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