HomeMy WebLinkAboutContract 41332-CO10City of Fort Worth
Change Order Request
CITY SECRETARY / /
CONTRACT NO. "7 /33Z -( OI 0
Change O rder No . Date TPW Project No . Fund ing {FAC )
10 (ten) 7/12/12 C 234 541200
207060162780
Facil ity and Project Descripti on City Secretary Contra ct No .
East Multi -Purpose Facility WRMC
ORIGINAL CONTRACT AMOUNT ............................................................... .
EXTRAS TO DATE .................................................................... .
CREDITS TO DATE ................................................................... .
CS-41332
$15 ,443 ,305
$ 2 ,993 ,241
$ 0
CONTRACT COST TO DATE ................................................................................................. .
AMOUNT OF PROPOSED CHANGE ORDER. .......................................................................... .
REVISED CONTRACT AMOUNT ............................................................................................ .
ORIGINAL FUNDS AVAILABLE FOR CHANGE ORDERS ........................................................... .
REMAINING FUNDS AVAILABLE FOR CHANGE ORDERS ........................................................ .
$ 18,436 ,546
$ 31,421
$18,467 ,967
$ 436 ,000
$ 268 ,312
ADDITIONAL FUNDING (IF NECESSARY)................................................................................ $
IN ACCORDANCE WITH THIS CHANGE ORDER , THE CONTRACTOR SHALL;
Furnish all labor and mate ri al as per the attached Propose Change Requests
PCR 112 -Add 2 new custom flag poles and structural bases at west s ide of bu i lding A ,
new lettering fo r marquee sign and additional light fixtures as per ASI 35 ADD $31 ,421
ADD $31,421
It is understood and agreed that th e acceptance of thi s Change Order by the con tractor constitute s an accord and satisfaction and rep resents payment in fu ll (both time
and money) for all costs arising o ut of, or in c id ental to, th e above Change Order
Contracto r's Name
Rogers -O'Brien Construction Company , Ltd .
Original Contract Time Additi onal Approved Time To Date Approved Contract Time To Date Additional Time For This Change Order
590 cd O cd 590 cd O cd
Date
Date
Date
zraJz
[?.s Coun ci l Acti on {If Requ ired )
D Approved D Disapproved , l / A
D Other IV ( /'<>
TPW Fa cil ities Management Div isio n
Chan ge Orde r Fo rm (01 /3 1/12)
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
t
Rogers -O'Brien Construction
1901 Regal Row
June 12, 2012
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 # 35 -Light Fixt . Rev.'s/Event Sign Letters /(2)Flag Pis
10022 Will Rogers Memorial Cntr East
Change Request# 112
Dear Jack:
Per ASI #35 documents and RFI 178 response, provide new light fixture at the North entrance to unit 'B',
provide new lettering at the East marquee sign, provide 2 new flag poles at the West side of bu ilding 'A'
and provide (8) new 30" diameter flag pole bases. Cost includes removal of old marquee sign lettering
and credit for stock flag pole base brackets.
Attached please find our pricing for the above referenced revision item .
Dallas, Texas 752 35 The total amount to provide this work is : $31,421 .00
Main 214.962.3000
Fax 214.962.3001 . . Please note the attached exclus 1ons/qual1ficat ions .
3901 5. Lamar Blvd. #ZOO
Austin, Texas 787
0
°4
0
If you have any questions or need further clarification, please contact me at (214)962-3000.
Main 512.486.38
Fax 512.486 .3701
www.roge rs-ob ri en.com
Trey Carroll
Rogers-O'Brien Construction Co
OWNER AUTHORIZED SIGNATURE
ATIACHMENT
Dallas I Austin
. ' '. '
Change Request 112 Price Breakdown
Job Name : Will Roge rs Memo rial Cntr East
Description: AS I # 35 • Light Fi xt. Re v."s/Eve nt Sign Letters/(2)Flag Pis
Labor Material
No Description QTY Unit Unit Total Unit Total Equipment
1 Structural Steel
2 Signs
3 Flagpole Cred it
4 Flagpole Add
5 Electrical Subc ont ra cto r
****EXCLUSIONS AND QUALIFICATIONS**** Subtotal:
See attached backup for labor , material and subcontractor and Overhead
supplier deta i l. Fee
· Price excludes all federa l , state and local fees.
Price does include sales and/ or remodel ta xes.
W ritten authorization and I or signature on this PC requ ired prior to
performing the above described work.
Total:
Subcontract
14,867.20
9,055.80
-900.00
3,400.00
781.43
Date: 6/12/20 12
Change Request #:112
Other Price
$14 ,86 7.20
$9,055 .80
$-900.00
$3,400.00
$78 1.43
$27,204.43
10.00% $2 720.44
5.00% $1496.13
$31,421.00
--
Hahnfeld
Hoffer
Stanford
ARCHITECT'S SUPPLEMENTAL INSTRUCTIONS
Project Name:
EAST MU LTI -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'BRI EN CONSTRUCTION
1901 Regal Row
Dallas, Texa s 75235
ASI No .: 35
Issue Date : 1/24/12
Project No.: 07015-01
Contract For : General Construction
Contract Date: January 6, 2011
Owner: [X]
Architect: [X]
Consultant: [X]
Contractor: [X]
Fie ld: [X]
Other: [ )
File : [X]
The Work shall be carried out in accordance with the following supplemental instructions issued in accordance
with the Contract Documents without change in Contract Sum or Contract Time. Proceeding with the Work in
accordance with these instructions ind icates the Contractor's acknowledgement that there will be no change in
the Contract Sum or Contract Tim e.
