Loading...
HomeMy WebLinkAboutContract 41332-CO5OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY SECRETARY __.; City of Fort Worth CONTRACT NO. ':/ I ?>pa -C().5 Allowance Allocation No . Date 5 (five) 12/15/2011 Allowance Allocation TPW Proj ect No . C234 541200 207060162780 Facil ity and Project Descript ion City Secretary Contract No . East Multi-Purpose Facility WRMC ORIGINAL CONTRACT AMOUNT ............................................................... . OWNER ALLOWANCE INCLUDED IN CONTRACT AMOUNT.. .......... .. ORIGINAL CONTRACT AMOUNT LESS ALLOWANCE .............................. .. EXTRAS TO DATE .................................................................... . CREDITS TO DATE ................................................................... . CS41332 $15 ,443 ,305 $ 449 ,805 $14 ,993 ,500 $ 213 ,767 $ 0 CONTRACT COST TO DATE ................................................................................................. . AMOUNT OF PROPOSED ALLOCATION .......................................................................... .. REVISED CONTRACT AMOUNT ............................................................................................ . ALLOWANCE FUNDS AVAILABLE FOR ALLOCATION ..................................................... . REMAINING ALLOWANCE FUNDS AVAILABLE FOR ALLOCATION ................................... . ADDITIONAL FUNDING (IF NECESSARY) .............................................................................. .. IN ACCORDANCE WITH THIS ALLOWANCE ALLOCATION , THE CONTRACTOR SHALL: $15 ,207 ,267 $ 98 ,045 $15 ,305 ,312 $ 449,805 $ 137 ,993 $ 0 Furnish all labor and material as per the attached Proposed Allowance Requests to the Allowance Allocatio n: PCR 's 29 , 30 , 39 , 42 , 43 , 44 , 48 , 54 , 59 , 60 , 62 , 63 , 68 , 73 , 77 , 78 and 79 Total Add This Allocation ADD $98 ,045 It is un derstoo d an d agreed that th e acceptance of thi s All owance Al location by th e contractor constitutes an accord and satisfaction and repre sents payment in fu ll (both time and money) fo r all costs arising out of, or incidental to, the above Al lowance All ocation Contracto r's Name Rogers - O 'Brien Construction Company , Ltd. Ori gin al Con tract Time Additi onal App roved Time To Date Appro ved Contract Time To Da te Additional Time Fo r Th is Allocation 590 cd O cd 590 cd O cd Date fl./1.1 IJ 6F4 Date AJ / Ac Allowance Allocation 5 East Multi-Purpose Facility WRMC PCR 29-Additional concrete and site work to revise finish grades at Northwest drive approach PCR 30 -Revise Building B accessible parking layout as Per RFI 27 PCR 39-Add AW vent at northwest comer Building B PCR 42-Add 2 hr fire rated expansion joints as per RFI 63 PCR 43-Additional Landscape demo Building B PCR 44-Add saw contraction joints at Building A As per RFI-72 PCR 48-Add structural double tee repair at Building B as per ASI 11 PCR 54-Add concrete column SW comer Stair IA As per RFI 75 PCR 59-Revise concrete beam @ grid line U 2-3 as Per RFI 86 PCR 60-Revise concrete beam North Ramp Building A as per RFI 88 PCR 62-Relocate 6 inch Fire Line as per ASI 17 PCR 63-Revise beams 67 and 68 grid U as per RFI 91 PCR 68-Replace and rework existing AW piping at Building C PCR 73-Revise signage as per marked up submittal PCR 77-Revise vent/ weep holes at top of masonry as per ASI 24 ADD $ 7,781 ADD $ 1,259 No Change ADD $ 12 ,081 No Change ADD $ 5 ,243 ADD $ 21 ,777 ADD $ 765 ADD $ 4 ,083 ADD $ 2,880 ADD $ 19 ,426 ADD $ 1,956 ADD $ 3 ,827 ADD $ 11 ,612 ADD $ 1,714 PCR 78-Add additional conduits for fiber optic service ADD $ 1,620 PCR 79-Add concrete columns as Building A as per RFI 76 ADD$ 2 ,021 Total This Change ADD $ 98 ,045 Rogers-O'Brien Construction 1901 Regal Row Dallas, Texas 75235 Main 214.962.3000 Fa x 214 .962.30m 39m S. Lamar Blvd . #200 Austin , Te xas 78704 Main 512.486.3800 Fa x 51 2.486.37m www.rogers-obrien .com November 30, 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 # 29 -M/WBE Participation The total amount of the approved change request referenced above including profit and overhead is $7,781.00. Below is the breakdown for the M/WBE Participation related to this change request: Grace Construction Co., Inc. $3,8 12.00 ~ Total Cost included In Change Request $3,812 .00 I $7,781.00= 48.9% Total M/WBE Participation For Change Request $3,812 .00 I $7,781.00 = 48.9 % Total M/WBE Participation for this Change Request is 48.9%. Please let me know should you need any additional information. Sincerely, Rogers-O'Brien Construction ~4Y{ Trey Carroll Project Manager CC: Master File 10022 Dallas I Austin ~· .. Rogers-O'Brien Construction November 22 , 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 :WCPR # 06 -Revised Cone. Approach @ NW Ent. Garage '8' 10022 Will Rogers Memorial Cntr East Change Request# 29 Dear Jack: Per WCPR # 06 documents, grades at Northwest entrance to Garage B were revised after concrete approach was poured . Grades were revised to increase clearance height at entry . Cost of work includes saw-cut and removal of existing approach as well as re-working of subgrade for revised grades, re -forming of approach , rebar installation and place & finish of new approach . Attached please find our pricing for the above referenced revision item. 1901 Rega l Row Da_llas , Texas 7523 51-he total amount to provide this work is : Ma m 214.962.30 00 Fa x 214.962 .30 01 Please note the attached exclusions/qualifications . 3901 S. Lamar Blvd . #200 Aust in, Tex as 7870 4 $7,781 .00 Main S1 2.486.380olf you have any questions or need further clarification , please contact me at (214)962-3000 . Fax 512.486 .3701 www.ro gers-obri e n.com Trey Carroll Rogers-O'Brien Construction Co OWNER AUTHORIZED SIGNATURE ATTACHMENT Dall a s I Au stin Change Request 29 Price Breakdown Job Name: Will Rogers Memorial Cntr East Date: 11/22/2011 Description: WCPR # 06 -Revised Cone. Approach @ NW Ent. Garage 'B' Change Request #:29 Labor Material No Description QTY Unit Unit Total Unit Total Equipment Subcontract Other Price 1 Misc Site Demoliti on 2,925 .00 $2 ,925 .00 2 Formwork/C oncrete Subcontracto 3,812 .00 $3,812 .0 0 ****EXCLUSIONS AND QUALIFICATIONS**** Subtotal: $6,737.00 See attached backup for labor, material and subcontractor and Ove rhead 10 .00 % $673 .70 supplier detail . Fee 5.00 % $370 .30 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 : $7,781.00 -----WORK-CHANGES -P-ROP-OSALREQUEST-------------------- -------ero(ect-Name-. --------------'\fijWlf,C~PflJR--IIINlnor .. -f~lt'lfl-----------AOwner:-[x i------ -------t~st--M1::11li -PtlffJ6Se--Faelll FeAit e e1 : [x] Will Rogers Memori al Center Fort Worth, Texa s pwner: City of Fort Worth 401 West 131h Street Fort Worth Tex as, 76102 9ontr1ctor: Rogers-O'Brien Const ruction Co. 1901 Regal Row Dall as, Texas 75235 Issue Date: 05.19 .11 Pro(,ct No.: 07015--01 Contrect For: General Construction Contract Date : January 6, 2011 Cons ultant: [)(] Contractor: [x] Field : [ ] Other : [ J Fife : [)(] Please submit an ite mized proposal for changes in the Contract Sum and Contract Ti me for proposed modifications to the cont ract documents described herein . With in fourteen (14) days, the Contractor must ~ubmit the proposal or notify Hahnfeld Hoffer Stanford, in w riting , of the date which the proposal will be fubmitted . THIS IS NOT A CHANGE ORDER, A CONSTRUCTION CHANGE DIRECTIVE, OR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED IN THE PROPOSED MODIFICATIONS. Description: Rat attached b' nwlaio!w to gmdqJ Ill the nodhweat enlrancll (l.,Mtl 1) al l:illl a. Attachments: Civil: Architectural: Shaata A.S1 .1 and A.81 .3 Issued by Hahnfeld Hoffer Stanford: 1 Willlalm W!:!sthQ.ff / PA (S/gllaturo) (Prlrli.d NtlJrlQ I Tille) UNIVERSITY DRIVE u.-...,11 .,_I;.:;-.. ~...--•• ,,, ... _ ~~~r::.:.-::-.:::::-.::::; •1 ~~~~~£"": -·----· __ .. ,._,, .. ·---· ~T-t:.,~,,,-.,,-, ..... u • f::= f,.":=: F;- ~ " -D . -···-.. · .. ,,,,.. __ ..,, '-·-·"·---· ~:r..:~·~ GRAf'IIIC SC Al.lc: =1' • • .r:~~ n a nnTeta Hoffer Sta nford 200e...r.,11.vo .S,1t1•2'0f> fa.n\'Y!Dnl1. l ••-7fll0 7 tl17 921 5026 ln.cll 17302()(592 --CSL, IClU:tM_1 .... _IICll·1"• --........ , ........ ·-:::::Et· UIOl~~UI.U.C ·~•-•-r.u,, s-..c-..-... -H l l--a,lf .. . ..-...9'.u.&- tli lll--, ............ , cc:: w 1-z w c..:, -I === cc:: 0 :s w :s en cc:: w C!:l 0 er:: -I -I ~ :::c (/) I;: ~ 0 w ;3:: I- I-:::c a: l-o a: u. 0 ~ 3: t: i c..::, u.. C6.1 <Y-•1ms ' ' 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 Subject: Pour Back of Drive Approach at Existing Garage - WCPR# 006 Trey: Tuesday, September 20, 2011 Change Order Request 11007-004R See below for a breakdown of the work to be performed to pour back the drive approach that was poured at the wrong elevation at the existing garage . Labor with Burden $ 1,560 .00 Material $ 1,755.00 Equipment $ Subtotal $ 3,315.00 Overhead & Profit 15% $ 497.00 Total Cost: $ 3,812.00 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 1Duncan', Jr. Grace Constrnction Co . Estimator/ Project Manager 214-930-8194 Phone : (972) 432 -0800 Fax : (972) 432 -0810 1 of 1 . -' . .... # 1 3 4 3 2 Grace Construction Co. Concrete Construction 11325 Tanto Rd . Ste 200 Dallas, TX 75229 DETAILED BREAKDOWN OF COSTS FOR WCPR # 006 Burden@ Category Time R at e 40 % Co st Foreman 3 .0 Hrs $22 .50 $9.00 $94.50 Carpenter 8.0 H rs $17.00 $6.80 $571 .20 Labo rer 5 .0 Hrs $14.75 $5 .90 $413 .00 Iro n Worker 4 .0 H rs $17.00 $6 .80 $285.60 Cement Mason 4.0 Hrs $17 .50 $7 .00 $196.00 $1,560 .00 Material It em Q T Y Pri ce Cos t Formwork 80 LF $0 .55 $44 .00 C o ncrete 22 .5 C Y $60.00 $1,35 0 .00 Reinforcing 9 CWT $45 .00 $405 .00 $1,755 .00 Equipment Item QTY Pr ice Cost $0.00 $0.00 $0 .0 0 $0 .00 $3 ,31 5.00 CONCRETE PENETRATING COMPANY A DIVISION OF SMITH CONSTRUCTION GROUP, INC . 2303 SHORECREST DRIVE DALLAS , TEXAS 75235 (214) 634 -2990 • (800) 842-7292 44194 INVOICE SOL D TO : ROGERS-O'BRIEN 09-06 1901 REGAL ROW JOB LOCATION : 2110039 WILL ROGERS 3401 W LANCASTER A VE FTWORTH,TX DALLAS TX 75235-2309 2 . . ~: · Ol:$bRfP~N· · SLAB SAW 11" CONCRETE DRIVEWAY APPROACH AND PROVIDE GROSS WATER CONTROL. CROSS CUT INTO PIECES, PULL PIECES AND DISPOSE OF RUBBLE. ALL WORK AS DIRECTED 342 LF OF 11" DEEP SA WING 478 SF OF 11" DEEP REMOVAL TOT AL BILLING PLEASE PAY BY INVOICE. STATEMENT SENT BY REQUEST ONLY. H . J · . QUANTITY . 1 TERMS -NET DUE 30 DAYS R 05/25/2011 ,, $2,925.00 GRAND TOTAL Received JUN -~ 2011 Rc:-srs-O'Brien $2,925.00 $2,925.00 TERMS: It is understood and agreed that payment of all accounts shall be Due and Payable at our corporate office in Dallas, Dallas County, Texas and interest may be charged on past due balances at the maximum rate allowed by law. Further, if the account is placed with an attorney for collection, customer agrees to pay reasonable attorney fees . ORIGINAL WE APPRECIATE YOUR BUSINESS Rogers-O'Brien Construction 1901 Regal Row Dalla s, Te xas 75235 Main 214 .962.3000 Fa x 214 .962.3001 3901 S. Lamar Blvd . #200 Austin, Tex as 78704 Main 512.486.3800 Fa x 512.486.3701 www.rogers-obrien.com November 30, 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-Purpose Facility Project DOE/Project# TPW-01627 Contract# 41332 Fort Worth, Texas Change Request # 30 -M/WBE Participation The total amount of the approved change request referenced above including profit and overhead is $1,259.00. Below is the breakdown for the M/WBE Participation related to this change request: Total M/WBE Participation for this change request 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 Rogers-O'Brien Construct ion November 22 , 2011 City of Forth Worth 401 West 13th Street Fort Worth , TX 76102 Ph : (817)392-7 913 Fax: (817)392-8488 ATTN : Jack Durham RE :R F I # 27 -Garage 'B ' Revised Handicap Park ing 10022 Will Rogers Memorial Cntr East Change Request# 30 Dear Jack: Per RFI # 27 response, delete all accessible parking striping from Level 1 per revised Sheet A .81 .1 and add accessible parking striping to Level 2 per revised Sheet A . 81.2. Cost of work includes added wheel stops and additional striping per revised handicap parking layout at second level. Attached please find our pricing for the above referenced revision item . 1901 Regal RoWf he total amount to provide this work is : Da ll as, Texas 752 35 Mai n 214.962 .30 00 Fax Z14 .962.3001 Please note the attached exclusions/qualifications . $1 ,259 .00 3901 S. Lam ar Blvd. #ZOO . d f · · Austin , Texas 787041f you have any questions or nee urther clanficat1on , please contact me at (214)962-3000 . Ma in 512.486.3800 Fax 512.486.3701 ww w.rog ers-ob rien.com s~ Trey Carroll Rogers-O'Brien Construction Co OWNER AUTHORIZED SIGNATURE ATTACHMENT Dallas I Austin Change Request 30 Price Breakdown Job Name: Will Rogers Memoria l Cntr East Date: 11/22/2011 Description: RFI # 27 -Garage 'B' Revised Handicap Parking Change Request #:30 Labor Material No Description QTY Unit Unit Total Unit Total Equipment Subcontract Other Price 1 Reproduction Servi ces 16.32 $16 .32 2 Pavement Marking Subcontractor 1,073 .88 $1,073 .88 ****EXCLUSIONS AND QUALIFICATIONS**** Subtotal: $1,090.20 See attached backup for labor, material and subcontractor and Overhead 10 .00% $109.02 supplier detail. Fee Price excludes all federal , state and local fees . 4.98% $59 .78 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: $1,259.00 Hahnfeld Hoffer Stanford liahnfeld Hoffer Stanford I 200 B ailey Avenue, Su i te 200 Fort Wor th . Te x as 76 107 Project: Number: To: From: Subject: Sent Via : RFI ID: Discipline: Received: Question: Suggestion: Answer: CC: Contents Quantity 1 1 RFI Response Transmittal ID: Date Sent: 07015-0 1 WRMC East Multi -Purpose Bu ildi ng 07 0 1 5 -0 1 Bren t MacDo n ald Rogers-O'Bri en Con stru ct i on Co . 1901 Regal Row Dallas, TX 75235 2 14-962-3000 (Phone) 214-962-3001 (Fa x ) Ga ry Ryan Hahnfeld Hoffer Stanford 200 Bailey Avenue, Su ite 200 Fort Worth , Texas 76107 (817) 921-5928 (Pho ne ) (817) 302-0692 (Fax) ADA Accessibility Issues I n fo Ex chan g e 00027 4/26/2011 00 3 16 5 /1 7/2 011 Based on discussions between Steve Munoz (Rogers-O'Brien Construction), Brooks Baca (Dunaway & Assoc.) and Jeff Westhoff (Hahnfeld) there appears to be some ADA issues regarding locations of handicap parki ng and accessibility from Garage 'B' to the adjoining sidewalks. Please review current contract documents and advise should any modifications be requ i red. Reference attached for modifications to Unit B parki ng which include deleting all accessible parking striping from level 1 per revised sheet A .B1.1 and add i ng accessible parking striping to level 2 per revised sheet A.B1.2. Jeff Westhof f(Hahnfeld Hoffer Stanfor d) Tommy Deeds (Hahnfeld Hoffer Stanford) Dated D escription I I 5/16/2011 RFI0027 WRMC_ MP _Central -Sheet -A-Bl-1 -FLOOR PLAN -LEVEL 1 UNIT 'B (1).pdf 5/16/2011 RFI0027 WRMC_MP _Central -Sheet -A-Bl-1 -FLOOR PLAN -LEVEL 1 UNIT 'B .pdf I ;vi. '!re/or I r-o· = 153' -o· FEC FEC = 43 SPACES@ 9'-0' = 38T • O' ARKING GARAGE [illIJ 5~ A .B6 .11 '-......./ FEC ..:::::::""-"-::-~ --- 1- 13 SP AC 2525.02 5' 00 FEC ~ 5' .... N 0 ' ~ I I I IF 8 I I I I '" I .'" "'· .. " -I -I I I I I I I ! I I I I 1"'1 • I .. .,., ...., ii Cleaner Image Cfeaner I11ta.9e Change Order I 04 E Pioneer Irving , TX 75061 Bill ing / Customer Name Roger s O'Brien 1901 Regal Rowe Dalla s, TX 75235 Service Address Will Rogers 3401 W Lancaster Ave Fort Worth, TX Date Estimate# 10/11/2011 60682 PO Number Terms Rep Project Project Net30 RRA Will Rogers Item Description Changes incurred by moving handicap signs and striping from first floor to second floor HC Sign ... Install Accessible Parking Signage per TAS Requirements on 2 3/8" Galvanized post with epoxy an chors -Signage to be provided and installed by general contractor Wheel S ... Install 6' concrete wheel stop Stripe Layout and stripe cross hatch areas 4" white Notes: 1) Paint shall be one coat chlorinated rubber traffic marking paint I I Thank you for the opportunity . I HEREBY ACCEPT THE TERMS OF THIS PROPOSAL AND AUTHORIZE THE SERVICES TO BE PERFORMED . THE SCOPE OF WORK HEREIN TO BE COMPLETED IN-_l_ TRIP(S). I UNDERSTAND ADDITIONAL TRIP(S) NECESSITATE BY OBSTRUCTIONS, LACK OF PREPAREDNESS , WATER, CARS OR OTHER OBSTRUCTIONS TIIA T WOULD INHIBIT THE SERVICE FROM BEING COMPLETE WILL RESULT IN A RESCHEDULING FEE OF $250 .00 PER TRIP. *PAYMENT: NET DUE UPON COMPLETION UNLESS OTHER ARRANGEMENTS I I Subtotal Sales Tax (8.25%) Total i:-1 t. vi:;-"RPPN t. PPRnVPn Signature & Date Phone# Fax# 972-721-9796 972-721-1755 Qty 8 13 1,375 $1,073 .88 $0.00 $1,073 .88 SOLD TO CUSTOMER# 102 7 5 31 ROGERS-OBRIEN CONST CO 1901 REGAL ROW DALLAS , TX 75235-2309 NO T ES ORDERED BY BRENT MACDONALD PRODUCT CODE 0404002 0424110 0424010 QUANTITY 18 90 18 REMIT TO : P.O. BO X 740967 DALLAS, TE XAS 75374-0967 TERMS : N et 10th pro x. Interest charged at 1.5% pe r m on t h 11 8% pe r an n um) wi ll be ad d ed t o acco unts ove r 3 0 days pa st du e . In vo i ce d ue and payable in Dallas Cou n ty , TX. INVOICE Delivery Due: 5/26/2011 2:00:00 PM N0.060818 6 DAT~/26/2011 D SHIP TO ROGERS -OBRIEN CONST CO 811 UNIVERSITY DR FORT WORTH, TX 7610 7 -2935 PERE2830 CHARGE SOLD BY SALE 0007-01 CUS TOM ER PO# CUSTOMER JOB IDENTIFICATION WILL ROGERS RFI 027 DESCRIPTION ONO PRINT FROM PDF (1 Sets 2 Orig 30in X 42in) IGITAL BOND ADD 'L PRINTS (5 Sets 2 Orig 30in X 42in ) ONO ADD 'L PRINT S 1/2 SZ (3 Sets 2 Orig 15in X 22in) ORIGINALS / COPIES UN IT PRICE 0 .50 0.052 0 .078 AMOUNT 9 .00 4 .68 1. 40 Go pape r less : ask about "e St atements". TR TRACK# Customer Copy DATE TIME REC 'D BY B efo re sig n ing. se e r ev erse s ide fo r trad e c u sto ms and l imite d warranty. I IIIIIII Ill llllll lllll lllll lllll lllll lllll lllll lllll lllll lllll lllll lllll lllll lllll lllll lllll lllll lllll lllll lllll lllll lllll llll llll 201105260000701 0 608186 DELIVERY SUBTOTAL TOTAL $15.08 $1 .24 $16 .32 Rogers-O'Brien Construction 1901 Regal Row Dallas, Te xas 75235 Main 214 .962 .3000 Fa x 214 .962.3001 3901 5. Lamar Blvd. #200 Austin , Texas 78704 Main 512.486.3800 Fa x 512.486.3701 www.rogers-obrien .com November 30, 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 # 42 -M/WBE Participation The total amount of the approved change request referenced above including profit and overhead is $12,081.00 . Below is the breakdown for the M/WBE Participation related to this change request : Total M/WBE Participation for this change request 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 Rogers-O'Brien Construction November 22 , 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 # 63 -Rated Exp. Jts. @ East Face of Richardson-Bass Bu ilding 10022 Will Rogers Memorial Cntr East Change Request # 42 Dear Jack: Per RFI # 63 response , remove and replace existing verti cal expansion joints at (2) interior locations on the East side of Richardson-Bass Building . New expansion joints shall be (2) hour fire -rated joints . Cost of work includes removal of the interior portion of the expansion joint assembly with the exterior face to remain . Attached please find our pricing for the above referenced revision item . 1901 Regal Row Da ll as, Texas 752 35The total amount to provide this work is : Main 214 .96 2.3000 Fax 214 .962.3001 Please note the attached exclusions/qual ifications . 3901 S. Lamar Blvd . #200 $12 ,081 .00 Austin , Texas 78704 Main 512 .4 86 _38 0df you have any questions or need further clarification, please contact me at (214)962-3000 . Fa x 512.486 .3701 www.roge rs-obri e n.com Trey Carroll Rogers-O'Brien Construction Co OWNER AUTHORIZED SIGNATURE ATTACHMENT Dallas I Austin . . Change Request 42 Price Breakdown Job Name: W ill Rogers Memorial Cntr East Description: RFI # 63 -Rated Exp . Jts . @ East Face of R ichardson-Bass Build ing Labor Material No Description QTY Unit Unit Total Unit Total Equipment 1 Replace Expans ion Joints ****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 / or remodel taxes . Written authorization and / or signature on this PC required prior to performing the above described work . Total: Date: 11/22/2011 Change Request #:42 Subcontract Other Price 10,460 .00 $10,460 .00 $10,460 .00 10 .00% $1 046 .00 5.00 % $575 .00 $12,081 .00 Project: Number: To: From: Subject: Sent Via: RFI ID: Discipline: Received: Question: Hahnfeld Hoff et' Sh1nford RFI Response Transmittal ID: Date Sent: 07015 -01 WRMC East Multi-Purpo se Bu i lding 07015 -01 Brent MacDonald Rogers-O'Brien Construction Co. 1901 R e gal Row Dallas, TX 75235 2 14-962-3000 (Phone) 214-962-3001 (Fax) Gary Ryan Hahnfe4d Hoffer Stanford 200 Ba~ey Avenue, Suite 200 Fort Worth, Texas 76107 (817) 921-5928 (Phone) (817) 302-0692 (Fax) 004 06 6/13/2 0 11 Rated Expansion Joints at East Face of Richardson -Sa ss Suildin o Info Exchanoe 00063 6/8/20il Please confirm that the two expansion joints on the East vertical face of the Richardson -Bass Building will need to be rated expansion assemblies. Please provide details for the assembly . Suggestion: Answer: cc: The two expansion joints on the East vertical face of the Richard,son-Bass Buifchig wil need to be rated expansion assemblies; Remove and Replace existing joint material with the appropriate firestopping as specified to achieve the same rating (2 hour) as required for the fire barrier walit. Place the firestopping ·in the joint between the P/C panel and/or column from interior side of P/C panel and seal. Fires topping to be ~rnited to the depth of the existing P/C panel. The exterior expansion joint assembly within the existing brick veneer to remain. ROOFING&: SHEET META L Modified Bitumen BUR EPDM TPO/PVC Met._! WATERPROOFING&: CAULK ING Joint Sealants Exp&nslon Joints Membrane Waterproofing El astomerlc Coatings Water Repellents Waterbtastlng Concrete/Masonry Repair Damproofln g Flash Ing Traffic Coatings ROOF MAINTENANCE&: LEAK REPAIR Bulldlng Surveys leak Repai r Roof Mai ntenance DALLAS/ FT. WORTH LOCATION 2346 Glenda lane Dallas, TX 75229 214.273 .9110 / 817.237.1927 21 4.273.9 120 / 817.237 .2676 l ax OTHER LOCATIONS Hou ston A ustin San An tonio Oklahoma City October 18, 2011 Rogers o· Brien Attention : Trey Carroll Will Rogers Memorial Coliseum Project RE : WRMC -RFI 063 - Fire Rated Expansion Joints Dear Trey: Please see the cos t below to furnish all labor, materials, tools, equipment, and insurance necessary to fully perform and complete the following scope of work : Install Emseal WFR2 fire rated e xpans ion joint assembly at the existing complex per RFI 063 . Removal of interior exi sting expansion incl ud ed . Exterior joint to remain. Appro x (2) joints -40 LF each. Total ••••••....•.•.•••••••••••••.••.•••.•••••••.•••.•.•.•.••.•.•••••.•••.•••••••.••••.••••••••••.••.•..••••.•..•..•.•.•..