accordance with the Contract Documents without chang e In Contract Sum or Contract Time. Proceeding with the Work in accordance with these instructions Indicates the Contractor's acknowledgement that there will be no change in the Contract Sum or Contract Time . Description: Ref : Attached for Unit A building modifications to accommodate public art . Note: 1. All masonry reinforcing and b ric k ties to be hot-dipped galva nized 2. Install brick ties as shown o n al!ached separate section detail exhibits . 3 . Install ties and fasteners into the masonry joints (not shot in masonry face ) to aviod fracturing of m aso nry surface. 4 . The flatness tolerance of the brick forming the base for artwork shall be+/· 1/4" for entire surface of masonry within frames; no more than 1/15" variation In 12" as recommended by ANSI A108 .02, 4.1.4. Ref: TCNA (file Counci l o f North America) for additional general Ins tallation requirements . 5. Ref: attached "MAPEi MW201" ex hibit for product assembly Information. Notes have been modified for clarity; verify system requirements and compatibility with manufacturer prior to installation. 6 . Protect artwork from sun exposure while curing ; provide provisions as required . Altechments : MAPEi Produc t Data sheet ARCHITECTURAL: SECTION DETAIL EXH IBITS FOR 4,7 and 8/A.A5.4 A.A1.4, A.A1 .6, A.A4 .1, A .A4.2, A .A5 .1, A.A5 .3, A.AS.4, A.AS .?, A.A 5.9 andA.A5 .. 10 ELECTRICAL: E.A 1.1 and E.A 1 .2 Issued by Hahnfeld Hotter Stan ford: N (W William Wasthott / PA @iMAPEI TECHNOLOGY YOU CAN BUILD ON Walls, Exterior & Interior Masonry, Cement Mortar . Grout (by o h e rs ). +---Tile (by others ). MW201 TCNA: W201 TTMAC: 302W ,. Latex-Cement Bond Coat (by oth e rs ). ,,.,_,____,>----1. Waterproofing membrane (Mapelastic 315 w ith reinforcing fabr ic ). ----2 . Mortar Bed (3 :1 site mix with Planicrete AC ). Cleavage Membrane (30 lb Felt). 3/4" MIN . Scale: N.T.S . MAPEi Products Assembly 2 . Mortar Bed /Scratch Coat : A. 3:1 site mix with Planicrete® AC 1 . Waterproofing Membrane : A. Mapelastic™ 315 Drawings are deve loped from the TIie Cooocil of North America's (TCNA) 2011 TCA Handbook for Ceramic Tile lnstallalion and the Terrazzo, Tile and Marble Association of Canada 's (TTMAC) Tile Installation Manual. MAPEi prod ucts are listed as oplioos and are substituted for TCA's and TIMAC's listed ANSI and ISO 13007 standa rds. Please refer to the referenced handbooks and current data sheets for complete instructions aod w icat ion limitations . Some inslallaLion methods and ccmiooent nmrials are not relerenced . MAPEi encourages the user to consult all approved resources to ensure a complete assem bly. MAPE i Headquarters of the Americas, 1144 East Newport Center Drive, Deerfield Beach , Florida 3-3«2 • U.S. and Puerto Rico Techoical Services : 1-800-992-6273 , www.rnapei.u s • Canadian Techn ical Services : 1-800-361-9309, ww.maoei .ca © 2010 MAPEi Corporation . NI Ri~ Reserved . DW10 ANCHORS @ 16" C/C IN HEAD JOINTS ,- CAS T ST [ ~ \ Til EAN AtWn f'(', T DW10 ANCHORS @ 16" C/C SCRAT(}l / H COAT/MOR T AR / BED DW10 ANCHORS @ 16" C/C RECESSffi . ' _, FACE BRICK ------'. , & -.. CAST ST E ul -' - '. .. WITH 1fZ ~/ Q-l M=ERED ... EDGE / s -. ' .. . ·-' - ,q- ' DW10 ANCHORS ,- @ 16" C/C IN '. '-~ .... "' -r. ~ ...... HEAD JOIN TS ,. -·;-'.I,.! 't ~!. -· ., , •-... : - -.. ..,-' _-:· "' . ( .. . . .. ... .... --' . -. ; -, ,, ,, ... .,. . -: ~-.-., \._ .. -.. :-·:_ ~ ~:-:,· ;- REF : 4/A.A5.4 FA CE BRI CK PROJECTED FA CE BRICK ; ROWL OCK; STA CKED BONO ATSI . DW10ANCHO @ 16" C/C 1 /2' CHAMFER PROJECTED FACE BRI CK; ROWLOCK ; STACKED BONO AT SIM. REF: 7/A.AS .4 6" CAVITY DRAINAGE MESH '. ' : ~ ·. . \ CAVITY DRAINAGE MESH CONCRETE MASONRY UNITS J • . . 4" FRAME S 6" t • CONCRETE MASOf\RY UNITS s 811 FRAME REF: 8 /A .AS.4 _,.,. PROJECTED FACE B:OC< SOLDER , RUN IN3 &, BONO /\T SIM . ~ r- 11 ,7 fl' CHM1FER :-,--PROJECTED FACE BRICK co i15 SOLD ER; RU NI G r--BONO AT SIM . Ph o ne: 817-336-0565 REMIT TO : P.O BOX 74096 7 DALLAS . TEXAS 75374-0967 T ERMS : Net 10th prox . Interest charged al 1.5% per month I 18 % per annum! will be added lo accou nt s over 30 days past due . Invoice du e and payable in Dallas County. TX. Delivery Due: 6/24/2011 5:00:00 PM INVOICE NO . 0608651 DATE 6/24/2011 D SOLDTOCUSTOMER# 1027531 ROGERS-OBRIEN CONST CO 19 01 REGAL ROW SHIP TO ROGERS-OBRIEN CONST CO (ANV) 1601 BURNETT TANDY DRIVE DALLAS, TX 75235-23 0 9 NOTES ORDER ED BY BRENT MACDONALD PRODUCT CODE QUANTI TY 042 4110 756 0424010 1 44 034700 0 4 0481300 11 SOUTHSIDE OF CASA MANANA ON UNIVERSITY DRIVE 214-729-0997 STEVE MUNOZ FORT WORTH, TX 76107 MART2827 CHARGE SOLD BY SALE 0007-01 CUSTOMER PO# CUSTOMER JOB IDENTIFICATION WILL ROGERS ASI 008 DESCRIPTION DIGITAL BOND ADD 'L PRINTS (7 Sets 1 2 Orig 30in X 42in) BOND ADD 'L PRINTS 1/2 sz ( 4 Sets 12 Orig 15in X 22in) COPY HIGH VOLUME 8 . 5Xll EDGE BIND ORIGINALS/ COPIES 11 UNIT PR I CE 0.052 0.078 0 .052 0.75 AMOUNT 39.31 $! 11.23 $! 2. 29 $ ! 8 .25 Go paperless : ask about "eStatements ". TR TRACK# Customer Copy DATE TIME REC 'D BY Bef ore signing. see reverse side for trad e cus toms and lim ited warranty I III II II Ill lll lll ll lll ll lll ll ll l ll lll ll ll l llll l ll lll lllll ll lll 11 11 111 111 11 1111 11 11 1111111111 11 11 11 1111 111 1111 11 11 11 1111111111 1111 1 201106240000 7 0 1 0608651 DELIVERY SUBTOTAL TOTAL $ 69 . 4 3 $5 .73 $75.16 Clayton Masonry Inc. August 16, 2011 Rogers -O'Brien Construction Dallas, Texas Re: Will Rogers East Multi-Purpose Facility {ASI # 8} The cost to add veneer anchor at recessed masonry Public Art location will be as followed : Material Equipment DW -10 Anchor Labor Foreman Labor Total 746each 5hrs 28hrs Total Equipment & Labor Profit & Overhead Total If you have any questions please call. Sincerely, Ernest Clayton President 150.00 932.00 1,082.00 155.00 504 .00 659.00 $1,741.00 $ 174.00 $1,915.00 City of Fort Worth Will Rogers Equestrian Multi-Purpose Facility Sub Contractor's Summary Scope of Work Description: Trade: Drywall & Plaster Sub's Name: Trinity Drywall & Plastering Systems Project: Will Rogers Multi-Purpose Facility Date : 8/30/11 To provide and Install the Mapel plaster base for the artistic tile per ASI #8. _ Pricing includes labor, material and scaffold for providing the waterproofing_ membrane, felt paper, metal lath, scratch and brown coats with lhe Mapel _admix . ____ _ All face brick, setting mud, groul and all work not specifically included is excluded ._ •••• ______ • ____________ ••••••• ___ • __ ••••••• _ ••• __ •••• __ ._._ •• _ ••• ___ •••••• __ •• __ ••• ___ .••••••••.••••.•••••••••••••••••••••••• Scope of Work Description I Materials 1 Units 1 Labor I Equipment I Total Cost I Item Description I UOM I Qty I Cost Per Uni t l Total l per MH I MHRS l Rate I Total I Eq . Type I #Hrs.I Rate I Total I lilaoel products :Ref. MN 201 :sf : 1347: $2 .54: S3,421 .38: : 24a.OO: 32.00: S7,936 .oo: : : : $0.oo : $11,357.38 Standar~ Plaster prnducts : :sf : 1347: $1 .06 : S1.m.a2: : • : So .oo: : : : SO .OO : .$1 ,427 .82 ---- --------- ------ - ----• • •r --- ------- ----• • • • --·r ------r -----------r-• • • • • • • • -,•• ----· --• "'\---· • -•• • --,----------• -.-• • • • • • - -•,•• ----• ----r • • • - --• • · -• ----• ·r -----.,.. -· · · ----r --• • - ---• r -- - ---------_________________________ --~--__________________ -~ ____ --~ __________ -~ ______ ----:--____ so .oo~---________ ; ___________ ~--______ --!--_____ so.oo: . ______________ --~--___ ~-________ } ____ so.oo~ ________ so .~ _______ -------. ---_______ --~ ___ ----_____________ -~ _____ -~ -------_ ---:---. __ ----_ -:----___ S!).:.~~-------___ -:--------___ ~ _. ----___ -:---____ ~O.:~:-_______ . ___ . __ .. -~--___ -:----_____ ~. ____ S_q_.QQ t------__ ~Q:.~ ___ ---__ . ---______________ -~-__________ ... _ .. _ .. _ -~ _____ -~-______ . ___ : ______ . _ .... :. ______ S!):.~~-.. --_ --.. _! __ •• -----__ ;_ ............ : •• _. -• -~O_.~:_-. _ ... --_ .... --. -~-__ -. ~---..... -~ .... -~_.QQ: ... --. --~9:.(!0 : : : : : $0 .oo: : : : $0 .00 : : : : $0.00 : $0.00 -----.. - - -------------------~ -- - ----------.. --.... - --...... -----~ ---- - ------·- --.. ---- --.. 2 ... - -- - - - - -... ---- - - -- - --·--- --------.. ------ -- -_,_ --------------------- -------~ -.. ---.. -• -• -- ---.. ---- ---.. -• ---------- --: : : : : so .oo: ! ! ! so .oo: ! ! : so.co: $0.00 --------.. -• • -.. ----• --• - -• --r • -• -----• --• • ----• --• ,--• • --• r -----• -• • -•.