De scription:
1. Re fere nce the attached supplementary drawing (AX-25) for clarifications to light fixture "G" locations.
Additionally, light fixture "G" where it is shown at Unit B between grid lines EO and EP immediately west of grid
line E1 shall be relocated to the north side of Unit Bas shown on 5/AX-25. It shall be replaced with the attached
light fixture .
2. Re fe rence the attached supplementary drawing (AX-26) for revisions to the existing event sign on the east
side of Unit A.
3. Re fere nce attached supplementary drawing (AX-27) for the addition of (2) flag poles.
Attachments:
1. AX-25 (17x22)
2. AX-26 (8.5x 11)
3 . AX-27 (1 1 x1 7)
4. Lum inaire product data for model no. SPC 8 Series fixture.
Issued by Hahnfeld Hoffer Stanford:
WIW William Westhoff/ PA
(Signature) (Printed Name / Title)
07-19-12 P03 :13 IN
CD ~~!: A EAST -SOUTH
cp
0 ~~!: B SOUTH
INO 0101S-0 1
IE· U JAU.2011
EAST MULTI-PURPOSE FACILITY
t.le]NDLEVE, $
5113·.o·
SPACE
TCENTER
LIGHT FIXTURE·
TYPE G • TYPICAJ.
ue...1sr LEVEL ~, 568'.4•
WILL ROGERS MEMORIAL CENTER
0 ~~'.: A EAST CENTER
!(
11
MP2UDLEVE $
58]'.Q"
t.lP )ST LEVEL $
568'-4' 0 ~~!: A EAST -NORTH
I
l,lP2N..QLFVI= JlJ._ 58~/"
-----------------1---T1~~~ 0 ~~!: B NORTH
LIGHT FIXTURE 11 G 11 PLACEMENT
Hahnfeld a,chilects
Hoffer planners
..
200 Bailey Ave, Suile 20
Forl Worlh, Texas 7610i
817 .921.5928
II m m < rm oz
0 ---1
)> (fJ
---1 --G) Oz z G)
II
)>
cl
I
0
(fJ
I m m
:--:1
S<
I'\)
(J)
0 ~ m.
N
',; z
N 0
EQUAL EQUAL
-_J RELOCATE __ _,__ 1 GRAPH IC/LETIER ING I
LI L ---FROM EX ISTING CAST-----.:__ ------~ ;]§ ~
STONE POS ITI ON (SHOWN "'---____ _a-6 _
HALF TONED) TO NEW g§ i=
____________ _J
POSITION ON NEW FACE 8 ~
BRICK OF PLANTER ~-~
2 ~
c5 a,
z
9
0
~
0
V, g
EAST MULTI-PURPOSE FACILITY
WILL ROGERS MEMORIAL CENTER
FORT WORTH, TEXAS
Hahnfeld a r c hit e c t s
Hoffer p l a n n e r s
Stanford inte ri o r s
1 425 8th Ave nu e
F o rt W o rth , T exas 76 104
8 1 7 .9 2 1 .5928
f ax 8 1 7.42 9 .9336 .
~
_ _ __ _ ___MEJNQJ.EVEL /1'\
563'~
I I ~ -
• 1 MP 1STLEV~ -------------------1 ------1 ---i ----1---------------------566'~
I I ~ _J /:: -
BNO. 07015-0 1
,TE: 24JAN.2012
iEET: AX-27
I I
L ______ J
EAST MULTI-PURPOSE FACILITY
WILL ROGERS MEMORIAL CENTER
FORT WORTH, TEXAS
PARTIAL WEST
ELEVATION
Hahnfeld architects
Hoffer pl ann ers
Stanford inte riors
200 Baile y Ave, Su ite 200
Fort Worth, Texas 76107
817.92 1 .5928
fax 8 1 7 .30 2.0692
Sonar8
SPC 8 Se ri es
Description
Housing
Grill
Lens
End Caps
Ballast
Sockets
UL Listing
Lifetime
Warranty
SPC812
SPC818
Mad ein ~
Project Information
. '; .• ,i-.;~.
WALL /(El Li NG/
LAMPS: CFL -:.
Vand al Resis t a nt Flu oresce nt
!;: ~
.it: .·
\f' -'
Fixtu re Type Date
Job Na me
Ap proved By
~'I': •• . =,~-, -.:_ ... Catalog Number SPC 8. 18". 2C R. 1 PLT42 • 277 · OP · BLK . WET-EM894
SPECIFICATIONS c@us
The Sonar 8 series features nearly unlimited architectural flexibility while maintaining ma ximum
vandal resistance. A wide variety of trims, colors and lengths are available which can be comb ined in
nearly unlimited ways. Furthermore, the all aluminum body c9nstruct.ion .and optional wet location
listing allow the Sonar 8 series to ~e used in nearly any environmental condition. '
Marine'grade heat treated extruded aluminum. <;:hemically primed and
finished with robotically applied polyester powder Coat.