•• $10 ,460 .00 We propose to complete the waterproofing as described above, for the sum ltsted above ; excluding 8.25% sales tax . In co rp orated Notes: This offer is good for thirty (30) days All work to be performed during nomnat bu siness hours Owner/Contraclor agre es to rum ls h: complete access to work areas, dumpster, to ilet faci lities, potable water, and all electrical power, as req ui red , at no additional cost to Chamberlin All surfaces to be given to Chamberlin In a smooth, broom dean condition, free of contaminants, form oils , release agents , voids, fins , and projections Cham berl in Is not responsible for recognizing, locating, or removing asbestos, PCB's, or other hazardous materials . Chamberlin Is ltcensed , certlffed or approved to Install the syste ms described above Unforeseen conditions or circumstances are not assumed nor anticipated In the scope of work proposed above and will be brought to your attention Immediately upon discovery by Chamberlin personnel for a prompt resolution Chamberlin's stand ard warra nty excludes : failures caused by failure of the substrate, moisture vapor transmission or hydrostatic pressure , abuse , conditions that exceed the limitations of the material s, sufficiency of the design; removal and replacement of overburden materials ; Incidental and con sequential damages All colors are to be selected from the manufacture(s standard colors Pricing is contingenl on mutually agreeable contract terms, cond itions, and prope r coordination of the work Time and material work will be completed at $48.00/ man-hour with 20% mark-up on materials Samples of prod ucts or systems presented fo r review are intended only to provide a general represenlation and not necessarily an exact replica of the products or systems to be furnished or installed Please be advised that the produ cts and methods outlined in this prop osal are based on our visual survey, plans , specifications, or our practical experience In resolving similar problems for our customers ; we are not design professionals , arch itects, or registered engineers , and are not respons ible for determining building code compliance and do not perfonn design services Fo r GIP, not withstanding anything to the contrary the GIP deduction, contract reduction, Is limited to the amount of Insurance premium that will be saved by Chamberli n due to the provision of insurance by General Contractor to Owner. Specifically , but not limited to, excess-umbrella coverage, on which Chambe rlin has a fla t fixed premium where there will be no deduct provide as there Is no savings to benefit Chamberl in. The proposal Is not for the sale of goods, but rather a service contract for the Installation or application of products , systems or materials . Therefore , THE IMPLIED WARRANTIES OR MERCHANTtBtltTY AND FITNESS FOR A PARTICULAR PURPOSE ARE HEREBY EXCLUDED. Excludes build ing permit, P & P Bonds, overtime, window cleaning, acc elerated schedules, field or laboratory testing , mo ckups, liquidated damages , temporary facilities or utility hook-ups or night or weekend work. This proposal EXCLUDES any reference that Chamberl in has fully examined and ana lyzed all site conditions that may affe ct perfonmance and to affinn no conditions exist that may affect the progress , performance or price of the work. If phys ical conditions are of an unusual nature that differ materlally from those ordinarily found to exist and generally recognized as Inherent In construction activities of that type , Chamberlin will Immediately stop working In the area and provid e written nolice promptly and before the conditions are disturbed, In add ition Chamberlin may be entitled to an equitable adjustment In the conlract sum, contract time or both. We apprecia te the opporlunity to £ubmit our proposal for this project. Chamberlin has been in business over 100 years . We would like to be yo ur "Stn gle Source" conlractor for everything from waterproofing to caulking to traffic coating s to roofing . We are financ ially sound and professionally capable and will perform the work right-the first tim e. We would like the opportunity to review the scope of this proposal with you soon . Please call if you have any questions . Sincerely, CHAMBERLIN ROOFING & WATERPROOFING Ryan Grigsby Project Manager Accepted by (signature): __________________________________ _ Printed Name & Title: Date _________ _ -YOUR FAXED SIGNATURE ABOVE WILL BE TREATED AS A FULLY EXECUTED ORIGINAL CONTRACT- PENDING CHANGE ORDER ESTIMATE SHEET JOB NAME: LOCATION: EST.: DESCRIPT : FOOTAGE Will Rogers Memorial Coli sewn Uni versity Drive, Dort Worth, TX Fire Rated Expansio n Joint RF ! 063 DESCRIPTION (LABOR)-PRODUCT NANCE PRODUCTION RATE 80 Emseal WFR2 - 2 1/2" 20 MISC . JO B EXPENSES EQUIPMENT/TOOLS -RENTAL OR PURCHASE HOTEL PER DIEM TRAVEL PAGE NO · CONTRACTOR: RO BONDED: ARCHITECT: Hahnfeld DATE: CHECKED BY : RG BID DATE : BURDEN RATE: 65% TAX ON MATERIALS : NO 18-0ct-11 NO COMPANY: ATTN: JOB NAME: LOCATION: WATERPROOFING QUOTE j.. SUPJ>( 1--~~ ~ ... ..., * '-1,. -./ (') < . ~ f ~ ~ ":~.. / ..,,,,,,.,_~- Chamberlin Ryan Grigsby Will Rogers Project Fort Worth, TX 10802 N. STEM MONS FRWY . DALLAS, TX 75220 PHONE : (214) 357-6646 FAX:(214)357-6645 WWW.All·TEXSUPPLY .COM FROM: Don DATE: October 18, 2011 EXP. DATE: December 31, 2011 BID DATE : Emseal WFR2 System2 1/2" LF 80 $89.23 TH IS QUOTE IS ALL OR NO NE FREIGHT CHA RGES M AY APPLY NOTES : ---------------------------------- www.emseal.com EMSHIELD WFR SYSTEM TECH DATA FEBRUARY 2011 , PAGE 1 OF 2 EMSHIELD WFR2 SYSTEM TECHD A T A w. Fire I Water I Movement I Sound V/. EMSHIELD WFR dlsplayed In typlcal substrate. Product Description EMSHIELD WFR2 and EMSHIELD WFR3 feature two water- repellant silicone sealing surfaces each adhered to fire-retardant impregnated foam backing and intumescent bellows . Because of the symmetrical design, either s ide can face out from an exterior or interior wall and maintain a 2 or 3-hour fire-rating. When either (or both) faces have a field -applied band of silicone that face is watertight. Each system is installed into epoxy adhesive field-applied to the sides of the foam and on the joint faces . An optional field-injected silicone sealant band seals the bellows to the substrate at the installation surface providing watertightness. Joins between each stick are executed using a field-applied silicone sealant at the bellows' edge of the join and field-applied intumescent sealant on the adjoining faces to the silicone . Watertight, 2-Hour Fire-Rated, Sound Attenuating Energy-Efficient Wall Expansion Joint EMSHIELD WFR2 and WFR3 are fire-rated, watertight, sound- attenuating, energy-efficient primary seals for both retrofit and new structural expansion joints in vertical-plane applications . EMSHIELD WFR2 and WFR3 eliminate the need for additional fire blankets, mineral wools, liquid sealants, cover plates, or other fire stopping materials. For joints from 1/2-inch (12mm) up to 6-inches (150mm) where +25% and -25% (total 50%) of nominal material size joint movement is expected . EMSHIELD WFR2 (Wall, Fire-Rated 2 -Hours) and EMSHIELD WFR3 (Wall , Fire-Ra ted 3 -Hours) continue the 'EMSHIELD compre- hensive line of brea kthrough, multifunction, structural expansion joint materials being released by EMSEAL . Tested and certified by Underwriters Laboratories (UL), to the rigors of UL 2079, each can work in conjunction with the EMSHIELD horizontal fire-rated deck expansion joints, DFR2 and DFR3. Fire-retardant-impregnated foam is factory pre -coated on both facing sides with an intumescent fireproofing material. Each side then receives a top coat of waterproof silicone. The resulting composite is then factory compressed to le ss than its nominal size for installation into structural or other openings . EMSHIELD WFR2 and WFR3 provide a watertight, clean handling , UV stable, nonstaining, low-te mperature-flexi ble , high -temperature- sta ble, sound-attenuating , energy-efficient and fire-rated joint seal in a single installation process . EMSHIELD WFR2 and WFR3 build on EMSEAL's track record of over 30 years of innovation in sealing structural expansion joints with impregnated foam sealants . EMSUL JOINT SYSTEMS, LTD 25 Bridle Lan e, Westborough , MA 01581 EMSEAL, LLC 120 Carrier Drive , Toronto, ON , Canada M9W 5R1 Uses For expans io n joints in exterior and interior walls where a combinatio n of watertightness, fire-rating, sound attenuation and thermal-efficiency are required. It can be used alone or under any other expansion joint cover, plate or filler where depth of substrate allows. Because it is coated on both sides it can face in either direction from the wall and maintain its performance characteristics within that wall. This increases the number of vertical applications in which it can be installed. Features Watertight -EMSHIELD WFR2 and WFR3 a re installed with tensionless bellows , which when installed with an optional s ilicone bead on the weather face, maintain a watertight seal. Fire-Rated -The fire-retardant-impregnated foam and intumescent bellows, when properly installed, ensure a 2 or 3-hour fire protection In accordance with UL-2079. Sound Attenuation -EMSHIELD WFR2 and WFR3 minimize sound transfer which often occurs at the expansion gap. The tested results for 11/2" WFR2 and WFR3 in an STC 68 / OITC 51 wall are an STC value of 64 and an one value of 52. Non-Invasive Anchoring-There are no hard metal-to- substrate connections with EMSHIELD WFR2 or WFR3 . This includes embedded pins , anchors, screws, bolts or tracks, trays or rails , flanges or coverplates. The system is locked to the joint faces by means of the 1) backpressure of the foam; 2) the epoxy adhesive , and 3) the injected sealant bands at the joint face. Movement Capability +25% and -25% (50% total ) of nominal material siz e. Joint-Size Variation -Uniform bellows appearance, and the abil ity to handle variations in joint size through size -switching, are ~mong other system features . , Factory-Fabricated Transitions -as in all EMS EAL expan - sion joint systems, continuity of seal through changes in plane and direction is an essential performance d ifferentiator. EMSHIELD WFR2 and WFR3 are manufactured in straight- run sticks which can be joined in the field to EMSEAL:s patent- pending factory-fabricated "Universal-90" Trans itions. These are factory-fabricated single-piece 90° units which are coated on both sid es with both luminescent and silicone coating allowing them to be installed as an upturn or downturn transition. Each has a 6-inch long horizontal leg and a 12-inch vertical leg. Transitions end in an uncoated 90° cut to be adhered to another tra nsition piece as used in walls-to-decks , treads and risers, parapets, curbs and other appl ications. In addition to guaranteeing watertightness , EMSEAL:s Universal-90 transitions allow for much faster and secure installation by eliminating field cutting at angles . Toll Free: 1 ·800-526-8365 PH : 508 .836 .0280 FX: 508 .836.0281 PH: 416 .740.2090 FX: 416 .740 .0233 Copyright Q 2011 by EMSEAL JOINT SYSTEMS, LTD . All Rights Reserved www.emseal.com Colors The two silicone faces of EMSHIELD WFR2 and WFR3 can be manufactured of different colors to blend with their respective wall surfaces. EMSHIELD WFR2 and WFR3 are available in 26 standard colors which match the EMSEAL COLORSEAL line of products . Other custom silicone colors are available after consulting with EMSEAL. Performance Capable of movements of +25%, -25 % (50% total ) of nominal material size . Standard sizes from 1/2" (12mm) to 6 " (150mm). Depth of Seal for all sizes= WFR2 : 4 " (100mm) WFR3 : 5 " (125mm). Substrates must be solid , parallel and plumb . Design/System/Construction/Assembly Th is material has been tested to UL/ULC 2079 and is manufactured under UL'.s Follow-Up Service . The material is being supplied as a fire-rated component of a wall assembly. It has been tested to UL 2079 in assemblies as depicted in EMSEAL'.s various listings in the UL Online Certifications Di rectory . Use of this materia l in assembly configurations other than depicted in the named UL listings will not encumber or lower the res istance of the deck or wall assembly but is done so at the designers' discretion and responsibility for designing substrates as part of a fire rated assembly that meet applicable standards for the project. Similarly, the published information in the UL Listings cannot always address every construction nuance encountered in the field . Authorities Having Jurisd iction should be consulted in all cases as to the particular requirements covering the installat ion and use of UL Listed or Classified products or materials. Authorities Having Jurisdiction should be consulted before construction to ensure that specific adjacent substrates and assemblies are detailed and constructed to meet local fire-rating requirements . EMSHIELD WFR s•cone-taced lntumescant Bellows (Shown In an alternate color) c@us ULSystems WW-D-0091 WW-D-0092 WW-D-1079 WW-D -1081 HW-D-0615 HW-D-1090 WW-D-0099 WW-D -1087 ULCSystems JF131 JF132 JF145 HW77 Fire Retardant lmpre;;nated Foam Sllcone-faced lntumescent Belows (Aval/able In 26 colots) EMSEAL JOINT SYSTEMS, LTD 25 Bridle Lane, Westborough, MA 01581 EMSEAL, LLC 120 Carrier Drive , Toronto, ON, Canada M9W 5R1 EMSHIELD WFR SYSTEM TECH DATA JANUARY 2011 , PAGE 2 OF 2 Sizing Supplied Nominal Material Size Depth of Seal Stick Length (Joint Sile ~ MeJn Temp I WFR2 WFR3 6.56 LF (2M) 1/2 • (12mm) 5/8' (15mm) 3/4' (20mm) 1 • (25mm) 11/4 ' (30mm) 1 1/2 • (40mm) 1 3/4 ' (45mm ) 2 • (50mm) 2 1/4 ' (55mm) 2 1/2' (65mm) 2 3/4 ' (70mm) 3 • (75mm) 3 1/4 " (85mm) 4 3/4 ' (120mm) Testing and Standards 4"(100mm) 5'(100mm) EMSHIELD WFR2 and WFR3 have been tested and certified under UL 2079 . Both meet the requirements of ASTM E1966, ASTM E119 and ASTM E1399. UL 2079, like ASTM E1966, was developed to encompass the fire testing of ASTM E119 and movement cycling regi me of ASTM E1399 . Warranty Standard or project-specific warranties are available from EMSEAL 'on request. This product can only perform its designed function if it, and the joint-gap into which it is installed, is sized to suit anticipated joint movements in consideration of the movement capability of the product and in consideration of the temperature at time of installation , and if it is installed in strict accordance with EMSEAL's installation instructions. Avallablllty & Price EMSHIELD WFR2 and WFR3 are available for shipment domestically and internationally. Prices are available from local representatives and/or directly from the manufacturer. The product range is continually being updated, and accordingly EMSEAL reserves the right to modify or withdraw any product without prior notice . PH: 508 .836 .0280 FX: 508 .836 .0281 Toll Free: 1-800-526-8365 PH : 416.740 .2090 FX: 416 .740 .0233 Copyright C2011 by EMSEALJOINTSYSTEMS, LTD . All Rights Reserved 2 0 l ·tl web Rogers-O'Brien Construction 1901 Rega l Row Dallas , Texas 752 35 Mai n 214 .962 .3000 Fa x 214 .962.3001 3901 5. Lamar Blvd . #2 00 Austi n, Texas 7870 4 Mai n 512 .4 86.3800 Fa x 512.486.3 7 01 www.rogers-ob rien .com November 30, 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 F a cili ty Project DOE/Project# TPW-01627 Contract# 41332 Fort Worth, Texas Change Request # 44 -M/WBE Participation The total amount of the approved change reques t referenced above including profit and overhead is $5,243 .00 . Below is the breakdown for the M/WBE P articipation related to this change request: Grace Construction Co., Inc. $4,540 .00 ~ Total Cost included In Change Request $4,540.00 I $5,243 .00= 86 .6% Total M/WBE Participation For Change Request $4,540.00 I $5,243 .00= 86.6% Total M/WBE Participation for this Change Reques t is 86 .6%. Please let me know should you need any additional informatio n. Sincerely, Rogers-O'Brien Construction ~~ Trey Carroll Project Manager CC : Mas ter File 10022 Dallas I Austin Rogers -O'Brien Construction November 22, 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 # 72 -Added Saw-Joints & Diamond Leav-Outs@ Bldg . 'A' 10022 Will Rogers Memorial Cntr East Change Request# 44 Dear Jack : Per RFI # 72 response, add saw-joints at first level of Bldg . 'A' centered between the column lines on bays greater than 20'-0", but not more than 30 '-0", as well as add saw-joints at each column line . Diamond slab leave-outs added to all columns located at perimeter of the slab . Cost includes forming added blackouts and removal of forms for added diamond leave-outs at columns . Attached please find our pricing for the above referenced revision item . 1901 Regal Row Dallas, Texas 7523 5rhe total amount to provide this work is : Ma in 214 .962.3000 · Fa x 214 .962.3001 Please note the attached exclusions/qualifications. 3901 S. Lamar Blvd . #200 Austin, Texas 78704 $5,243 .00 Ma in S12.486.380d f you have any questions or need further clarificati on, please contact me at (214)962-3000 . Fax 512.486 .3701 www.ro gers-obrie n.com Sincerely, Trey Carrol l Rogers-O 'Brien Construction Co OWNER AUTHORIZED SIGNATURE ATTACHMENT Dallas I Austin Change Request 44 Price Breakdown Job Name : Will Rogers Memorial Cntr East Date: 11/22/2011 Description: RFI # 72 -Added Saw-Joints & Diamond Leav-Outs @ Bldg . 'A' Change Request #:44 Labor Material No Description QTY Unit Unit I Total Unit Total Equipment Subcontract Other Price 1 Saw-Joints & Diamond Leav-Outs I 4,540 .00 $4,540 .00 ****EXCL USIONS AND QUALIFICATIONS**** Subtotal: $4,540.00 See attached backup for labor, material and subcontractor and Overhead 10.00% $454 .00 supplier detail. Fee Price excludes all federal, state and local fees. 4.99% $249 .00 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: $5,243.00 Proj ect: Number: To: From: Subject: Sent Via: Rfl ID: Hahn1eld Hoffer Stanforcl RFI Response Transmittal ID: Date Sent: 07015-01 WRMC East Multi-Purpose Building 07015-01 Brent MacDonald Rogers-O'Brien Construction Co . 1901 Regal Row Dallas, TX 7 5235 214-962-3000 (Phone) 214-962-3001 (Fax) Garf Ryan Hahnfeld Hoffer Stanford 200 Bailey Avenue, Stiite 200 Fort Worth, Texas 76107 (817) 921-5928 (Ph one) (817) 302-0692 (Fax) 00422 6/16/2011 Unit 'A' First Floor Slab Saw-joint Coordination "'·HIGH PRIORITY"'"" Info Excf1ange 00072 Discipline: Rece.i.ved: Question: Suggestion: A..nswer: CC: 6/15/2011 S.Al.l does not depict saw joints for the first floor .slab. As diiscu.ssed with Mahendra Yajrdk on 6/15/2011 Rogers.-O'Bderi Constructi·on rs to provide a saw joint centered between the column lines on bays greater than 20'-0" ,but not more than 30 1-0" as well as. at each column line. Additionally, Ro·gers-O'Brien Construction is to add a dfc1mond slab leave-out to all cotumns at the peri:meter of the slab. ACCEPTABLE AS DISCUSSED AND SUBMITTED IN THIS RFI 00072. &(n )J 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 Tuesday, October 25, 2011 Subject: See the additional costs for additional block outs and pour back per RFI 00072 . Change Order Request 11007-011 R Labor with Burden $ 3 ,569.00 Subcontract $ Material $ 154.00 Equipment $ 225.00 Subtotal $ 3,948.00 Overhead & Profit 15% $ 592 .00 Total Cost: $ 4,540.00 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, Alan J . Haynes, Sr. Grace Construction Company Phone: (972) 432 -0800 Fax: (972) 432 -081 O 1 of 1 # 1 4 6 4 1 1 1 Grace Construction Co . Concrete Construction 11325 Tanto Rd . Ste 200 Dallas, TX 75229 DETAILED BREAKDOWN OF COSTS FOR RFI 00072 Labor Burden@ Category Time Rate 40% Cost Foreman 4 .0 Hrs $22 .50 $9 .00 $126 .00 Carpenter 13.0 Hrs $17 .00 $6 .80 $1,237 .60 Laborer 12.0 Hrs $14.75 $5 .90 $1,486 .80 Iron Worker 6.0 Hrs $17 .00 $6 .80 $571 .20 Cement Mason 6 Hrs $17.50 $7 .00 $147 .00 $3,569.00 Material Item QTY Price Cost Formwork 280 LF $0 .55 $154.00 Concrete CY $60 .00 $0 .00 Reinforcing CWT $45.00 $0 .00 $0 .00 $154.00 Equipment Item QTY Price Cost Concrete Buggy 1 DY $225.00 $225 .00 $0 .00 $0 .00 $225.00 Subcontract Item QTY Price Cost 0 LS $ $ $ $ $ $ I - $ $ $ $3,948.00 Rogers-O'Brien Construction 1901 Regal Row Dallas, Texas 75235 Main 214 .962.3000 Fax 214 .962.3001 3901 5. Lamar Blvd . #200 Austin, Texas 78704 Main 512.486 .3800 Fa x 512.486 .3701 www.rogers -obrien .com November 30, 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 # 48 -M/WBE Participation The total amount of the approved change request r e ferenced above including profit and overhead is $21,777.00. Below is the breakdown for the M /WBE Participation related to this change request: Total M/WBE Participation for this change request is 0%. Please let me know should you need any additional information. Sincerely, ~struction Trey Carroll , Project Manager CC: Master File 10022 Dallas I Austin Rogers -O'Brien Construction November 15, 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 # 11 -Garage 'B ' & Pedestrian Walkway Structural Repairs 10022 Will Rogers Memorial Cntr East Change Request # 48 Dear Jack : Per ASI # 11 , provide miscellaneous materials to perform structural repairs to existing concrete structures . Cost includes required shoring for loads as noted in ASI # 11, pre-cast inspection for location of ex isting reinforcing and PT cables , saw-cutt ing and c rack repairs as shown on ASI # 11 documents and miscellaneous steel including epoxy and anchors for repairs as shown . Existing gutter and vertical expansion joint at connection of pedest rian bridge at R-B Building to be removed . Existing expansion joint to be replaced with C/S VF-200 expansion joint in color as selected by architecVowner. 19 01 Reg al Ro w . . . Dallas, Te xas 7523 f.ttached please find our pricing for the above referenced revision item . Ma in 214 .962.3000 Fax 214·96230 °1-he total amount to provide this work is : $21 ,777 .00 3901 S. Lamar Blvd . #200 Austin, Texas 7870 4please note the attached exclusions/qualifications . Ma in 512.4 86.3800 Fax 51 2.486.3701 If you have any questions o r need further clarification, please contact me at (214)962-3000 . www.rogers -ob rie n.com Sincerely , ~ Trey Carroll Rogers-O 'Brien Construction Co OWNER AUTHORIZED SIGNATURE ATIACHMENT Dallas I Austin Change Request 48 Price Breakdown Job Name: Will Rogers Memorial Cntr East Date: 11/15/2011 Description: ASI # 11 -Garage 'B' & Pedestrian Walkway Structural Repairs Change Request #:48 Labor Material No Description QTY Unit Unit Total Unit Total Equipment Subcontract Other Price 1 Misc. Steel 2,131 .73 $2,131 .73 2 Structural Repa irs 16 ,723.00 $16,723 .00 ****EXCLUSIONS AND QUALIFICATIONS**** Subtotal: $18,854.73 See attached backup for labor, material and subcontractor and Ove rhead 10.00% $1 885.47 supplier detail. Fee 5.00% $1 036 .80 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: $21,777.00 HSV!!.9ld ~i::..h>rd ARCHITECT'S SUPPLEMENTAL INSTRUCTIONS PraitAl H•ro•; EMT Mll..TI-PURPOSE FACILITY AT WIU AOOERS MEMEORIAL OENTER OOY OF FORT WORTH FORT WORTH, TEXAS .Qwnar.i otty of Fort Worth "401 WNt is"StrHl Fort Worth, Teocu 781 oe . 99D\AAlPCi Arn3ERS-O'BRIEN CONSTRUCTION 1 go1 Ae~I Row Dallas, Texas 76235 Ml No.: 011 111u, 0,1,: 01111111 ProltAI No,: 01016-01 Contract For: o,~rlll ConetrucUon aontrnt Datt : Januwy ti, 2011 Owner: [XJ Arohbact : IXJ Oone,,."8nt: [ ] Contractor: (XJ FW<l: [X] Oltw: [] Fh: (XJ Th• Work ahall be carried out In accordanoe wtth the following auppNmental lns\ructlona INued In ecoor~ with the Oontract Documents without cheng• In Conlrl'<:l Sum or Oorrtract Time. Prooeedlng wllh tt)Q Work In 8ccordence wf'th these Instructions Indicates th• Contractor's acknowledgtment that th11r11 will be no char,g11 In the Contract Sum or Oontr«ct Time . Description: Ref : attached for repalr1/modific&tions to existing Unit 8 lewl 2 structure, northMsl corner and existing connector bridge where brfdge lntersectl5 the 800th faeil or existing "R1chard$on Base· building. Attachments: Supph1mentcry drawings "PLAN DETAIL of "WALK BRIDGE", S1, 82 Md related photogreph8 (S QTY). Issued by Hahnfeld Hoffer Stanford: WIW WIii~ Wwslhoff / PA Redbud Glass Inc. Insulated Glass • Flat Glass Distributor Storefront Metal 4325 8 .W. 29th Oklahoma C ity, OK. 73 ·11 g (4 06 ) 686-3331 Fax ( 405) 685 -313.f (800) {HS-0683 Fa x (800) 813 -7991 CALCULATION SHEET TI TLE . ' \ \ ' \ \ \ ... \ \ \ \ ' ' \ \ \ \ \ \ \ \ \ \ \ DATE PREPA RE D l!Y OfECP<EO BY EXTEND VERTICAL PLATE (INSIDE FACE) TO W IT HIN 2 " OF THE WALKING SURFACE . &X 11-r. 6P.JC/L.; ___ ..,.,.. rkJv/;(JE ~"It. 7PJ<? f. lJN /;YfJ,4€ r,kfi ~ ~Q, ~£ ~ Ujl '///t.71 ~)/£)/,(/~//Al Mc~~., ~v;,<J.,t! l8?E: //1~/,()£~,&-/..