• --• -• ------·- ---• • • • --"'1 • • -• -• --• • •,• • • --• --• • •, • • • • ---• • •i • • -• • -• -• --,--• ---• -• • -• • • -• -• •r • • • • •, • • • • • • -· -,. • • • • • • -• -,. • ---• • · -• --• f I I I I I I I I f I I I I o o I I I I I I I l o I , 1 ---• • --• --• --• • ·r · .. --------· ---- -· --· ·r -· -· · ·r· · · -------•,· -· · --· · · · · ·,----· --· -,--· -·"' · --· ·, -· -· --· ---, -· · -------,---· -------, · -------·-· · · ···-r· -· · ·,· ·· · · · · · •r -• -• -· • • • r • -• •• --• • • • - I I t I I I I I I I I < I , -------- - ---------• --------~ --.. ------ --------- ---'-----___ .. -- ---------· -----------·---------.J. ----------·- ----------J --- ---- ---·--- - - ------·------------------'-----.. ..1 . ---.. ----.. --- -.. ----~ -------- - ---I I I I I I I I I I I I I I 1 I I I I I I I Subtotals·==~~=~=========:===~l =:======-=====-i====-=t=~~==--==i-:= _:===:~==-S4,849.20t==~====±=====-_1:===:=:=:=b.:~:;1===~·====:=-=t=;t _______ :~;:~d----~;:~;-~ : : : , : : : : : :Sub-Contrac to rs Profit & Overhead 1 15.00 o/o: $1,917 .78 ---------------··-··---------·r------------------·1 ·-·---1-··--·-·-·1 ____________i ________ 1---·-t ------i ·-·-·------,------·--·r-·-···--·-------,--1--··-·-r----·-··r-·-----··-- Total co No. I I I I I 54 ,849 .20 1 T T I S7.936 .ool I 0.01 I S0.151 $14,702 .98 Page _1_ of _1_ Qty Daltile Job Quote Form Date: Customer Name: Trinity Drywall ---=----'--------Quoted To: Todd Hunt ----------- 8/30/2011 Quoted From: Ben Redd ing Job Name: Will Rogers Col iseum -Multi ----~------Contact Phone #: Purpose -Ft. Worth, TX -----------Contact Fax#: Architect: Color Item Number Price Planicrete AC -Latex Additive for Mortar and Concrete 1 Gallon Unit $ 12.25 5 Gallon Unit $ 48.83 Mapelastic 315 -Cement Based WP Membrane 50 lb Powde r $ 24.05 2 Gallon Additive $ 50 .2 0 75' Mesh $ 64 .95 300' Mesh $ 208 .35 Mapelastic 315 requires 50 lb of powder per 2 Gallon Additive, Plus Mesh Comments: Prices are good for 1 year after quote date. Excludes all taxes, delivery/ freight charges and any applicable energy surcharges . Rogers -O 'Brien Construction 19 01 Regal Row Dallas, Texas 7523 5 Main 214 .962.3000 Fax 214.962.30 01 3901 S. Lamar Blvd . #200 Austi n, Texas 78704 Main 512.486 .3800 Fax 512.486.3701 www.rogers -obrien .com October 10, 20 11 Jack Durham Senior Construction Manager -City of Fort Worth Transportation & Public Works Dept. Facilities Management Division / Architectural Services 401 West 13t1, Street Fort Worth, TX 76102 RE: SUBJECT: Mr. Durham: WRMC -East Multi-Purpose Facility Project DOE/Project# TPW-016 27 Contract# 41332 Fort Worth, Texas Change Reques t # 50 -M/WBE Participation The total amount of approved Change Reque st # 50 (no profit & overhead included) $7,982 .00. Below is the breakdown for the M/WBE Participation related to Change Request # SO : Total M /WBE Participation for Change Request # 50 is 0%. Please let me know should you need any additional information. Sincerely, R~~nstruction Trey Carroll Projec t Manager CC : Master File 10022 Dallas I Austin .ogers -O'Brien Construction August 2,7 , 2011 City of Forth Worth 401 West 13th Street Fort Worth, TX 76102 Ph : (817)392-7913 Fax: (817)392-8488 ATTN : Jack Durham RE :ASI # 13 -Relocate AT&T Pedestal Box 10022 Will Rogers Memoria l Cntr East Change Request# 50 Dear Jack: As directed by owner, made advance payment to AT&T for CWOTS Record # 999T11 for AT&T to unsplice and remove existing cable and terminal box and relocate (4) feet to the North of existing location and away from Tunnel 'D' excavation . Attached please find our pricing fo r the above referenced revis ion item . 1901 Regal Ro wrhe total amount to provide this work is : Dallas, Texas 75235 $7 ,982 .00 Main 214.962.3000 Fax 214.962 .3001Please note the attached exclusions/qualifications . 3901 S. Lamar Blvd . #200 Austin , Texas 7370,il f you have any questions o r need fu rth er clari fi cation , please contact me at (214)962-3000 . Main 512.486.3800 Fax 512.486 .3701 www.rog ers-ob ri en.com Trey Carroll Rogers-O'Brien Construct ion Co OWNER AUTHORIZED SIGNATURE ATTACHMENT Dallas I Austin Change Request 50 Price Breakdown .J Name: Will Rogers Memorial Cntr East Date : 8/27/2011 Description : AS I # 13 -Relocate AT & T Pedestal Box Change Request #:50 Labor Material No Description QTY Unit Unit I Total Unit I Total Equipment Subcontract Other Price 1 AT&T Pedestal Box Relocate I I 7,982 .00 $7 ,982 .00 Total: $7,982.00 Hahnfeld Hoffer Stanford AR CHITECT'S SUPPLEMENTAL INSTRUCTIONS Pro tect Name: EAST MULT I-PURPOSE FACILITY AT WILL ROGERS MEMEORIAL CENTER CITY OF FORT WORTH FORT WORTH , TEXAS Owner: City of Fort Worth 401 West 13111 Street Fort Worth, Texas 76102 C o ntractor: ROGERS-O'BRIEN CONSTRUCTION 1901 Regal Row Dallas, Texas 75235 AS I No.: 013 Issue D ate : 08/05/11 Pr o ject No.: 07015-01 C ontract For: General Construction C on tract D ate : January 6 , 2011 Owner : [X] Architect: [X] Consultant: [ ] Contractor : [X] Field : [X] Other : [ J File : [X] The Work shall be carried out in accordance with the following supplemental instructions issued in accordance with the Contract Documents without change In Contract Sum or Contract Time . Proceeding with the Work in accordance with these instructions indicates the Contractor 's acknowledgement that there will be no change in the Contract Sum or Contract Time . Description : Ref : agreement for construction for repairs/modifications to existing AT&T cable and moving of existing Xbox on West side ode of Unit 'A' Attachments : AT&T Application and Letter of Agreement for Construction Services May 26, 2011 Tomm y Deeds CA (Prfnte<i N.i!THI I We) May 26, 2011 ROGERS-O'BRIEN CONSTRUCTION COMPANY 1901 Regal Row Dallas , TX 75235 RE : CWOTS Record Number 999T11 Dear Mr. Carroll, AT&T Tex as This letter is in regards to your request for Southwestern Bell Telephone Company to perform construction services for you . Enclosed please find an Application and Letter of Agreement for Construction Services. This application describes the construction services you have requested along with the associated charges for us to do the work . We require an advance payment on this amount, which is also shown on the application . Both the SIGNED APPLICATION and the ADVANCE PAYMENT, made payable to AT&T, must be received by our office before we can proceed on your behalf with the work . Our mailing address for these documents is listed below: Southwestern Bell Telephone Company d/b/a AT&T Texas Attn: Judith Remington Street Address: 4801 Matlock Road, Room 816 City, State, Zip: Arlington, TX 76018 Office Hours: 7:30 am to 4:00 pm If you decide not to proceed with this work , please call our business office so that we may cancel your request. As always, please feel free to contact our business office at 888-321-8536 if you have any questions regarding this matter. Please refer to the record number at the top of your application to assist us in locating your file . Sincerely , Judith Remington Judith Remington CWOTS Department Southwestern Bell Telephone Company 817-467 -8195 or 888-321 -8536 Phone 817 -467-8198 or800-851-7311 Fax AT&T Texas at&t Page 1 APPLICATION and LETTER OF AGREEMENT FOR CONSTRUCTION SERVICES May 26 , 2011 CW OTS Reco rd N um ber: 999T11 Customer Billing Telephone Number: Special Bill BILL TO: ROGERS-O'BRIEN CONSTRUCTION COMPANY 1901 Regal Row Dallas, TX 75235 WORK SITE LOCATION: 3102 Crestline Road, Fort Worth DESCRIPTION OF CONSTRUCTION SERVICES TO BE PERFORMED: This cost estimate is for project to unsplice and remove existing cable and terminal and recon working numbers to the cable. Will also hire contractors to dig up existing cable and move it and existing Xbox approximately 4' to the north of its current location. LABOR EXPENSE: $7,982.16; MATERIAL EXPENSE: $0.00; CHARGE FOR CONSTRUCTION SERVICES: CONTRACT PRICE : $7,982.16 Applicant requests that Southwestern Bell Telephone Company d/b/a AT&T Te xas (he reafter "SWBT') perform the above- described construction services on Applicant's behalf. Applicant agrees to pay the charge(s) indicated above for such services plus applicable taxes . The charge(s) will be computed in accordance with SWBT's ordinary accounting practices and will include allocated costs for labor, eng ineering , materials , transportation , motor vehicles , tool and supply expenses and sundry billings from sub -contractors and suppliers for work and materials related to the job . PRICE QUOTE The price is guaranteed for 60 days from May 26 , 2011 . If the charges are not accepted within 60 days the order will be cancelled and a new order will need to be placed . The second estimate may be higher than the price that was originally quoted . PAYMENT Appl icant agrees to make an advance payment of $7,982.16 prior to commencement of the work. Charges for construction services and applicable ta xes will be billed on a special bill separate from the bill that Applicant receives for telephone service . Applicant, its agents , servants , or employees agree to make payment on change orde rs within thirty (30) days of the date of signature on the change order. Failure to make payment within the des ignated th irty (30) day time period will operate to cancel the change order and SWBT will cease all work activity on the project until payment is made . When the Applicant agrees to Interval Bill ing •, the balance of the Contract Price or Actual Cost (as applicable) will be made in !!lQ!J!!:J.]y payments . If the Actual Cost made varies from the Estimated Cost , then a correcting adjustment will be made in the las t payment. If the parties cannot agree to Interval Billing , Applicant will make an advanced payment as indicated above . •Appl icable to orders ove r $25,000 and work will ta ke 6 or more months to complete. Applicant will pay and indemnify SWBT against all sal es, use and other ta xes (e xclud ing income and franchise ta xes), including fees , levies , other similar charges , interest and penalties imposed upon and paid by or assessed on SWBT by reason of its