Mar ine grade die cast aluminum finished with polyester powder coat and
secured to housing with tamper resistant st ainless steel machinesi:,rews.
Extruded UV stabil iz ed opal polycarbonate with in t egral pris~s~· ·.
Ma ximum wall thickness 0.160 ''. Secured to riousiifa With 'die cast
aluminum clamps and sta inless steel TORX ~ head ~dews ..
Die cast mar ine grade aluminum with conduit kh ock o u{s th~tare vis ible frohl interior of end cap. .... '.'· .. . . ., .. ,... . .• , ... · ... . . .. , .. •. ., .. ~-. . . ... ':· ., . "· · .. ·· ,··· . ·. '···--·· . .. . . · .. -.·
Electronic microprocessor controlled higl{frequ ~r,u:y tlassPhi~hpower faC.tor ~9Hast \/\l ithles? t iian ..
l0% total harmonic distortion, 120-277Vorly:}:4 7,V ciptiori c3.I. .· . . .. ·. .. . . .
High t e mperatu re th e rmoplastic, precision ~~apJ o¢k~i:1 t o refl_e ctcir b.racke t fcfr -~~s/nr,c•r,r,_.
. . . -.. ..·.;· . ·''. :-, . . ·: .:.:.·:.; ,:; .· . . . . . . .. _, .. ·• . . --.. . . . '~ '~ ·•.·.
UL :, C~UL., Damp standard, Wet optional.·'·:.<: .·
Luminaire Lighting Corporation will repa l/ofiepl~Ei iriY ~f ttJrecl ~in ~ge9 'ci J e
vandalism for the lifet ime of the installation, · · · · ·-, ··· ·
DIMENSIONAL DATA
A B
I
12.95 .. •
_ 18.37 .
.· ~.75
'8.75
GRILL CONFIGURATIONS
C
. 4.0_0
4.00
7 Ol sen Avenue • P.O. Box 2 104 • Ed iso n , NJ • 088 18
P. 7 32 .549.0 0 5 6 F. 73 2.5 49.97 3 7
I
A
r=-1 _] I
LlllTlin_~ire
Lumina ire Lig hting Corp oration prod uct s are ma nufac t ure d in t he USA w it h components
Lighting Corporation
www.l umina irel i g hting .com
..J
Sonars
SPC 8 Series Va nd al Resistant Fluorescent Fixture Type ----=-=·~--.---· -.. .., ...
SERIES
SPC 8 I
JB
WET
PC
GLR
EMB94
COR
ST/SC
PS
TX/SD
ORDERING INFORMAT IO N
LENGTH GRILL LAMPS VOLTS LENS COLORS OPTIONS
18" I-2CR I-._! 1_P_L T_4_2 ___ ~J -1277 1-1 OP I-_S_I L __ __,l-1 WET-EM894 1-(RI~~R~D)
LENGTH GRILL LAMPS VO LTS LENS COLORS OPTIONS
JS 1 ')ti 'L.
1 8"
N B (included) 120
2CR 12 " 18" 277
3CR 1PLC1 3 2PLC13 347
20F 1PLC1 8 2PLC 18
3 0F 1 PLC26 2PLC26
40F 1 PLT32 2PLT32
60F 1 PLT42
f"'\D
'-''
Opal
Standard
CP
Clear
Prismatic
Optional
BLK -
Black
WHT-
White
BRZ-
Bronze
GRY -
. Gray
SIL -
··siiver
CUST ~' .
WET
PC
GLR
EMB94
COR
ST/SC
PS
. · C:u j torn' C:::o j or: ·.,.
· Con_sult Factory
GR I LL DETAILS
NB 2CR 3CR 20F
OPTIONS
Die cast joi ner band for continuous row mount.
Consu lt fac t ory for row information.
30F
Si licone and neoprene gasketing for wet location. Surface mount only.
Photoel ectric switch .
Fuse and fuse ho lder.
350 -750 lumen self contained 90 minute emergency battery pack.
40F 60F
0°C (32 °F) to S0°C (122°F) ope rating range. Will operate one lamp for a minimum of 90 minutes.
Available for 18" l ength on ly. Not available i n 347V.
Corner mou nted backbox. Constructed from 16 ga u ge cold rolled zinc coated st eel.
Finished with white powder coat.
Slotted screws insad ofTORX'" h ead
Painted screws t o match Juminaire finish
TORX '" head bit.
7 Olsen Avenue · P.O. Box 2104 • Ediso n, NJ · 08818
P. 732.549.0056 F. 732.549.9737
Lun1fp.i;Jire
Madein ~ Lum inaire Lighting Corporation products are manufactured in the USA with components
purchased from USA suppliers, and meet the Buy American req ui rements under t he ARRA.
Lighting Corporation
www.l uminairelighting .com
Roger s-O'Brie n C o n struction Co.
Mai n Office.
190 1 Rega l Row
Dalla s , TX 75235
Ph : (21 4 )962-3000
Job Site Offi ce
Corne r of University Drive and , Harley
Fort Worth, TX
Fx.
Fx : (21 4) 96 2-300 1 Ph .