-f~/,1 ~ I ,.,. .If ''r/01>1.,ebr, ~ /~}1!1J JYl' t,U.,1 U · q ,, )"J' {4tt, 4At-0J /IE--67 £//c or ex1?7: .t@~;:. !6~J~E /6o1!1 #o!Z.T/1 t£ ~ot/T# MIU- ~ 1 &. a a l f ~ ~ ~-~ ~ I I I E:: 0 &; "' ~ ~ ~ z m ~ (J) § -I ~ C c,:, ..... 0 §: -I '.Z C ~ ~ t/) ]> ~ r m z ~ z m m ~ z ~ ! TYP. i s:: -< 0 ' Cl) -i ::0 C 0 -i ,,c t~ ~m z G) ~ m ::0 (f) r r Cl • • ~HQ') A:;25 THRU BOLT W/ TAPERED WASHER EA SIDE 6 " • • • -;nx12 11X6 1-611 GALV. It EA. SIDE W/ ;11X6"X5 11 STITCH It I :;6" O.C . • • ~Q') KWIK-CON II OR EQUAL O&' O.C . STAGGERED EA. WAY EA. FACE . • RePAIR SPALL~D OR CRAO::~D CONC . ARE !" t H1B wr!LD TO HORIZ. It 'S PROVID~ N~W eir:ARING PAD G) TEE LEG REPAIR UNIT 'B' NORTHEAST AREA (2 LOCATIONS) SCALE : ~11 -1J-ON TT-1 NOTES: 1. SHORE EACH TI:E LEG FOR 20,0001 LOAD. 2. SAWCUT TO lll DEPTH AND REMOVE $PALLED OR CRACKED CONCRETE Tcf COM?ET ANT CONCRETE AS REQU!Re:D AT END . DO NOT CUT OR REMOVE EXISrnffi 11:f REINFORCTNG :;, CLEAN EXPOSED RE!NFORCJNG TO ACCEPT NcW CONC. PATCH . 4 . APPLY BONDING AGENT TO RB:NF . AND CONCRETE . 5. PATCH AREA W!Tii S~A REPAIR M.0-RTAR AS REQUIReD. 6. LOCATE THRU BOLTS TO MISS TI:E REINFORCING . _______________________________________ _. ~ 00 ..... -i ~ ~ u, 0 ~ ~--~ I u � ,� r �• � � r� � ,� 74� r ' - '��f ` " .� �.. F' " . * ,'� � , i Y Y ` r�'� .. �r Y�= � ..� , -r .� 1.� �_ � � ��� , _=� . � I { 'r •ry { {��,' 1 4 .�� � �F � ,� r�� l� � 'I �� ..� , . . `1 �� `+ ��� Wt� .� � �' �!�, ' � � -1 1 " , � L' i � Z ��--�- ""�`� � � , /Q� I � LJ... 4 � • 7. � Cf� } C!) �' � 1 • Q � T . � � �r W Q I � « �. +� . , U � � � ♦ _ .� � Z �w Q �1I � ` ` � r ��tQ� u � ,� � a T LL �L.� F� � �.� t� F � � � i. . ��.a C� f� L_ r � }�� ► r�_ � � . "w ��� _ • + R ; � ' E � j t �~Y � � Y� � _ f • � r - ;�� � . �'��' r•M���� �� .. _f `!� . _ � . _ '#r� . • . _ ,�. . . . r �.. w '' - - • .tt. -� ..` • '�,,,, ' � , . ,� . - ,�+ ,' .. - , �: .. i . �� r , � - • ' � r, �r " 1., I ' ' . j�w � � �� r ' � a � � } � � �! � '�► ''�' � +�. , � ••' � � �� ,•,t� ��, ��'�.�*�' �t y , + : . � �• �, ��� � ~ �1 � , _ . . . � ,,,, .{,.Y. ,�. . :.: .. :;,_ � . . �� , , �; `�,d �, , ,S.,M.�C ,�-- . i �����-.�q'� - ;. a� - 4 .�'" � F � ` �� � a 1 r�'� � � �� �f , ti!l� " � f ;��T � t,A :+ �' J . � -� ��-�:. �. ,; , . ... :�, � .� i :� ...� , ��`���: .�,�-= � ' . , ' '� ''-�� ', , . � „ R, : '+ti � � , , �-.`. �� . � � � � 1 _ ��� �'x - '� - � . ' �.Y ' w- t +,�, rj�}i ' ti � ' ' i . .t t _ ,Ft � r � L���� ' : ��: , .,� :, � . . "' x � • � � ' y� E�i^ � •t ♦ � •4 �. '•y ., � ', 5 •` 1� ' . � . .14+� � � [ 1� i . +i� s _ - +} `, � �� , _ �d , 'a ♦ ` wN ��- �i�� 'J �' ��'`, �, #, _ _ _.. � � .: � , - - .. . . , `, _; ' � � � �: : . .�"�, � - -f ► . "F' .. �i . *� ►� fi` { { � �' � .�"� ' `� _ + � /'il�^ � � � � ' # •j � _ ��� "�� � �� ' ' � - , ' ,A � M � r. 1� " , t #� +� �, � . �� � � _l ' ' ., � � �~.' �• � �'} � � � '1' � ����� • �1^i at �,' ' �� � ` �}• �`� `' � * .� 1 !j Jt, i�r 4 *� � ` S+K ' y�^�!yy���• �.� r a; .��rt +l,' `M F . � . •4� , �'� � . 44 ��. -"��;t� .�`�� ' t � � � � # ' � Y~ �.. r} -� F ��_' i . — '+L�ti �d�ti��'�,1��,+, 1''� �ti, ��{, k _ _ +R� �J�M r{�� r;j���� i { ���. +, ?T:�r +�f�.f'+� _ .i �� ,� i1'�.. . � � � '- , - � , � � 1� ' - r _ � �* � , �� '�1�}.� � I .� •is F . , � � .� ' +�r5 � _ .. , { . ; � t► � � +h � i M � * t • . `` r �" � • 't'".'.. . :!'� ' '�" ,�* �'+ ' +#- ' ,: } ' i i.- ti � t~# � - ` I 5 � 1 , . + �. �,� , �. ���r�, :� *1� �� � � � . ;�• . I; �- - � � # ,. - t.�' � ~ , .' • � _ - �� ,►., . { ��, � . ; � . �� ' � , �� . �#, '~� ! '' � , ' . ,,, r , , � . � .�,: - x . . � -�-- �-��i-, r� I I i���;�;L��� � �1 � • ���lP�LE�I��TARY DRAWING FOR ;�E���'AIRS THIS �'�.F��,�, " ' ' I • I ' • ,� n�4� '1! I I � i • . w -i7 .iif �I�, � T" � . i � " R �' �! F,, � w �.; ; . .� - ' ;` ,f. .�., �'�•.'' t r �. ` * ry � �: i � I � � � X!� ' - rL .f�. ''lr' � ',,4�:,;� � � - , �iti.r� ';; �I �I �"`�'Y4'• '�"4F I 1}+ �� �iyT t� FF f �� ;.� �1��' st: '��` �;,,k . + r ' Lti�'� ..I� �` ' � �_� • � � .�' *F . _ F f-v Y}'. . � ";# � ' t' y �i ' �id t � `�� �'� *{� *} ',I' - y� t. �}i},- .i _� i.*!i. . F '}`�``' ''. ,'. k''k}''7yY ' -4 . ' �t,4.Y' ' �' S F ' �Yt y* ' , :�-. '- *���� F,yti�.y+� �1 ;� `�+�i' r,,`� - �:� ,. F �_, .ti ,� � _. � � '� i .�. ; ` -��.��' #. _ . r. • �+� ? , � . � . . • t -�a _� ry }' . - , - 4 , i �� . ` ' ' .• .� � ,k. . , ' . � '� i ' � . ; � C M1*' _ ' ` , F � +,1 � ' .t� � �� �� F 'I � + � . F ���± rl �f 5 � '�5 �k .� -����T �i� , ' . � � ;t+. *�• .t . �' �- .. - , � � , 'r , ,��. • i '� {� +�F "r � `.� * I'' �i -r j'� w � ��, , ' ,ti.� , � � � '�y} � �', � � �i' � ." '•+ b' ' - � �.' � a 4 k' �`r��. � �'�t+F �r.�,+�'� �#,� •�'.jk .:,. ,��,� . , �. � . �-,# .� r... , . ,:�, `; .�-, . , F � . �� ' -.#F w t �.'�] �� * ��f ,} � _ ;J +�t �{'�{ i.�' ' � +�_ �*F' ;t_ '�*� � i� �.� � . .Y - " .� - -*- � ` ' ' �, •_ ' '. ' ► rY� :� ' � �,t: ,i.� '_3:. +�:`� -; .,' . k�� ry � ��1� � � * } � ' # ! ��� ` 7�{+}J 1 F� � , � t � �' � �� � � ' �� F� -i 4.� ;� �i � .r • r���� ��'���� . �, � u�. � , �,.�r= �''1��. ,�. , = R��_ _ I iI ���T il� � � �� * 0 4t ' ' ;-'-;�.:��������,�__:����ir�;ti� � r�L� ;:��;�,�r��- ����4r: � �--�iry �i ' - ����IGHLIGHTED AREA AT EXISTING BRIDGE �� � - , _-��"-' ���NTERSECTION WITH SOUTH FACE OF � �� =�C��TING RICHARDSON-BASS; EA. SIDE. � � ,r -- — -- — - � �.� — ` . . .1"� � - . . _ . � _ � _ ' . ,� � • F_ . . � � ! � �� �i� � � � 1 . . � � � • # ...� � �� � , -� �' '� .. a 1 � ' � . � , ' ,� � � . y�� . . ' ..r � � - - f �-7 � r 1ii►�� •i� �.��t. f`�='-'11r�� E = `�: , — .�r � �� j. � � ' 0 �^ �-}s'_,L��_� �.� ` ; . - �� -� � �}'� `- �- �'. ".''.y ''..� I I � _ �I�HI_I�H��D AREA AT EXISTING , BRIDGE INTERSECTION WITH SOUTH � 1=ACE OF EXISTING RICHARDSON- ' ���.w �; EA. SIDE. � T � � ���, � � � i R"' �. �.� �,�'�r _ _ . �*i"�.�t�.�� �i� � -- �F - �. . � _ � � 't�- � � �* �--trQrFi-i� , � # �', � _ , , .- . ' '�-.— _ � � ;� _ , r , .r ' ~ � ' ' � �. i ~ ► , • 4 � � � w ��-. . _ � , _ y �� �� � w, • i"�iv;ti t� . � . , � w � ~ ' � ' +t ` ^ r � � # � { _ � � + + T�� � �• ��, ' ��•� �`�1' #, a_...� '{ I_ .� _ �. - _ * � � � ' i �` ��,�: •� �', ;�i•— ,/' — � f � � - ��. .4.,��}. i' ,*'�" ,. �� � �". J �,% t ' !�} �f�` " k �' �- ; s� . , J � ,:r � � � ' �� �a' � • �V'' { ; • � f �� * FSr . � ' . `' '.1 r . .. 1 ►�.�: L• � •� ipV r'� " `,�,ti � �� ir,��1� t„`<'+ �+.*�' +� f ;,,L 1� • }�� f � .i rf ' -+ _ '" .� � * �., �� � i , �' #�.� � t ��' ,,� �. � - *, �� � � . , ' �= ,,� �� {„ + � .i . , . �.IiF+�' � , i � � � . •� � w� � �. } � �• • . + '•� �' • �+'�•�' �� i } + �� R, { � � ' ` F � 1 r`�'�rt � � , . . Iy1 #; � + , , w ii � � t ' -�I' ' . • + . . . :1 . � � � _ + F �' � r+ � � F i . • l .. ' 1{ ' F# v� r N � �.. . - � � � , r'F# � + � + � 1�+� _ ' '� t . x.' 4 � _ if , ., , . . . . � :. � . i � 'S' . iHY',•. .• i� , F�• - e .�f, � _ _ '`' ' � • � � � r �t� + � � �+ F � ' 'Y�,' } - � f+� r � �� *� . .�� , ' t+ � a � . - - ','�� � * F • +� .�' � +. � • - �i� , • � '�' #'�{ n _ " • {� � 'f. .�U + -' � �� � , . . � t . ! ' ," � � � { • }� - - - f� '# , �{ i 4 � -� � , ,;;' . i !�'I � �^ . . y � +. r► :f. , .14•� _ �` � _ {i� , � �:� — �_ { 1* r �' REMOVE GUTIER/GUTIER SSEMBL Y INCLUDING SUPPORTS , DOWNSPOUT AND RELATED ANCHORS ; PATCH / REPAIR EXISTING TO REMAIN AS REQUIRED. MY-D STRUCTURAL ENGINEERS, LLC 305 N.E. LOOP 820 SUITE 507 HURST, TEXAS 76053 817-28-4-8833 FAX 817 -284-5075 BEARING PAD TO REMAIN MC6X12 X ~'-011 CNTR UNDER TEE LEG . COPE TOP CHAN 1L FLANGE . UNDER TEE . PROVIDE ~11 (/) X7 11 EMBED HIL TI HAS SUPER RODS • 10 11 O.C . WI HIL TI HIT-HY 150 MAX EPOXY e EXISTING BEAM REPAIR SPALLED OR CRACKED CONC. AREA TT-2 NOTES: 1. SHORE EACH TEE LEG FOR 18 1000:f LOAD. 2 . CLEAN CRACKED OR LOOSE CONCRETE FROM AREA. DO NOT CUT OR REMOVE EXISTING TEE REINFORCING :,, CLEAN EXPOSED REINFORCING TO ACCEPT NEW CONG. PATCH. '1-. APPLY 180NDING AGENT TO · REINF. AND CONCRETE. 1. 5. PATCH AREA WITH SIKA REPAIR MORTAR AS REQUIRED. MYD -STRUCTURAL ENGINEERS LLC F-5317 Project Name: WU. ROCBS PAUt-Ki C,AANJ. m>>AS I Date: JUNE 13, 2011 11 Sketch No: s 2 I ProjectNumber. 09507 _ Modifi~: _ .._ _____ .... .._ ____________ ... ~T~UCTURAL. ENGINEE~ING ��, y' 1� .�� h�_'�� '��F. . �.�� • �r e`�' "�i�� • � � _ ,�r. E #t . . F ♦ rJ*,��`. ��� �` ' + ' , R • ' � } I T��1 r , �. _ " � i ��'� .'t�� I � t . � . � � � �• -• - . � �' . � ' '�y«' ,. I` t- w +�� ` ' = ' �: ' ' -r +r ~ � �•,�'. `- i, � ��:� �;w�+! ��� +. ....�� * �� � { � � � � �# jy ' . � � .�+ + r �,�� -# . - S - � a� ' L ��1� " � , . ,- .w��= . � . s�. �� + � ` + ' �'��� 'r:- - t i +� 3a ., � �ALL' ���• - - - - ."�� _•t:w.: s_',f ��'�h� F�� ' � .t*'_ .t - .c � �t�� � �..�� ' � ��� �+�1 �. �� ��. � - �� -��'.'t - �' . �' `, . + � .�� • �F �rt• �•` •. _T . . �• , +'�� ��#. ,�f` . -;. � � - . ,� -: f.�' �* .�� �'°1�t'..7r * - �� ' +._ y..� ,� :,�. .« ,*.r �� �i 4 --,. _•_ ' r• ' !r� s � . i �� '. - f ^ • '� y ,� r - �� i ` _ r e, _ -,�r�'� ''_ ..f� T ' �� T�'w� � - ' � ry '�' "4 r T 1 j_- 1`'' ' f_ ��',�� , � { Ai .. �.-.f ' r1. a�..� � 'r. � .41�,�i , � � � �__�..��.�_�._ ��� _ . ' . . . � _ ._ �J�P��M�N � ARY DRAWING FOR REPAIRS THIS AREA. L � REMOVE GUTTER/GUTTER ASSEMBLY INCLUDING SUPPORTS , DOWNSPOUT AND RELATED ANCHORS ; PATCH /REPAIR EXISTING TO REMAIN AS REQUIRED. -·------~c-.:----~ r' � : � ;� �� � � � ,,�. .- �. / �� -�- - - % - := �'- � - - � "_ � " -� � � _ _. �, � -- - --�� . ._ ---- ___,_, � iEMBLY 1NCLUDING SUPPORTS, NNSPOUT AND RELATED �HORS; PATCH IREPAIR EXISTING REMAIN AS REQUIRED. City of Fort Worth Will Rogers Equestrian Multi-Purpose Facility Sub Contractor's Summary Scope of Work Description: Trade: Steel Fabrication & Erection Sub's Name: NASCO Steel Project: Will Rogers Multi-Purpose Facility Date: 11 /2/11 ASI .# _11.: _Provide . miscellaneous steel. and weld ing.to complete .s tructural .repa irs .as ou tli ned. in ASI #.11 .revisions ........................................................................................................................................................................................................................................... . Scope of Work Description I Materials I Units I I Labor I I Equipment I I Total Cost I Item Description I UOM I Qty I Cost Per Unit I Total I per MH I MHRS Rate Total I Eq . Type I # Hrs. I Rate Total I !ASI # 11 \Ton , 0.371 ! $3,4 55 .oo j $1.281 .81 \ l l l $0.oo j l l l $O.oo [ $1,281.81 .............................................................. 1Galv ........................................ ; ............... : ............... o.371 ·!······· $1,000.00 ! .......... $371.00 : ............. 55 .00 .: ............... 2.50 .J ............ 55.oo.1 ........... s137 .50: ......................................... \ ............. t .................... \ ........... so.oo 1 .............. $508 .50 l l l l ! $0.00 l l ! l $0 .00\Scissor Lift l 2.50 ! $25.00 ! $62.5 0 1 $62.50 ............................................................. ! ............................................... ) ............... ! .......................... j .......................... j .............. $0.00! ......................... j ......................... j .................... ...! ............... so .00 \ ......................................... ! .............. ] .................. ) .......... $0.oo j .................. $0.00 , , , , , $0.00, ; ; ; $0.00; ; ; ; $0.00 ; $0.00 •00 •0 •0 •0000000 0,n,u,oooo oouo ooouo ,.o oouuoo·•HoHoo,,oouo+u"oo,hUOOO+oo,,,,,,o,o,ouo oo oo oo·o •o •ouu uootnhOOOOU•O"'••••nuo oooooouoo oooo uu j uo uuo oouooo u u ououo ),oo,oo,oou+on••••n•,o!u•ooouuooo ouuuuooo('uouuouoo uo,,o ,,ouoo<)onoouuouuounuo,)ooono o oouoo o,oouoo o u o)u nu,,.,,,n,o ooouououooooouounuol••·•·u •••••••••(•••ooou,,,,u,,.,,,,,,,,,, .. .,,,.,.,,,,,,,,, .. (,un o ,, ................ o+•••u ............................................................... 1 ................................................. 1 ............... 1 .......................... 1 .......................... \ .............. $0 .00 \ ......................... \ ......................... ; ...................... ; ............... so .oo ; ......................................... i .............. ; ..................... ; ........... so.oo : ................... $0.00 ; ; ; ; : SO .OD : : : : $0 .00: , : i $0.00, $0.00 ................................................................ ,c. ................................................................................................. , .......................... 4 ......................... 1 ......................... ,c. ......................... 4 ................................................ 4 .......................................... , ............... , .............................................. , .............................. . ! ! ! ! ! \ \ \ \ \ \ l \ \ Subtotals , , , , , $1.65 2.8 1• , , , $137 .50 • , 2.5, , $62.50, $1,852.81 ---------------·----------------+-----------------------·--r -------+-------------~------------+---·--------1-----·-·------+-----------·-+-----------1·------------1--------·------------~-------t ----------i-----------t--------------- • I I I I I I I I I I I I I _______________________________ t _____ ., ______________ ., ____ t _______ ! _____________ t .. __ ., ________ ! ____ .. ______ J ____________ ! _____ -- --! __ ~ ________ t::::-:.-,......:-::,:1 __________________ .. J _______ t __________ t:.._..__. ..... ::j ______________ _ : : : : : : : : : :sub-Contractors Profit & Overhead : 15.00%1 $277 .92 ------------------------------t ----------------------·r -----t------------t ·---------1---------,----------r ----------1---------,-----------1------------------i------r---------1 ---------, ·------------- Total CO No. I I I I I s1,es2.81I I I I s137.5o l I 5.01 I $62.65 1 $2,130 .73 Page _1_ of _1_ ROOFING Ee SHEET METAL Modified Bitumen BUR EPDM TPO/PVC Metal WATERPROOFING Ee CAULKING Joint Sealants Expansion Joints Membrane Waterproofing Elastomerlc Coatings Water Repellents Waterblastln g Concrete/Masonry Repair Dam proofing Flash Ing Traffic Coatings ROOF MAINTENANCE Ee LEAK REPAIR Building Surveys leak Repair Roof Maintenance DALLAS I FT. WORTH LOCATION 2346 Gl•nda lane D allas, TX 75229 214.273 .9110 / 817 .237.1927 214.273 .9120 I 817.237.2676 fax OTHE~ LOCATIONS Houston Austin San Antonio Oklahoma City October 12, 2011 Rogers O' Brien Attention : Trey Carroll Will Rogers Memorial Coliseum Project RE: WRMC -ASI # 11 Structural Repairs Dear Trey: We are providing this proposal to furnish all labor, materials, tools , equipment , and Insurance necessary to fully perform and complete the work described below. Structural repairs outlined in ASI No. 011 by Hahnfeld Hoffer Stanford . Structural shoring/bracing as required by Safeway Services . Precast beam inspection/ location of reinforcing by Wood Inspection . Hydraulic li fting at beams as required to Insert new steel plates as show n on S1 by MY-D. Saw cutting as required . Concrete/Crack repair and patching including Sika 224 repair mortar as shown on S1 and S2 by MY-D . Installation/ labor for attaching new steel plates as shown on S1 and S2 by MY-D Structural Engineers . Steel with predrilled bolt patterns to be provided by others. Welding as required to be provided by others . Fasteners/Bolts to be provided by others. Includes gutter removal as shown . Includes removal/ replacement of vertical expansion joint at pedestrian bridge as shown . C/S VF-200 e xpansion Joint to be installed. Allowance for epoxy as required . Total ________ • ____ ·-__ • ______ ._._·-._. __________ • _____ --·· •• _ •••••••••••••• _ ••••• _ ••••• __ • ______ •••••••••••• ·-· _________ .··-•• $16 ,723.00 We propose to complete the waterproofing as described above, for the sum listed above; excluding 8.25 '/. sales tax. Incorporated Notes: This orrer Is good for thirty (30) days All work to be performed during normal business hours O.Vner/Contractor agrees to furnish : complete access to work areas , dumpster, toilet facilities, pot able water, and all electrical power, as requi red , at no additional cost to Chamberlin All surfaces to be given to Chamberlin In a smooth, broom clean condition, free of con taminants, form oils, release agents, voids, fins . and projections Chamberlin Is not responsible for recogn izing , locating, or removing asbestos, PCB's , or other hazardous mate rials . Chamberlin Is licensed, certlned or approved to install the sys tems described above Unforeseen conditions or circumstances are not assumed nor anti cipated In the scope or work proposed above and win be brought to your attenlion Immediately upon discovery by Chamberlin personnel for a promp t resolution Chamber1in 's standard warranty excludes : failures caused by fa ilure of the substrate, moisture vapor transmission or hydrostatic pressure , abuse , cond itions Uiat exceed the limitations of the materials, sufficiency of the design; removal and rep lacement of overburden materials ; Incidental and consequential damages Ail colors are to be selected from the manufacturets standard colors Pricing Is contingent on mutually agreeable contract terms , condilions , and proper coordination of the work Time and materlal work will be completed at $48.001 man-hour with 20% mark-u p on materlals Samples of products or systems presented for re view are Intended only to provide a general represenlation and not necessarily an exact repl ica of the products or systems to be furnished or Installed 1 1 Pleas e be advi5ed tha t the products and methods outlined in Ulis proposal are based on our visual survey , plans, specifications . or our practical experience in re solving similar problems for our customers; we are not des ign professionals, architects, or registe red eng ineers , and are not responsible for determining building code compliance and do not perform design services The proposal Is not for the sale of goods, but rather a service contract for the Installation or application of products , systems or materials. The refore, THE IMPLIED WARRANTIES OR MERCHANTIBILITY AND FITNESS FOR A PARTICULAR PURPOSE ARE HEREBY EXCLUDED. Excludes bui lding permit, P & P Bonds, overtime, window cleaning , accelerated schedules , field or laboratory testing , moci<ups , liquidated damages, temporary facilities or utility hook-ups or night or weekend work. This proposal EXCLUDES any reference that Chamberlin ha s full y examined and analyzed all site conditions tha t may affed performance and to affirm no conditions exlst that may affect the pro !}'ess , performance or price of the work. If physical cond itions are of an unusual nature that dirrer materially from those ordinarily found to exlst and generally recognized as Inherent in construction activities of that type, Chamberlin will Immediately stop working In the area and provi de written noUce prornpUy and before the conditions are disturbed, In addition Chamberlin may be entitled to an equitable adjustment In the contract sum, contract Ume or both. We appreciate the opportunity to submit our proposal for this project . Chamberlin has been In business over 100 years . We would like to be your "Single Source" contractor for everything from waterproofing to caulking to traffic coatings to roofing . We are financially sound and professionally capable and will perform the work right-the first time . We would like the opportunity to review the scope al this proposal with you soon. Please call ff you ha ve any questions . Sincerely, CHAMBERLIN ROOFING & WATERPROOFING Ryan Grigsby Project Manager Accepted by (signature):. _____________________________________ _ Printed Name & Title: Date -YOUR FAXED SIGNATURE ABOVE WILL BE TREATED AS A FULLY EXECUT""E-=D-=o=-=R...,IG=-IN....,A-L-:C:-:0,-N.,.,T,...R....,A_C_T_- PENDING CHANGE ORD ER ESTIMATE SHEET JOB NAME : LOCATION : EST.: DES CR IPT : FOOTAGE Will Rogers Memorial Complex University Dri ve, Fort Worth, TX ASI 11 Structural Repairs DESCRil'T!ON (LABOR)-PRODUCT NAME Ins ection Shorin MISC. JOB EXPENSES PRODUCTION RATE EQUIPMENTfI'OOLS -RENT AL OR PURCHASE HOTEL PER DIEM TRAVEL PAGE NO· CONTRACTOR: RO BONDED : ARCHITECT: Hahnfeld DATE : CHECKED BY: RG BID DATE : BURDEN RATE : 65% T AX ON MATERIALS : NO 11 -0ct-11 NO I SAFWAV.I Scaffold ing & Access Solutions Quo tati on No: Qu ote Date : Opportunity #: Sales Re p : 2621 W ILLOWB ROOK ROAD DALLAS, TX 75220 Phone : (214) 352-3500 Fax : (214) 352-3572 3021 0 10/11 /2 011 136865 JEF F PETTY Customer Number: 166324 C HAMBERLIN W ATE RPR OOFING AND ROOF ING S Y STEMS INC 2346 G LEN DA LANE DALLAS , TX 75 22 9 Phone: (972) 241-09 34 Fa x: (972) 241-03 11 Equipment Listing Part Number Part Description VMUDSILL MUDSILL 2" X 10" X 3' -6' STSJ 1 SYS SCREW JACK SVP8 SYS VERT POST 8'9" SJ SH SCREW JACK U8 SH U HEAD 4" X 8" SBR2 SYS BEARER/R UNNER 2 ' SBR5 SYS BEARER/RUNNER 5' ALJ6 ALUM JOIST 6' VSBW8X10X3 I BEAM STL 8"H X 10# X 3'L VSBW8X10X6 I BEAM STL 8"H X 10# X 6'L JBC CLAMP J UNIOR BEAM (#204-100) SSP5 SYS STL PLAN K 9"W X 5'L CSA19 TC CLAMP SWIVEL 1.69" OR 1.9" CRA19 TC CLAMP RIGID 1.69 OR 1 .9" ST6SG TC STL TUBE 6' W/FTG ST8SG TC STL T U BE 8' W/FTG STC3 TC STL TUBEX 3' MISC TUBE F reight ..... : PPD Jobsite Quantity Ordered 8 8 8 8 8 20 20 8 4 4 24 4 40 8 8 8 4 WILL ROGERS PARKING G ARAGE UNIVERSITY @ LANCAST ER FO RT WOR T H, TX Contact: RYAN G RIGSBY Phone : (972) 241 -0934 Item Extended Weight Weight 13.50 108.00 8 .30 66 .4 0 29 .70 237 .60 13 .80 110.40 4 .20 33 .60 6.70 134.00 14 .70 294 .00 26 .10 208.80 30 .00 120 .00 60 .00 240.00 0.40 9 .60 1 24 .90 99.60 3.50 140 .00 3.00 24 .00 14.60 116 .80 18 .50 148 .00 5 .80 23 .20 Total Pieces : 192 Tota l Weight: 2 ,114 .00 Two res hore towers@ approximately 2' x 5' x 12' 4" tall. O ne to wer will supp o rt the T, a nd the other tower will serve as a platform for lifting the T. E ach scaffo ld will be capa ble of supporting 20 kp s . On e re sh ore to w er @ approxim ately 3' x 5 ' x 13' 8 " tall w ith an o ut rigger bay for sta b ility. The to we r w ill be ca pa ble of sup po rtin g 18 k ps. * Page 1 of 2 10/1 1 /11 I SAFWAY.I Quotation No : Quote Date : Opportunity#: Sales Rep : 2621 WILLOWBROOK ROAD DALLAS, T X 75220 Phone : (214) 352-3500 Fa x : (214) 352-3572 30210 10/11/2011 136865 JEFF PETTY Customer Number: 166324 CHAMBERLIN WATERPROOFING AND ROOFING SYSTEMS INC 2346 GLENDA LANE DALLAS , TX 75229 Phone : (972) 241-0934 Fax : (972) 241-0311 Equipment Listing Labor: $ 1,890 .00 Includes erection and dismantle . Rental : $ 850 .00 Per 28 Days . (for all three towe rs). Freight: $ 300 .00 Includes freight in and out. Engineering : $ 450 .00 Subtotal : Taxes : Total : $ 3,490 .00 $ 287 .93 $3,777 .93 *Materia l for the 18 kp tower is not in the material list. Page 2 of 2 Scaffolding & Access Solutions Freight ..... : PPD Jobsite WILL ROGERS PARKING GARAGE UNIVERSITY @ LANCASTER FORT WORTH , TX Contact: RYAN GRIGSBY Phone : (972) 241-0934 10/11 /11 WOOD Inspection Services, Inc 165 Highview Drive Double Oak, TX 75077 Estimate Date Estimate # 10/11/2011 20111011-1 Name / Address Chamberlin Ltd Project 2346 Glenda Lane Garage Beam Repair Dallas, TX 7 5229 P .O .No . Terms Net 30 Item Descripti on Unit$ Qty Total Mark & Go Ini tial S ite service charge for GPR Services 500.00 l 500.00 Clear holes for pinning a s teel plate to two overhead beams. Plans call for drilling through the beam to bolt the plates to the beam. If the PT cables are two inches or closer we will not be able to discriminate from the PT rows, and will th e thickness of the beam it's dangerous to try to Drill between them. I recommend not drilling throu gh overhead beams with PT cable drapes. Site Location: Unknown Location -Fort Worth TX Date of Service -TBD Site Contact -Ryan Grigsby No reporting. Marks provided on Slab or Ground. All work to be conducted during normal working hours. Trip Fee -DFW ... Trip fee for delivering Services 50 .00 l 50.00 Mark Holes Mark Holes for coring or drilling.