sale and installation of materia l and provision of construction services under this Appl ication except to the extent a valid tax exemption certificate is provided by Applicant to SWBT pri or to th e delivery of material and provisioning of construct ion services . AT&T Texas at&t Page 2 STOP WORK ORDER In the event that Applicant issues a stop work order, or places the project "on hold ", at any point during the progress of the work, said stop work order or request to "hold " work must be issued in writing and must be delivered via certified mail , return rece ipt requested to Pamela Johnson, 11930 Airline Dr., Room 205, Houston , Texas, 77037 . If Applicant issues a stop work order, or a request to "hold" work , the contract price quoted herein will remain valid until sixty (60) days from the date of the stop work or "hold" work order. At the expiration of the sixty (60) days , the contract price quoted herein will expire and a new contract price will be determined and provided, in writing , to Applicant. The new contract price may be higher than the contract price quoted in this custom work order. If, after issuing a stop work, or "hold " work order, Applicant elects to cancel the contract, Applicant must inform SWBT, in writing of the cancellation. SWBT will deduct any expenses incurred in performing the work from Applicant's advance payment and refund any remaining funds to Applicant. Under no circumstances will SWBT, be responsible to Applicant for any alleged damages or additional expenses incurred by Applicant as a result of a stop work order or an order to "hold " work on the project. CANCELLATION If the Applicant cancels the work prior to completion , Applicant must notify SWBT, in writing of said cancellation . If Applicant elects to cancel the work prior to completion , Applicant agrees to pay SWBT fo r the costs it has incurred in starting performance under the contract. If Applicant has made an advance payment, SWBT will deduct its costs and expenses incurred as of the date of Applicant's notice of cancellation from the amount of the advance payment. Any amount remaining will be refunded to Applicant. CHANGES IN SCOPE OF WORK OR CHANGES IN FIELD CONDITIONS Should concealed conditions exist, including conditions that may exist below the surface of the ground , or if conditions exist that could not have been anticipated by SWBT at the time of this agreement, SWBT will be entitled to additional funds and/or additional time to complete the work. SWBT will request such additional funding and/or additional time through a request for a change order. Conditions that may materially alter the scope of the work and/or the cost associated with the work include but are not limited to conditions that exist below the surface of the ground and could not have been anticipated at the time of the price quote , above ground barriers, Acts of God affecting the progress or sequencing of the work, labor disputes , and other conditions or circumstances that SWBT, could not reasonably anticipate at the time of providing the above referenced price quote to Applicant. Should Applicant or its agents , servants, or employees order or seek changes in the scope of the work , SWBT is entitled to seek from Applicant , its agents, servants , or employees, additional funds as necessary to perform the work, and additional time , as necessary to complete the work . Said request for additional funds and/or additional time will be through change order. All change orders will be in writing . All change orders will be submitted and acce pted by Applicant, its agents , servants or employees , before SWBT proceeds to execute the work or, if work has been initiated on the project , continues with executing the work except in an emergency endangering life or property . Appl icant, its agents , servants or employees, are deemed to have accepted the terms of any change order by sig ning where indicated on the change order. Under no circumstances will SWBT's request for a change order be deemed or used as evidence of delay on the project. Nor will any change order issued in this p roject be used to charge SWBT with responsib ility for any alleged delay on the project. NO DAMAGE FOR DELAY Under no circumstances will SWBT, be held liable to Applicant, Applicant's agents , employees or contractors, for any alleged delay on the project that forms the basis for this agreement for construct ion services . €;3at&t AT&T Texas Page 3 TIME TO COMPLETE Any representation by SWBT, its agents , servants or employees that the project, will be complete by a certain date or certain time period is strictly an est imate and not binding on SWBT, its agents , servants , or employees . All estimated completion dates are subject to changing conditions in the field , changes in the scope of the work , relocat ion of existing uti lities not within SWBTs control, Acts of God , weather delays , labor disputes , vendor/contractor disputes , and other conditions or circumstances that SWBT, its agents , servants , or employees, could not reason ably anticipate at the time of the estimate . CHOICE OF LAW AND ARBITRATION Should any dispute arise between the parties concerning the subject matter of this agreement, or any term conta ined therein , the parties agree that the d ispute or claim shall be submitted to binding arb itration before the American Arbitration Association . The parties further agree that the prevailing party in any such dispute will be entitled to recover attorney 's fees and costs of arbitration . Texas law governs the application of this agreement and all terms conta ined the rein . INDEMNIFICATION AND HOLD HARMLESS Appl icant, its agents , servants, and employees hereby agree to indemnify and hold harmless SWBT, and its employees , agents and contractors , from and against any and all claims, costs , expenses, judgments or actions for damage to prope rty or injury or death to persons , and/or arising from or relating to the work that is the subject of this agreement, to the extent any such claims are caused by the negligent acts or omissions of the Applicant , its agents , servants , or employees . ENTIRE AGREEMENT The parties agree that the terms set forth herein constitute the entire agreement and there are no other agreements regarding the project that is the subject of this agreement between the parties . MODIFICATION & NOTICE Any modification to this agreement must be made in writing and signed by both parties . Any party to th is agreement may provide the other party with notice of any fact or condition by provid ing such information in writing and serving said writing via certified mail , return receipt requested . ACCEPTED FOR ACCEPTED FOR CUSTOMER : SOUTHWESTERN BELL TELEPHONE COMPANY: x ~ ~flo:rtcr ,dMJ/.Auft _x _____________ _ ~ By : Authorized Signature , Title or Title : Manag er Operations Control Relationship to Company or Ind ividua l Company : Printed Name : Date : .Rov£#...S ~o ~)6./ ca.:,..yT, ~I L11}, Company : SWBT dba AT&T Te xas Printed Name : Karen Rose Date : ri:-l•] CHECK REQUEST FORM DATE 05/31/11 PAYABLE TO AT&T ADDRESS 4801 Matlock Road, Room B16 CITY Arlington STATE TX ZIP CODE 76018 FOR Relocation of e xisting telephone pedestal that is in con flict with exc a vation of tunnel work. This will be reimbursed by owner. AMOUNT $ 7,982.1 6 G/L JOB 10022 PHASE 01 -99-100 CAT. 0TH REQUESTED BY Trey Carroll APPROVED BY CHECK NEEDED BY DATE 05/31/11 TIME ASAP SPECIAL INSTRUCTIONS: Need to have check and signed agreement sent FedEx ( overnight) to the attention of Judith Remington. ACCOUNTING USE ONLY Commitment#: Vendor# Invo ice# Invo ice Date Invoice Amt Discount I Pm t Date I Acctq Date I I Description : Job# Pha se# Cat G/L Account Amount Retainage Date By W orked Entered PM/Buyer Approval I Controller Approval Distribution Totals Date Pa id Trey Carroll From : Sent: REMING T ON , J UDI T H MARIE (ATT SWBT) Ur2 141 @att.com] Thursday , June 02 , 20 11 7:30 AM To : Trey Carroll Subject: RE: Cost estima te fo r work at 3102 C restline Road Yes, Trey , we have received payment . Thanks! Judith Remington AT&T CWOTS Dept . -DFW Mkt 817-467-8195 or 888 -321-8536 Phone 800-851-7311 or 8 1 7-467-8198 -Fax "This e-mail and any files transmitted with it are AT&T property , are confidential, and are intended solely f or the use of the individual or entity to whom this e-mail is a ddressed. If you a re not one of the named reci p ient(s) or otherwise have reason to b elieve that you have r eceived this message in error , please notify t h e sender and d elete t his message immediate l y f r om your computer. Any other use , retention , dis s emination , forwarding , printing , or co p ying of this e-mail is strictly prohibited ." -----Original Message----- From : Trey Carroll [mailto :tcarroll@rogers-obrien .com] S ent : Wednesday, June 01 , 2011 6:42 PM To : REM I NGTON , JUDITH MARI E (ATTSWBT) Cc: Durham , Jack S ubject : RE : Cost est i mate for work at 3102 Crestline Road Judi t h , P le a se confirm that you have received the advance payment of $7 ,982.16 . Thanks , I Trey Carroll Pro j ect Manage r Ma in Fax Cell 214 . 962. 