I
To:
Request For Information
RFI#:
Date:
178
2/21 /2012
l
Gary Ryan
HAHNFELD-HOFFER-STANFORD
200 Ba iley Avenue
Suite 200
Job: 10022 W ill Rogers Me morial Cnt r East
Phone:
Ph : (817) 302-0673 Fa x: (817) 302-0692
CC:
Subject: Unit 'A' Flaq Pole Base Conflict
Spec Section: Schedule Impact:
Cost Impact: Drawing Reference:
Request: Date Required: 2/28/2012
Deta ils 1A/A.A4.1 and 1/A.A4.2 depict the flag pole bases centered 5'-0" below the top of cast stone at the
clerestory of unit 'A'. Details 1 & 3/A.A5.1 dep ict this location in conflict with a steel beam on the opposite side
of the wall. Please provide details for securing the flag pole base to the structure at these locations.
Requested by:
Response:
Brent MacDonald
Rogers-O'Brien Construction Co
Response Received 2/23 /2012 :
Please install and secure flagpole bases as recommended by the manufacturer or fabricator. Per Section
10350, 1.3 .B the anchoring and supporting systems for flagpoles and base shall be provided by the
manufacturer in the shop drawings. Architect shall re view and comment on attachment method upon rece ipt
of shop drawings. The arch itectural i nte nt of flagpole bases is to match existing.
Response Rece iv ed 5/3/2012:
This is to inform y ou thatthe response to this RFI has been modified as follows :
Added the statement: "Base to be 30 inch diameter to acc o mmodate exi sting cond ition ."
Response Received 5/9/2012:
This is to inform you that RFI 178 has been modified to add a sketch clarifying the flag pole base mounting
detail.
Sent to Thomas Campbell and John Spall on 5/9/2012
Page 1 of 2
,Any proposas herein tha: a-e cost savings proposas fro-n the Caltra:::tcr, a-e sdely in its positim as a ccntra:::tcr. The ONier rrust ra y sdely o
its a-ditect, cr cther design a:nsutants, fcr the design ri the prqect. a.cl the SL.ita::iility ri aiy c::ha-'gego the design as a result ci the OAfler'!'
a:cepta-ice d a-iy vaue engineering proposas. Cmtra::tcr oces nd: assurre a-iy respc:nsibi lity cr licbility f cr the suita::iil ity d the design ci t i
prqect. in the providing ci a-iy vaue engineering prq:,osas cr SErires.
Not ice to Subcon tractors and Su pp li ers :
If th is RFI affects your schedule , poses an in crease in y our cost, or affects your scope of wo rk in any manner, you m ust respond by
le tt er within 48 hours of receipt of this docum ent. Oth erwi se , Ro gers-O 'Bri en will ass ume that th ere is no sched ul e , cos t, or s co p e
impact to yo ur contract.
Brent MacDonald
From:
Sent:
To:
Subject:
Gary Ryan <gryan@hahnfeld.com>
Wednesday, May 09, 2012 1:04 PM
Gary Ryan; Trey Carroll ; Tommy Deeds; jack.durham@fortworthgov.org;
alan.bagamery@fortworthgov.org; Susan Foxworth; Jeff Westhoff; Steve Munoz; Brent
MacDonald
Project: 07015-01 WRMC Ea st Multi-Purpose Bu i lding -RFI -Unit 'A' Flag Pole Base
Conflict -RFI:00178:oS kx B
Follow Up Flag: Follow up
Flagged Flag Status:
Categories: Returned RFis / Submittals for processing
This is to inform you that RFI 17 8 has been modified to add a sketch clarifying the flag pole base mounting detail.
Click here to go to the Project RFis activity center
Project
Name:
Project
Number:
From:
To:
Subject:
ID:
Sender ID:
Status:
Received:
Due:
Response
Date:
Received
via:
Question:
Suggestion:
07015-01 WRMC East Multi-Purpose Building
07015-01
Brent MacDonald (Rogers-O'Brien Construction Co .)
Gary Ryan (Hahnfeld Hoffer Stanford)
Un it 'A' Flag Pole Base Confl ict
00178
RFI 00178
No Impact
2/21/2012
2/28/2012
2/23/2012
Info Ex change
Details 1A/A.A4.1 and 1/A.A4.2 depict the flag pole bases centered 5'-0" below
the top of cast stone at the clerestory of unit 'A'. Details 1 & 3/A.AS.1 depict this
location in confl ict with a steel beam on the opposite side of the wall. Please
provide details for securing the flag pole base to the structure at these location~:.
Notification generated by Ne wforma Project Center
1
Thanks ,
Brent MacDonald LEED@ AP BD+C
1901 Regal Row
4
/
~,I"--·~ ,
._.,~'
---·/ /
/" 7 ...... ,,. ·1' f ') ? ,· <--.,.-•,;' .• ~.f .,,,..,-.. / ~/,, :-
·Nevvforma Info Exchange -Print View Page I of2
RFI
Project Name: 07015-01 WRMC East Multi-Purpose Build i ng
07015-01 Project Number:
Subject: Unit 'A' Flag Pole Base Conflict
00178 ID:
Sender ID: RFI00178
From:
To:
CC:
Brent MacDo nald (Rogers-O'Brien Construction Co.)