@ $25 per hole 25 .00 52 1,300.00 Please have areas marked prior to arrival. Failure to do so may result in having to reschedule and cost an additional trip fee . Net30 WOOD Inspection Services, In c is outsourcing our Accounts Receivables to Riviera Finance of 0 .00 0 .00 Bedford TX. Net 30 terms are contingent on credit approval. Otherwise terms will be COD, unless specifically agreed to by WOOD Inspection Services, Inc . prior to the services being performed. We DO NOT OPERA TE on a Paid when Paid basis. I ' I I Paymen ts made after the du e date will incur late charges of an additiona l 15% p er 30 da y period Approval S ig nature Total $1,850.00 Phone# Fax# E-mail Web Site 972-724-5550 972-355-1592 S ales@WeinspectTexas.com wvvw.WelnspectTexas.com Product Data Sheet Edit ion 8.2003 Id e ntification no. 556-500 SikaRepair 224 SikaRepair® 224 One-component, cementitious, sprayable mortar for structural repairs SikaRepair 224 is a one -co mponent, pre-packaged , ready-to-use , cementitious , silica fume , fiber reinforced , high strength shrinkage-compensated mortar. Formulated for application by trowel or low pressure spray. It is de signed especially for repair of overhead and vertical surfaces . A high performance repair mortar for wet spray application . Suitable for new construct io n, repairs , and maintenance work. Typical applications include : • Use on grade, above, and below grade on concrete and mortar. • Use on vertical and overhead surfaces . • Structural repair material for parking structures , industrial plants, wal kwa ys, bridges , tunnels , ramps , and dams , etc. • Potable water tank . (NSF approved in Marion, OH and Santa Fe Springs , CA) • Ready-for-use, one -component material. • Easy to use ;just add water. • Sprayable system. • Potablewaterapproved . • Superiorworkability. Can be !rowelled and screeded after application . • Labor-saving system . • Superior abrasion resistance over conventional Portland cement mortar. • Bond strength ensures superior adhesion . • Not a vapor barrier. • Compatible with coefficient of thermal expansion of concrete . • Increased resistance to de-icing salts . • Good freeze /thaw resistance . • High early strengths. • Verylowshrinkage. • Silica Fume enhanced. • Fiber reinforced. Yield in service will vary. Average yield is approximately 0.40 cu . ft./bag. Estimating should be based on prior experience or actual field evaluation. 50-lb. (22 .7 kg) multi-wall bags . Ty pica I Data (Material and curing conditions@73°Fand100% R.H.) Shelf life 1 year in original , unopened bag s. Storage Conditions Store dry at 40°-95°F (4°-35°C). Cond ition material to 65 °-75 °F before using . Color Dark gray . Mixing Ratio 3/4 ga l. to 1 gal. liquid per 50 lb . bag of material Density (wet mix) 125 lbs./cu. ft. (2 .0 kg.II.) c ·ompressiveStrength (ASTMC!109) 73 °F 1 day 4,500 psi (31 MPa) 7day 8,000 psi (55 MPa) 28d ay 10,000 psi (69 MPa) Flexural Strength (ASTM C-348) 28 day 1,100 psi (7.6 MP a) Tensile Strength (ASTM C-496) 28 day 735 psi (5 .0 MP a) Direct Tensile Pull off(ACI 503) 28 day greater than 350 psi (Failure in substrate . Substrate prepared with 20,000 psi hydroblasting) SlantShear(ASTM C-882 modified) 28 day 3,500 psi (24.1 MPa) Chloride Permeability (ASTM C1202/AASHTO T277) 28 day less than 500 coulombs Sulfate Resistance (ASTM C -1 012) 1 year less than 0 .06% Setting Time (ASTM C 266) Initial : 2 to 3 hours. Final : 5 to 6.5 hours . How to Use Concrete/Mortar: Substrate must be so und , cl ean, and free from oil, grease. loose material, surface Surface Preparation contaminants and other bond -i nhibiting materials . Steel reinforcement must be clean and rree rrom any rust. Be sure repair area is not le ss than 3/8 in . in depth . Preparation work should be done by high press ure water blast, orotherappropriate mechanical mean s, to obtain an exposed aggregate surface (CSP -6). Saturate surface with clean water . Substrate should be saturated surface dry (SSD ) with no standing water during applicatio n. Reinforcing Steel : Steel reinforcement should be thoroughly prepared by mechan ica l cleaning to remove all tra ces or rust. Where corrosion has occurred due to the presence of chlorid es, the steel should be high - pressure washed with clean water arter mechanical clean ing . For p riming of reinforcing steel, use Sika Armatec 11 0 EpoCem (consult Technical Data Sheet). Concrete Substrate : Prime the prepared substrate with a brush or sprayed applied coat of Sika Armatec 110 EpoCem (consult Technical Data Sheet). Alternately. a scrub coat of Sika Repair 224 can be applied prior to placement of the mortar. The repair mortar has to be applied into the wet scrub coat before it dries With water: Add the water (approx. 3/4 gal.) directly into mixer. Start the mixer in motion and add the SikaRepair 224 mortar while continuing to mix . Mix to uniform consistency using a maximum of7/8 gallons of water per 50 lb . (22 .7 kg .) bag (app ro x . 3 minutes). With Latex R: Pour 6-7 pints of Sika Latex R into the mixing container. Slowly add powder and mix as above . With d iluted Latex R : Sika Latex R may be diluted up to 5:1 (water: Sika Latex R) for projects requiring minimal polymer-modification . Pour 6-7 pints of the mixture into the mixing container. Slowly add powder and mix as above SikaRepair 224 Concrete: For horizontal applications greater than 1 inch deep . add 3/8 inch coarse aggregate . Aggregate must be non-reactive (reference ASTMC1260 , C227 and C289), clean , well -graded , saturated surface dry (SSD), have low absorption and high density , and comply with ASTM C33 size number 8 per Table 2 . Addition rate must not exceed 25 lbs . of aggregate/bag of SikaRepair 224 (25 lbs . of 3/8 in . aggregate Is approximately 2.0 to 2.5 gal. by loo se volume of aggregate). If the placement is vertical or overhead , temporary support of the material is requ ired . Contact Sika Technical Service for application details . Conventional wet-process shotcreting equipment such as a low or high pressure machine should be used .At time of application, surfaces should be saturated surface dry but hold no standing water. Apply SikaRepair224 mortar by low pressure spraying ortrowelling for repa iring vertical or overhead surfaces . Shoot the shotcrete p erpendicular to the surface . This minimizes rebound , creates the smoothest pattern (reduces 'bumps ') and properly encases the rebars. The velocity of the shotcrete Is sufficient If. at a distance of 18 to 24 in., the shotcrete pattern flattens out on contact with the surface and the re bars are encased . After applying the shotcrete, allow it to stiffen for about 1 O minutes before removing bumpy areas with a trowel. Before applying the next layer, allow the shotcrete to reach Initial set. This will ta ke anywhere from 45 m inutes to several hours , depending on mix consis- tency, mix and ambient temperature, wind conditions and humidity. Begin and finish a given patch on the same day. As per AC/ recommendations for port/and cement mortar, curing is requ ired when Job site cond itions warrant. Moist cure with wet burlap and polyethylene, a fine mis/ of water or a water based· compatible curing compound . Curing compounds adversely affect the adhesion of following layers of mortar , leveling mortar or protective coatings . Moist curing should commence immediately after finishing . Protect newly applied material from direct sunlight, wind , ra in and frost. "Pretesting of curing compound Is recommended . Application thickness : • Minimum 3/8 Inch (9 mm). Vertical applications: • SikaRepair 224 can be spray applied up to 2 " thickness in one lift. Overhead applications: • The thickness should be no more than 1 to 1.5" per pass . If repair requ ires several lifts (over1 .5"), each lift should be applied as soon as the previous lift will support it. General : • For additional information, consult Technical Service . • Minimum ambient and su rface temperatu res 4o •F (4 "C) and rising at the time of application . • As with all cement based material s, avoid contact with aluminum to prevent adverse chemical reaction and pos sible product fa ilure . Insulate potential areas of contact by coating aluminum bars , ra ils , posts etc. with an appropriate epoxy such as Sikadur Hi-Mod 32 . Suspect carcinogen -Contains port/and cement and sand (crystalline silica). Skin and eye irritant. Avoid contact. Dust may cause respiratory tract irritation . Avoid breathing dust. Use only with adequate ventilation . May cause delayed lung injury (silicosis). /ARC lists crystalline silica as having sufficient evidence of carcinogenicity to laboratory animals and limited evidence of carcinogenicity in humans . NTP also lists crystalline silica as a suspect carcinogen. Use of safety goggles and chemical resistant gloves Is recommended . If PELs are exceeded, an appropriate NIOSH approved re spirator is required . Remove contaminated clothing . In case of skin contact, wash thoroughly with soap and water. For eye contact, flush Immediately with plenty of water for at least 15 minutes , and contact a physician . For respiratory problems, remove person to fresh air. In case of spillage, scoop or vacuum into appropriate container, and dispose of in accordance with current, applicable local , state and fed eral regulations . Keep container tightly closed and in an upright position to prevent spillage and leakage . Mixed components : Uncured material can be removed with water. Cured material can only be removed mechanically . KEEP CONTAINER TIGHTLY CLOSED KE EP OUT OF REACH OF CHILDREN NOT FOR INTERNAL CONSUMPTION FOR INDUSTRIAL USE ONLY CONSULT MATERIAL SAFETY DATA SHEET FOR MORE INFORMATION Sika warrants th is product for one year from date of Installation to be free from manufacturing d efects and to meet the technical properties on the current techni cal data sheet If us ed as directed within shelf life . User determi ne s suitability of product for Intended use and assumes all risks . Buyer's sole remedy shall be limited to the purchase price or rep lacement of product exclusive of labor or cost of lab or . NO OTHER WARRANTIES EXPRESSED OR IMPLIED SHALL APPLY INCLUDING ANY WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. SIKA SHALL NOT BE LIABLE UNDER ANY LEGAL THEORY FOR SPECIAL OR CONSEQUENTIAL DAMAGES . Visit our website at www.slkausa.com 1-800-933-SIKA NATIONWIDE Regional Information and Sales Centers . For the location of your nearest Sika sales office, conlact your regional center. S ika Corporation Slka Canada Inc . Slka Mexlcana S.A . de C.V. o.lJ Al. fl"y 201 Polito Aven ue 601 Delmar Avenue Carretera Libre Celaya Km . 8 .5 fll Lyndhurst, NJ 07071 Pointe Claire Corregidora. Queretaro I Phone: 800-933-7452 QuebecH9R4A9 C .P. 76920A.P.136 • 11 Fax: 201-933-6225 Ph one : 514-697-2610 Phone: 52 42 250122 1 ,. "-~~ Fax:514-694-2792 Fa x :5242250537 rr/l::VF.t-h'- Slka and SikaRepalr are regisler•d trademarks . Ma de In USA. Prfnltd In USA. Construction Specialties, Inc. VF Joint Sealant Pre-compressed Joint Sealant, Silicone Coated, Polyurethane Foam, Waterproofs Vertical Applications. PRIMARY USES Primary Construction Joints Vertical/Horizontal Movement Joints Exterior Panel Systems PRODUCT DESCRIPTION • VF Joint Sealant is a premium quality jo int sealant composed of a open m icro-cell polyurethane foam impregnated with a hydrophob ic , polymer sealing comp ound . • Coated with a colorized , elastomeric layer of sil icon e . • Developed to waterp ro of most larger vertical and horizon tal construction movement joints or joints anticipating se ism ic movement. • Provides a watertight, dustproof, airtight, UV stable , chemica lly resistant, sound-proof, and insulated urethane primary seal. • Works under its own constant internal pressure to provide a permanent, watertight seal eliminating costly water damage , as well as allowing for a greater degree of joint movement. • Once VF Joint Sealant is installed in the joint, the material expands depending on temperature, adapting to the width of the joint and the irregularities of the substrate provided such profile changes are not sudden or extreme . • Developed to meet all applicable standards for pre-compressed sealants . • Permanently resilient; The materi al will expand and cont ract with the movement of the joint under any weather cond ition . • Standard Colors : Dow Corn ing ® 790 Custom colors availabl e upon request. • Available Sizes (Jo int Width } *Sticks : 1/2" t o a· ·ccustom siz es ava ilabl e upon request) DOW CORNINGII!) 790 Actual colors may vary. See Do w Corn ing® 790 Color Chart for exact color match . ·vF Joint Sealan t does not rely on the ext ernal ff ll et bead to provide a waterti ght sea l. ADVANTAGES • Can accommodate rapid rates of joint movement • Suppl ied in pre-compressed state for ease of installation • Does not rely on the silicone coating or on the adhes ion of a field applied bead of sealant to provide a watertight seal • Consistent depth of produ ct • Excellent compression recovery • Permanently elastic and w eather-tigh t • Used for joints up to 8" wide • Allows for up to 100% (±50 %) mo vement • Not based on asphaltic or bitumastic impregnation PRIMARY APPLICATIONS • Primary construct ion joints • Vertical or horizontal movement - Expansion , control , and isolation joints • Retrofit joints • Pre-cast concrete walls -Tilt-up walls • Exterior Panel Systems -Masonry, gran ite , metal , EIFS , and curta in walls • Other joint requiring a resil ient, waterproof seal. • Ideal for larger joi nts that require an arch itectural finish . Black Limestone Dusty Rose Bronze Precast White Rustic Brick Sandstone Natural Stone Blue Spruce Adobe Tan Gray Charcoal VF Jo int Sealant VF Joint Sealant SPECIFICATION Sealant shall be VF j oint s ea lant as manufactured by Construct ion Specialties Inc, 800-233-8493 . Sealant shall be a polyurethane foam impreg - nated with a wa te rproof polymer sea lin g compou nd . VF joi nt sealant shall be installed in the jo int in a pre-compressed state with a silicone coating on t he exposed face . When compressed to 50 % of its full y expanded size, VF joint selant must pro vide a watertight joint. The manufa cturer shall furnish a Certificate of Compl ianc e w it h th ese requ irements . TEST DATA Density 10 lb/cu. ft . (16 0k g/m ') Thermal Conductivity 0.05W/m.°C Te mperature Stab ility Ra nge -40 °F (-40°C) to 185 °F (8 5°C) Tensile St rength ASTM 35 74 21 psi min. Ultimate Elongatio n ASTM 3574 125 % ±20 % Res istance to Compre ssion Se t Max 2 .5% Shear Streng th Min SN /cm ' Mildew Resistance Excellent Staining None Flammability UL 94VO Se lf Exti ngu ish ing Meets CAL 117 Flash Point sgo ·F (31 o·c) Durometer Hardness ASTM D2240 Shore A 15ots . LIM ITATIONS • Joints must be sized by measuring every 5-?ft. (1 .524 - 2 .137 meters) to ensure gap open ing is uniform and depth is sufficient for the supplied material. • Do not install when sub strate or ambient temperatures are below -14°F (-25 °C) or above 95°F (35 °C). • Will not adhere to surfa ces contaminated by oil or grease . • If ambi e;nt storage temperatures are , below 50°F (10 °C), store material at a minimum of 68 °F(20 °C) for a minimum of 24 hours prior to installa ti on , regardl ess of temperature at location of installation . • Store material in a dry, enclosed area, off the ground , and out of direct sunlight. Do not install when raining or snowing . N OT INTENDED FOR • Joints submerged in water • Jo ints in contact with harsh chemicals • Jo ints in roofing applications • Joints requ i ring pick res istance • Cross joints in copings and projecting stone work I N STAL LATION PREPARATION • Verify that the joint is cl ean , sound , and will provide an appropriate surface for installation of the join t seala nt. • Check mate rial for the appropriate lengths , wid ths , and d epths. • Prepare the material for sea ms and proper lengths . INSTALLATION • Run a Y." bead of the suppl ied s ilicone adhesive along both side s of the joint approxi mately W' -Y." back from the substrate surface . • When fully prepa red to install , open the sealant material by removing the shrin k packaging and masonite strapp ing . • Remove the white re lease liner on both sides of the material. • Insert the material into the joint wh ile p ressing the materia l against th e sid e of the joint activating the PSA (Pressure Sensitive Adhesive). • Tool the sil icone over all seams and transi tions to allow for a clean, aesthetic fin ish . CLEAN UP • Remove any excess sili cone left on the surface of th e material or substrate . I • Remove all waste mate rials from the jobsite . • Do not reuse waste materi al. • Leave site to the satisfaction of the owner/arch itect. For complele Installation Instruct ion s and product informa tio n, con tact Technica l St1 pport: 800 .233.849 3 or visit us on th e web at www.c-sgroup .com Dow Co r ning® 790 Silicone Building Sealant Sealant Color Selection Guide • Please check the availability of the different colors . • Custom colors are available on request. • P lease refe r to product literature for applications and technical information . The co lors shown are a close approx imation of the actual sealant colors . However, for b est results , submit co lor samp les or swatches to our lab for color t es ting and matching. Precast White Limestone Bronze Sandstone Rustic Brick Blue Spruce l>OJI' < OR .\'/.\<; Construction Sol utions Gray Black Adobe Tan Dusty Rose Charcoal Natural Stone Dow Coming is a regis tered trademark of Dow Corning Corporation. 0200) Dow Corning Corporation. All righlS reserved . AGP66 12-2 Rogers-O'Brien Construction 1901 Regal Row Dallas, Texas 75235 Main 214.962.3000 Fa x 214 .962 .3001 3901 S. Lam ar Blvd . #200 Austin , Texas 78704 Main 51 2.486.3 800 Fa x 512.486.3701 www.rogers-obrien.com November 30, 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 # 54 -M/WBE Participation The total amount of the approved change request referenced above including profit and overhead is $765.00 . Below is the breakdown for the M/WBE Participation related to this change request: Grace Construction Co., Inc. $662.00 7 Total Cost included In Change Request $662.00 I $765.00= 86.5% Total M/WBE Participation For Change Request $662.00 I $765.oo= 86.5% Total M/WBE Participa tion for this Change Request is 86.5%. Please let me know should you need any additional information. Sincerely, Rogers-O'Brien Construction ~ Trey Carroll Project Manager CC: Mas ter F ile 10022 Dallas I Austin Rogers-O'Brien Construction November 22 , 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 # 75 -Bldg. 'A' Canti levered Beam Near Stair 1A 10022 Will Rogers Memorial Cntr Ea st Chang e Request # 54 Dear Jack: Per RFI # 75 response, added 8" x 24" concrete column at Sw corner of Stair 1A to support ca nt ilevered concrete beam . Cost of work includes added reinforcing , forming of column and concrete for new column . Attached please find our pricing for the above referenced revision item . 1901 Regal Rowrhe total amount to provide this work is : Dallas, Texas 75235 $765 .00 Main 214 .962.3000 Fa x 214 .962.300-Please note the attached exclusions/qualifications . 3901 S. La mar Blv d. #200 Austin, Te xas 787o4 f you have any questions or need further clarification, please contact me at (214)962-3000 . Main 512.486 .3800 Fa x 512.486.3701 www.ro ge rs-obri en .com Sincerely , Trey Carroll Rogers-O'Brien Construction Co OWNER AUTHORIZED S IGNATURE ATTACHMENT Dallas I Austin Change Request 54 Price Breakdown Job Name: Will Rogers Memorial Cntr East Date: 11/22/2011 Description : RFI # 75 -Bldg . 