3000 214.962 .30 7 5 214.212.1318 Rogers-O 'Brien Const ru ct i on Dallas I Austin www.rogers-obrien .com -----Ori g inal Mes sag e----- From: REMINGTON , J UDITH MARIE (ATTSWBT) [mailto :jr214l@att . com] S ent : Tue s day , May 31 , 20 1 1 3:53 PM To : Trey Ca rr o l l S ubject: RE : Cost e s timate for work at 3102 Cr estline Road Mr . Ca rr ol l, I s poke wi th Daniel . Once the constru ction coordi n ator gets the job a n d t h e bids f or contractors, they wi l l have a better idea of how long work will take. That c ould t ake a week or two to get that info , after the charges are paid. I 'm sorry I can 't give you a n yt h ing b etter tha n th at . Judit h Remin g ton AT &T CWOTS De p t. -DF W Mkt 8 17 -467-8195 or 888 -321-8 5 36 Ph one 800-851-7 3 11 or 81 7-467-8198 -Fax "Th is e-mail a nd a ny fi les transmitted with it are AT&T property , are confiden t ial, and a re inte nded sole ly f or the use of the ind i v i du a l or entity to whom t h i s e -ma i l is a ddressed. If yo u a re n ot o n e of the n amed rec i pient (s ) or otherwise h ave r e a s on to 1 Trey Carroll . From: Sent: REMINGTON , JUDITH MARIE (ATTSWBT) Lir2141@att.com] Thursday , May 26 , 20111 :12 PM To: Trey Carroll Subject: Cost estimate fo r work at 3102 Cre stline Road Attachments : 999Tll - Ro gers .pdf (366 KB) 999T11 -Rogers .pdf Mr. Carroll, Here is the Application and Letter of Agreement for Construction Services that I left you a voice mai l about. I wi ll need the signed agreement and an advance payment of $7 ,9 82.16 , in my office at 4801 Matlock Road, Room 816, Arlington, Texas, 76018, before work can proceed . Please giv e me a call if you have questions . If you need to hand-deliver, or courier, the signed agreement and payment to expedite, please call in advance for instructions to access our property . Thank you! Judith Remington ~T&T CWOTS Dept. -DFW Mkt B17-467-8195 or 888 -3 2 1-8536 Phone 800-851-7311 or 817-467-8198 -Fax "This e-mail and any files transmitted with it are AT&T property , are con fide ntial , and are intended solely for the use of the individual or entity to whom this e-mail is addressed. If you are n ot one of the named recipient(s) or otherwise have reason to believe that you have recei ved this message in error, please notify the sender and delete this message immediately from your computer . Any other use, retention, dis semination, forwarding, printin g , or copying of this e-mail is strictly prohibited." 1 Rogers -O 'Brien Construction 1901 Rega l Row Dallas, Tex as 75235 Mai n 214 .962.3000 Fax 21 4.962.3001 3901 S. Lama r Blvd . #200 A usti n, Texas 7870 4 Main 512.486.3800 Fax 512.486.3701 w ww.ro ge rs-ob ri e n.co m October 10 , 2011 Jack Durham Senior Construction Manager -City of Fort Worth Transpor tation & Public Works Dept. Facilities M anagement Division / Architectural Se1vic e s 401 West 13 th Street Fort Worth, TX 76102 RE: SUBJECT: Mr. Durham: WRMC -East Multi-Purpose Facility Project DOE/Project# TPW-01627 Contract # 41332 Fort Worth, Texas Change Request # 51 -M/WBE Participation The total amount of approved Change Request # 51 including profit and overhead is $12,846.00. Below is the breakdown for the M/WBE Participation related to Change Request# 51 : Basecom, Inc. $4,103 .9 1 "7 Total Cost included In Change Request# 51 $4,103 .9 1 / $12,846 .oo = 31 .9% Total M/WBE Participation For Change Request# 51 $4,103 .91 / $12 ,846 .00 = 31.9 % Total M/WBE Participation for Change Request# 51 is 31.9%. Please let me know should you need any additional information. Sincerely, Rogers-O'Brien Construction ~~ Trey Carroll Project Manager CC: Mas ter File 10022 Dallas I Austin togers-O'Brien Construction ) August 27 , 2011 City of Forth Worth 401 West 13th Street Fort Worth , TX 76102 Ph : (817)392-7913 Fa x : (8 17)39 2-848 8 ATIN : Jack Durham RE :ASI # 14 -Relocate AT&T (200) Pa ir Cable Under Un it 'D' T unn e l 10022 Will Rogers Memorial Cn tr East Change Request# 51 Dear Jack : As directe dby owner, made advan ce payment to AT&T fro CWOTS Record# 1271T11 for AT&T to relocate (200) pair cable under Unit 'D' Tunnel. Cost inlcudes AT&T Change Order# 1 for additional cost incurred for this work . Scope of work includes electrical subcontracto r re -routing (2) 4", (1) 3" and (1) 2" PVC conduits under tunnel fl oor f rom Bass Building to Mon c rief Building . Attached please find ou r pricing fo r the above referenced rev isi on ite m. 1901 Regal Row Dallas, Tex as 752 35The total amount to provide this work is: $12 ,846 .00 Main 214.96 2.3 00 0 Fax 214.962.3001 Please note the attach e d exclus ions/qualifications . 3901 S. Lamar Blvd . #200 Austin , Texas 787 04 Ma in 512.486 .38o dfyou have any questions or need further clarification, please conta ct me at (214)962-3000 . Fax 512.486.3701 www.rogers -ob rien .com Sincerely, ~ Trey Carroll Rogers-O'Brien Construction Co OWNER AUTHORIZED SIGNATURE ATIACHMENT Dallas I Austin Change Request 51 Price Breakdown J Name : Will Rogers Memorial Cntr East Date: 8/27/2011 Description : ASI # 14 -Relocate AT&T (200) Pair Cable Under Unit 'D' Tunnel Change Request #:51 Labor Material No Description QTY Unit Unit Total Unit Total Equipment Subcontract Other Price 1 AT&T Tunnel 'D' Costs 7,017 .91 $7 ,017 .91 2 Re -Route PVC Conduits 4,103 .91 $4 ,103 .91 ****EXCLUSIONS AND QUALIFICATIONS**** Subtotal : $11 ,121.82 See attached backup for labor, material and subcontractor and Overhead 10 .00% $1112 .18 supplier detail. Fee 5.00% $612.00 Price excludes all federal , state and local fees . Price does include sales and / or remodel taxes . Written authorization and / or signature on this PC required prior to performing the above described work . Total: $12,846.00 Hahnfeld Hoffer Stanford ARCHITECT'S SUPPLEMENTAL INSTRUCTIONS Pro jec t N ame: EAST MULTI-PURPOSE FACIUTY AT WILL ROGERS MEMEORIAL CENTER CITY OF FORT WORTH FORT WORTH , TEXAS Owner : City of Fort Worth 401 West 13" Street Fort Worth , Texas 76102 Contractor: ROGERS-aBRIEN CONSTRL.K:TION 1901 Regal Row Dallas , Texas 75235 ASI No .: 014 ls.sue Date : 08/05/11 Protect No.: 07015-01 Contract For : General Construction Contract Date : January 6 , 2011 Owner: [X) Architect: [X) Consultant: [ J Contractor: (X] Field : [X) Other : [ ] File : [X) The Work shall b e carried out in accordance with the following supplemental instructions issued in accordance with the Contract Documents without change in Contract Sum or Contract Time. Proceeding with the Work in accordance w ith these instructions Indicates the Contractor's acknowledgement that there will b e no change in the Contract Sum or Contract Time . Description : Ref: agreement for construction for relo cation of 200 pair AT&T cable Un it 'D' area . Attachments : AT&T Application and Lette r of Agreement for Construction Services July 14, 2011 Issued by Hahnfeld Ho ffer Stank>~ (Sig~~ ~;-~~m~~-~-,::~,~-:-~~-A~~~~~~~~~~~~~ ~at&t July 14 , 2011 ROGERS-O'BRIEN CONSTRUCTION COMPANY 1901 Regal Row Dallas , TX 75235 RE : CWOTS Record Number 1271T11 Dear Mr. Carroll , AT&T T ex as This letter is in regards to you r request for Southwestern Bell Telephone Company to perform construction services for you . Enclosed please find an Appl ication and Letter of Agreement for Construction Services . This application describes the construction services you have requested along with the associated charges for us to do the work . We require an advance payment on this amount, which is also shown on the application . Both the SIGNED APPLICATION and the ADVANCE PAYMENT, made payable to AT&T, must be received by our office before we can proceed on your behalf with the work. Our mailing address for these documents is listed below : Southwestern Bell Telephone Company d/b/a AT&T Texas Attn: Judith Remington Street Address: 4801 Matlock Road, Room 816 City, State, Zip: Arlington, TX 76018 Office Hours: 7:30 am to 4:00 pm If you decide not to proceed with this work , please call o ur business office so that we may cancel your request. As always , please feel free to contact our business office at 888 -321-8536 if you have any questions regarding this matter. Please refer to the record number at the top of your application to assist us in locating your file . Sincerely , Judith Remington Jud ith Remington CWOTS Department Southwestern Bell Telephone Company 817 -467-8195 or 888-321 -8536 Phone 817-467-8198 or 800-851 -7311 Fax AT&T Tex as at&t Page 1 APPLICATION and LETTER OF AGREEMENT FOR CONSTRUCTION SERVICES July 14, 2011 CWOTS Record Number: 1271T11 Customer Billing Telephone Number: Special Bill BILL TO: ROGERS-O'BRIEN CONSTRUCTION COMPANY 1901 Regal Row Dallas, TX 75235 WORK SITE LOCATION: 1601 WR Watt Drive, Fort Worth DESCRIPTION OF CONSTRUCTION SERVICES TO BE PERFORMED: This cost estimate is for project to relocate 200 pair building cable per customer request. Customer is constructing new underground tunnel and needs cable relocated . LABOR EXPENSE: $4,505.32; MATERIAL EXPENSE: $1,053.43; CHARGE FOR CONSTRUCTION SERVICES: CONTRACT PRICE: $5,558.75 Applicant requests that Southwestern Bell Telephone Company d/b/a AT&T Te xas (hereafter "SWBT") perform the above - described construction services on Applicant's behalf. Applicant agrees to pay the charge(s) indicated above for such services plus applicable ta xes. The charge(s) will be computed in accordance with SWBTs ordinary accounting practices