Gary Ryan (Hahnfel d Hoffer Stanford)
Trey Carroll (Rogers-O 'Brien Construction Co .), Tommy Deeds (Hahnfeld Hoffer
Stanford), Jack Durham (City of Fort Worth), Alan Bagamery (City of Fort
Worth), Susan Fo x worth (Hahnfeld Hoffer Stanford), Jeff Westhoff (Hahnfeld
Hoffer Stanford), Steve Munoz (Rogers-O 'Brien Construction Co .)
Received: 2/21/2012
Due: 2/28/2012
Question: Details 1A/A.A4.1 and 1/A.A4.2 depict the flag pole bases centered 5'-
0" below the top of cast stone at the clerestory of unit 'A'. Details 1 &
3/A.A5.l depict this location in conflict with a steel beam on the
opposite side of the wall. Please provide details for securing the flag
pole base to the structure at these locations.
Description of Contents
Quantity Dated Description
1 5/9/2012 Flag pole base to CMU .pdf
Actions
Received Request For Information
Date:
From:
Rec i p ients:
Remarks :
2/21/2012 Due Back: 2/28/2012
Brent MacDonald (Rogers-O'Brien Construction Co.)
Gary Ryan (Hahnfeld Hoffer Stanford)
Details 1A/A.A4.1 and 1/A.A4.2 depict the flag pole bases centered 5'-0" below the top
of cast stone at the clerestory of unit 'A'. Details 1 & 3/A.A5.1 depict this location in
conflict with a steel beam on the opposite side of the wall. Please provide details for
securing the flag pole base to the structure at these locations.
Assigned To Answer
Date: 2/21/2012 Due Back: 2/23/2012
From: Gary Ryan (Hahnfeld Hoffer Stanford)
Recip ients: Tommy Deeds (Hahnfeld Hoffer Stanford), Jeff Westhoff (Hahnfeld Hoffer
Stanford)
Remar k s:
Details lA/ A.A4.1 and 1/ A.A4.2 depict the flag pole bases centered 5'-0" below the top
of cast stone at the clerestory of unit 'A'. Details 1 & 3/A.A5.1 depict this location in
conflict with a steel beam on the opposite side of the wall. Please provide details for
securing the flag pole base to the structure at these locations.
Answered Answered
Date: 2/22/2012 Due Back:
httm:·//nrniPrtc: h::ihnfPlrl r .nm/T T<:nWP.h /f:nmmrm/Print;:,hlP. V e.rsinn _;:,snx?ite.mTvne=R fi&ite... 5/9/2012
. Ne ·f1 fom1a Info Exchange -Print View
From:
Recip ients:
Remarks:
Jeff Westhoff (Hahnfeld Hoffer Stanford)
Gary Ryan (Hahnfeld Hoffer Stanford)
Page2of2
Please install and secure flagpole bases as recommended by the manufacturer or
fabricator. Per Section 10350, 1.3.B the anchoring and supporting systems for flagpoles
and base shall be provided by the manufacturer in the shop drawings. Architect shall
review and comment on attachment method upon receipt of shop drawings. The
architectural intent of flagpole bases is to match existing.
Reference attachment for mounting clarification.
Responded and Closed No Impact
Date: 2/23/2012 Due Back:
From: Gary Ryan (Hahnfeld Hoffer Stanford)
Rec ipients: Brent MacDonald (Rogers-O'Brien Construction Co.)
Rema r ks:
Please install and secure flagpole bases as recommended by the manufacturer or
fabricator. Per Section 10350, 1.3.B the anchoring and supporting systems for flagpoles
and base shall be provided by the manufacturer in the shop drawings. Architect shall
review and comment on attachment method upon receipt of shop drawings. The
architectural intent of flagpole bases is to match existing.
Base to be 30 inch diameter to accommodate existing condition.
httns://nroiects. hahnfeld.corn/T JserWeh/Comrnon/Print;:i h le Verc;;i on _;:isnx?itemTvne=R fi&.ite . '1 /9/?.017
·,
Brent MacDonald
Fr om:
Se nt:
To:
Cc:
Subject:
Tommy,
Brent MacDonald
Wednesday, April 04, 2012 9:08 AM
Tommy Deeds , Hahnfe ld
'jwesthoff@hahnfeld.com' Uwesthoff@hahnfe ld.com)
W ill Rogers 30" Flag Pole Base
See screen shots below for proposed 30 " flag pole base with attachment details. I depicted thru-bolt conditions,
however, we will attempt to locate filled cells, or fill the cells t o facilitate epoxy doweling. Please confirm this is what
you understood from our meeting and I wi ll submit formal ly if you have no changes.