'A' Cantilevered Beam Near Stair 1A Change Request #:54 Labor Material No Description QTY Unit Unit I Total Unit Total Equipment Subcontract Other Price 1 Added Concrete Column I 662 .00 $662 .00 ****EXCLUSI ONS AND QUALIFICATIONS**** Subtotal : $662.00 See attached backup for labor, material and subcontractor and Overhead 10 .00% $66 .20 supplier detail. Fee 5.05% $36 .80 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 : $765.00 Project: Number: To : From: Subject: Sent Via: RFI ID: Hahn1el.cf Hoffer Stanforcl RFI Response Transmittal ID: Date Sent: 07o 15 -01 WRMC East Multi-Purpose Bui !ding 07015-01 Brent f\·lacD onald Rogers-O'Brien Construction Co. 1901 Regal Row Dallas, TX 75235 214-962-3000 (Pl1one) 214-962-3001 (Fax) Gary Ryan Hal1nfeld Hoffer Stanford 200 Bailey Avenue, Su ite 200 Fort Worth, Texas 76107 (817) 921-5928 (Phone) (817) 302-0692 (Fax) Unit 'A' Cantilevered B ea m Near Stair lA Info Exchange 00075 00454 6/24/2011 Discipline: Received: Question: Suggestion: Answer: CC: 6/23/2011 Deta il 12/S.A2.5 dep icts 8 1 ~ CMU supporting both sides of the cantil evered second floor ~earn at the south side of stair lA, As drscussed witl1 T~mmy Deeds,. Rogers-O'Brien Construction is to provfde a 8 11 x 24" concrete col tinm (the 24" leg paral.lel with North and South) at the Southwest corne r of stair lA to support the cantilevered' be:a111 above. Please provide reinforcement details for connection to e)Cisting wall below and beam above a.s well as stirrup requ iremen ts . PR·OVrDE 8 "X24" CONCRETE COLUMN REQUESTED BY G.C. TO ACCCOMODATE CO NSTRUCTION SEQUENCE WITH 6-#6 VERTICAL AND 2-~3 TIES AT 8 11 O.C .. THIS rs ALREADY DISCUSSED WITH TOMMY W/HHS AND BRENT W/ R.O. Grace Construction Co .. Concrete Construction 11325 Tantor Rd . Ste 200 Dallas , Tex as 75229 CHANGE ORDER REQUEST To: Rogers - O 'Brian Constrnction 1901 Regal Row Dallas, TX 75 23 5 Attn: Trey Carroll Project: Will Rogers Memorial Center 1401 W.R. Watt Drive Fort Worth, TX 76107 Tuesday, October 25 , 2011 Subject: See the additiona l costs for 8" x 24" concrete column per RFI 00075. Chan ge Order Request 11007-0 l 2R Labor with Burden $ 331.00 Subcontract $ Material $ 245.00 Equipment $ Subtotal $ 576.00 Overhead & Profit 15% $ 86.00 Total Cost: $ 662.00 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, I Alan J. Haynes , Sr. Grace Construction Company Phone: (972) 432 -0800 Fax : (972) 432 -0810 1 of 1 # 1 2 1 1 1 Grace Construction Co . Co ncrete Construction 11325 Tanto Rd . Ste 200 Dallas , TX 75229 DETAILED BREAKDOWN OF COSTS FOR RFI 00075 Labor Burd e n@ Category Tim e Rate 40% Cost Fo reman 1.0 Hrs $22 .5 0 $9 .00 $31 .50 Carpenter 3 .0 Hrs $17 .00 $6 .80 $142 .80 Laborer 3.5 H rs $14 .75 $5 .90 $72 .28 Iron W orker 1 .5 Hrs $17 .0 0 $6 .80 $3 5 .7 0 Cement Finishe r 2 .0 Hrs $17 .50 $7.00 $49 .00 $331 .00 Material Item QTY Price Cost Formwork 72 SF $0 .70 $50.40 Concrete 1 CY $6 0 .00 $60 .00 Reinforci ng 3 CWT $45 .00 $135.00 $24 5.00 Equipment Item QTY Pri ce C ost $0 .00 $0 .0 0 $0 .0 0 $0 .00 Subcontract Item QTY Pri ce Cost $ $ $ $ $ $ $ $ $576 .00 Rogers-O'Brien Construction 1901 Regal Row Dall as, Te xas 75235 Main 214 .962.3000 Fa x 214.962.3001 3901 S. Lama r Blvd. #200 Austin, Te xa s 78704 Main 512.486 .3800 Fax 512.486.3701 www.rogers -obrien .com November 30, 2011 Jack Durham Senior Construction Manager -City of Fort Worth Transportation & Public Works Dept. Facilities Management Division/ Architectural Services 401 West 131h 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 # 59 -M/WBE Participation The total amount of the approved change request referenced above including profit and overhead is $4,083.00 . Below is the breakdown for the M/WBE Participation related to this change request: Grace Construction Co., Inc. $3,535.00 7 Total Cost included In Change Request $3,535.00 / $4,083.00= 86.5% Total M/WBE Participation For Change Request $3,535.00 / $4,083.00= 86.5% Total M/WBE Participation for this Change Request is 86.5%. Please let me know should you need any additional information. Sincerely, R~~nstruction Trey Carroll Project Manager CC : Master File 10022 Dallas I Austin Rogers -O'Brien Construction November 22, 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 # 86 -Revised Rebar For Beam 833 @ Grid Line U 10022 Will Rogers Memorial Cntr East Change Request# 59 Dear Jack: Per RFI # 86 response, revised rebar for concrete beam along grid line U between grid lines 2 & 3. Original reinforcing for Beam 833 at this location was re -made per revised details provided . Attached please find our pricing for the above referenced revis ion item . The total amount to provide this work is : 1901 Regal Row Dallas , Te xas 75235 Main 214 .962.3oo cflease note the attached exclusions/qualifications . Fa x 214 .962 .3001 $4,083.00 3901 s. Lamar Blvd . #20 df you have any questions or need further clarification , please contact me at (214)962-3000. Austin, Texas 78704 Main 512.486 .3800 Fa x 512.486 .3701 www.rogers-obrien.com Sincerely, ~~ Trey Carroll Rogers-O'Brien Construction Co OWNER AUTHORIZED SIGNATURE ATIACHMENT Dallas I Austin Change Request 59 Price Breakdown Job Name: Will Rogers Memorial Cntr East Date: 11/22/2011 Description: RFI # 86 -Revised Rebar For Beam 833 @ Grid Line U Change Request #:59 Labor Material No Description QTY Unit Unit I Total Unit Total Equipment Subcontract Other Price 1 Revised Rebar @ Beam 833 I 3,535 .00 $3 ,535 .00 ****EXCL USIONS AND QUALIFICATIONS**** Subtotal : $3,535.00 See attached backup for labor, material and subcontractor and Overhead 10 .00% $353 .50 supplier detail. Fee 5.00% $194.50 Price excludes all federal , state and local fees . Price does include sales and / or remodel ta xes . Written authorization and I or signature on this PC required prior to performing the above described work . Total: $4,083.00 lfahnfeld Hoff el' Stanford H ahnfeld f Ho fer St f an ord I 200 B•ile Av y enue, Suite 200 Fort W orlh, Texas 76107 RFI Response Project: Transrnltt;al ID· 00541 07015 -01 WRMC East Mu'ti-P Date Sent: . B/9 /2 0ll 01015-0l urpose Burkino Number: To: From: Subject: Sent Vill· ~!=I ID: . Dlsdplfne: eoelved: OiJ-Htloo: . CC: Brent Mac:Oon .i kl Ro(JflTs-O'Bnen C 1901 R~-i onstruction Co ~Row · D.tbs TX 7"' 214-9-62-y l35 21-4-%Z-~ ~~~e) I( :: : ALT. NO 2 :: :: : TUNNEL :: 11 1 l l II II II II II II II c.ol 1 (/) __._ CD I'-! <l'. c.o l co• ' l ' ! 1/161101'-ct RE . .SA1.2 l,RA YAJNIK 2/55-4 Cl I 1/55-4 ~ T.O .C. = 582'-8" -----------------------0 -----------~ ~tJY • D !:!AST MUL Tl-PURPOSE FACILITY _W ILL ROGE ~ ENGl\l:ERS 9507 Efy1 0RIAL CENTER f!SP0N9 E TO _ .... RF-l i-00 0B 6 Dmwn By MYD OITY Of FORT WORTH FORT WORTH, TEXAS £-3 N ' N T .O. CONG. EL . 582'·8" tJ) UJ Cl::: <( > 1 T.O. CONG . EL . 582'-811 co ' tJ) UJ Cl::: <( > TOPPING • SEE ARCH. DWG. 2·#4@11"0 .C. 7·#11 BOT SECTION SCALE : 4"•1'·011 TOPPING • SEE ARCH. DWG . 2 -#4~11 11 0.c. 7·#11 1'·011 1'·011 18 11 DIAM . CONG . COL . BEYOND 11-10 11 1·#8 CONT . T ~ B BM ED GE BEYOND 11·2' B" 09507-Al·CBSS 11·10 11 I -----BM EDGE BEYOND 1'·2 1 311 111 E .J. ~AST MUL TI-PURP@ S~ FACILITY 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: RFI # 86 -Revised Reinforcing For Beam B33 At Grid Line U Change Order Request 11007-009 Trey: See below for the additional costs for additional steel for Beam B33 at grid line U b/t grid lines 2 & 3. The additional weight due to stmctural change is 4,548 pounds . Labor with Burden $ Subcontract $ 200.00 Material $ 2,274.00 Equipment $ 600.00 Subtotal $ 3,074.00 Overhead & Profit 15% $ 461.00 Total Cost: $ 3,535.00 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, Bud Vore Grace Construction Company Phone : (972) 432 -0800 Fax: (972) 432 -0810 1 of 1 # 0 0 0 0 0 1 0 1 Grace Construction Co . Concrete Co nstruction 11325 Tanto Rd . Ste 200 Dallas , TX 75229 DETAILED BREAKDOWN OF COSTS FOR RFI # 86 Burd en@ Category Ti m e Rate 40 % Fo rem a n 0 .0 Hrs $22 .50 $9 .00 C arpenter 0.0 Hrs $17 .00 $6 .80 La borer 0.0 Hrs $14 .75 $5 .90 Iro n W orke r 0.0 Hrs $17.00 $6 .80 Cement Mas o n 0.0 Hrs $17.50 $7 .00 Mate rial It em QTY Price Reinforc ing Steel 4,548 LBS $0.50 0 $0 .00 0 $0 .00 Equipment Item QT Y Price C ran e 1 Days $6 00.00 0 Days $0 .00 Subcontract Item QT Y Price Rojas 1 To ns $ 200 .00 Cost $0 .00 $0 .00 $0 .00 $0 .00 $0 .00 $0 .00 Cost $2 ,274.00 $0 .00 $0 .00 $0.00 $2,274.00 Cost $6 00 .00 $0.00 $0.00 $600.00 Cost $ 2 00 .00 $ $ $ 200.00 $3,074 .00 Mr. Trey Carroll DANIEL STEEL INDUSTRIES, INC. 4640 N. BELTLlNE RD. SUNNYVALE, TEXAS 75182 PHONE: (972) 226-7656 FAX: (972) 203-1597 Rogers O 'Brien Construction RE: Will Rogers Center Change Order Fort Worth, Texas Hahnfeld Hoffer Stanford , Architects Contract Drawings : RF/ #86 (revised B33 on grid U): $2,274.00 Approximate quantity of material for labor purposes only: 2 .28 tons of reinforcing steel DAN/El STEil INDUSTRIES Nate Orrick Sales Reinforcing Steel Fabricators Committed to Superior Service Since 1971 Rogers-O'Brien Construction 1901 Regal Row Dallas, Texas 75235 Main 214.962.3000 Fax 214 .962.3001 3901 S. Lamar Blvd . #200 Austin, Texas 78704 Main 512 .4B6.3800 Fax 512.486.3701 www.rogers-obrien .com November 30, 2011 J ack 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-01627 Contract # 41332 Fort Worth, Texas Change Request # 60 -M/WBE Participation The total amount of the approved change request referenced above including profit and overhead is $2,880 .00 . Below is the breakdown for the M/WBE Participation related to this change request : Grace Construction Co., Inc. $2,493.00 ~ Total Cost included In Change Request $2,493.00 I $2,880.00= 86.5% Total M/WBE Participation For Change Request $2,493.00 I $2,880.00= 86.5% Total M/WBE Particip ation for this Change Reques t is 86.5%. 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 Rogers -O'Brien Construction November 22, 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 # 88 -Bldg . 'A' North Ramp Rebar Requirements 10022 Will Rogers Memorial Cntr East Change Request# 60 Dear Jack: Per RFI # 88 response, specified rebar requirements for the beam running East to West along South side of the North ramp along grid line T bit grid lines 4 & 7. Ramp beam rebar to have (4) # 7's top and (4) # 8 bottom continuous with 36" diameter lap at support for bottom bars and at mid span for top reinforcement with# 3's@ 10" o .c . stirrups. Attached please find our pricing for the above referenced revision item. 1901 Regal Row Da_llas , Te xas 7523 51-he total amount to provide this work is : Main 214 .962 .3000 Fax 214 .962 .3001 Please note the attached exclusions/qualifications. 3901 5. Lamar Blvd. #200 Austin, Texas 78704 $2,880 .00 Mai n S12.486.38odf you have any questions or need further clarification , please contact me at (214)962-3000 . Fax 51 2.486.3701 www.rogers-obrien .com Trey Carroll Rogers-O'Brien Construction Co OWNER AUTHORIZED SIGNATURE ATTACHMENT Dallas I Au stin Change Request 60 Price Breakdown Job Name: Will Rogers Memorial Cntr East Date: 11/22/2011 Description: RFI # 88 -Bldg . 'A' North Ramp Rebar Requirements Change Request #:60 Labor Material No Description QTY Unit Unit I Total Unit Total Equipment Subcontract Other Price 1 Ramp Rebar Add ed I 2,4 93.00 $2,493 .00 ****EXCLUSIONS AND QUALIFICATIONS**** Subtotal: $2,493 .00 See attached backup for labor, material and subcontractor and Overhe ad 10 .00% $249 .30 supplier detai l. Fee 5.02 % $137 .70 Price excludes all federal , state and local fees . Price does include sa les and I or remodel taxes . Written authorization and / or signature on this PC required prior to performing the above described work . Total: $2,880.00 0 Hahnfeld Hoffet' Stanford Hahrif-:l d H o ffEr Stanford I 200 E-atlel -<-vEn •..1 s,, Su ite 2,:;o F ort Worcri . Ts,:-;as 76107 Project: Number: To: From: Subject: Sent Via: RFI ID: Discipline: Received': Question: S.t.199 estion: A.nswer: cc: RFI Response Transmittal ID: Date Sent: 07015 -01 WRMC Eas t Mu lti-Purpo se Bu i lding 07015 -01 Brent MacDonald Rogers-O 'Brien Co n struction C o . 1 9 01 Regal Ro w Dallas, TX 75235 214-962-3000 (Phone) 2 14-962-3001 (Fax) Gary Ryan Hahnfeld Hoffer Stan.ford 200 Ba iley Avenue, Suite 200 Fort Worth, Tex as 76107 (8 1 7) 921-5928 (Pho n e) (817) 302-0692 (Fax) Unit 'A' North Ramp Rebar Re qui rements Info Exchange 00088 8/15/2011 00601 9/6 /2 0 1 1 S h eet S.A1.2: does no t: depict: rnbar for t li e beam running East to West along: t he South side o f t h-e North ramp al ong grid tin e li between grfd fine s 4 and 7 in u nit 'A'. Ple a se provide rebar req:ui reme.nts. Ref. below for rebar requirements.: 3/S.A .2-8 -Wal rem£ below ramp slab and above e:l:!,raiion 568 1-4 11 between 'f & U to foiow 3 /S.A .2.1 for fypx::al wilre.norocnr.nt, and r~ beam iixYve wd para.id to grid line T to haYe 4 #7 Top and.4#8 bottom continuous with 36" di:i:m.eter lap at sapp,od for botto:m bars aad at mid spa11. for top r.r:i·aforce:m.e.nf -..wth # J at 10" o .c . stirrups ty})£al I ~o Qv/, ~Oll 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: Additional Cost Due to Rebar Revisions at Gridline 7-4 on Gridline T Ramp Portion Change Order Request 11007-010 Trey: See below for the additional costs for additional steel at Gridline T Ramp Portion . The additional weight due to structural change is 2,612 pounds. Labor with Burden $ Subcontract $ 262.00 Material $ 1,306.00 Equipment $ 600 .00 Subtotal $ 2,168.00 Overhead & Profit 15% $ 325.00 Total Cost: $ 2,493.00 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, Bud Vore Grace Construction Company Phone: (972) 432 -0800 Fax: (972) 432 -081 O 1 of 1 # 1 0 1 Grace Construction Co . Concrete Construction 11325 Tanto Rd . Ste 200 Dallas , TX 75229 DETAILED BREAKDOWN OF COSTS FOR RFI # 88 Category Item Reinforcing Steel Item Crane Item Rojas Labor Time Material QTY 2 ,612 LBS 0 0 Equipment QTY 1 Days O Days Subcontract QTY 1.31 Tons Rate Cost $0.00 Price Cost $0 .50 $1 ,306 .00 $0 .00 $0 .00 $0 .00 $0.00 $0 .00 $1,306.00 Price Cost $600 .00 $600 .00 $0 .00 $0 .00 $0.00 $600.00 Price Cost $ 200 .00 $ 262 .00 $ $ $ $ I $ $ $ 262.00 $2,168.00 Mr. Trey Carroll DANIEL STEEL INDUSTRIES, INC. 4640 N. BEL TLINE RD. SUNNYVALE , TEXAS 75182 PHONE : (972) 226 -7656 FAX: (972) 203-1597 Rogers O'Brien Construction RE: Will Rogers Center Change Order Fort Worth, Texas Hahnfeld Hoffer Stanford , Architects Contract Drawings : RF/ #88 (revised beam I wall at north ramp): Approximate quantity of material for labor purposes only: 1.31 tons of reinforcing steel DAN/El STEEL INDUSTRIES Nate Orrick Sales Reinforcing Steel Fabricators Committed to Superior Service Since 1971 $1,306.00 Rogers -O'Brien Construction 1901 Regal Row Dalla s, Te xas 75235 Main 214 .962 .3000 Fa x 214 .962.3001 3901 S. Lamar Blvd . #200 Au stin, Texas 7B704 Ma in 512 .486.3800 Fa x 51 2.486.3701 www.ro ge rs -obrien .com November 30, 2011 Jack Durham Senior Construction Manager -City of Fort Worth Transportation & Public Works Dept. Facilities Management Division/ Architectural Servic es 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 # 62 -M/WBE Participation The total amount of the approved change reques t referenced above including profit and overhead is $19,426.00 . Below is the breakdown for the M/WBE Participation related to this change request : Grace Construction Co., Inc. $1,879 .00 7 Total Cost included In Change Request $1,879.00 I $19,426.00= 9.6 % Total M/WBE Participation For Change Request $1,879 .oo I $19,426.00= 9.6 % Total M/WBE Participation for this Change Request is 9 .6%. Please let m e know , should yo u n ee d any additional information. Sincerely, Rogers-O'Brien Construction ~~ Trey Carroll Project Manager CC : Master File 10022 Dallas I Austin Rogers -O'Brien Construction November 22, 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:AS I # 17 -Fireline Revisions At Richardson-Bass Building 10022 Will Rogers Memorial Cntr East Change Request # 62 Dear Jack : Per ASI # 17 revisions , tie-in to existing fire line and extend fire line to existing riser location for Richardson-Bass Building . Cost of work inlcudes removal and replacement of existing sidewalk for extension of fire riser, excavation, installation and backfill of new underground fire line to existing riser location , final connections along with thrust blocks as required as well as removal of existing overhead fire line in Richardson-Bass Building . As directed by owner, portion of new fire line extending over top of concrete tunnel was installed in steel casing . 1901 Regal Ro ~tt h d I fi d · · f th b f d · · ·t Dallas Texas 75235 . ac e p ease 1n our pricing or ea ove re erence rev1s1on I em . Main 214 .962 .3 000 Fax 214 ·962 ·3001rhe total amount to provide this work is : $19,426 .00 3901 S. Lamar Blvd . #200 A ustin , Texas 7870 'fllease note the attached exclusions/qualifications . Ma in 512.486 .3 800 Fa x 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 Au s tin 'f Change Request 62 Price Breakdown Job Name : Will Rogers Memorial Cntr East Date: 11/22/2011 Description : ASI # 17 -Fireline Revisions At Richardson-Bass Building Change Request #:62 Labor Material No Description QTY Unit Unit Total Un it Total Equipment Subcontract Other Price 1 Sidewalk Demo/Removal 3,703.00 $3,703 .00 2 Fire Line Extension 9,415 .17 $9,415 .17 3 Sidewalk Replacement 1,879 .00 $1,879 .00 4 Fire Protection Subcontractor 1,822 .00 $1,822.00 ****EXCLUSIONS AND QUALIFICATIONS**** Subtotal: $16,819.17 See attached backup for labor, material and subcontractor and Overhead 10.00% $1 681 .92 supplier detail. Fee 5.00% $924 .91 Price excludes all federal, state and local fees . Price does include sales and / or remodel taxes. Written authorization and I or signature on this PC required prior to performing the above described work . Total: $19,426 .00 ' T O~,.,. Hahnfeld Hoffer stanford ARCHITECT'S SUPPLEMENTAL INSTRUCTIONS Protect Name: EAST MULTI-PURPOSE FACILITY AT WILL ROGERS MEMEORIAL CENTER CITY OF FORT WORTH FORT WORTH, TEXAS ~ City of Fort Worth 401 West 13111 Street Fort Worth, Texas 76102 Contraclor: ROGERS -O'BRIEN CONSTRUCTION 1901 Regal Row Dallas, Texas 75235 ASI No.: 017 Issue Dale : 09/01/11 Pro!ect No.: 07015-01 Contract For: General Construction Contract Data : January 6, 2011 Owner: [X] Architect : [X] Consultant : [X] Contractor: [X] Field : [X] Other: [ J File : [XJ The Work shall be carried out in accordance with th e 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: Attached revised full si ze F.D1 .1 for revisions to the fire line south of the existing Richardson Bass Building . Attachments: F.D1 .1 Issued by Hahnfeld Hotter Stanford : IJJIW WILLIAM WESTHOFF/ PA (Printed Nome / Tirle) ' f RR;ECISION DEMOLIIION Interior, Selective & Wrecki ng Demolition (972) 434-0800 Fax (972) 434-0803 TITLE : ASI 17 -Sidewalk Demolition NO . DATE : CHANGE ORDER 2 PROJECT: PD10097 10/12/2011 WRMC -East Multi-Purpose Facility JOB: PD10097 CONTRACT/PO: 10022-02-01 S TO : Attn : Trey Carrol l Rogers-O'Brien Construction Co ., LTD. 1901 Regal Row Dallas, TX 75235 DESCRIPTION Saw-cut, removal and disposal of concrete sidewal k pe r ASI 17 . CONTRACT DATE: STARTED: COMPLETED: REQUIRED: Labor: Equipment & Materials: 10% Overhead & 5% Profit: $1,475 .00 $1,745 .00 $483 .00 $3 ,703 .00 Change order -T ime I. Material PD10097 WRMC East Multi-Pu rpose 10/11/2011 Descrip ti on of Work Performed: Sow-cut, removal and disposal of concrete sidewalk per AS/ 17. Cost II of labors 11 Sub Total Hours TOTAL Superin te ndent Bose pay $ 25.00 Labor Burden 11.20 Benefits 7.90 Total Hourly Rate $ 44 .10 2 $ 88 .20 8 661.50 fore man I Bose pay 21.00 Labor Burden 9.40 Benefits 5.40 Total Hourly Rot e $ 35 .80 $ 35 .80 8 268 .50 Leadman Bose pay 17 .20 Labor Burden 8 .51 Benefits 5.05 Total Hourl y Rol e $ 30.76 0 $ 0 Laborer I Bose pay $ 12.00 Labor Burden 5 .37 Benefits 0.79 Total Hourly Rate $ 18.16 4 $ 72 .64 8 544 .80 Labor Total 1,474.80 Equipment & Supplies Amt. Cost per day Total Skid Steer w/ grapple I $ 225.00 $ 225.00 Hommer attachment I $ 185 .00 $ 185 .00 65hp Concrete Saw l $ 175.00 $ 175 .00 Diesel 40 $ 4.00 $ 160.00 TAX $ . Equipment & Supplies Total $ 745 .00 Disposal & Delivery I Ami. Cost per Unit Total 20yd Containers 4 $ 250.00 $ I.000.00 0 $ . $ . 0 $ . $ 0 $ . $ . TAX $ . Disposal r. Delivery Total $ 1.000.00 Equipment & Moteriol Total $ l.745.00 Labor Total 1.474 .80 Sub total $ 3.219.80 5% fo r Overhead 160 .99 10% for Profit 321.98 !Grand Total IS 3,702 .77 DEMOLITION Precision Demolition, LLC 1125 East Stat e Highway 121 Lewisvill e, TX 75057-4406 Office : 972-434-0800 Fax : 972-434-0803 1f4[;;j~~-:::~: . _ . -': }~:1~i!l~.;J,fi;iJW_g'B Ki~Qi.fH?J{i?$.ItON1>&~~~~~~t;tt~~~~. 0 ':.:%~0 ~:~~~~:; ~01f:~~~),vcJ,~ ~p Wo r k Requested by. ,:.__ _ _:___Ii._ __ Pr i nt Name Signature Demo Superintendent : . -.... " .......... ·-···-·-·---.. --·····-....... --···-··· ~ .. ····--· ·····-·-····-.. ·---···--·······--····-··-······-.. ,--.. -· ··-···-·-··-······--.. --·----·-··· .. ··-·-··· Area of Work/Sheet# on Plans : 1!-11,14/ .. G 0eif U1tt+:-· '/)1 ./} · 'n z}tVtJ-- L.P-.e-rs-o-.n-h-el-::-.:,·-"'--,...-:·-... ----__;...::. ... -·\.;;.·: .-------.-Q-u-a-.nt""it-y-·'·-: .-H-o-u-rs-.-.. ,-., .->-.,;,-·.: -.: .-. T..;:..o_t_a.;.;I H:...o_u_r_s_· ..Jr: fJ.S-f" \r Superintendent: 2 futZtlvo ~\\i l\.l\.e> Z 1 . .5 Is" Foreman : l ?·=!?;,h.R.,~me,...vfvtw' 1. { .5 Lead Man: q5 Labor: . 4. . ' Equipment: {please check all that apply. If not listed;-please write it in and .. be' specific) Equipment: Machinery: Dumpsters: Trucks: Torch Set -up Power Washer Floor Machine Backhoe Chipping Hammer Jackhammer Air Compressor Negative Air Machine Concrete Blade(s) I Excavator 200 Series 300 Series 400 Series Hammer Grapple Thumb Dingo Rivet Buster Air Hoses Hammer Bits Oskytrack Size: ___ _ 0Boomlift Size: ___ _ Dscissor Lift Date: D 0\ City of Fort Worth Will Rogers Equestrian Multi-Purpose Facility Sub Contractor's Summary Scope of Work Description : Trade : Utilities Sub's Name: Wright Construction Co ., Inc . Project: Will Rog ers Multi-Purpo se Facil ity Date : 11/7/11 r ~ 17 -Flre ""'"'""' : ::: : = ::: : ~: : : : : :::::::::: :: : : ::: :: ~::: :: : :: :~:: ::::::: :::: ::: : :~:: : ::: ::: :: : :: : :: :: ~::·················! I Materials I Units I Labor I Equi pment I Scope of Work Descri ption Total Cost I Item Description I UOM I Qty I Co st Per Unitl Total I per MH I MHRS I Rate I Total I Eq . Type I # Hrs. I Ra te I Total I Pipe/ Fittings -Ferguson !See attached invoices \S 1 1 i $1 ,982 .95 i s1,sa2.ssi Mi ke Pulley i 38 .00 i 24.SO i $9 31 .00i Rubber Tire Backhoe ! 31 .00 i $45 .00 i $1 ,3 95 .00 i $4,308 .95 !cushion Sand !YD i 20 ! $9 .79 i s1ss.ao iRafael Hernandez i 33.00 i 22.59 ! $745.47 i 1 1 l $0 .00 1 $9 41 .27 ............................................................. !314" Gravel ........................... 1TN ......... ! .................... 25 L ........... $14.59 ! .......... S364 .1s[sergio. Ram irez ..... ) ............ 28.50.J ........... 1.9.48 l ........... sss s.1a i ...................................... J .............. l ..................... i ........... $0.oo 1 .............. $91 9 .93 !Casi ng !LF ! 20 l $15 .95 l $3 19.00 j Jorge Nieves ! 8.00 ! 22 .5 9 l S1B0.72! l l ! $0.00 l $4 99 .72 ............................................................ _:Fire Li ne Stamp ed Plan .......... l EA ......... L. ................... 1 L. ...... $600 .oo L_ ....... ssoo.oo l Jose Valdez ............. L. ......... 25.so .. L. ....... ..1.4.41.) ........... S367.46L .................................... .i,. ............. L. ................. .l ........... so.oo L. ........... $967.46 .......................................................... ) ................................................ \ ............ .) ......................... \ ......................... \ ....................... ( .................................... \ ...................... .) ............ 1.4.41.( ............... so .oo ( ....................................... i ............... \ ..................... \ ........... $0 .00 \ .................. so .oo l ! ! ! ! l Rene Marquez ! 17.00 l 32 .34 l $549 .78! l l l $0.00 ! $549 .78 ........................... · ................. U .............. 1 ................................................. t .............. J .. H .................... l .......................... t ....................... [ .................................... J .......................... i. ....... · ............. t ....................... i .......................... U ............ l ............... l. .................... ! ... U ................ l ............. · .·.· .......... · ............................................................. : ................................................ j ............... : ......................... j ......................... : ....................... i .................................... : ......................... j ...................... : ....................... j ....................................... : ............... i .................... ~ ..................... ~ ............................ . ~-1!.~!~~l~---------------------L----------------------L _____ L_ __________ .l.._ ___________ L ___ ~~!':~2.:~~L----------------L----------L---------L-}_3~~~~~6.:L __________________ L ___ ~!:~L-________ LJ !!~~~:~~L---~!l,!!!L!] I I I I I I I I I I I I I I I I I -. I I I I I I I I I I I ______________________________ J ________________________ l-------1------------I------------r-----------1------------------1------------l-----------i====.»<:.::~-------____________ r _______ r _ .. ________ ~::::.-::::!-------------- • , , , , • 1 • • • Sub-C ontra ctors Profit & Overhead • 15 00% • $1 228 07 -----------------------------1----------------------t-----1 ----------t----------1---------1-----------------1 ----------1----------t---------i ------------------r -----r --------~-----· ---: 1-------· ---· -- r ota1 co No. I I I I I S3,4 62.SOI I I I S3,32s .s11 I 3 1.0J I $1,395 .151 $9.4 15.17 Pag e _1_ of _1_ SH iP M FERGUSOI'{___ -,, Waterworks 2650 SOUTH PIPELINE ROAD EULESS, TX 76040-6633 Please contact wi1h Questions : 817-858-0714 U-1, ,l ,ll11ll1111l, I ,11,ll, I ,I 111l,I I, I .. I, I 11 I I 111, 11 l I, I, I ,I 00000107 01 AB 0.368 01 TR 003 FRIDDR01 000000 WRIGHT CONSTRUCTION 10048 -WILL ROGERS MULTI ATTN: ACCOUNTS PAYABLE 601 WEST WALL STREET GRAPEVINE , TX 76051 SEL-C .. tAx'cdtiE . r:~;',r:~1=§A~:i PLEASE REFER TO INVOICE NUMBER WHEN MAKING PAYMENT AND REMIT TO: FEI -DALLAS WATERWORKS 8788 PO BOX 847411 DA LL AS, TX 75284-7411 I :: ¥- COUNTER P I CK UP 2650 SOUTH PIPELINE ROAD EULESS, TX 76040-6633 . 