and will include allocated costs for labor, eng ineering , materials, transportation , motor vehicles , tool and supply expenses and sundry billings from sub-contractors and suppliers for work and materials related to the job . PRICE QUOTE The price is guaranteed for 60 days from July 14 , 2011 . If the charges are not accepted within 60 days the order will be cancelled and a new order will need to be placed . The second estimate may be higher than the price that was originally quoted . PAYMENT Applicant agrees to make an advance payment of $ 5,558.75 prior to commencement of the work. Charges for construction services and applicable ta xes will be bi ll ed on a special bill separate from the bill that Appl icant re ceives for telephone service . Applicant, its agents , servants, or employees agree to make payment on chang e orders w ithin thirty (30) days of the date of signature on the change order. Fa ilure to ma ke payment within the designated th irty (30) day time period will operate to cancel th e change order and SWBT will cease all work activity on the project unti l payment is made . When the Applicant agrees to Interval Billing *, th e balance of the Contract Price or Actual Cost (as appl icable) will be made in monthly payments . If the Actual Cost made var ies from the Estimated Cost , then a correcting adjustment w ill be made in the last payment. If the parties cannot agree to Interval Bill ing , Applicant will ma ke an ad vanced payment as ind icated above . *Applicable to orders over $25 ,000 and wo rk will t ak e 6 or more months to complete . App li cant will pay and indemn ify SWBT aga inst all sa les , use and oth er ta xes (exclud i ng income and franchise ta xes), including fees, levies , other similar charges , interest and penalties imposed upon and paid by or assessed on SWBT by reason of its sale and installation of material and prov ision of construction services unde r th is Application except to the extent a valid ta x exemp tion cert ificate is provided by Applicant to SWBT prio r to the del ivery of materia l and provis ioning of construction serv ices . €g~ at&t AT&T Texas Page 2 STOP WORK ORDER In the event that Applicant issues a stop work order, or places the project 'on hold ', at any point during the progress of the work , said stop work order or request to "hold " work must be issued in writing and must be delivered via certified mail , return receipt requested to Pamela Johnson, 11930 Airline Dr., Room 205, Houston , Texas, 77037. If Applicant issues a stop work order, or a request to "hold " work , the contract price quoted herein will rema in valid until sixty (60) days from the date of the stop work or "hold " work order. At the expiration of the sixty (60) days , the contract price quoted herein will expire and a new contract price will be determined and provided , in writing , to Applicant. The new contract price may be higher than the contract price quoted in this custom work order. If, after issuing a stop work, or "hold " work order, Applicant e lects to cancel the contract , Applicant must inform SWBT, in writing of the cancellation . SWBT will deduct any expenses incurred in performing the work from Applicant's advance payment and refund any remaining funds to Applicant. Under no circumstances will SWBT, be respons ible to Applicant for any alleged damages or additional expenses incurred by Applicant as a result of a stop work order or an order to "hold" work on the project. CA NCELLATI ON If the Applicant cancels the work prior to completion , Applicant must notify SWBT, in writing of said cancellation . If Appl icant elects to cancel the work prior to completion, Applicant agrees to pay SWBT for the costs it has incurred in start ing performance under the contract. If Applicant has made an advance payment, SWBT will deduct its costs and expenses incurred as of the date of Applicant's notice of cancellation from the amount of the advance payment. Any amount remaining will be refunded to App licant. CH ANGES IN SCOPE OF WOR K O R C HA NGES IN FIEL D CONDITIONS Should concealed conditions exist, inc luding conditions that may exist below the surface of the grou nd, or if conditions exist that could not have been anticipated by SWBT at the time of this agreement , SWBT will be entitled to additional funds and/o r additional t ime to complete the work . SWBT will request such additional funding and/or additional time through a request for a change order. Conditions that may materially alter the scope of the work and/or the cost associated with the work include but are not limited to conditions that exist below the surface of the ground and could not have been anticipated at the time of the price quote , above ground barriers, Acts of God affecting the progress or sequencing of the work , labor disputes , and other conditions or circumstances that SWBT , could not reasonably anticipate at the time of providing the above referenced price quote to Applicant. Should Applicant or its agents , servants , or employees order or seek changes in the scope of the work , SWBT is ent itled to seek from Applicant, its agents, servants , or employees , additional funds as necessary to perform the work, and additional time , as necessary to complete the work . Said request for additional funds and/or additional time will be throu g h change order. All change orders will be in writing . All change orders will be submitted and accepted by Applicant, its age nts, servants or employees, before SWBT proceeds to execute the work or, if work has been initiated on the project, continues wit h executi ng the work exc ept in an emergency endangering life or property. Applicant, its agents, servants or employees , are deemed to have accepted the terms of any change o rder by s igning where ind ic ated on the change order. Under no circumstances will SWBTs request for a change order be deemed or used as evidence of delay on the project. No r will any change order issued in th is project be used to charge SWBT with responsibility for any alleged delay on the project. NO DAMAGE FOR DELA Y Under no circumstances will SWBT, be held liable to Applicant, Applicant's agents, employees or contractors , for any alleged delay on the project that forms the basis for this agreement for construction services . ~at&t AT&T Texas Page 3 TIME TO COMPLETE Any representation by SWBT, its agents , servants or employees that the project, will be complete by a certain date or certain time period is strictly an estimate and not binding on SWBT, its agents , servants , or employees . All estimated completion dates are subject to changing conditions in the fie ld , changes in the scope of the work , re location of existing utilities not within SWBT's control, Acts of God , weather de lays , labor disputes , vendor/contractor disputes, and other conditions or circumstances that SWBT, its agents , servants , or employees , could not reasonably anticipate at the time of the es timate . CHOICE OF LAW AND ARBITRATION Should any dispute arise between the parties concerning the subject matter of this agreement , or any term contained therein, the parties agree that the d ispute or cla im shall be submitted to binding arbitration before the American Arbitration Association . The parties further agree that the prevailing party in any such dispute will be ent itled to recover attorney's fees and costs of arbitration . Te xas law governs the application of this agreement and all terms contained there in . INDEMNIFICATION AND HOLD HARMLESS Applicant, its agents , serva nts , and employees hereby agree to indemnify and hold harmless SWBT, and its employees , agents and contractors , from and agai nst any and all claims , costs , e xpenses , judgments or actions for damage to property or injury or death to persons , and/or arising from or relating to the work tha t is the subject of this agreement, to the extent any such claims are caused by the negligent acts or omissions of the Appl icant , its agents , servants , or employees . ENTIRE AGREEMENT The parties agree that the terms set forth herein constitute the entire agreement and there are no other agreements regarding the project that is the subject of th is agreement between the parties . MODIFICATION & NOTICE Any modification to th is agreement must be made in writing and signed by both partie s. Any party to this agreement may provide the other party with notice of any fact or cond ition by provid ing such information in writing and serving sa id writing via certified mail , return receipt requested . ACCEPTED FOR ;ST~/J,-_L} c~ Au thorize d Signature , Title or Relationship to Company or Ind ivid ua l ACCEPTED FOR SOUTHWESTERN BELL TELEPHONE COMPANY: X By : T itl e : Manager Operations Con trol Company : ftOU#.J-ON.JQ./ c:'.:a,v.51:' 00.,L1P, Company : SWBTdbaAT&TTexas , Printed Name : Da te : 1/2.l;V ~~._,e-t,oL L-Pri nted Name : Karen Rose ----------------- 01/Jo/f / Da te : Change Order Number: 1 CWOTS No: 1271T11 -------------App Ii cant: Rogers-O 'Brien Construction Co. THIS CHANGE ORDER IS EXECUTED IN DUPLICATE AS FOLLOWS : 0 First Orig i nal (SWBT dba AT&T) (g] Second Original (Applicant) Contract Change Order No : Date : 8/25/2011 -----------1 1. The following is an amendment to the terms and conditions of CWOTS No . 