1
z
3
Than ks,
Brent MacDonald LEED @ AP BD+C
1901 Regal Row
4
D?llas , TX 75235
Main 214-962-3000
Fax 214-962-300 1
Cell 214-558-287 4
Rogers-0 ' Brien Construction
Dallas I Austin
www.rogers-obrien .c om
5
City of Fort Worth
Will Rogers Equestrian Multi-Purpose Facility
Sub Contractor's Summary
Scope of Work Description:
Trade: Steel Fab ri ca ti on & Erection
Sub's Nam e: NASCO Stee l
Project : Will Roge rs Multi-P urpose Facility
Date: 6/4/12
•
3 ~!~.~ .. P..0.1.e.s .................................................................................................................................................................................................................................................................................................................................................................................................................. . : : -
I Mate rials I Units 5 Labor Equipment I
Scope of Work Description
1
1----------.------------------I I Total Co st
It em Description I UOM I Qty I Cost Per Uni ti Tota l I per MH MHRS Rate Total Eq. Type !. II Hrs. I Ra te I Total
. . . $0.00 i i . . $0.00i . $0.00 i $0.00
Fla g .roies ·.·.·· ........... · ...................... :Materi als ............................... 1 Ea ch ...... j ...................... s.j ...... $1,6 16.oo.j ..... $12.9:~:~~l························l ········· ............... j ..................... j .............. :~:~~i ...................................... j ............. : .................... l ··········!~:~~l ········$12,9!~:~~
: : : : : $0.00: : : · : $0.00: : : : $0.00: $0.00
.......................................................... J ............................................... .l .............. .l ........................ J ........................ J .............. $0.00[ ........................ i. ....................... 1. .............. · ...... i. ............. so.oo[ ...................................... l ............. l. ................... l .......... $0.ooi .................. $0 .00
•••···••·••·•·•••·•••·•••••••··•·•··· .•.................... [ .... [ ............ I.. 1 ......................... [ .............. ~ :f ..... = J ........................ i ....... j •. ••.• ::1 ...................................... ; ............. [ ................ [ .......... ::.::! •••••••••••••••••• ::::
Subtotals : : : : : $12.928.oo : : : : $0.00 : : o.o : : $0.oo : $12,928.00 -------------------------------t"------------------------r--------,-------------,-------------,-------------.-------------,-------------t"-----------,-------------.--------------------r--------,-----------,-----------r---------------
1 I I I I I I I I I I I I I
___ :---------------------------~------------------------~------l-----------t------------t-----------l-----------t------------~----------t::::••c:::t __________________ _[_ ___ __J __________ t::::-::j _____________ _
, , , , , , , , , ,Sub-Contra ctors Profit & Overhead , 15.00%, $1,939 .20 ------------------------------, ---------------------·t -----, -----------1-----------r---------i-----------l------------,-----------1 -----------1--------------------r -----,--------1 ---------t ------------·--
Tota I co No. I I I I I $12,92s.oo l I I I $0.oo J I o .o l I $0.15 1 $14.867.20
Page _1_ of _1_
Quote No. DALL-14 960
Page 1 of 3
Compan y
Location
Reference
Rogers -O'Brien Construction
Primary Location
Will Rogers Monument Base Ltrs
Bill to Rogers -O'Brien Construction
1901 Regal Row
Ship to Rogers -O'Brien Construction
Will Rogers Memorial
Dallas, TX 75235 Fort Worth, TX
us us
Valid Until Revision Date 03 /05 /2012 Terms Net 30 days
F.O.B. N/A Revision No Ship Method Installed
Lead Time 4 -5 Weeks
TXMAS Numbe r-11-78010 TDLR Lice nse# 18428
No. Item Description Qty UOM
1. S/T I added letters per achitect Aluminum letters 4" and 6", finished to match project standard Bronze: Each
(1) one set to read :" HOME OF THE
SOUTHWESTERN EXPOSITION AND LIVESTOCK SHOW"
(1) one set to read:" HOME OF TH E
SOUTHWESTERN EXPOSITION AND LIVESTOCK SHOW"
2. Demolition Demolition of Existing Letters Each
3. Installation Exterior Installation Each
---·-... -------·-··----- ---·--------·-···
4. O&P overhead and Profit Each
5. Notes ASI is not responsible for the condition of the wall once the existing each
let ters have been removed (there wi ll be damage and discoloration).
Patch/Repair of the wall surface is by others.
-:•as,
Signage Innovations
March 5, 2012
SR House Account
PM Mike Garmon
Unit Pr ice Exten sion
5,410.00 5,410 .00
795.00 795 .00
1,670 .00 1,670 .00
1,180 .80 1,180.80
0.00 0.00
Subtota l 9,055.80
Sales Tax (O 0/o) 0.00
Tota l 9,055.80
By signing below, I approve and authorize this quote and acknowledge that I have read and agree to the attached terms and conditions.
Submitted by Date Appro ved by Date
Pr int Name
continued on next page
FnvirnnmPntal ,innanP ,nl11tinn< lnr I ORA A<;! I R1R1 IPt<tar Or <11ilP 11n lrvinn TX 7,ni;~ I T· /Q77\ Q1s-~Rnn I F· /Q77\ Q1,-<R1n I a,i,innanP rnm
Qu.ote No. DALL -1 4960
Page 2 of 3
Company
Location
Reference
Condit ions
General
Rogers-O'Brien Construction
Primary Location
Will Rogers Monument Base Ltrs
Signage Innovations
March 5, 2012
By accepting this order in any manner, purchaser agrees to the terms and conditions notes in the quotation. These terms and conditions supersede all others and
therefore are made an integral part of any contract between the customer and ASI -Modulex . Te rms and conditions contrary to those shown in the quotation must be
agreed to in writing. all pricing is based on quantities orderED and may not apply to reorders.