1N\i16 1CE DATE .. WHSE . WHSE . JOBNAME ············ 10048 -WILL ROGERS MULTI ... . EiAfb-(" 10 24293 788 788 TX788 10048 ..• . .• 2 2 IMJCBBGPU 8 8 RF41 4 4 RG41 8 8 RCSTP 1 1 PSNBGZ1RF8U 1 1 1BR9F 1 1 BRNFK , 1 MJ9LAU 2 2 SSLC6 1 el SZF2C6 1 ., . 1 A1067AA CJI Use FERGUSONONLINE .COM , need help? Ca I I ( 888) 222-1785 -========================= LEAVE OUTSIDE FOR MIKE P. ========================== 6" C900 THRU 12" DUCTIL E (2) RF41 (1) RG41 20 LF -> (4) CIRCLES 6 MJ CORTEN BLUE BOLT & GSKT PK RACI CASING SPACER ELEM RACI CASING SPACER ELEM 4 WIDE CASING SPACER TAPE 6 ZN 150# RR FF 1/8 FLG PKG 3/4 BRS 90 ELL 3/4X2 BRS NIP 6 MJ C153 90 BEND L/A 6 PVC WDG REST GLND *ONELOK 6 DI STD DUTY REST ZIP FLG 10 N12 HOPE COR SNAP END CAP INVOICE SUB -TOTAL E GitliPJJOif! :-·:{~l{°~? TAX :j.·;-. . . : .. : PO: ' \'§t::k GL: CC: __._.00~. \--- Appr: ~ ,oJ::.1/1( RECENED: 10/18/2011 TERMS : NET 10TH PROX ORIGINAL INVOICE All accoulltS are due and pay able per the Invoiced terms . All past due amounts ace subject to a service charge at ll1e ma.umrn rate allowed by stale law pl us costs of co llectio n including attorney lees ~ inctmd . Freight terms are FOB Ott clock unless otherwise specWed above. 10/12/11 21 .760 EA 10. 950 EA 9.840 EA 1 . 750 FT 10. 120 EA 5. 040 EA 5 .230 EA 64. 260 EA 35.940 EA 42.000 EA 16.610 EA uless 432.60 43. 52. 87. 60 39. 3, 14.00 10, 12 5. 0 '4 5.23 64.2, 71. 8S 42.00 16 . 6 I 399. 6:1 ~ WAR RANTY PROV ISIO,~S SE E REVE RSE SIDE A " ,1. FERGUSON ~ -,, Waterworks - 2650 SOUTH PIPELINE ROAD EULESS, TX 76040-6633 PLEASE REFER TO INVOICE NUMBER WHEN MAKING PAYMENT AND REMIT TO: Please contact with Ou~lion'5 : 817-858-0714 FEI -DALLAS WATERWORKS #788 PO BOX 847411 DALLAS, TX 75284-7411 WRIGHT CONSTRUCTION 10048 -WILL ROGERS MULTI ATTN: ACCOUNTS PAYABLE 601 WEST WALL STREET GRAPEVINE, TX 76051 f;;§·; e'/i~-~)gi~;;:-;$,t1IR:,:;!X-Of~g4;j@r~';;4~~,~~k;21 COUNTER PI CK UP 2650 SOUTH PIPELINE ROAD EULESS, TX 76040-6633 SHIP. SELL --tAxcoo·E . ·cus'rOMERORDER NUl>XBER ·sAL°E"SMiirif' .... . ...... JOBi,AME ... . WHSE . WHSE. 788 788 TX788 10048 CJ I 10048 -WI LL ROGERS MULTI 1 IMJBGPU 1 SSLD6 1 A1094ST Use FERGUSONONLINE.COM, need help? Ca 11 (888) 222-1785 6 MJ C153 BOLT GSKT PK L/ GLAND 6 DI MJ WDG REST GLND *ONELOK 10 N12 SOI L TITE 45 ELL INVOICE SUB-TOTAL TAX PO: l '5Dy:, GL: CC: RO. I Appr: ~ 10/:,,J,1 RECEIVED: 1 ~S/2011 INVOiCE DATE 10/12/11 13.750 EA 28.440 EA 39. 770 EA uless .BATCH 10 24293 13 ,1-5 28,fl 39. "t 81.V6 7< TERMS: NET10TH PROX ORIGINALINVOICE Js:UtmtJ~ 88 .72 --..• ~ -··-_ _. __ .,....,.,..lho WM>ic'..P.rl lemls. Alf 113Sldue ~unts a-e subj!ctlO a. scrv_ice c~.e-~l~=-~amium rate ailclw1!d bystrte law pl us WARRANTY PROV ISIONS SEE REVER SE SIDE A ''-FERGUSONt· ..,, Waten.uorks ~ 2650 SOUTH PIPELINE ROAD EULESS , TX 76040-6633 Please contact with Questions : 817-858 -0714 II,, ,I, I I .. II,,, ,I, I 11,, I I, I ,I,, ,I ,II, I,, I, I II I I,,,, 11 I I, I, I, I 00000829 01 MB 0.390 01 TR 005 FRIDDW01 000000 WRIGHT CONSTRUCTION 10048 -WILL ROGERS MULTI ATTN: ACCOUNTS PAYABLE 601 WEST .WALL STREET GRAPEVINE, TX 76051 PLEASE REFER TO INVOICE NUMBER WHEN MAKING PAYMENT AND REMIT TO : FEI -DALLAS WATERWORKS #788 PO BOX 847411 DALLAS , TX 75284-7411 [:-';;_(,,;,:~:· [;, ;,e,;_,,, .. ,_,,,,.~; .":~6 $ t;t Je"::t..o:·~;.;:,::,;: ~; .. ~ ;• ;;: ,.::,::: ,.. _ ~, . WRIGHT CONSTRUCTION 10048 -WI LL ROGERS MULTI HE CRNR UNIVERSITY & HARLEY FORT WORTH, TX 76102 S HIP .. SELL . i ii.:X CO DE CUSTOME R OR DER NUM BER SALE S~;w, . .... JOB NAM E IN VO IC:E DATE 81\TC H WHSE . WH SE. IO 1241 1241 TXE 10048 CJI 10048 -WILL ROGERS MULTI 10/11/11 24284 fU8D.ER.EO" ·::-;SHJPP.EO.'.c' .''.;£• .:J JtEMI NtJMBEB:,,;•;"N' :"t'i __ .,.:;;;::.u:,;f! ,.::i;::~-: ,,.,:,,:01=:~_GRIP,TION;,:,:,::,o.,,&:ii''.f /ic,":•'""'''~'':i,r;:;, JJNH,,. PfUCE,:,;.: :?'.c ,UM : ,;._ ,:,:::;~ ;:::AMQUNT:•.,:,. 4 4 IMJCBBGPU 1 1 IBRBFB 1 1 IBRBKF 2 2 BRNFM 1 1 DAM7 1 1 FNWl110AF 1 1 W9767096 4 4 SSLC6 1 1 MJ9LAU 1 1 MJLSLAU 200 200 DR14BPU ( ..,, I I Use FERGUSDNONLINE.COM, need help? ca 11 (888) 222-1785 6 MJ CORTEN BLUE BOLT & GS KT PK 3/4X1/4 BRS BUSH 2X3/4 BRS BUSH 3/4X3 BRS NIP 3/4 MIP AIR KING UNIV COUP 3/4 BRS 600# WOG 2PC THRO FP BV 2-1/2 SS/BR LFI GA 0-300 1/4 LM 6 PVC WDG REST GLND *ONELO K 6 MJ C153 90 BEND L/A 6X12 MJ C153 LONG SLV L/A 6 C900 DR14 PVC GJ BLUE PIPE INVOICE SUB-TOTAL I QUIP/JOB: \bD-{~ PO: I l $)l,c, GL: CC: ~o.., Appr: dlJ IOlt/tJ RECEIVED: 10/18/2011 21. 760 EA 3,250 EA 15.840 EA 7.000 EA 5.740 EA 10.580 EA 28.940 EA 35.940 EA 64.260 EA 57.960 EA 5.350 FT I TERMS: NET 10TH PROX ORIGINALINVDICE {i'~l.OlALDl/E f:·] 1.501.37 An accoun ts me due and pay~bl a per the invo ,ced tP.nns. All pa st due amo unts ;re subie ct IO a service charge al the max'1Hrn rat ~ all<lwe d by slate law plus w:.'lf\•iir v PRo·,,s,o Ns 5 ~~ r.F vF.RSE ,.,ri~ rl"rk-nl rl"l llo,l"fol'lt'I rt'Y"f1 .rfinn ::I HnmPV fpp c; • ,nc:, CTOd f~hi ~ ::lf"I? FOS ()U" dock urJess ~e s~ abOYe , 87. 3. 15. 14. 5. 10. 28. 143. 64. 57. 1070. 1501. -.n- A IERRA PIPE, INC.· Sold To : 922495 ht C o nst ructi o n . Wall St. evine TX 76051 REMIT TO: P.O. BOX 450787 HOUSTON, TX 77245 (713) 434-1114 Ship To : INVOICE Number: S-56 9 27 -------- Date: l 0/13/2 0 11 --~ ,: ~\ . "i'J \\ CU ~1 air? Cierra Yard \\'e eatherfo rd, TX l FOB SHIPPING POINT C ·-· FRE IGHT_!ERMS : I DATE OROERED I SALESM AN . I CUSTOMER POI DATE SHIPPED PPD & ALLOW PPD & ADD 1 0 /11 /1 1 Barto n PO 100 48 1 0/1 2/11 ------ I I j I ! I ' I I l I ! ---QUANTl1Y . ------· ~ ---- QUANTITY ---· ----.· --·-· ---·. ··--· --------, --- ORDERED SHIPPED DESCRIPTI O N UNIT PRICE U/M 20.0 2 0 .0 12 3 /4"00 x .2S O"W x 33.4 1 lb . New Limited Servi ce Pipe, Fu sion Bond Coated o n OD I I I I I I ! I -. i I I I I I I I I r ~ I I I I ,! ' I I I Terms : .Net 3 0 D.a~y~s __ _ LIMITED SERVICE, REJECT. OR USED MATERIALS ARE SOW •AS IS" M D ARE NOT COVERED BY ANY TYPE OF WARRANTY OR GUARANTEE . AN( MATERlAI. RETURNED MAY ee SUl!JECT TO A RESTOCKING FEE Equip/Job GL cc Appr I /OJy [ t-801 I Bt; 10/~g/t1 -- FRE IGH T: SUBTOTAL: SALES TAX: AM OU NT DU E: $ 1 5.95 ft. 0 1:9\ ,· I J I I 1· I I I 8.25 96 We appreciate your business. Thank you for your order. NEW PRIME PIP E • NEW LIMITED SERVICE PIPE • US ED PIPE I i I I I I i I I $ $ $ $ HOUSTON, TX WEATHERFORD, TX SEGUIN, TX TOTAL I 3 19 .0 0 '• . - ' " Elias S . Bathish P.E. dba Excel Consultants 5205 Tacoma drive Arlington Texas 76017 BILL TO Wright Construct io n Company , Inc . 601 N. Wall SL Grapevine , TX 76051 ITEM Engineering Sile plan for Fireline for Will Rogers? DESCRIPTIO N ltJOO'lg; ~(YI 1110 l-;!}Jf nhJ,, I I I Thank you for your business! Invoice DATE INVOICE# 11/5/2011 237 DUE DATE P.O .NUMBER 11/12/2011 AMOUNT 600.00 I I Total 600 .00 HOURLY WORK JOB LOCATION: w~ \ \ Ro ~ L'O 10 04& DATE : I b - \ \-\ I FOREMAN: M i ~',v.."--\ Pu \l~ '; 1 Y 1 ' is Propc,s<-~ C/L.., o~ jVe~ "!'-f;•rG-L:"'"-1-\g~ +-t. Mbuc.. ]' ..J.-01AJ0.."'<:\. '11.l Vve... ~ • J. '5 +o.rw--~11'"\, Po~~\-<-d ep..f6~ N,5J.-~, ('' -f.1e.l,'11 ~ ~.J. ·H~ We * c:.r.d 6.P .:J ab S ~ ... ~~ + -t\.(L t"t><r ~o rf'> L~ &o I '* 'J.D I Wrn ' .<-,. o:J..lo )E.... roa+ f:}~() cl, -f. ~'(": 'C. -·-. .. -... ... . .. EMPLOYEE HOURS MATERIALS QTY ----· . ---------· .. .. ---- /v\;"bM I Ri ll~',if ~ii 'J.... q,~ LM A GJ s h,or'I ~d. \ .i:ll~o~. Loud., ·1 J. &nw.v\ 'S ~:<r... ~ h f<o. ~ ~ r-e-z... \ 1 I V (Z (l-fr>1 <., \ 1-k \'110.n J.R.z. ti. J o/1~ '1 .5' ':fc<,,, f(. Va. \ck:z . -l:r.~D(,o q ,~ K._e..f\o Jllln,Jtl% ~ \ . -. .. -·-·-. ···-· .. --····-.. ... E Q UIPMEN T HOU R S RENTAL EQUIPMENT ------" ·-. -· .... ·-·-· -. ~l DS&-q I CT-'10~1 Ci ---· ... -·--------_ .. -. . ··-·-· .. ---------.. -. - COMMENTS : ) HOURLY WORK JOB LOCATION : u); 1 l ee'j~ /D O':f:6 DATE : IO -1 'C}..-\ \ FOREMAN: M iGha..e \ Pu.'~¥ WORK PERFORMED: A fY'>.e r-W or k. 'i o R~< R O <D fY\ -+o C..l.e.a.~ "--f T'-(.e ·-e.,-l ,""5 J..~ Ir, 11 -·-.. .. .. -... ·---· .. - EMPLOYEE HOURS MATERJALS QTY . --. .. .... .. .. .. ,--· - M ivW R 11 -e.J-y ~~ Q ~~ HV('~il., (p T7" (\ Q. M a.,a., o '7' < I ·-·-.. --··-·--· ·--···-· E QUI P MENT H OU R S RENTAL EQUIPMENT ... . -------. ,-·-·---.. .. -. --·· ---··--.. ·-.. COMMENTS: HOURLY WORK JOB LOCATION : W:, 1 ·I ~us /O o c..f5 ) DATE : l O -1 '3 -I I FOREMAN: )/}rc.rvw'\ e M~ WORK PERFORMED: ~ JY\."t"V Cc. ~.~n. ... .. .. ---. .. . .. . -·--.. ·-·- EMPLOYEE HOURS MATERIALS QTY ---· ..... ----··-·-.. ------·-- M 1c.h 1L<-I R..11 (A,\/ ~d-g. ~ q.-5' 5 (v c .;o ~,~-a l'36 3 q.5 I B<a fu ) ~~c\__.,_,.~--:d>L~')3 '7, r:ft>x..-V a \cL.cn a · ·1.0 in fl, ~b'(o.,~ n f (' ,, .... _,; *19.t LJ. 8 u ~ £ rr. u" "::r_ L\ i7 q["\(1 l .. -.... ... --.. -· EQ UIPM ENT HOURS RE NTAL E QUIP MENT . ·--· ... ... ·--·. .. ~/IY5.t :tt..30,1 q (,} -1D Oi 1 q '<,JDS& ~ Oll '-f ---· -. ---.. . --- C OMM EN TS : HOURLY W ORK J OB L OCATION : LJ :1 1 R°t}us I ooi:,g DATE : l'D -I y-11 F OREMAN: M 7c.ho.c ( {?.1 1-=t( W O RK PERF ORMED: 54J-+-/':1lra -'$f,,..J.ve, t ~+ W,"f h. +,r.._. ~~h<l/~r ;J-I\, J cs-t-@ :}.OcJ fs:_::l:: -rc;>~ \{s)-cA!. u.1£Jvl: .. W ;d"\.,. l -c.-w!,, 5pr-,nJ.J-o--D ".\ q e-Hz 1)" L1'& .f-/.Jshc.d e:t .:::v~gt b"2( Sl.4S 1""kt hs,d OJ ~v . US c. d I ~ O & 3=0 /--fos c. +-o -F\ .Js h Oh -IT, J...a ~ Ho '" M ,~ -1--1 k.. c. ~ tJ ~ /"c. r'.l1Lu.J, Li..bw ~ 1\~n~s <t I r-1-vh +:l'\-'5 h j'.$a cJl .. :fd l aJ.-<..o""-p,.c.ltt,,.,, W ,Th k b ]<cJ.. (m -..d (kh5 ;ch~s . -·---.... ... .. ... ·--···· ... -· '' -... .. - EMPLO YEE HOURS MATERIALS QTY -.. --. --.. -··· ---. ... ---.. --· -... M ie, rto. '(, I Pu I{ t.~/ j:i"J.. ~;, q ,5 S l(C\,'u Ro/l'l,(<:?.J IJ~ 308 ~ ,J ~~l rte ..-~a....d-z., .!:l I g ? 3 q.5 ':\vs c.. Va 1.--L-., !J-'J..Dho 2, 1) P r\l, d .. ,, . .,~::,.. Cn \ " / ' \ ' . .. .... -·-·~-. -.. --... ----· ..... . . . --. .. ... ... I I I i I ' EQ UIPM ENT HOUR S RENTAL EQ UI PMENT ·-· -.. -----.. -·-----· -.... .. .. .. --··- ~lDS~ JI. 301c, q c-r-?011 9 -rc-5+ Pu..,,o 3 --· .. ·-.. ..... .. COMMENTS : 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, October 14, 2011 Subject: ASI # 17 Revisions -Replace Sidewalk Change Order Request 11007-016 Trey: See below for a breakdown of the work to be performed to replace sidewalk removed for ASI #17 changes . Labor with Burden $ 824.00 Material $ 810.00 Equipment $ Subtotal $ 1,634.00 Overhead & Profit 15% $ 245.00 Total Cost: $ 1,879.00 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, r John 'Duncan', Jr. Grace Construction Co. Estimator/ Project Manager 214-930-8194 Phone : (972) 432 -0800 Fax : (972) 432 -0810 1 of 1 .. # 1 2 2 2 3 Grace Construction Co . Concrete Construct ion 11325 Tanto Rd . Ste 200 Dallas , TX 75229 DETAILED BREAKDOWN OF COSTS FOR ASI # 17 Burden@ Category Time Rate 40% Foreman 1.0 Hrs $22 .50 $9 .00 Carpenter 3.0 Hrs $17 .00 $6 .80 Laborer 4 .0 Hrs $14 .75 $5 .90 Iron Worker 4.0 Hrs $17 .00 $6 .80 Cement Mason 4 .0 Hrs $17 .50 $7 .00 Material Item QTY Price Formwork 30 LF $0 .55 Concrete 12 .0 CY $60 .00 Reinforcing 2 CWT $45 .00 Equipment Item QTY Price Cost $31 .50 $142 .80 $165 .20 $190.40 $294 .00 $824.00 Cost $16 .50 $720 .00 $90.00 $810.00 Cost $0 .00 $0 .00 $0.00 $0.00 $1,634.00 " September 19, 2011 Mr. Trey Carroll Rogers O'Brien 1901 Regal Row Da l las, Texas 75235 Re : Will Rogers Demo existing 6 " dry pi pe ASI #17 Via: E-mail : tcarroll@rogers-obrien.com Trey: We are requesting a change order in the amount of $1,822 .00 (one thousand, eight hundred twenty-two dollars and no/100). This is due to the demo of existing 6" pipe and reconnection of existing fire riser. Labor 40 hours @ $ 28 .00 /hour Material (Break-out below) Equipment Tax (exempt) Sub Total OH&P 10ia Total Material Break-out: Fabricated spool piece SCH40 Galvanized Grooved Flanges X 2 $ $ $ $ $ $ $ $ $ $ 1,120.00 286 .00 250.00 0.00 1,656.00 166 .00 1,822.00 176.16 109.60 286.00 Please sign and fox back for d i rections to proceed . If you have any questions, please do not hesitate to contact me Sincerely, Ra" Jrit, Project Manager Trey Carroll Rogers O'Brien Date TEXAS SPRINKLER 609 INDUSTRIAL BLVD• GRAPEVINE , TEXAS 76051 (817) 416 -0160 • FAX : (817 ) 416 -0862 Rogers -O'Brien Construction 1901 Regal Row Da llas, Texas 75235 M ai n 214 .962.3000 Fax 214 .962.3001 3901 S. Lam ar Bl vd. #200 Austin, Texas 78704 Ma in 512.486.3800 Fa x 512.486.3701 www.rogers-obrien.com November 30, 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-0162 7 Contract# 41332 Fort Worth, Texas Change Request # 63 -M/WBE Participation The total am ount o f the ap proved change request referenced above including profit and overhead is $1,956 .00. Below is the breakdown for the M/WBE Participation related to this change request: Grace Construction Co., Inc. $1,694.00 7 Total Cost included In Change Request $1,694.00 I $1,956.00= 86.6 % Total M/WBE Participation For Change Request $1,694.00 I $1,95 6.00= 86.6% Total M/WBE Participation for this Change Request is 86.6%. Please let me know should you need any addition al information. Sincere ly, R ogers-O'Brien Construction &?4? Trey Carroll Proj ect Manager CC: Master File 10022 Dallas I Austin " . Rogers -O 'Brien Construction November 23, 2011 City of Forth Worth 401 West 13th Street Fort Worth , TX 76102 Ph : (817)392-7913 Fax: (817)392-848 8 ATIN : Jack Durham RE :RFI # 91 -Bldg . 'A' Beam 67 & 68 Reinforcem e nt Detail s 10022 Will Rogers Memorial Cntr East Change Requ est# 63 Dear Jack: Per RFI # 91 respons e , revised rebar requirements and sizes of concrete beams 67 & 68 along grid line U . Concrete beams extended to the North to expansion joint between Garage Band Bldg A with additional rebar added for increased s ize of beam s . Attached please find our pricing for the above reference d revision item . 1901 Regal Row . . . Dallas, Texas 7523 sfhe total amount to provide this work 1s : $1 ,956 .00 Main 214.962 .3000 Fax 214.962.300p1ease note the attached exclusions/qualifications . 3901 5. Lamar Bl vd. #200 Austin, Texas 7870 4f you have any questions or need further clarification, pl ease contact me at (214)962-3000. Main 512.4 86.38 00 Fa x 512 .486 .3701 www.rogers-o bri en.com Trey Carroll Rogers -O'Brien Constru ction Co OWNER AUTHORIZED SIGNATURE ATIACHMENT Dallas J Austin " Change Request 63 Price Breakdown Job Name: Will Rogers Memorial Cntr East Date: 11/23/2011 Description: RFI # 91 -Bldg . 'A' Beam 67 & 68 Reinforcement Details Change Request #:63 Labor Material No Description QTY Unit Unit I Total Unit Total Equipment Subcontract Other Price 1 Revised Beams 867 & 868 I 1,694 .00 $1,694 .00 ****EXCLUSIONS AN D QUALIFICATIONS**** Subtotal: $1,694.00 See attached backup for labor, material and subcontractor and Overhead 10.00% $169.40 supplier detail. Fee 4.97% $92 .60 Price excludes all federal, state and local fees . Price does include sales and / or remodel taxes . Written authorization and I or signature on this PC required prior to performing the above described work . Total: $1,956.00 0 Hahn-feld Hoffm· Stanford Hahnf;;ld H off e r Sta r ,ford I 200 Ba iloa ·1 ,C.venu,e;, S u it s, 2C,(l Fort Wc:,rt ,,, Toaxss 76107 Project: Number: To: From: Subject: Sent Via: RFI ID: Discipline: Rece.ived: Question: s·· ,estio n: l #we.r: CC: Con tents Quantity 1 1 1 1 1 1 RFI Response Transmittal ID: Date Sent: 07015 -01 WRMC East Multi-Purpose Building 07015-01 Brent MacDon aid RoQers-O'Brien Construction Co. 1901 Regal Row Dallas, TX 75235 214-962-3000 (Phone) 214-962-3001 (Fax) Gary Ryan Hahnfeld Hoffer Stanford 200 Ba iley Avenue, Suite 200 Fort Worth, Texas 76107 (817) 921-5928 (Phon e) (817) 302-0692 (Fax) Unit 'A' Be-am 67 & 68 Reinforcement De-tails Info Exchange 00091 8/15/2011 00594 9/2/2011 As di.scu.s .sed with Mahendra Y:ajr.ik an,d Tommy Deeds on 8/10/H , ptease provide revised d etails for beam 68 & 67 Reference attached fo< re quested d etails, Jeff Westhoff(Hahnfe:1-d Hoffer Stanford) Mahendra Yajnil< (MYD Stru::turaf Engineers) Tommy Dee.cfs .(Hahn.feld Hoffer Stanford) Dated Description 9/2/2011 SS -3 .pdf -;1-I.ff V€iJ fo,e.. /2.f-I -if:. '2 t I !3£AM 9/2/2011 SS-5.p.df 9/2/201:l. SS-8.p,cf ' I 9/2/2011 SS-6.pcW' (333) I 9 /2/2011 SS-4.pcW' ~ 1S..Jll6f) ~ J2.r1.#zl. (f3£AM B"33) 9/2/2011 SS -7 .pdf CFrl ~ 0 (\ .. T.O . CONC . EL. 582'-8" (./) lU fr:: <( > T.O. CONC. EL. 582'-8" (./) lU fr:: <( > TOPPING -SEE ARCH . OWG . 2-#4@11 11 0 .C . 7-#11 BOT TOPPING -SEE ARCH . DWG . 2-#4<!11 11 0.C. u 11-011 R Fr er; 18 11 DIAM . CONG . COL . BEYOND 11-10 11 1-#8 CONT. T i!. B BM EDGE BEYOND 1'-2' 8" 09507-Al-CBSS 11-1011 I BM EDGE BEYOND 111 E.J. +--f----+----1-...._.--~- 11-011 1'-2 1 8 " SECTION SCALE : 4 11 •1'-0" 09507-Al-CB VI.AHENDRA YA.JNII< ~~JY· D EAST MUL Tl-PURPOSE FACILITY WILL ROGERS MEMORIAL CENTER 9507 RESPONSE TO Drawn By RF!if00086 MY-0 MYO -STRUCTURAL ENGINEERS LLC F.S317 8/9/2011 CITY OF FORT WORTH FORT WORTH. TEXAS SS-4 PLAN NORTH :: : ALT. NO 2 ii ll l TUNNEL ll 111 11 I I II II II II II II 1/16"=1'·0" REF. SA1 .2 IIIAHENDAA YA.JNIK f FL °1 J --------~_...:.- !.ff l/£fJ 'v.// ;R. FI -IF 1; 6 f0/2-f3£A,,v, f3 3 3 /2-GVl.5/o,,v_J 2" E.J . EXIST. BLDG . ~ ---~ --------------~ ...... I co 2/55·4 1/55·4 T .O.C . = 582'-8" co I :;... Cl _, '-I' N ...... _, '-I' ...... ...... ...... I L() -----0 -----------~ NJY·D EAST MUL Tl-PURPOSE FACILITY MYD • STRUCTURAL ENGltEERS LLC F--6317 iTRUCTUAAL E!'-JGWEEAS 05 NE LOOP 820 IURST,TX 76053 IY-0 JOB#9507 SUITE 505 (817)284-8056 ENGINEER MPY WILL ROGERS MEMORIAL CEN TER 9507 RESPONSE TO RFl#00086 Drawn By MY-D 8/9/2011 CITY OF FORT WORTH FORT WORTH, TEXAS LU o_ · a I 7't~-t-.-H1 ~;·~l._··+:---1-1-..J._;~~:-c'~~u :\ ·:, J: _·rroc---~~~~~- ' ~' O::'.<C 0 _J ·-----<f) _____ _ L ____ L ____ J w ..._ I > 3;: ' :----T -------- : ' ! I I ' , I , lA/55-6 2"!E .J . ' : ' 11 II :1'-1" 1'-10" 11 " I ------------------___ .,. ·--------------: ! VIAHENDRA YAJNIK NJY·D 05 NE LOOP 820 IURST,TX 76053 1Y-D JOB#9507 SUITE 505 (817)284-80 56 E NG INEER MPY I ---r----- ' I @ 0 0... -2 >- ' C'I f- 1/55-7 2-#5 T& B ADD'L AT 511 ST RIP A. 1/55-7 1A/5S-6 UNIT 'B' EAST MUL Tl-PURPOSE FACILITY WILL ROGERS MEMORIAL CENTER 9507 RESPONSE TO Rfh'/=0 0086 Dra wn By MY-D G) xr:r ~, :) LU z _J oz -<( ~ _J lJ CL lJ lJ zz o - _J ~ <( <( ~ <( LL _J r-LLl -> z LLl :) _J ["'! _J 0 ~ Vl <( z u.: LU ~o 0,:: ~ ~u 9 <( LLl JI ~ CL V) ..._ r PLAN NORTH MYD -STRUCTURAL ENGl~ERS LLC F-53 17 8/10/2011 Cl1Y OF FORT WORTH F ORT WORTH, TEXAS SS-5 TOPPIN G SCH'D . SLA5 IIIAHEM:JRA V AJNIK t~JY· D REF. 6/S .A2 .8 f-1-t12 11 0.C .X 2'·811 TIE TO VERT. REINF . 4'-011 567 OR 568 11-111 EAST MUL Tl-PURPOSE FACILITY WILL ROGERS MEMORIAL CENTER 9507 RESPONSE TO RFl#00086 Drawn By MY-D 1'-2 11 1'·1011 AT 1A 2" E.J . 211 E.J. MYD -STRUCTURAL ENGINEERS LLC F-5317 8/10/2011 CITY OF FORT WORTH FORT WORTH, TEXAS SS-6 TOPPING lfl 11.J De < > r ... ReF . 6/S .A2.8 #4 .12 110.C.X 2'·811 Tie TO veRT. REINF . SCH'D . SLAB VIAHENDRA YAJNfK ~~JY· D B6 7 OR MB 11-611 EAST MUL Tl-PURPOSE FACILITY WIL L ROGERS MEMORIAL CENTER 11-1 11 9507 RESPONSE TO RFI#00086 Drawn By MY-0 J'-11" 1'-10" 2 1-1 111 2 11 e.J. 11" 2·f ADD'L HB FOR REINF. se ~ PLAN ~ I 211 E.J. 09507-CBC MYD -STRUCTURAL ENGINEERS LLC F-5317 8/10/2011 CITY OF FORT WORTH FORT WORTH , TEXAS SS-7 rT "' u "' "' lL 0 IL '? ;!: z 2 ::, --' 0 u "' ~ "' "' 0 lL lU c:i ... . ;;, IIIAHENDRA YAJNIK NJY·D ,TAUCTUAAL ENGl'-JEEAB 05 NE LOOP 820 IURST,TX 76053 IY-D J0B#9507 SUITE 505 (817)284-8056 ENGINEER MPY z 2 ::, --' 0 u "' ;!: ~ !:: z ::, F 4 "'" 0 ,...: "' "' -----I f-"' Cl. 4: I "' <l'. Cl. lL 0 Cl. 0 f-,,fo1-II0-1t ~ 0 ' ;;, "' "' ....i UJ 11'1-,id 3:: Q I u UJ ::. IL w "' 0 z Cl. 0 I u UJ (.') 3= 0 I u w 2 UJ ui-16 "' 0 z Cl. 0 I u w ~ EAST MUL Tl-PURPOSE FACILITY WILL ROGERS MEMORIAL CENTER Drawn By 9507 MY-D Q~r °11 I I-Q:'.'. 0 z (9 z -~ 0 0 _J -z :::r ' ,;j-f---' -_Cl. co Z CD c-0 ::,Z L() 2 f-c:0 4: Q z ~I z w w s: I-w '.'.l I I c.O 3:: w Q u 4 I 0 lL :=> ~ <i X UJ 0 V ... (.) -9 Q:'.'. ~ (9 en, LL 0 z 0 -I-<( > w _J w MYD. STRUCTURAL ENGINEERS LLC F..S317 8/10/2011 CITY OF FORT WORTH FORT WORTH. TEXAS SS-8 ... 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 Proj ec t: Will Rogers Memorial Center 1401 W.R. Watt Drive Fort Worth, TX 76107 Tuesday, October 25 , 2011 Subject: See the additional costs for beam per RFI 00091 . Change Order Request 11007-0 l 5R Labor with Burden $ 848.00 Material $ 580.00 Equipment $ 45.00 Subcontract $ Subtotal $ 1,473.00 Overhead & Profit 15% $ 221.00 Total Cost: $ 1,694.00 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, Alan J. Haynes , Sr. Grace Construction Company Phone : (972) 432 -0800 Fax : (972) 432 -0810 1 of 1 # 1 2 2 3 1 Grace Construction Co . Concrete Construction 11325 Tanto Rd . Ste 200 Dallas , TX 75229 DETAILED BREAKDOWN OF COSTS FOR RFI 00091 Labor Burden@ Category Time Rate 40% Cost Foreman 2 .0 Hrs $22 .50 $9 .00 $63 .00 Carpenter 6 .0 Hrs $17 .00 $6 .80 $285 .60 Laborer 4 .0 Hrs $14.75 $5 .90 $165 .20 Iron Worker 4 .0 Hrs $17 .00 $6 .80 $285 .60 Cement Mason 2 .0 Hrs $17 .50 $7 .00 $49 .00 $848.00 Material Item QTY Price Cost Formwork 120 SF $1 .50 $180 .00 Reinforcing 5 CWT $45 .00 $219 .60 Concrete 3 CY $60 .00 $180 .00 $580.00 Equipment Item QTY Price Cost Concrete Pump 3 CY $15 .00 $45.00 $45.00 Subcontract Item QTY Price Cost $ $ $ $ $ $ $ $1,473.00 Rogers-O'Brien Construction 19m Regal Row Dallas, Te xas 75235 Main 214.962.3000 Fax 214.962.30m 3901 5. Lamar Blvd. #200 Austin , Texas 78704 Main 512.486.3800 Fax 512.486.37m www.r ogers-obrien .com November 30, 2011 J ac k 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: SU BJECT: Mr. Durham: WRMC -East Multi-Purpose Facility Project DOE/Project# TPW-01 627 Contract# 41332 Fort Worth, Texas Change Request# 68 -M/WBE Participation The total amount of the approved change r equest r e ferenced above including profit and overhead is $3,827.00 . Below is the brea kdown for the M /WB E Participation related to this change reques t : Total M/WBE Participation for this change request is 0%. Please let me know should yo u n ee d any additional informatio n . Sincerely, Rog~~;.~truction ~ Trey Carroll Project Manager CC: Master File 10022 Dallas I Austin Rogers -O'Brien Construction November 23, 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 # 105 -Unit 'C' Sedimentation Tank T&M Repairs 10022 Will Rogers Memorial Cntr East Change Request # 68 Dear Jack: As directed by Jack Durham , removed and replaced crushed section of animal waste piping at South side of Unit 'C' sedimentation tank and replaced "multiple-bend" structure with a new d rainage pipe constructed with minimal bends and added (2) clean-outs as detailed in attached sketch 105A. As directed, work proceeded on a time and material basis . Attached please find our pricing for the above referenced revision item . 1901 Rega l Row Dallas, Texas 7523 Sfhe total amount to provide this work is : Mai n 214 .96 2.30 00 Fa x 21 4.962.3001 Please note the attached exclusions/qualifications . 