1271T11 Item No . 1 This change order is for additional cost to reroute existing cable thru new conduit per customer's request. For any additional items Item No . 2: TOTAL EXTRA: $1,459 .16 2. The estimated cost in the CWOTS issued in this matter is adjusted to the following amount: TOTAL ESTIMATED COST : $7,017 .91 Review of CWOTS Estimated Cost A. Original CWOTS Estimated Cost B. Net Sum of Previously Authorized Change Orders $5 ,558 .75 $0 .00 $5 ,558 .75 $1,459 .16 $7 ,017 .91 E. F. C. Present CWOTS Cost D. This Change Order New CWOTS Estimated Cost This Change Order entered into as of the day and year indicated below, by signature, amends and modifies the original CWOTS agreement between Southwestern Bell Telephone Company, and Applicant. By signature below, Applicant agrees to make payment to Southwestern Bell Telephone Company in the amount of this Change Order within fifteen (15) days of the date of signature below. Southwestern Bell Telephone Company By : ~ <ga/l,CUI/ By : Title : Manager Operations Control Title : &-o:5tc.,T MAdA ?£#- Printed Name : _R_a~y_G_a_r_ci_a ________ _ Printed Name : -r,e.E'{ P, (A;e(?OLL Date : _8_/_25_/_20_1_1 _________ _ Date : ~lz-lfl I (i:l •] CHECK REQUEST FORM DATE 05/31/11 PAYABLE TO AT&T ADDRESS 4801 Matlock Road, Room B16 CITY Arlington STATE TX ZIP CODE 76018 FOR Relocation of existing telephone line that is in conflict with tunnel excavation. This will be reimbursed by owner. AMOUNT $ 5,558.75 G/L JOB 10022 PHASE 01-99-100 CAT. 0TH REQUESTED BY Trey Carroll APPROVED BY CHECK NEEDED BY DATE 07/14/11 TIME ASAP SPECIAL INSTRUCTIONS: Need to have check and signed agreement sent FedEx ( overnight) to the attention of Judith Remington. ACCOUNTING USE ONLY Commitment #: I Vendor# Invoice# Invo ice Date Invoice Amt Dis count I Pmt Date I Acct;:i Date I I Description: Job# Phase# Cat G/L Account Amo unt Retaina;:ie Date By Worked Entered PM/Buye r Approval I Controller Approval Distribution Totals Da te Paid JieJ a] CHECK REQUEST FORM DATE 08/26/11 PAYABLE TO AT&T ADDRESS 4801 Matlock Road, Room B16 CITY Arlington STATE TX ZIP CODE 76018 FOR Relocation of existing telephone line that is in conflict with tunnel excavation. This will be reimbursed by owner. AT&T sent additional cost that the Owner has approved to pay. AMOUNT $ 1,459.16 G/L JOB 10022 PHASE 01-99-100 CAT. 0TH REQUESTED BY Trey Carroll APPROVED BY CHECK NEEDED BY DATE 08/~0/11 TIME ASAP SPECIAL INSTRUCTIONS: Need to have check and signed agreement sent FedEx to the attention of Judith Remington. ACCOUNTING USE ONLY Commitment #: Vendor# Invo ice# Invo ice Date Invoice Amt Discount I Pmt Date I Acctq Date I I Description: J ob# Phase# Cat G/L Account Amount Reta inage Dale By Worked En tered PM/Buyer Approval I Controller Approval Distribution Totals Date Paid \ Basecom Inc Request For Change 5209 Vesta Farley Rd Fort Worth , TX 76119 Status : Pend ing Rogers-0 · Brien 1901 Rega l Row Dallas, TX 75235 Attn : Own er Doc No : Labor (includi ng burden) associated w ith tunnel change order -re-route conduits Materia ls purchased to complete work Overhead & Profit Please see attached cost summary, service worksheets and material invoices fo r back-up . Date : 08/04/11 Respond By Date : 08 /12/1 1 Internal RFC No: 5 Internal Job No: 11-001 Custo mer Job No: 10022 Will Rogers Multi Purpose Cntr 1901 Rega l Row Dallas, TX 75235 CoAJO VJ"tJ J»J,~LLJ:I{) U}J{)'£Y<_ /CiL"T. ~ J&C1Jo1'/ o F T v NdL, Total RFC: Approved Change Order No: Accepted Date : Accepted By: Please si gn and return a copy as s oon as possible 2 ,042 .22 1,526.40 535 .29 0.00 4 ,103 .91 1 of 1 08/04/2011 03 :44:00 PM Basecom Inc J ob History Detai l Report 11-001 -Will Ro gers Multi Purpose Cntr 07/04/11 To 08 /17/11 Co st Code _D_e_sc_r~ip_t_io_n~~~~~~~ So urce Date Class Cate g ory Dollars Ho urs/Units Co mment 11 20 1129 TEMP ORARY SER V IC ES -J OBS IT E MISC OTHER JOBSITE SERVICE P/R 07/15/11 LAB 5190A REG P/R 07/15/11 LAB 5190W REG P/R 07/15/11 LAB 51902 REG P/R 07/15/11 LAB 5190Z SAL P/R 07/15/1 1 LAB 5190Z SAL P/R 07/22/11 LAB 5190A REG P/R 07/22/11 LAB 5190W REG P/R 07/22/11 LAB 5190Z REG P/R 07/22/11 LAB 5190Z SAL A/P 07/07/11 MAT A/P 07/08/11 MAT A/P 07/11/11 MAT A/P 07/11/11 MAT A/P 07/12/11 MAT P/R 07/15/11 BUR P/R 07/15/11 BUR P/R 07/15/11 BUR P/R 07/15/11 BUR P/R 07/15/11 BUR P/R 07/22/11 BUR P/R 07/22/11 BUR P/R 07/22/11 BUR P/R 07/22/11 BUR Cost Co de 1129 T otal : LAB c:§j)--+ BUR Total s : Cost Code Gro up 1120 Tot al: LAB MAT BUR Totals: Job 11-001 Total : LAB 141 .57 13 .000 THU9794 Thurlow, David 199.16 13.000 SC08512 Scott, David I 174.16 8.000 FLE6106 Fletcher, Curtis 20 7.00 9.000 DOM921 3 Dominguez . Daniel 312 .52 13 .000 TOS 9255 Tosh, Mark 87 .12 8.000 THU9794 Thurlow, David 160.86 10 .500 SC08512 Scott , David I 228.58 10.500 FLE6106 Fletcher, Curtis 192.32 9.000 TOS9255 Tosh, Mark 1,164.44 CRAOOOO CRAWFORD ELECTRIC : 55.66 CRAOOOO CRAWFORD ELECTR IC : 98 .24 CRAOOOO CRAWFORD ELECTRIC : 201.12 CRAOOOO CRAWFORD ELECTRIC : 6.94 CRAOOOO CRAWFORD ELECTRIC : 32.59 8.000 FLE6106 Fletcher , Curtis 34.80 9.000 DOM9213 Dominguez , Danie l 34.1 4 13 .000 THU9794 Thurlow , David 46.12 13.000 SC08512 Scott, David I 56.47 13.000 TOS9255 Tosh, Mark 20 .67 8.000 THU9794 Thurlow , David 34.77 9.000 TOS9255 Tosh , Mark 36 .60 10 .500 SC08512 Scott, David I 42 .77 10 .500 FLE6106 Fletcher, Curtis 1,703.29~00 > J' z '()'-/ z , '2 2-1,526.40 :::> ) 338.93 94 .000 3,568 .62 1,703 .29 94.000 1,526.40 338.93 94.000 3,568.62 1,703.29 94 .000 Page 1 of 2 Quantity ~ Type 08/04/2011 d:,:44:00 PM Cost Code Description ----- Basecom Inc '--"' Job History Detail Report 11 -001 -Will Rogers Multi Purpose Cntr 07/04/11 To 08/17/11 Source Date Class Category MAT Dolla r s Hours/Units BUR Totals : 1,526.40 338 .93 3,568 .62 94 .000 Page 2 of 2 Comment Quantity ~ Type Service Worksheet FRM -160-A /J BASECOM liK. Date : r1-i -f1 Customer Contact: SkoP M.u,.__t,2, · Work Ticket # ll·ODI ·lunr,e l Ck""~~ orJe r Location : W fllYI(.,, Contact Phone Number: Service Requ ired : .\--u n ~e / (<e, ,Du+e ;) -L\ 11 Pv c, l -3 '' Pv r a. I -~'' PVL Vr"der flC)of, C nf"du1f-s (UY\ f-r-o rll ~l>i-~5i tv M,-,vi rI ,~,P hu, lJ1 v-1n _ 0 Employee Name: time in break-time out total hrs time must be noted in military time format .. ~DVV1 12:00 AM 0:00 12 :00 PM ('{) r;_ c ~ io.s ~' ~" .,f3o ·In = = 12:00 1:00 AM = 1 :00 1:00 PM = 13:00 Tun I eJ UM I nci, J-t ) 7 6,.(V\ 4 :30 er 2 :00AM = 2:00 2 :00 PM = 14 :00 3 :00AM = 3 :00 3 :00 PM = 15:00 (A )( ,t I(. F' \e.,+Gte.., l a..Wl 2'.J b B 4 :00AM = 4 :00 4:00 PM = 16 :00 5 :00AM = 5 :00 5:00 PM = 17:00 TirA, \JP _ Th url C)Lt ') ~M 3:30 ~ 6 :00 AM = 6 :00 6:00 PM = 18:00 7 :00AM = 7:00 7:00 PM = 19:00 \aV\ 8tDf+ kJV\ 4 -:,~() ID 8 :00 AM = 8:00 8:00 PM = 20:00 9 :00 AM = 9 :00 9 :00 PM = 21 :00 10:00 AM = 10 :00 10 :00 PM = 22:00 11 :00 AM = 11 :00 11 :00 PM = 23 :0 0 Material Used: Qua ntity Ite m .~e Mt~IleJ f F~Cl) l"' vol l,eS Where did you obtain materia l from : C.)6S U) Was this Material an after hours call : DYES @"'NO After hours fe e : ATTACH PACKING SLIPS OR INVOICES Customer Representative (print name): ..5r£.t/~ 11 v/,.,/8 2-.. Customer Representative Signature : c:::: ~ /') ~ -. -', Ba secom Representative Signature : Service Worksheet FRM -160-A ,._ Date : ti-~-11 Customer Contact: ~t-( I/~ )u llt\ O, Work Ticket # 11 -oD 1 :ft,,. 11d d, n~ f, Location : W f\ M 6 Co ntact Phone Number: Service Re q uired: R ~ rn,1l--r-j 1-4 11 r J)"'ri v I+.<:.. (,uu~ ()l) ll I f\ t.. r,~,, h r-.vG, sknvd. uo I I I j I Employee Name: time in break time out total hrs time must be noted in military time format M t't-(L \L--1n~lA I, ~tv\ / 3 12 :00AM = 0 :00 12 :00 PM = 12:00 \Oo.l"" 1:00 AM = 1:00 1:00 PM = 13:00 [T)ri V L Th\) (lbvi-J 7 ()..M / \ f) tllM 2=> 2:00 AM = 2 :00 2 :00 PM = 14 :00 3 :00 AM = 3 :00 3 :00 PM = 15 :00 \n V\ / .. 4 :00 AM = 4 :00 4:00 PM 16:00 Sf'.Nif 1 tA.M 1n tlM 3 = 5 :00AM = 5 :00 5 :00 PM = 17 :00 6 :00 AM = 6:00 6 :00 PM = 18 :00 7:00AM = 7:00 7 :00 PM = 19 :00 8:00 AM = 8:00 8:00 PM = 20 :00 9 :00 AM = 9 :00 9 :00 PM = 21 :00 10:00 AM = 10:00 10:00 PM = 22 :00 11:00AM = 11 :00 11 :00 PM = 23 :00 Mate ri al Used: Quantity Item -----~ ~ ~ ~ / / / / / Where did you obtain material from : Was this Material an after hours call : DYES D NO After hours fee : ATTACH PACKING SLIPS OR IN VOI CES Customer Representative (print name): ----~ Customer Representative Signature : '<. __. -- Basecom Representative Signature : Service Worksheet Date : Wo rk T icket # Location : Material Use d : Quantit 7-11~1 Item Where di d you obtain material from : Was this Material an after hours call : After hours fee : Customer Representative (print name): Customer Representative Signature : Basecom Representative Signature : time in break 7aM ~. ta 3~, 7()._M ~I 7tilM !i1~1 DYES FRM -160-A Customer Contact: Contact Phone Number: time out total hrs time must be noted in military time format 12:00 AM = 0 :00 12 :00 PM = 12:00 1:00AM 1:00 1:00 PM 13 :00 2:00AM 2 :00 2:00 PM 14:00 3:00 AM 3 :00 3 :00 PM = 15 :00 4 :00 AM = 4 :00 4 :00 PM 16 :00 5:00 AM 5 :00 5:00 PM 17:00 6:00 AM 6 :00 6 :00 PM = 18 :00 7:00AM 7:00 7:00 PM 19:00 8 :00 AM 8 :00 8:00 PM 20:00 9:00 AM 9:00 9 :00 PM 21 :00 10:00 AM 10 :00 10 :00 PM 22 :00 11 :00 AM 11 :00 11 :00 PM 23 :00 ATTACH PACKING S LIP S O R INVO ICES Servi ce Worksheet FRM -160-A /J BASECOM ltK. Date : ~-11 -11 Customer Contact: S.ttw.. J...l. lA.o-z. Work Ticket # l I ·6<'.H Tu,nd C,,k.