Purchaser agrees that the date of invo icing will commence when the product(s) has been received by purchaser, whether or not installation is req uired or complete.
Lead time is approximate and is based upon production and installation time after receipt of the following: 1. Deposit 2. Purchase Order and / or Signed Quotation 3.
Approved Artwork 4. Approved Message Schedules 5.AII final specifications, color selections and approvals
Cl ient agrees to provide ASI-Modulex with a complete message schedule (names, room names, room numbers, build locations, etc.) for all signage ordered unless client
places their orders online. Client will ensure that all messages are accurate and final, and ASI-Modulex will not be respons ible for items that were misspel led when
submitted. ASI -Modulex is no t responsible for the translation of messages into foreign languages, but may do so at an additio nal charge. All message schedules will be
submitted to AS I-Modulex in a Microsoft Excel Document (X LS) or CSV file . All message schedules must be approved in writing prior to production . Client acknowledges
that incomplete message schedu les cou ld compromise lead times and delivery dates.
Customer is responsible for all return ship pi ng charges. All returned items should be properly insured when shipped . ASI-Modulex will be held harmless in the event that
returns are lost in transit. Client is respons ible for insp ecting all shipments for any shortage or damage before items le ave their dock. Purchaser wil l not e all loss or
damage on the delivery rece ipt before signing for the shipment. If concealed damage is discovered, client must save all cartons and packaging and request an inspection
from UPS, Federal Exp res s, or the appropriate trucking carrier immediately. DAMAGE MUST BE REPORTED WITHIN SEVENTY-TWO (72) HOURS.
Installat ion and Delivery
Electrical Signage:
· '' Ele ctrical runs and hook-ups by others. ASI to provide powe r requirements in shop drawing phase.
·* Access panels to be provided by client to the location where the signage is to be installed.
Please note this installat ion assumes no penetrations through th e roofing water barrier or any material used to seal the building against weather, moisture, or any
undesired elements . ASI recommends that the submittal drawing be rev iewe d by any relevent parties to ensure that the insta llation as illustrated in this document
does not impact the build ing sealant system. ASI assumes no liability for any penetrations through the roof water barrier or any other building sealant.
Regu lat ed by the Texas Department of licensing and Regulation. For compla ints please contact the fo llowing: Texas Department of Licensing and Regulation PO Box
12157, Austin, TX 78711 1-800-803 -9202 -(512) 463-6599 http://www .license.state.tx.us License # 18428
EXTERIOR INSTALLATIONS:
-Installation is based on installing al l signage in one phase. If installation is phased over a period of time addit ional charges wi ll incu r.
-Installation does not include remo val of existing signage .
-Insta llation price does no t include permits un less noted above. If per mits are required the actual costs of permits and procurement will be added to the invoice.
-At time of purchase order, customer is to supply ASI -Modulex installatio n staff with bluep rints or diagrams noting sign locations and elevations. Also, job site contact
name and telephone number.
-Customer to provide knowledgeable contact on day of installation in order to provide locations/elevations and any other questions that may arise.
-Price does not include sign base.
-Core Drilling for installation of post -mounted signs is not included .
-ASI-Modulex assumes no responsibil ity for damage to stone substrates when instal ling stud mounted signage elements.
contin ued on next page
Q4ote Nd. DALL-14960
Page 3 of 3
Company
Locatio n
Refe renc e
Condit ions
Rogers -O'Brien Construction
Primary Location
Will Rogers Monumen t Base Ltrs
-Clearing for utilities at sign locations by others.
Signage Innovations
March 5, 2012
-Insta llation ol exterior signs based on direct embedment and excavation in natural native soils. If rock is encoun tered, installat ion price would th en be based on time
and material basis.
INTERIOR INSTALLATIONS:
· Installation is based on installing all sign age in one phase. If installation is phased over a period of time additional charges will incur.
-Installation does not include removal of existing signage .
-Installation price does no t include permits unless noted above. If permits are requ ired they will be quoted upon request.
-At time of purchase order, customer is to supply ASI-Modulex installation staff with blueprints or diagrams noting sign locations and elevations. Also, job site contact
name and telephone number.
-Customer to provide knowledgeable contact on day of installation in order to provide locations /elevations and any other questions that may arise.
Client is responsible for checking that the orde r was de livered or installed 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 receipt for purchaser. If purchaser is unable to accept delivery, .then an add itional delivery
surcharge wil l be added before re-delivery. Shipping and crating charges are est imates only. Actual and/o r additional shipping, crating and exped ite charges will appear
on final invoice.
This quote includes a single installation trip charge, during regu lar hours of operation, unless otherwise specified. Penalties and other charges may result if addit ional
trips are required due to premises not being ready for install and/o r ad ditional work or equ ipment being required to com plete installation. Installation ove r weekends,
holidays and non-standard hours are also subject to add itional charges.
Paymen t Terms
Purchaser agrees that the date of invoicing will commence when the product(s) has been delivered and/or instal led by ASI -Modulex.
Payment is due NET 30 days from date of invoice, unless otherwise specified. Al l payments are conside red past due 31 days from the date of invoi ce and a finance
charge will be due on the balance at an annual rate of 180/o (o r 1-1/20/o per month). purchaser agrees to pay costs incurred by liquidating damages and /o r re lated
attorn ey fees . ASI-Modulex reserves the right to bil l for products that were delivered ontime, ev en if client site is not ready . final installation charges will appear On
additional invo ices .