3901 S. La mar Blvd . #200 $3,827 .00 Aus t in , Texas 78704 Main 512 .4 86 .3ao df you have any questions or need further clarificat ion, please contact me at (214)962-3000. Fax 512.486 .3701 www.ro gers-obrie n.co m Sincerely, ~~ Trey Carroll Rogers-O'Brien Construction Co OWNER AUTHORIZED SIGNATURE ATTACHMENT Dallas I Austin Change Request 68 Price Breakdown Job Name: Will Rogers Memorial Cntr East Date: 11/23/2011 Description : RFI # 105 -Unit 'C' Sed imentatio n Tank T&M Repairs Change Request #:68 Labor Material No Description QTY Unit Unit I Total Unit Total Equipment Subcontract Other Price 1 Unit 'C' T&M Repairs I 3,313.45 $3,313.45 ****EXCLUSIONS AND QUALIFICATIONS**** Subtotal: $3,313.45 See attached backup for labor, material and subcontractor and Overhead 10.00% $331.35 supplier detail. Fee 5.00% $182 .20 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 : $3,827.00 Project; Numb er: To: From: Subject: Sent Via; RF1 ID: Ha.hnfelcl Hoffet' Stanforct RFI Response Transmittal IO: Date Sent: 07015-01 WRM C East Multi -Purpose Bu i lding 07015-01 Brent l\lacDon aid Ro,gE!rs -O'Brien Construction Co . 1901 Regal Row Dallas, TX 75235 214-962 -3000 (Phone) 214-962-3001 (Fa x ) Gary Ryan Hahnfeld Hoffer Stanford 200 Bailey Avenue, Suite 200 Fort Worth, Texas 76107 (817) 921-5928 (Phone) (817) 302-0692 (Fax) 00650 9/22/2 011 Unit 'C' Sedimentation Tank Replacement of E::x istino Structure Info Exchange 00105 Discipline: Recei'ved: Question: Suggestion: Answer: CC: Contents· Quantity 1 9/12/2011 Per direction from Jack Durham , Rogers-O'Brien Construction is to prc,ceed on a time and material basi·s to remove a crushed section of existing animal waste at the South side of the unit 'C' sedimentation tank and replace the "multiple - bend11 structure with a neV·l drainage p ipe constructed with minimal bends and add111g 2 cleanouts, as detailed in th e attached sketch RFI-105A, Re.sponse: Jeff Taylor (Dunaway Associates., Inc.) I agree the lines need to be replaced to the upstream end of th e existing sedimentation tank per the !PC requ irements, Jeff Westhoff(Hahnfeld Hoffer Stanford) Jack Durham (City of Fort Worth) Jeff Ta y lor (Dunaway Associates, Inc.) Dated Des cr-ipt ion 9/12/2011 RF:i 105A.pd f / I ·----•-- ,.. .. i .. , ....... ({FL -J05A -c a ocatio -evised Locat i o n 1 ano t C. = INSTALL (1) 4" 45· BEND N == 6956818. 9690 E == 2318395.1713 INSTALL (1) 4 11 45· BEND 9tJ = 6956813.9416 City of Fort \Jlorth Will Rogers Hquestrian Multi-Purpose Facility Sub ~ontrac or's Summary Scopl! of Work Description: Trade: UliliUes Sub's Name: Wright Construction Co., Inc. Project: Will Rogers Multi-Purpose Fa cility Date : 11/7/11 CO #1i -RFI #105 -Replace Sanitary Sewe r Line @ sedimentation lan k. ···········-......... -·-····-·-· ·-···································································-.. ··-·········· .. ·······""'""''''''''"'''''' ............................................................................................................................................................................................................................................................................................ . !<· .. ·-····-···-··················· ··-····························-·························································-·······················································-····-·· ........................................................................................................................................................................................................................................................... . ,.,,,,,,,, .. ,,ow•••·•-••••-•-• .. • •-•-•••••·•••••••••o0,.••••••••••••••••"''""'"'""'"'"'''''"''"'"""'"''"'"''"'"''"''"'""''"''""•"""""""''""'"'"''"'"'""·""''''""''''"''"''""''"'""''"'"'"''""•"'"'"'"''''""""'""'""'•""""""'"''"''"'-"""''''"'""'''''''''"''""""""""-••••"''"" ... '''•••••••••••••""'''"'''"'"'''""'""'"'''"''"-""'''""""""""'''''"'"'"·'''''"'""''"''''"''·'''"'•••••• ···-·-···· ........................ --··· .. --............... , .. ,_ .. __ , ...................................................... _ .. _, ___ , ...................................................................................... ._ ....................... -.............................................................................................................................................................................................. .. I Scoiie of Work D acrlptlon I Meterlala I Units I Labor I Equipment I Total Cost Item Description I UOM I Qty I Cost Per Unlll Total I per MH I MHRS I Rate I Total I Eq. Type I # Hrs . I Rate I Total I Pl e/Filtings -F rguson !See atlached Invoices /LS l 1 j $405 .23 j $405.23/Mlke Pulley 1 9.50 i 24 .50 / $232.75 1210 Excavator j -j $85.00 ! $0.00 l $6 37.9 8 :···:·:. ···:· ···::. :: . :: .. : .. ::··:::: ~:::::~:::::::::::::!::::::::::::~::: :::::::::::::::::::::~:::::::: l:::::::::::::::L:::::::::~:::::::::~:t::::::::::::~::~:~~ !~:::::::: ::: J ::::· ~::i~::I::::::::::::: 1.~ :~~ ::l::~::::::::~!::: I:::::::::~::::::: t :::c:~: l:;ckhoe !:::::: 9 :50.:t::::::: ::::~~ 1::::::~~.:;.:.;.;1 ............. ,;.:;;;~} i i i i SO .DO ! $0.00[Jorge Nieves l -i 22.59 [ SO .OO i j [ [ $0 .00 i SO.DO .:~::::~:~ :~::::::~::::. ~:::: :~:::::::::::::::::::!::::::::~::::::::::::::::::::::::::::::::::::::::!:::: .::::::::l :::::: -~::::::::::~::t:::~:::::::: $0.00 !:::::::::::: ::~~ lJose. Valdez·::::::!::::::::::::::: 9 .50 ::1::.::::::: :~ ::; ~ .l::::::::::: S1 :::r Mob ilization : of: 8 ackh 1:::::. 1 .. 00 :t:·~~:~?.~:.991-.. ~~:.?:ti~·1 .......... J 1.'.~:·~:: l , ! i 1 JO .OO !Rene Marq uez , -1 32.34 ! S0.00 ! ; ; ' $0 .00 i $0.00 ::::=::::: ~~::::::::::=:::::::= ..................... 1 ................................................. \ .............. ! ......................... 1 .......................... ! ..................... 1 .............................. I .......................... ! ...................... ! ························ t ........................................ i ............ :.::f ::::: ... ::.:.: ... :::!·: ··::::~::::::::::::1::::::::::::::::::::::::~:::: Sub ~o< •' • --------->----------~----------------------i-----.+-----------+---------+--S405 .23 i------------+----------+---------+----$798.53 t-------------------+--10.5 +---------+ $1.677 .50 i------~~'..8_~!~~~ I I I I I I I I I I I I I I ---------=-==----= >--=--=---f ----------------------~ -----~ ----------1-----------f ------· j -------------f-----------1---------p:>-<:lSu b-Contraclors Profi/ & Ovety,d -----f ::;,~~:9-------$432 .19 Totl!ICONo.#15 I I I I I S405.23I I I I S798.53 I I 11 .51 I $1,677.65 1 $3,31 3.4 5 Page _1_ of _1_ .. , H OURLY W O RK JOB LOCATI ON : Lt/; I\ Ro~ -e.1--5' I l:J O % DATE: / 0 -'l~ 1 \ FOREM AN: Mr cJ,,,<'\ R 119;:r1 W ORK P ERFORMED: 11 o' Lf: '' S Df2 ~S-><uJc-Y' ~c::..+ OJa.,.:3 r'<Db' i1u:l, --····-.. -- EMPLOYEE HOURS I -MATER IALS .. -. ·-· .. -···- Mr c h.n.._ 1 -Q ( l-eu /1 ':J.1 lL<; ~;(\+:;, ::,Of<-55' 4 11 s-(, Yt ;-u {(a. mt r, .• _-,. O I , o :7. 11 &--'J...f.::ri...& 4 I I WVi.<.... V . ~ . ~'{) ,.,,. \I a.. \ d,-e. 'c.., q.s r3 c. I \ -:I.... S=,.-. <:,...1..-4'.5 °-y.. u Ro-£~' . ~ ,t-'~<..("~Y',. d.r<-Z... r3ri3 '1.~ '+ ll G::t..a<; ' . ·····-··---· ·-. .. -·--· ... ·- E QUIPMENT HOURS RENTAL E QUIPM ENT ... --... ·-·-.. . ·--- 1 I n S 6-J.1 "1 o 1 'l.!1r '1 l'J 1 q,_~ . CY-e1.u Jr uc.J:::.. Cf . -· ·-·-.. . ... -.... --... .. -· . . . COM M ENTS: QTY ~ Lt- L.:f ~ -. .. ..... Bid No ....... : Bid Date ... : Quoted By: Customer.: CustPO# .. : Item S0R35PP!4 PSG4P PSGYP PSSCAP 6182583 CJI WRIGHT CONSTRUCTION 10048-WILL ROGERS ATTN : ACCOUNTS PAYABLE 601 WEST WALL STREET GRAPEVINE, TX 76051 QUOTE Description WILL ROGERS Price Quotation# 9182583 Ferguson Waterworks #788 2650 South Pipeline Drive Euless, Tx 76040 Phone : 254-699-0347 Fax : 254-699-1769 11/2/2011 Quantity 4Xl4 SDR35 PVC GJ SWR PIPE 112 4 PVC SWR GXG 45 BEND 4 4 PVC SWR GXGXG WYE 4 4 PVC SWRCAP 5 Net Total: Tax: Total: Cust Phone : 817-481-2594 Terms ......... : NET 10TH PROX Ship To ......• : WRIGHT CONSTRUCTION 10048 -WILL ROGERS ATTN : ACCOUNTS PAYABLE 601 WEST WALL STREET GRAPEVINE, TX 76051 Job Name.: Net Price 2 .I 12 .89 19.68 7 .95 405.23 0 405.23 UM Total LF 235 .2 EA 51.56 EA 78 .72 EA 39 .75 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 SHIPMENT 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.html. Govt Buyers: All Items quoted are open market unless noted otherwise. f Rogers-O'Brien Construction 19 01 Regal Row Dallas, Tex as 75235 M ai n 214.9 62 .3000 Fax 214 .962.3001 3901 5. Lam ar Bl vd . #2 0 0 Austin , Texas 78704 Mai n 512.486.3800 Fa x 512.486.3701 www.rogers-obrien .com November 30, 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-01627 Contract# 41332 Fort Worth, Texas Change Request # 73 -M/WBE Participation The total amount of the approved change request referenced above including profit and overhead is $11,612 .00. Below is the breakdown for the M /WBE Participation related to this change request: Total M/WBE Participation for this change request is 0%. Please let me know should you need any additional information. Sincerely, Rogers -O'Brien Construction ~ Trey Carroll Project Manager CC: Master Fil e 10022 Dallas I Austin Rogers-O'Brien Construction November 23, 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:Exterior Signage Submittal -Additional Signage Requirements 10022 Will Rogers Memorial Cntr East Change Request# 73 Dear Jack : Per architect's review of exterior signage submittal, additional signage added per attached breakdown from signage subcontractor. Attached please find our pricing for the above referenced revision item . The total amount to provide this work is : 1901 Regal Row Dallas, Texas 75 235 Main 214.962.3oo <Please note the attached exclusions/qualifications . Fax 214.962.3001 $11 ,612 .00 3901 s. Lamar Blvd . #20 ~/ you have any questions or need further clarification, please contact me at (214)962-3000 . Au stin , Texas 78704 Main 512.486 .3 800 Fax 51 2.486.3701 w w w.ro ge r s-o brien .com Trey Carroll Rogers-O'Brien Construction Co OWNER AUTHORIZED SIGNATURE ATIACHMENT Dallas I Austin Change Request 73 Price Breakdown Job Name: Will Rogers Memorial Cntr East Date: 11/23/2011 Description: Exterior Signage Submittal -Additional Signage Requirements Change Request #:73 Labor Material No Description QTY Unit Unit I Total Unit Total Equipment Subcontract Other Price 1 Added Exte rior Signage I 10,0 54 .00 $10,054.00 ****EXCLUSIONS AND QUALIFICATIONS**** Subtotal: $10,054 .00 See attached backup for labor, material and subcontractor and Overhead 10 .00% $1 005.40 supplier deta il. Fee 5.00% $552 .60 Price exclud es 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: $11,612.00 Quote No . DALL-14550 Page 1 of 3 Company locati on Reference Rogers -O'Br ien Construction Primary loc ation Bill to Rogers-O"Brien Conslruction 1901 Regal Ro w Valid Until F.0.B . lead Time N/A TXMAS Number- Dall as, TX 7523 5 us Rev isi on Date 10/2 8/2011 Revision No Terms Ship Method Sh ip to Rogers-O'Brien Construction 1901 Rega l Row Dallas, TX 7523 5 us -:•as, Sig nage Innovations October 28, 2011 s~ Da vi d Esh PM Ja nice McMillen Extension _N_o. __ l_te~------________ Descr i~tion_ _ -··---·---·····---··-·-·-··---.. ···----Qty UOM Un it Price --·----·----- 1. S/T I added letters per achil ec t Cast aluminum bronze anodiLed le!lm 12" Each (1) one sel to read : "EQUESTRIAN MULTI · PUR POSE BU ILD ING' (5 ) Five sets to read: "EQUESTRIAN" 2. dedu ct to remove one -5/T J 16" x 10 · -o· panel sign ·1 Each 3. Installation Signage Installation Each 4. Shipping & Crat ing Shipping & Crating Each Sub total Sales Ta x (8 .25 %) Total By signing below, I approve and authorize thi s quole and ac know led ge that I have read and agree to th e a!lached terms and conditions . Submitted by 2011-11 -01 Date Approved by Print Name 8,829 .00 8,829.00 350 .00 ·350 .00 1,200 .00 1,200 .00 375 .00 375 .00 10,054 .00 0.00 10,054 .00 Date continued on next page Env ir onmental Signage Sol utions Inc. I OBA ASI j 8181 Jelslar Or. suite 110 Irving TX 75063 j T: (972) 915 ·3800 I F: (972) 915 -3810 I asisignage .com QUOOOJ -0,Hll • Quote No . DALL -14550 Page 2 of 3 :•as, Company location Reference Conditions General Rogers ·O'Brien Construction Primary Localion Signa9e lnrovat ions Octobe r 28, 2011 By accepting this order in any manner, purcha se r agrees to lhe te rms and conditions notes in the quotation. These terms and conditions supersede al l others and therelore are made an integral part ol any contract between the custo mer and ASI-Modulex . Terms and conditions con tr3ry to those shown in th e quotation must be agreed to in writing. all pr icing is based on quantit ie s orderED and may not apply to reorders . Purchaser agrees that th e date ol invo icing will commence when the product(s) has been received by purchaser, whether or not installation is required or complete . Lead time is appro xima te and is based upon production and installation time alter receipt of the following: 1. Deposit 2. Purchase Ord er and/ or Signed Quotation 3. Approved Artwork 4. Ap pr oved Message Schedules 5.AII final specifications, co lor selections and approvals Client agrees to provide ASl ·Modufex wit h a complete message schedule (names, room names, room numbers, build loca tions, etc.) for all signage ordered unless client places their orders online . Client will ensure that all messages are accurate and final, and AS l·Modulex will not be responsible for items that were misspelled when submitted . ASl ·Modulex is not respons ible for lhe translalion of messages inlo foreign langu ages, bu l may do so al an addilional charge . All message sc he dules will be submitted lo ASl ·Modulex in a Microsoft Excel Document (.XLS) or CSV file . All message schedules must be approved in wril ing prior to produclio n. Client acknowledges that incomplete message schedules could comprom ise lead limes and de li very dates . Cuslome r is respons ible for all return sh ipping charges . All returned items should be properly insured when shipped . ASl ·Modulex will be held harmless in the eve nt that returns are Jost in transit. Client is responsible for inspecting all shipments for any shortage or damage be fore items leave their dock . Purchaser will note all Joss or damage on the delivery receipt before sign ing for lhe shipment. If concealed damage is discovered, client must save all canons and packaging and request an inspection from UPS, Federal Express, or the appropriate lrucking carrier immediately . DAMAG E MUST BE REPORTED WITHIN SEVENTY-TWO (72) HOURS . Installation and Delivery Electrical Signage : • Electrical runs and hook·ups by others . ASI to provide power requirements in shop drawing phase . Access panels to be provided by cl ient to the location whe re the signage is lo be installed . Please note this Installat ion assumes no penetrations through the roofing waler barrier or any material used to seal the building against weather, moisture, or any undes ired elements . AS! rec ommends thal the submittal drawing be reviewed by any relevenl pa rt ies to ensure that the installation as illuslrated in lhis document does not impact the build ing se alan t system. AS I assumes no liability for any penetrations through the roof waler barrier or any other build ing sealant. Regulated by the Texas Department of licensing and Regu lat ion. For complaints please contact lhe following: Texas Dep ar tment of licensing and Regulat ion PO Box 121 57, Austin, TX 78711 l ·800·803-9202 · (512) 463-6599 http://www.license.state.tx.us License# 18428 EXTERIOR INSTALLATIONS : -Installatio n is based on ins lalling all signage in one phase . If installation is phased over a period ol time addilional charges will incur. · lnstall.ilion does not include removal of ex isting signage. -Installation price does nol include permits unless noted above. If permits are required the actual cosls of permits and procurement will be added to the invoice . -At time of purchase order, cus tome r is to supply ASl·Modulex installation staH with blueprinls or dia gra ms noting sign Jocalions and elevations . Also, job site conlac t name an d telep hone numbe r. -Customer lo provide knowledgeable contact on day of installation in order to provide locations/e leva ti ons and any other quest ions lhat may arise . • Price doe s not include sign base . -Core Drill ing for installation of post -mounted signs is not included . -ASl ·Mo du/ex assumes no responsibility for damag e to stone substra tes when installing stud moun ted signage elements. co ntinued on nex l page Environmental Signage So lutions Inc. I OBA ASI I 8181 Jetslar Dr . suite 110 Irving TX 75063 I T: (972) 915-3800 I f : (972) 915-3810 I as isi gnage .com QUO~JH.0·01 • Quote No . DALL-14550 Page J of J :•as, Company Lo cat io n Reference Con ditions Rogers-O'Brien Construc tion Prim ary Location -Cl ea ring to r utilities at sign locat ions by others . Signage Innovations October 28, 2011 -Installat ion of exterior signs based on direct embedment and excavalion in na tural native soi ls . If rock is encountered , installation pr ice would then be based on time and material basis. INTERIOR INSTALLATIONS: -Installation is based on ins talling all sig nage in on e phase . If installation is phased over a period of time additiona l cha rges will incu r. -Ins tal lation does not include removal of existing signage . -Installation pr ice does not include permits unless noted above. If perm its are requi re d they will be quoted upon request. -At time of purchase or de r, customer is to supply ASI-Modulex installation staff with blueprints or di ag;ams not ing si gn locations and elevations . Also, job site contact name and telep hone number. -Cust omer to prov ide knowledgeable contact on day of installation in order to provide locations/elevat ,ons and any other quest ions that may ar ise . Client is responsible for checking tha t th e order was delivered or ins talle d as per approved drawings . You have 7 days to submit a claim for any inaccuracies . Client agrees to authorize any person receiving delivery to sign delivery rece ipt lor purchaser. If purchaser is unabl e lo accept delivery, then an additional delivery surcharge will be added before re-delivery. Sh ipping and crat ing charges are estimates only. Actu al and/or additional shipping, crating and expedi te charges will appear on final invoice. · This quote includes a single installat io n tr ip charge, dur ing regu la r hours of ope ration, unl ess otherwise specified . Pe naltie s and other ch arges may result if additional tr ip s are required due to premises not be ing ready for ins ta ll and/or additional wo rk or equipment being required to complete installation. Installation over weekend s, ho lidays and non-standard hours are also subject to addi tiona l charg es . Pay ment Terms Purchaser agrees that the date of invoicing will co mmence when the product(s) has been delivered and/or installed by AS I-Modulex . Pa yment is due NET 30 days fro m dale of invoice, unless otherwise specified. All payments are considered past due 31 days fr om the dale of invoice an d a fin an ce charge wi ll be due on the bal ance at an annual rate of '18% (or 1-1/2 % per month). purchaser agrees to pay costs incu rred by liquidating damages and/o r rela ted attorney fees. ASI -Modulex reserves the rig ht to bill for product s that were del iv ered ont ime, even If cl ie nt site is not ready . final installation charges will appear on addit ional invoices . Purc haser must supply a tax exempt ce rti ficate, otherwise sa les ta x will be added to the fin al in voice. St ate and loca l sales la xes will be included where applicable . En vironme ntal Sign age Solutions Inc. I OBA ASI I 8181 Jet st ar Or . su ite 110 Irving TX 75 063 J T: {972) 915 ·38 00 I F: (972) 91 5-38 10 J asisignage.com QUOCOl ·CXI 01 Rogers-O 'Brien Co nstructio n 1901 Regal Row Dallas, Texas 75235 Main 214 .962.3000 Fa x 214 .962.3001 3901 S. Lamar Blvd . #200 Austin, Texas 78704 Main 512.486 .3800 Fax 512.486.3701 www.rogers-obrien.com November 30, 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-Purpose Facility Project DOE/Projec t# TPW-0162 7 Contract# 41332 Fort Worth, Texas Change Request # 77 -M/WBE Participation The total amount of the approved change request referenced above including profit and overhead is $1,714.00. Below is the breakdown for the M/WBE Participation related to this change request : Total M/WBE Participation for this change request is 0%. Please let me know should you need any additional information. Sincerely, Rogers-O'Brien Construction ~~ Trey Carroll , Project Manager CC: Mas ter File 10022 Da ll as I Au sti n Rogers -O'Brien Construction November 23, 2011 City of Forth Worth 401 West 13th Street Fort Worth , TX 76102 Ph : (8 17)392-7913 Fax: (817)392-8488 ATIN : Jack Durham RE :ASI # 24 -Revised Venting I Weepeing @ Top of Ma so nry Wall s 10022 Will Rog e rs M em orial Cntr Ea st Chang e Request # 77 Dear Jack: Per ASI # 24, revised TWF detail at top of all masonry walls adding weeps . Additional cost for in stallation of WR Meadows TWF at the capstone and thru -wall condit io n for Detail 07/A.A5.8 . Attached please find our pricing for the above referenced revision item . The total amount to provide this work is : 19m Regal Row Dalla s, Te xas 75235 Main 214.962.3oo cf'lease note the attached exclusions/qualifications . Fax 214.962.3001 $1,714.00 39 m 5_ Lamar Blvd . #20 J f you have any qu e stions or need further clarification , please contact me at (214)962-3000. Austin , Texas 78704 Ma in 512.486.3800 Fax 512.486 .3701 www.roge rs-o brien.com Sincerely , ~ Trey Carroll Rogers-O'Brien Construction Co OWNER AUTHORIZED S IGNATURE ATIACHMENT Dallas I Austin Change Request 77 Price Breakdown Job Name: Will Rogers Memorial Cntr East Date: 11/23/2011 Description: ASI # 24 -Revised Venting / Weepeing @ Top of Masonry Walls Change Request #:77 Labor Material No Description QTY Unit Unit I Total Unit Total Equipment Subcontract Other Price 1 Added TWF I 1,484 .00 $1,484 .00 ****EXCLUSIONS AND QUALIFICATIONS**** Subtotal: $1,484.00 See attached backup for labor, material and subcontractor and Overhead 10.00% $148.40 supplier .detail. Fee 5.00% $81.60 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: $1,714.00 0 Hahnfeld Hoffer Stanford urc Ji itects / plnnne r s / in terio rs ARCHITECT'S SUPPLEMENTAL INSTRUCTIONS Profect Name; EAST MULTI-PURPOSE FACILITY AT WILL ROGERS MEMEORIAL CENTER CITY OF FORT WORTH FORT WORTH, TEXAS Owner: City of Fort Worth 401 West 131h Street Fort Worth, Texas 76102 Contractor: ROGERS-O'BRIEN CONSTRUCTION 1901 Regal Row Dallas, Texas 75235 AS! No.: 024 Issue Date : 10/18/11 Profect No.: 07015-01 Contract For: General Construction Contract Date: January 6, 2011 Owner: [X] Architect: [XJ Consultant: [ ] Contractor: [X] Field: [X] Other: [ ] File: [X] The Work shall be carried out In accordance with the following supplemental instructions issued in accordance with the Contrac t Documents without change In Contract Sum or Contract Time. Proceeding with the Work in accordance with th ese instructions Indicates the Contractor's acknowledgement that there will be no change in the Contract Sum or Contract Time . Description: Ref: attached supplementary drawing for typical venting and weeping of the top of all exterior masonry walls. Attachments: AX-14 Issued by Hahnfeld Hoffer Stanford: William Westhoff/ PA (Signature) (Printed Nnme I Titfe) --< :;EO m-u mo 31 .,, z ::E Gl )> ~F ]2~ S;~ ,-z Gl en :I m ~ ~ ,, i! h ;;t ~ .. ~ ii ;; ~ ~ 1'-3 5/8" G ---i -+-__J'-,J'-'--ll-L.1..