~~ Location : 'vJ '2 N\ C. Contact Phone Number: Service Required : wl+\ber Ll)dml \ V\ -f .l >"' iAP ,{ -f' 'l ( fl tnf I n l/\ I' Aft" \. 4'' ~ \,)\(IV\C ~Y\,..\ r n V'I V\P r'+ V\(>J.l ) rf)rv\,Jt + ~r + t:>Jp ol--~ V\e r 11 --hie Y'P -•OLJ1 P .. --I Employee Name : time in break t ime out total hrs time must be noted in military time format u~ ln~\.-t 1/;~ ~a.rv.. \ 12:00 AM = 0 :00 12 :00 PM = 12:00 / 1:00 AM = 1:00 1:00 PM = 13:00 r j)(f-(_<:. M*kr 1oM / y :3D 2 .5 2:00 AM = 2 :00 2:00 PM = 14:00 3:00AM = 3 :00 3:00 PM = 15:00 \nV\ SLD-H-1fJ.M / q ·,3 D 2 .s-4 :00AM = 4:00 4 :00 PM = 16:00 5:00AM = 5 :00 5:00 PM = 17:00 6 :00AM = 6 :00 6:00 PM = 18:00 7 :00AM = 7:00 7:00 PM = 19:00 ' 8:00AM = 8 :00 8:00 PM = 20:00 ' 9 :00 AM = 9:00 9 :00 PM = 21 :00 10 :00 AM = 10:00 10 :00 PM = 22 :00 11 :00 AM = 11 :00 11 :00 PM = 23 :00 Mat eria l Use d : Quantity Item l t\ Vo\c..e. -ti: S oon 7 D(n 5< '+3 . /)()I Where did you obtain material from : r ,~SCO Was this Mate rial an after hours call : D Y ES [B"'No Afte r hours fee : ATIACH PACKING SLIP S OR INVO ICES .---:. . ~ ,, Customer Representative (print name): ----... Customer Representati ve Signatu re : Basecom Representative Signature: (Cc5Lil} Cr"w fo r d El ec tric Supply CRAWFORD ELECTRIC SUPPLY 108 EAST INDUSTRIAL FORTWORTH TX 76104 817-338-1480 Fax 817-429-1373 SOLD TO : J L1~ I REC'J 1•,·. BASECOM, INC . 5209 VESTA FARLEY RD FORT WORTH TX 76119-6479 98006006110 PVCFIT 400P CP 4 IN PVC COND COUPLING 98006006102 PVCFIT 034P CP 3/4 PVC COND COUPLING 98006006106 PVCFIT 200P CP 2 IN PVC COND COUPLING 02120049828 3M 3900-YELLOW 48X54.8M DUCT TAPE 20 10 10 2 INVOICE Locati o ns to serve you : Alice , TX Austin , TX Bryan/College Station. TX Co nroe , TX Co pp ell , TX Corpus Christi , TX Dall as , TX Fo rt Worth , TX Hous ton , TX New Braunfel s. TX New Orleans, LA San Antonio . TX CRAWFORD ELECTRIC SUPPLY P .O . BOX 847160 DALLAS TX 75284 -7 160 SHIPPED TO : 31103 WILL RO GE RS EAST MUL Tl PURPOSE C EN T C/0 BASECOM, INC 1601 WR WATTS DRIVE FORT WORTH TX 76107 20 173 .58 C 10 10.37 C 10 38 .64 C 2 8 .02 ea 34 .72 1 .04 3 .86 16.04 THANK YOU FOR YOUR BUSINESS! If pa id by 08/10/11 you may deduct $1 .11 . All paym ents are due by 08/25/11 . For complete terms and cond itions please vi si t ·1ttp ·{lw,Nw cescoltd com/Customers/CESCO Cre djtApplicat jon 0209 Qdf son e par 7'8l20 117:4H 7 AM S00070t2S6J)0 1 CMIEL SUBTOTAL S & H CHARGES SALES TAX TOTAL DUE 55.66 0.00 55.66 Page 1 of 1 6L-;:::J_L._iJ~ CRAWFORD ELECTRIC SUPPLY -108 EAST INDUSTRIAL FORTWORTH TX 76104 cr~wford EhecbicSupply 817-338-1480 Fax 817-429-1373 JUL O 6 RtC'J SOLD TO: BASECOM , INC . 5209 VESTA FARLE Y RD FORT WORTH TX 76119-6479 98006006006 PVC 200P 21N SCH40 PVC PIPE 98006006008 PVC 300P 31N SCH40 PVC PIPE 98006006010 PVC 400P 41N SCH40 PVC PIPE 98006006070 PVCFIT 400P40 450 SCH40 ELS 4 IN 45DEG SCH40 PVC COND ELBOW 98006006068 PVCFIT 300P40 450 SCH40 ELS 3 IN 45DEG SCH40 PVC COND ELBOW 98006006066 PVCFIT 200P40 450 SCH40 ELS 2 IN 45DEG SCH40 PVC COND ELBOW 98001002010 EMT 400E 41N EMT CONDUIT 1 OFT 78456410659 CRS 659 4"" (EMT ONLY) COMP CONN 78456410655 CRS 655 2 EMT CMP CONN 7845641 065 7 CRS 657 3"" (EMT ONLY) COMP CONN 980022S0004 GSTRUT STRAP400 STRUT STRAP 4 (=702-4) 76151522590 UNM 12126SC NEMA1 SCR CVR BOX 76151510272 UNM 6636GNK COMBO WIREWA Y WINO KO 76151510830 UNM 66E NEMA1 WIREWAY END CAP 4 4 100 1 2 4 10 1 1 2 Locations to serve you: Alice , TX Austin, TX Bryan/College Station , TX Conroe, TX Coppell , TX Corpus Christi , TX Dallas, TX Fort Worth , TX Houston, TX New Braunfels, T X New Orlean s, LA San Antonio, T X INVOICE CRAWFORD ELECTRIC SUPPLY P.O. BOX 847160 DALLAS TX 75284 -7160 SHIPPED TO : 31103 C 53.05 C 109.54 C 303 .54 ea 58 .64 4 4 .23 ea 16.92 4 1.37 ea 5.48 100 502 .79 C 502.79 1 1,157.35 C 11 .57 2 192 .63 C 3 .85 4 749 .73 C 29 .99 10 110 .71 C 11 .07 1 20 .00 ea 20 .00 1 30 .00 ea 30 .00 2 4 .00 ea 8.00 THANK YOU FOR YOUR BUSINESS! ;··-·-- D Contract Documents If pa id by 08/10/11 you sonepar SUBTOTAL S & H CHARGES SALES TAX 0 7/0 7/11 TOTAL DUE O•t• 1,164.44 0 .00 1,164.44 Page 1 of 1 {C25Cil} Cr;,wford El<ectric Supply CRAWFORD ELECTRIC SUPPLY 108 EAST INDUSTRIAL FORTWORTH TX 76104 817-338-1480 Fax 817-429-1373 Locations to serve you : Alice , TX Austin , TX Bryan/College Sta ti on , T X Conroe . TX Coppell , TX Corpus Chri sti , T X Dallas , TX INVOICE Fort Worth, TX Houston , TX N1yw Braunfels , TX CRAWFORD ELECTRIC SUPPLY P.O. BOX 847160 SOLD TO: BASECOM , INC . 5209 VESTA FARLEY RD FORT WORTH TX 76119 -6479 -l--;-. . i . i st 2,~~~r~\~ ~/~~-' ":-~ c :~:~:::E:: :~::ULTI PURPOSE CENT _ __:..:--· -· C/0 BASECOM, INC DALLAS TX 75284 -7160 98006006110 PVC FIT 400P CP 4 IN PVC COND COUPLING D ContractDocuments D Insurance D Release of Lien D Certified Payroll D O&M/Warranty -~--'--~ Approved By //-OV/ JobNumber 1u /V tJ ta WtrV '::£ I) 4 1601 WR WATTS DR IVE FORT WORTH TX 76107 4 173.58 C THANK YOU FOR YOUR BUSINESS! If paid by 08/10/11 you may deduct $0.14 . All payments are due by 08/25/11 . For complete tenns and conditions please visit IJttp-//www cescoltd com/Customers/CESCO CreditApplication 0209 Qdf sonepar u•• SUBTOTAL S &H CHARGES SALES TAX TOTAL DUE 6 .94 6.94 0 .00 6 .94 Page 1 of 1 6L-;::::J-,_-i}9 CRAWFORD ELECTRIC SUPPLY ._ 108 EAST INDUSTRIAL FORT WORTH TX 76104 er~wford Electric Supply 817-338-1480 Fax 817-429-1373 SOLD TO : BASECOM, INC . 5209 VESTA FARLEY RD FORT WORTH TX 76119-6479 \ JUL 1 -RC:CJ l_~----·--·· 98002002050 EML 400E30 41N EMT 30D ELBOW 78456410669 CRS 669 4"" (EMT ONLY) COMP CPLG D Contract Documents {;µfrrJG~ 2 3 INVOICE Locations to serve you : Alice , TX Austin, TX Bryan/Colleg e Statio n, TX Conroe , TX Coppell , TX Corpu s Christi, T X Dallas , TX Fort W orth, TX Houston, TX ; New Braunfels, TX New Orleans , LA I San Antonio , T X CRAWFORD ELECTRIC SUPPLY P .O . BOX 847160 DALLAS T X 75284-7160 SHIPPED TO : 31103 WILL ROGERS EAST MULTI PURPOSE CENT C/0 BASECOM , INC 1601 WR WATTS DRI VE FORT WORTH TX 76107 2 3 2,947 .17 C 1,310 .11 C 58 .94 39 .30 THANK YOU FOR YOUR BUSINESS! If paid by 08/10/11 you may deduct $1 .96 . All payments are due by 08/25/11 . For complete terms and conditions please visi t htto ·//www cescoftd com/Customers/CESCO CreditAooHcat;on 0209 .Qdf sonepar ... 5000704~12.001 SUBTOTAL S & H CHARGES SALES TAX TOTAL DUE 98.24 0.00 98.24 Page 1 of 1 OL-;: ::;L.-il~ CRAWFORD ELECTRIC SUPPLY --108 EAST INDUSTRIAL FORTWORTH TX 76104 Cnwford Ele ctri c Supply 817-338-1480 Fax 817-429-1373 SOLD TO: BASECOM, INC . 5209 VESTA FARLEY RD FORT WORTH TX 76119-6 479 78456410669 CRS 669 4"" (EMT ONLY) COMP CPLG 7 845641 0659 CRS 659 4"" (EMT ONLY) COMP CONN 98002002050 EML 400E30 41N EMT 300 EL BOW D Contract Documents i -.,-r -, \\.C.L U D Insu ra nce D Releas e of Lie n ~ D Certifi ed Pa yroll D O&M/Wa rr anty ~'"f Ap p roved By rvo I Job Number {;,C, /J 1 10 2 INVOICE Locat io ns to s erv e y o u : Al ice , TX Austin, TX Bryan/College Statio n , T X Con roe , TX Cop pell , T X Corpus Christi , T X Dalla s, TX Fort Worth , TX Ho uston , TX New Braunfels , T X New Orleans , LA San Antonio , T X CRAWFORD ELECTRIC SUPPLY P .O . BOX 847160 DALLAS T X 7 5284-7160 SHIPPED TO: 31103 WIL L ROGERS EAST MUL Tl PURPOS E CENT C/0 BASECOM, IN C 1601 WR WAITS DRI VE FORT WO RTH T X 76107 C 1,116.51 C 2 2,947 .17 C 11 .17 58.94 THANK YOU FOR YOUR BUSINESS! If pai d by 08/10/11 you may deduct $4.02 . All payments are due by 08 /2 5/11 . For complete tenms and conditions pleas e visit htto-/lwww cescoltd com/Customers/CESCO Cr edjtAppl ic aUon 0209 odf sonepar UH 711'120117:471;7 AM S0007037lt001 MARI( SUBTOTAL S & H CHARGES SALES TAX TOTAL DUE 201.12 0.00 201.12 Page 1 of 1 (PROPOSAL) Remove all cables rrom 3" conduit and install New gutters for 3" conduit, one in front of Brown Lupton Exhibits Hall and one on conduit G' above dirt In Pen area . Extend 3" and empty 2", ~· conduit under tu nn el grade on Burnell/ Tandy Drive . Jn•tall new cables inlo 3" conduit= 2-CATB Johnson Control cables ( they wiff connect to thei r equi pment) 2-RG11 coa x cables WRMC AV ( they will connect lo !heir equipment) 6-AV cables WRMC AV ( they will connect to their equip ment) 1-12 strand MM Fiber ITS will do connections for this cable . Install new 4" EMT cond uit from 24"x24" J-bcx lo 4" with G"x2~· gutter. After this work is completed AT&T can use empty 4" lo pull in new 200 pair feeder cable from WR Wall Arena to 24 "x24" J-box. Ut ty Area Abcve John Justin Are na 24"x 24" J box 2" conduit RG11 coax 3" conduit AV cables 4" conduit AT&T 3" conduit AV cables 2· conduit RG11 coa x-VJPFO t:A6L~ 4" conduit AT&T 1 1 /2 • conduit= NEW ~· conclutt 2-CATS Johnson Controls 1-12 strand MM fibe r 2" co ndutt= 1-RG 11 coax cable 3" condui t= 6-AV con trol cables 4' conduit= 200 pair AT&T cable q•(X)IWI Fber& Johnaon controla to be mTllMld aner 11-won<I oompleted. Rogers -O'Brien Construction 19 01 Rega l Row Da llas , Texas 7523 5 M ai n 214 .962.3 0 00 Fa x 214 .962 .3001 3 901 S. Lamar Blvd. #200 Aus t i n, Texas 7870 4 M ai n 512.486 .3800 Fax 512.486 .3 701 www.roge r s-obrien.com October 10 , 2011 Jack Durham Senior Construction Manager -City of Fort Worth Transportation & Public Works Dept. Facilities Management Division/ Architectural Services 401 West 13 'h Street Fort Worth, TX 76102 RE: SUBJECT: Mr. Durham: WRMC -East Multi-Pmpose Facility Project DOE/Project# TPW-01627 Contract# 41332 Fort Worth, Texas Change Request # 53 -M/WBE Participation The total amount of approved Change Request # 53 including profit and overhead is $797.00. Below is the breakdown for the M/WBE Participation related to Change Request # 53 : Total M/WBE Participation for Change Request# 53 is 0%. Please let me know should you need any additional information. Sincerely, Rogers-O'Brien Construction ~~ Trey Carroll Project Manager CC: Master File 10022 Dallas I Austin .<ogers -O'Brien Construction August 27 , 2011 City of Forth Worth 401 West 13th Street Fort Worth , TX 76102 Ph : (817)392-7913 Fax : (817)392-8488 ATIN : Jack Durham RE :Trim (3) Live Oaks -South Side Bldg . 'A' 10022 Will Rogers Memorial Cntr East Change Request# 53 Dear Jack : As directed by owner and per recommendation and direction from Melinda Adams (City Forester), employed Glen Jennings with Arbo Masters to trim North s ide of the crowns of (3) Live Oaks that were in direct contact with the South side of Building 'A'. Per Melinda's direction , Arbor Masters will need to return in the fall/winter to reduce the crown evenly on the South side of these (3) Live Oaks to match the reduction completed on the North side . To expedite completion of this work , Arbor Masters was contracted through A&A Landscape & Irrigation , the project landscape and irrigation contractor. 1901 Regal Row h d I fi d · · f th b f d · · ·t Dallas , Te xas 75235 Attac e p ease in our pricing or e a ove re erence rev1s1on I em . Main 214.962.3000 Fa x 214 ·9623001 The total amount to provide this work is : $797.00 3901 S. Lamar Blvd . #200 Austin, Te xas 78704Please note the attached exclusions/qualifications . Main 512.486.3800 Fax 512.486 .3701 If you have any questions or need further clarification , please contact me at (214)962 -3000 . www.rogers-obrien .com Sincerely , ~ Trey Carroll Rogers -O'Brien Construction Co OWNER AUTHORIZED SIGNATURE ATIACHMENT Dallas I Austin Change Request 53 Price Breakdown b Name: Will Rogers Memorial Cntr East Date : 8/27/2011 Description: Trim (3) Live Oaks -South Side Bldg . 'A' Change Request #:53 Labor Material No Description QTY Unit Unit I Total Unit Total Equipment Subcontract Other Price 1 Trim (3) Live Oaks I 690 .00 $690.00 ****EXCLUSIONS AND QUALIFICATIONS**** Subtotal: $690.00 See attached backup for labor, material and subcontractor and Overhead 10 .00% $69 .00 supplier deta il. Fee 5.01% $38 .00 Price excludes all federal , state and local fees . Price does include sales and / or remodel taxes . Written authorization and / or signature on this PC required prior to performing the above described work . Total : $797.00 Trey Carroll From: Sent: To: Cc: Subject: Durham , Jack [Jack.Durham@fortworthgov.org] Wednesday , August 03 , 2011 9:53 AM Trey Carroll ; Steve Munoz Bagamery , Alan FW: TREES Follow Up Flag: Follow up Flag Status: Red Page l of 2 I recommend that we meet with one of the Contractors listed by Melinda on her e-mail and coordinate the tree trimming per her recommendations . Thanks . Jack Durham Senior Construction Manager T/PW Architectural Services 817-392-8072 --------- From: Adams, Melinda J. Sent: Wednesday, August 03, 2011 8:53 AM To: Durham, Jack Cc: Bagamery, Alan Subject: RE: TREES ---------w. ~ ---····-------- They need to hire a professional tree service (degree, ASCA or ISA cert ifi cation). Request a crown reduction on the building side for a 5 to 1 O' clearance whateve r you need . Rivers Tree Service (817) 626-2373 Arbor Masters 817 204 3023 Both of these compan ies have contracted with the city in the past and a re acceptable . Don 't let the construct ion contractor do it or you will have to pay to have it fixed . Melinda Adams City Forester 817 392 5705 From: Durham, Jack Sent: Wednesday, August 03, 2011 7:42 AM To: Adams, Melinda J. Cc: Bagamery, Alan Subject: FW: TREES Melinda-The conntrato r at Will Rogers is needing to trim some live oaks to g ive clearance fo r the new building . Can you provide some guidelines? Thanks . Jack Durham Senior Construction Manager T/PW Architechrral Services 817 -392-8072 8/27/2011 ., ) From: Bagamery, Alan Sent: Wednesday, August 03, 2011 7:01 AM To: Durham, Jack Subject: TREES Alan Bagamery CFW 817-994-1080 8/27/2011 Page 2 of 2 A&A LANDSCAPE & IRRIGATION LP August 12, 2011 Trey Carroll Rogers O'Brien 2948 WEST AUDIE MURPHY PARKWAY FARMERSVILLE, TEXAS 75442 (972) 784-7855 OFFICE (972) 784-7944 Proposed Cha n g e Or der RE: Will Rodgers Multi-Use -PCO Tree Trimming A&A Landscape and Irrigation, L.P. proposes the following changes to the base bid as requested by the owner and/ or General Contractor. Any and all work not specifically included in proposal is excluded: Scope of Work: Price changes per General Contractor request dated August 10, 2011 to provide tree services by Arbor Masters . 1. Add Tree Services: $600.00 2. 10% Profit: $60 .00 3. 5% Overhead: $30 .00 4 . To tal: $690.00 Please d o not hesitate to contact me should you have any further questions or comments . Sincerely, A&A Landscape and Irrigation, L.P. Alex Gaumer Project Engineer .., ~~ e -=:arbor Masters ~ reeService Bill to: AA Landscape and irrigation 2949 Audie Murphy Pkwy Fannersville, TX 75442-7317 Item Tree , Commercial-Pruning INVOI CE Date : Invoi ce#: Customer ID: PO Number: 8/12/2011 50297 ROGEOBR Salesperson : Jenn ing s;Glen Service for: Rogers Obrien Construction City Project/I/Viii Rogers Cente Fort Worth , TX Quantity Unit Price Amount r Crown reduction on 3 live oaks Thank you for your business! Payment terms are due upon receipt. A service charge of 1 1/2 % per month will be assessed on all amounts not paid within 30 days. Subtotal : Sales Tax : Total Due Upon Receipt : Sales tax rates are charged at time of invoice . Taxes subject to change. Paid : r Check Check# ___ Check Amt$ ___ _ Please include Customer ID ROGEOBR and In voice# 50297 on your check . r Cred it Card PLEASE REMIT TO: P .0. Box 414921 Kansas City , MO 64141-4921 Ft. Worth Office Phone 817 -204-3023 Fax 817-232-6027 PLEASE RETURN ONE COP Y WITH YOUR REM ITTANCE OR VISIT US AT WWW .ARBORMASTERS .COM TO PAY ONLINE Circle One Please Include e-mail address for receipt notification - E-Mail : tcarroll@r-o .com Credit Card Number Expiration Date Cardholder Signature Amount Date Cardholder Name -Print White Copy : Office Yellow Copy : Customer $600.00 $0 .00 $600 .00 CW# 64830 7, ~ , ..... Change Order 4 East Multi-Purpose Facility WRMC PCR 22-Additional concrete work as required by existing conditions on the southside of Building "B" PCR 26 -Revise Canopy "C" dry fire sprinkler piping due to Code Requirements PCR 27-Add backwater valves as per Plumbing Code PCR 28-Revise kellum cord grips to stainless steel PCR 31-Add cleanouts on Storm Drain lines as per Code Requirements PCR 36-ADD t ype "CC" light fixture at Building "A" PCR 37-Add additional spray fireproofing as per Code Requirements PCR 38-ADD additional drains at Building "A" ramp PCR 40-Revise cleanouts and vents at Animal Waste tanks As per Code Requirements PCR 41-Revise oil separator at elevator in Building "A" As per Code Requirements PCR 46-Revise masonry and add plaster substrate as per Public Art requirements PCR 50-A TT charges to relocate communication Line at West end Building "B" PCR 51-A TT charges to relocate 200 pr cable at Building "D" Tunnel PCR 53-Revise crown of trees on southside Building "A" for construction clearance Total This Change ADD$ 4 ,866 ADD $ 19 ,687 A DD $ 3 ,941 ADD $ 2 ,989 ADD $ 1,987 ADD $ 1,83 1 ADD $ 14 ,606 ADD $ 367 ADD $ 5,030 ADD $ 2 ,574 ADD $19,281 ADD $ 7,982 ADD $12,846 ADD $ 797 ADD $98 ,784 Change Order 4 East Multi-Purpose Facility WRMC M/WBE PCR 22-Grace Construction Co. LTD PCR 26 - PCR 27-Winston Water Cooler PCR 28-Base Com PCR 31- PCR 36-Base Com PCR 37- PCR 38- PCR 40- PCR 41- PCR 46-Clayton Masonry PCR 50- PCR 51- PCR 53- Total M /WBE Participation Change Order 4 Total This Change M /WBE Percentage Change Order 4 $ 2 ,763 No participation $ 636 $ 2 ,989 No Participation $ 1,831 No Participation No Participation No Participation No Participation $ 1,915 No Participation No Participation No Participation $ 10,134 $ 98 ,784 10.25 % PROJECT SUMMARY SHEET (Change Order Attachment) PROJECT NAME: East Multi-Purpose Facility WRMC Contract No: CS41332 Attachment to Change Order No : 4 ------Today's Date: 10/20/11 Original Contract Amount: Extras to Date: Credits to Date: Contract Amount to Date: Amount of Proposed Change Order: Revised Contract Amount: Contingency Funds Avail. for Admin. Change Orders: Remaining Funds Available for Change Orders: Additional Funding (if necessary): TOTAL $ 15,443,305.00 $ 15 ,443,305 .00 $ 114,983.00 $ 114,983 .00 $ $ 15,558,288.00 $15,558,288 .00 $ 98,784.00 $ 98,784.00 $ 15,657,072.00 $15,657,072.00 $ $ $ 449,805.00 $ 449,805 .00 236,038.00 $ 236,038.00 Prepared By: Karen Striker T/PW Business Support ' { ,, . 'I, '. . . ·~ I• ' -. ~. ... f' ,, • i'}.,, ''.,' . ·"