-L.W>c_._ ~ 2· -o· +t- MATCH PARAP ET HEIGHT@SIM. -VERIFY EAST MULTI-PURPOSE FACILITY Hahnfeld archilecls 1425 8th Avenue WILL ROGERS MEMORIAL CENTER Fort Worth , Texas 76104 Hoffer pla nners 817 .92 1 .5928 FORT WORTH, TEXAS Stanford in teriors fax 817.429 .9336 ROOFING & SHEET META L Modified Bitumen BUR EPDM TPO/PVC Metal WATEKPKOOFING & CAULKING Joint Sealants Expansion Joints Membrane Waterproofing Elastomerlc Coatings Water Repellents Waterblastlng Con cre te/Masonry Repair Dam proofing Flashing Traffic Coatings ROOF MAINTENANCE & LEAK REPAIR Build in g Surveys Leak Repair Roof Maintenance DALLAS/ FT. WOKTH LOCATION 2346 Glenda Lan e Dallas, TX 75229 214.273 .9110 / 017.237.1927 214.273.9120 I B17 .237.2676 f ax OTHEK LOCATIONS Houston Austin San Antonio Oklahoma City October 24 , 2011 Rogers O ' Brien Attention : Trey Carroll Will Rogers Memorial Co liseum Project RE : WRMC -Fl ashi ng at Cap Stone - Detail #7/A.AS.8 Dear Trey: Please see the co st below to furn ish all labor, materials , tools , equipment , and insurance necessary to fully perform and complete th e foll owing scope of work: Install WR Meadows TWF at the capstone and thru -wall condition as shown in attached sketch . For detail #7 on sheets A.A5 .8 . Detail on plans doesn't ca ll for ft ash in g . Total ······················································-····················································-············$1,484.00 We propose to complete the waterproofing as described above , for the sum li sted above; excluding 8.25% sales tax. Incorpora ted Notes: This olfer Is good for thirty (30) days All work to be performed during normal bu si ness ho urs Owner/Contractor agrees to furnish : complete access to work areas, dumpster, toilet facilities , potable water, and all electrical power, as required, at no additional cost to Chamberlin All surfaces to be given to Chamberlin In a smooth, broom clean condition , free of contaminants , form oils, release ag ents, voids , fins , and projections Chamberlin is not responsible for recogn izing, locating. or removing asbestos , PCB's , or other hazardous materials. Chamberlin is licen se d, certined or approved to install the systems described above Unforeseen conditions or circumstances are not assLmed nor anticipated in the scope of work proposed above and will be brought to your attention Immediately upon discovery by Chamberlin personnel for a prompt resolution Chamber1in's standard warranty excludes : failures caused by failure of the substrate, moisture vapor transmission or hydrostatic pressure, abuse, conditions that exceed the limitations of the materials, sufficiency of the design; removal and replacement of overburden materials ; Incidental and consequential damages All colors are to be selected from the manufacture~s standard colors Pricing is contingent on mutually agreeable contract terms, conditions, and proper coordination of the work Time and material work will be completed at $48.00/ man.hour with 20% mark.up on materials Samples of products or systems presented for review are intended only to provide a general representation and not necessarily an exact repl ica of the products or systems to be furnished or installed Please be advised that the products and methods outlined in this proposal are based on our visual survey, plans, specifications, or our practical experience In resolving similar problems for our customers ; we are not design professionals , architects, or registered engineers , and are not re sponsible for determining building code compliance and do not perform design services For GIP, not withstanding anything to the contrary the GIP deduction, contract reduction, is li mited to the amount of insurance premium that will be saved by Chamberlin due to the provision of insurance by General Contractor to Owner. Specifically, but not limited to, excess-umbrella coverage, on which Chamberlin has a nat fixed premium where there will be no deduct provide as there Is no savings to benefit Chamberlin . The proposal Is not for the sale of goods, but rather a service contract for the Installation or application of products, systems or materials. Therefore , THE IMPLIED WARRANTIES OR MERCHANTIBILITY AND FITNESS FOR A PARTI CU LAR PURPOSE ARE HEREBY EXCLUDED. Exciudes building permit, P & P Bonds, overtime, window cleaning, accelerated schedules, field or laboratory tes ting, mocl<ups , liquidated damages, temporary facilit ies or utility hook-ups or night or weekend work. This proposal EXCLUDES any reference that Chamberl in has fu lly examined and analyzed all site conditions that may alfect performance and to atnrm no conditions exist that may affect the progress, performance or price of Uie work. If physical conditions are of an unusual nature that dilfer materially from those ordinarily found to exist and generally recognized as inherent in construction activities of that type, Chamberlin will Immediately stop working In the area and provide written notice promptly and before the conditions are disturbed, in addition Chamberlin may be entitled to an equitable adjustment in the contract sum, contract time or both. We appreciate the opportunity to submit our proposal for this project. Chamberlin has been in business over 100 years. We would like to be your "Single Sourc e" contractor for everything from waterproofing to caulking to traffic coatings to roofing. We are financially sound and professionally capable and will perform U,e work right-the first time . We would like the opportunity to re view the scope of th is proposal with you soon. Please call if you have any questi ons. Sincerely , CHAMBERLIN ROOFING & WATERPROOFING Ryan Grigsby Project Manager Accepted by (signature): __________________________________ _ Printed Name & Title: Date -YOUR FAXED SIGNATURE ABOVE WILL BE TREATED AS A FULLY EXECUTED OR.,..,IG""I-NA-,-L_C_O_N_T_RA_C_T--- PENDING CHANGE ORDER ESTIMATE SHEET P AGE NO : JOB NAME: Will Rogers Memorial Center CONTRACTOR: Rogers O Brien BONDED: NO LOCATI ON: Univcr,ity Dr., Fort Worth, TX ARCHITECT: Hahnfeld DATE: 24-0ct-11 EST.: CHECKED BY: BID DATE: DESCRJPT: Thru Wall Flashing at 7/A.A5.8 BURDEN RATE : 65% TAX O N MATERIALS : NO FOOTAGE DESCRIPTION (LABOR)-PRODUCT NAME PRODUCTION QUANTITY RATE COST PER MD LABOR BURDEN SUPER/MISC. TOTAL LABOR 2 10 M eado ws 18"TWF 150 $130 210 Meadows 12"TWF 15 0 $13 0 2 10 Primer 0 $0 2 10 Mastic 2 10 $1 30 ~nsc. JOB EXPENSES EQUIP MEN T/T OO LS-REN TAL OR PUR CHAS E $300 HOTEL $0 PER DI EM $0 TRAVEL $0 SHIPPING/ FREIGHT $0 TOTAL ,_ Rogers-O'Brien Construction 1901 Regal Row Dallas, Texa s 75235 Main 214.962.3000 Fax 214.962.3001 3901 S. Lamar Blvd . #200 Austin, Texas 78704 Main 512.486.3800 Fa x 512.486.3701 www.rogers-obrien.com November 30, 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-Purpos e Facility Proj ect DOE/Project# TPW-0162 7 Contract # 41332 Fort Worth, Texas Change Request # 78 -M/WBE Participation The total amount of the approved change request referenced above including profit and overhead is $1,620.00. Below is the breakdown for the M/WBE Participation related to this change request: Basecom, Inc. $1,402.67 7 Total Cost included In Change Request $1,402.67 I $1,620.00= 86.6% Total M/WBE Participation For Change Request $1,402.67 I $1,620.00= 86.6% Total M/WBE Participation for this Change Request is 86.6%. Please let me know should y ou need any additional information. Sincerely, Rogers-O'Brien Construction ~~ Trey Carroll Project Manager CC: Master File 10022 Dallas I Austin ' " Rogers -O'Bri e n Construction November 23 , 2011 City of Forth Worth 401 West 13th Street Fort Worth , TX 76102 Ph: (817)392-7913 Fa x: (817)392 -8488 ATIN: Jack Durham RE :RFI # 154 -Installation of (4) 4" Conduits As Directed By Owner 10022 Will Rogers Memorial Cntr East Change Request# 78 Dear Jack : As directed by Alafl)f Bagamery, installed (4) 4" conduits underneath the tunnel near the intersection of the Moncrief Building for relocation of existing utilities that could not be routed on top of the tunnel due to clearance issues . Three of the (4) 4" conduits were stubbed up (total of six stub-ups) with long sweep 90's and capped for future use . Attached please find our pricing for the above referenced revision item . 1901 Regal Row Dallas , Texas 7523 5..h t t I t t 'd th ' k . Main 214 _96 2_3000 t e o a amoun o prov, e 1s wor 1s : Fax 214 .962.3001 Please note the attached exclusions/qualifications . 3901 S. Lamar Blvd . #200 Austin, Texas 78704 $1,620 .00 Main 512.486 .3BO Qf you have any questions or need further cla rification , please contact me at (214)962-3000 . Fax 512.486.3701 www.ro ge rs-obri e n.co m Trey Carroll Rogers-O'Brien Construction Co OWNER AUTHORIZED SIGNATURE ATIACHMENT Dallas I Austin Change Request 78 Price Breakdown Job Name: Will Rogers Memorial Cntr East Date: 11/23/2011 Description: RFI # 154 -Installation of (4) 4" Conduits ·As Directed By Owner Change Request #:78 Labor Material No Description QTY Unit Unit I Total Unit Total Equipment Subcontract Other Price 1 Install (4) 4' Conduits I 1,402 .67 $1,402 .67 ****EXCLUS IONS AND QUALIFICATIONS**** Subtotal: $1,402.67 See attached backup for labor, material and subcontractor and Overhead 10 .00% $140 .27 supplier detail. Fee 4.99% $77.06 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: $1,620.00 P age 1 of 1 Trey Carroll From: Newforma@hahnfeld .com Sent: Tuesday , November 2 2, 201 1 7:50 AM To: Trey Carroll Subject: Project: 07015-01 WRMC East Multi-Purpose Building -RFI Received -Unit 'D ' Conduit at Moncrief Building Confirmation Note : You ha v e been CC'd on thi s notification. An RFI has arrived through Hahnfeld Hoffer Stanford Info Exc hange. Select the l i n k belo w to view th e I Note : This RFI is in a pending state and has not been offi c ially logged by Hahnfeld Hoffer Stanford . Click here to login to the Hahnfeld Hoffer Stanford Info Exchange site Project Name: Project Number: From: To: CC: Subject: Transmittal ID: Sender ID: Remarks: 07015-01 WRMC East Multi -Purpose Bu i ldin g 07015 -01 Brent MacDonald (Rogers -O'Brien Construct ion Co.) Gary Ryan (Hahnfeld Hoffer Stanford) Trey Carroll (Rogers -O'Brien Construction Co .), Tommy Deeds (Hahnfeld Hoff Stanford), Jack Durham (City of Fort Worth), Alan Bagamery (City of Fort Worth), Susan Fo xworth (Hahnfeld Hoffer Stanford), Jeff Westhoff (Hahnfeld Hoffer Stanford), Steve Munoz (Rogers-O 'Brien Cons t ruction Co.) Unit 'D' Conduit at Moncrief Building Confirmation RFI 00154 Per owner direction, Rogers-O'Brien Construction installed 4 -4" conduits underneath the tunnel near the intersection of the Moncrief build i ng for relocation of existing utilities that could not be routed on top of the tunnel du , to clearance issues . Please confirm. To s ha r e an d learn m ore about Newforma I nfo Ex chang e vis it www .newformant.com 11/23/2011 Basecom In c 5209 Vesta Farley Rd Fort Worth , TX 76119 Rogers-a · Brien 1901 Regal Row Dallas , TX 75235 Attn : Own e r Doc No : Labor & Material to perform T&M work 8-5, 8-12 and 9-14 . Tunnel change West. Labor· see attached service worksheets & job cost detail report Material. see attached CESCO invoices & job cost detail report Overhead & Profit (15%) Approved Change Order No : Accepted Date : Accepted By: Request For Change Status: Pending Date: 10/06/11 Respond By Date: 10/13/11 Internal RFC No : 6 Internal Job No: 11-001 Customer Job No: 10022 Will Rogers Multi Purpose Cntr 1901 Regal Row Dallas , TX 75235 Total RFC : 0.00 437 .84 781.87 182 .96 1,402.67 Please sign and return a copy as soon as possible 1 of 1 O,_-C_:::J_L._il~ CRAWFORD ELECTRIC SUPPL f 108 EAST INDUSTRIAL FORT WORTH TX :J'o104 Cuwfocd Electric Supply 817-338-1480 Fax 81 /-429-1373 SOLD TO: BASECOM, INC . 5209 VESTA FARLEY RD FORT WORTH TX 76119-6479 ·.i.::_: 98006006738 PVCFIT 400P40 900 36R SCH40 ELB 4 IN 90DEG 36RAD SCH40 PVC ELBOW 98006006010 P VC 400P 41N SCH40 PVC PIPE 78006006981 PVCFIT 10T GLUE CLR 40 IJLiJ QT GLUE REG BOY CLR SCH40 30336S OR PR32 66238170686 NSI EWDT-8 ECON OCT TAPE --·-----··-------, 0 Contract Documents 16 200 2 2 iNV(;lCE Loca tions to se"Ve y.-·,u : Alice , TX Austin, T X . B ryan/College Station . TX Conroe , T X Coppell , TX Corpus Chri sti , T X Dalla s, TX Fort Wo rth . TX Houston, TX New Braunfels, T X New Orleans, LA San Antonio, TX CRAWFORD ELECTRIC SUPPLY P .O . BOX 847160 DALLAS TX 75284-7160 SHIPPED TO : 31103 WILL ROGERS EAST MUL Tl PURPOSE CEN T C/0 BASECOM, INC 1601 WR WATIS DRIVE FORT WORTH TX 76107 16 200 2 2 24.36 ea 151 .77 C 656 .38 C 3 .97 ea 389 .76 303 .54 13 .13 7.94 THANK YOU FOR YOUR BUSINESS! If paid by 0 91 10/11 you may d educt S14.29 . All paym ents are due by 09/25/11 . For complete terms and conditions please visit htto ·//www cescoltd .corn/Customers/CESCO Cred itA oolication 0209 odf ~ s oneper Ot/O t/1.! o..:.. SUBTOTAL S & H CHARGES SALES TAX TOTAL DUE 714 .37 0 .00 714.37 Page 1 of 1 O,_-C:-::; ;-:-,~ CRAWFORD ELECTRIC SUPPLY -._ &J, 1 08 EAST IND USTRIAL FORT WORTH TX 76104 cr~wford Electric Supply 817-338-1480 Fax 817-429-1373 SOLD TO : BASECOM , INC . 5209 VESTA FARLEY RD FORT WORTH TX 76119-6479 98006006172 PVCF IT 400P CA 4 IN PVC COND CAP D C~act Documents 0 Insurance D Release of Lien D Certified Payroll ~ arranty ' Approved By ' . -Job Number 6 INVOICE Locations to serve you: Alice , TX Austin, TX Bryan/College Station, TX Conroe , TX Coppell, TX Corpus Christ i, TX Dallas , TX Fort Worth . TX Houston, TX New Braunfe ls, TX New Orleans, LA San Antonio, TX CRAWFORD ELECTRIC SUPPLY P.O. BOX 847160 DALLAS TX 75284-7160 SHIPPED TO: 3 1 103 WILL ROGERS EAST MUL Tl PURPOSE CENT C/0 BASECOM, INC 1601 WRWATIS DRIVE FORT WORTH T X 76107 6 C 67.50 THANK Y OU FOR Y OUR BUSINESS! If pa id by 10/10/11 you may deduct $1.35. All payments are due by 10/25/11 . For complete terms and conditions please visit http ://www.ces coltd .com/Customers/CESCO CreditAoolication 0209 .pdf sonepar O!/l~/11 """ SU BTOTAL S &H C HARGES SALES TAX TOTAL DUE 67.50 0.00 6 7.50 Page 1 of 1 fl 10/06/2011 02:34 :50 PM Basecom Inc Job History Detail Report 08/01 /11 To 09/30/11 11-001-Will Rogers Multi Purpose Cntr 08/01/11 To 09/30/11 Cost Cod e Description Source Date Class Category Dollars Hours/Units Comment 1120 TEMPORARY SERVICES -JOBSITE 1129 MISC OTHER JOBSITE SERVICE P/R 08/12/11 LAB 51 90B OT 17.96 1.000 THU9794 Thurlow, David P/R 08/12/11 LAB 5190B REG 47 .88 4 .000 THU9794 Thurlow , David P/R 08/12 /11 LAB 5190F REG 65 .32 4 .000 LOP6895 Lopez , Pablo P/R 08/12/11 LAB 5190WOT 22.98 1.000 SC08512 Scott, David I P/R 08 /12/11 LAB 51902 OT 32 .66 1.000 FLE6106 Fl etcher, Curti s P/R 08 /12/11 LAB 51902 SAL 60 .09 3.000 TOS9255 Tosh, Mark P/R 08/19/11 LAB 51908 REG 23.94 2 .000 THU9794 Thurlow , David P/R 08 /19/11 LAB 51902 REG 43 .54 2 .000 FLE6106 Fletcher, Curtis P/R 08/19/11 LAB 51902 SAL 48.08 2 .000 TOS9255 Tosh, Mark A/P 08/05 /11 MAT 714 .37 CRAOOOO CRAWFORD ELECT A/P 09/14/11 MAT 67.50 CRAOOOO CRAWFORD ELECT P/R 08 /12/11 BUR 4 .38 1.000 SC08512 Scott, David I P/R 08/12/11 BUR 5.57 1 .000 FLE61 06 Fletcher, Curtis P/R 08 /12/11 BUR 10 .86 3 .000 TOS9255 Tosh, Mark P/R 08/12/11 BUR 17 .3 1 4 .000 LOP6895 Lopez, Pablo P/R 08/12/11 BUR 14 .89 5 .000 THU97 94 Thurlow , David P/R 08/19/11 BUR 5 .55 2 .000 THU9794 Thurlow, David P/R 08/19/11 BUR 8.14 2 .000 FLE6106 Fletcher, Curtis P/R 08/19 /11 BUR 8.69 2.000 TOS9255 To sh, Mark Cost Code 1129 Total: LAB 362.45 20 .000 MAT 781 .87 BUR 75 .39 20 .000 Totals: 1,219 .71 Cost Code Group 1120 Total : LAB 36 2.45 20.000 MAT 781.87 BUR 75 .39 20 .000 Totals : 1 ,219 .71 Job 11 -001 Total: LAB 362.45 20 .000 MAT 781 .87 BUR 75 .39 20 .000 Totals : 1,219 .71 n Service Workshe et Date: Work Ticket # Location : FRM-160-A i-:E::.:.m.:..;,i::;plc::oLe.:..e:::....:....Nc::a:..:..m.....:e::.:.: _________ --r-.....:t.....:im:..:..e:::....:....inc.__,-::b.....:re:..:a.....:k::....,...__:t.....:im:..:..e.::......::.o.:.:.ut::....,.....:;.to::.:.t=a.:...I h:..:..r...:cs_, time must be noted in mil it ary time format 12 :00 AM 0 :00 12 :00 PM 12:00 1:00AM 2:00 AM 1:00 2:00 P...~""-'--'-__:_..,--.L--'.__..,._o::.,.J'-"---'--'....,_,.---l__.__-'-:!.J...::......¥-----l---=:..._-+_,__~;..,.......-1! 3 :00 AM 3 :00 4;00 AM 4 :00 :OOAM 5:00 6 :00 7:00 8:00 9:00 10 :00 11 :00 AM 11 :00 Mat erial Used: Quantity Item Where did you obtain material from : Was this Material an after hours call : NO After hours fee : .,---ATTACH PACKING SLIPS O R I NV OICES Customer Representative (print name): Customer Representati ve Signature : Basecom Representative Signature : 1:00 PM 13 :00 2 :00 PM 14:00 3 :00 PM 15 :00 4:00 PM 16 :00 5 :00 PM 17 :00 6 :00 PM 18 :00 7 :00 PM 19:00 8 :00 PM 20 :00 9 :00 PM 21 :00 10:00 PM 22 :00 11 :00 PM 23 :00 Service Worksheet ---,-----------------------&l~- 0 ate : ........ 9_-, 1~2._-...._.I I ____ _ FRM -160-A Customer Contact: Work Ticket# _._,j \1--·-....,,0 ..... 0"--'I.._____,. _____ _ Location : Tunne.J \Nest: Emplo ee Name: time in break ti me out total hrs time must be noted in military time format 12 :00AM 0:00 12 :00 PM 12:00 1:00 AM 1:00 1:00 PM 13 :00 2 :00 AM 2:00 2 :00 PM 14 :00 3:00 AM 3:00 3 :00 P M 15 :00 4 :00AM = 4:00 4:00 P M 16 :00 5:00 AM 5 :00 5 :00 P M 17 :00 6 :00AM 6:00 6 :00 P M 18 :00 7 :00 AM 7:00 7 :00 PM 19:00 8:00 AM 8 :00 8 :0 0 PM 20 :00 9:00 AM 9:00 9 :00 PM 21 :00 10:00AM 10 :00 10:00 PM 22 :00 11:00 AM 11 :00 11 :00 PM = 23 :00 Material Used: Qu a ntity Ite m Where did you obta in material from : Was this Material an aft er hours call: DYES D NO After hours fe e : ATIACH PACKING SLIPS OR INVO ICES Cu stom er Representative (prin t name): Customer Re presentative Signature : Basecom Representative Signature : Service Worksheet FRM-160-A Date : Work Ticket # Location: Employee Name: time in break time out total hrs time must be noted in military time format I---'---'-------~-------,------,----.,-------,---,----, (\ fl 12 :00 AM 0 :00 12 :00 PM 12:00 I \J \ 1:00 AM 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 4:00AM 4 :00 4:00 PM 16:00 r 5:00 AM 5:00 5 :00 PM 17 :00 6 :00 AM 6 :00 6 :00 PM 18 :00 7:00 AM 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 Materia l Used : Quantit Item Where did you obta in material from : Was thi s Material an after hours call: [1}1110 After hours fee: ATIACH PACKING S LI PS O R INVOICES Customer Representative (print name): Customer Represen tative Signature: Basecom Representative Signature : Rogers-O'Brien Construction 1901 Regal Row Dallas, Texas 75235 Main 214 .962.3000 Fax 214 .962.3001 3901 S. Lamar Blvd . #200 Austin, Texas 78704 Main 512.486.3800 Fa x 512.486 .3701 www.rogers-obrien .com November 30, 2011 Jack Durham Senior Construction Manager -City of Fort Worth Transportation & Public Works Dept. Facilities Management Division / Architectural Services 401 West 13 1h 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 # 79 -M/WBE Participation The total amount of the approved change request referenced above including profit and overhead is $2 ,021.00. Below is the breakdown for the M/WBE Participation related to this change request : Grace Construction Co., Inc. $1,750 .00 7 Total Cost included In Change Request $1,7so.oo I $2,021.00= 86.6% Total M/WBE Participation For Change Request $1,750.00 I $2,021.00= 86.6% Total M/WBE Participation for this Change Request is 86.6%. 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 Rogers-O'Brien Construction November 23 , 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 # 76 -Add i iton of (4) Concrete Columns @ Bldg . 'A' SW Pedestrian Ramp 10022 Will Rogers M e moria l Cntr East Change R e quest# 79 Dear Jack : Per RFI # 76 response , added (4) 12" x 24" concrete columns along Bldg . 'A' Southwest pedestrian ramp for support of elevated concrete structure above . Cost of work includes rebar, forming of columns and place/finish of concrete . Attached please find our pri c ing fo r the above referenced revision ite m . 1901 Regal Ro "the total amount to provid e this work is : Dallas , Te xas 75235 $2 ,021 .00 Ma in 214.962 .3000 Fax 214.962.300Please note the attached exclusions/qualifications. 3901 S. Lamar Blvd. #200 Austin, Texa s 7870 4f you have any questions or need further clarification , please contact me at (214)962-3000. Ma in 512.486 .3800 Fax Sl 2.486.3701 www.rogers-o brie n.com S incerely, ~ Trey Carroll Rog e rs-O'Brien Construction Co OWNER AUTHORIZED SIGNATURE ATIACHMENT Dallas I Austin Change Request 79 Price Breakdown Job Name: Will Rogers Memorial Cntr East Date: 11/23/2011 Description : RFI # 76 -Addiiton of (4) Concrete Columns @ Bldg . 'A' SW Pedestrian Ramp Change Request #:79 Labor Material No Description QTY Unit Unit I Total Unit Total Equipment Subcontract Other Price 1 (4) Concrete Columns I 1,750.00 $1,750 .00 ****EXCLUSIONS AND QUALIFICATIONS**** Subtotal : $1,750.00 See attached backup for labo r, material and subcontractor and Overhead 10 .00% $175.00 supplier detail. Fee 4.99% $96 .00 Price excludes all federal, state and local fees. Price does include sales and I or remodel taxes . Written authorization and / or signa t ure on th is PC required prior t o perform ing the above de scribed work . Total: $2,021.00 Hahnfeld Hoffer Stanford Hahnfel d H offer Stanford I 200 Baile y Av,anue , Suite 200 Fort Worth . Te,:a:: 76107 Project: Number: To: From: Subject: Sent Via: RFI ID: Discipline: Receiv.ei:I: Question: Suggestion: Answer: CC: RFI Response Transmrttal ID: Date Sent: 07015 -01 WRMC East Multi-Purpose Building 07015 -01 Brent Mad)onald Rogers -O'Brien Constructfon Co. 1901 Regcil Row Dalas, TX 75235 214-962-3000 (Phone) 214-962-3001 (Fax) Gary Ryan Hahnfeld Hoffer stanfo,d 200 Baiey Avenue, SUite 200 Fort Worth, Texas 76107 (817) 921-5928 (Phone) (817) 302-0692 (Fax) Unit 'A ' Southwest Pedestrian Ramp Column Confirmation Info Exchange 00076 6/23/2011 00455 6/24/2011 Cok..11Tw1s near the rntersection of 1/D, 1/D.5, 1/F and 1/H.2 are depk:ted as OMV ii detais 4/S.A2.4 and l0/S.A2.9. As ,cis c us&ed with Tommy ·Deeds, these collnns are to be constnx::ted as concrete c ofurnn.s. Please provide dimensions and rein forcement details for connection to existing wa below and beam above. TI-E ABOVE COL:IJMNS AT THE REQUEST BY G.C. AMJ TOMMY DEEDS ,l'Ef:D TO BE CONSTRUCTED AS PER DETA11. 11/S.A2.9 IN LIEU OF 10/S .A2 :9 OM .. Y BETWEEN FIRST AND SECOND LEVEL . lJSE OETAJL 8/S.A2.9 ABOVE SECOND LEVEL. ... _ iT 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 Tuesday, October 25 , 2011 Subject: See the additional costs for 4 ea -8" x 24" concrete columns per RFI 00076. Change Order Request l 1007-013R Labor with Burden $ Material $ Equipment $ Subcontract $ 910 .00 612.00 ------ Subtotal $ 1,522.00 Overhead & Profit 15% $ 228.00 ====== Total Cost: $ 1,750.00 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, Alan J. Haynes, Sr. Grace Construction Company Phone: (972) 432 -0800 Fax: (972) 432 -0810 1 of 1 ..... # 1 2 2 1 Grace Construction Co . Concrete Construction 11325 Tanto Rd . Ste 200 Dallas , TX 75229 DETAILED BREAKDOWN OF COSTS FOR RFI 00076 Labor Burden@ Category Time Rate 40% Cost Foreman 2.0 Hrs $22 .50 $9 .00 $63 .00 Carpenter 6 .5 Hrs $17 .00 $6 .80 $309.40 Labore r 4 .5 Hrs $14 .75 $5 .90 $185 .85 Iron Worker 4 .5 Hrs $17 .00 $6.80 $107 .10 Cement Mason 10 .0 Hrs $17 .50 $7 .00 $245 .00 $910.00 Material Item QTY Price Cost Formwork 240 SF $0.55 $132 .00 Concrete 2 CY $60 .00 $120.00 Reinforcing 8 CWT $45 .00 $360 .00 $612.00 Equipment Item QTY Price Cost $0 .00 $0 .00 $0.00 $0.00 Subcontract Item QTY Price Cost $ $ $ $ $ $ $ $ $1,522.00