Purchaser must supply a tax exempt certificate, otherwise sales tax will be added to the final invoice. State and lo cal sales taxes will be included where applicable.
Environm enta l Sianaae So lut ions Inc. I DBA ASt I 818 1 letstar Dr. suite 110 lrvin o TX 75063 I T: /972) 915-3800 I F: /972) 915-3810 I asisionaoe.com
203.0 Century Center Blvd.
Suite 16
Irving, TX 7 5062
Rocky Duron ·
Phone:
Fax:
214-358-3455
800-875-5457
214-358-5713
MBE & HUB CERTIFIED
VETERAN OWNED
Fr Associates, Jnr. WWW.ROCKYDURON.COM
SINCE 1987
CELEBRATING 25 YEARS OF EXCELLENCE
To: Rogers O'Brien Re: Will Rogers
Attn: Brent MacDonald
Email: BMacDonaid@r-o.com
Date: June 5, 2012 CHANGE ORDER
WE ARE PLEASED TO QUOTE AS FOLLOWS: FLAGPOLES
CREDIT:
6 -FLAGPOLE BASES
CREDIT FOR BASES ...................................................................................................................... $
TAX NOT INCLUDED .................................................................................................................... $
NEW:
2 -FLAG POLES
TOTAL PRICE ..... DELNERED TO JOBSITE ........................................................ : ................... $
PROFIT AND OVERIIEAD ............................................................................................................ $
EXTRA FOR fflSTALLATION ...................................................................................................... $
PROFIT AND OVERIIEAD ........................................................................................................... $
TAX NOT INCLUDED ................................................................................................................... $
ACKNOWLEDGE __ ADDENDUM(S)
DELIVERY:
NOTE:
ACCEPT:
Approximately 6-8 Weeks
Prices are good for 90 days.
DATE:
This Quot!tion ls Subject To Fina.J Accepnnce And Approva.J.
(900.00)
1,391.00
209.00
1,565.00
235.00
F.O. B.
TERMS:
See Above
Net 20 Cays
See Above
See Above
RESPECTFULLYSUBI\1JTTED,
ROCKY DURON & ASSOCIATES, INC.
FINISH:
SHIPMENT:
02 .tcmplztc.quo
BY : Shct«.¥1.t V w-o-n,
Shaun Duron
Director of Sales
sduron@ rockyduron.com
Please visit our impro ved website including our new online catalog on www.rockyduron .com
Basecom Inc Request For Change
5209 Vesta Farley Rd .
Fort Worth. TX 761 19
Rogers-0 · Brien
1901 Rega l Row
Dallas, TX 75235
Attn:
Owner Doc No: AS! 35
Date: 01 /31 /12
Respond By Date: 02 /07 /12
Internal RFC No: 19
Internal Job No : 11 -001
Customer Job No : 10022
Status : Pending
Will Rogers Multi Purpose Cntr
1901 Rega l Row
Da llas , TX 75235
Install conduit, w iring and 1-SPC818-2PL T32-277-0P-S IL-WET-EMB94-TX/SD fi xtu res per AS! #35 .
Lighting Quote from Summit
LABOR
MATERI ALS
OVERHEAD
PROFIT
SEE A TTACHE D Q UOTE FROM SUMMIT, MATERIAL SUMMARY. AND LABOR SUMMARY
Total RFC :
Approved Change Order No:
Accepted Date: Accepted By:
Please sign and return a copy as soon as possi ble
0 .00
46 1.86
138.43
76.28
67 .65
37 .21
0.00
781.43
1 of 1
LABOR
Labor Type Crew Hours Rate$ SubTota l Brdn % Frng $ Brdn Tot. Frng Tot. Total Fu ll Rate
FOREMAN 0.25 0.81 25 20.25 40 1.5 8 .1 1.22 29 .57 36 .51
JOURNEYMAN 1 3.23 23 74 .29 40 1.5 29 .72 4 .85 108 .86 33 .7
APPRENTICE 15 40 1.5
Totals 1.25 4.04 23.4 94 .54 40.004 1.5 37 .82 6.07 138.43 34 .26
' -)
MATERIAL SUMMARY
Description Qty Price Net Price Labor Tot al Mat($) Total Hours
3/4" CONDUIT -EMT 10 71 .21 71 .21 3 .52 7 .12 0 .35
3/4" CONN COMP STL -EMT 4 226 .7 8 226 .78 12 .5 9.07 0 .5
3/4" COUPLING COMP STL -EMT 2 2 66.12 266 .12 0 5.32 0
1/2" FLEX -STEEL 6 52 .86 52 .8 6 3 3 .17 0.18
1/2" CONN FLEX DC SQUEEZE STRAIGHT INSI 4 342 .28 342.28 10 13.69 0.4
#12 THHN BLACK 78 209 .38 209.38 5 .15 16.33 0.4
4x 2 1/8" SQ BOX 3/4 " KO 2 883 .83 88 3 .83 23 i7.68 0 .4 6
4" SQ BLANK COVER 2 194.53 194.53 2 .5 3 .8 9 0.05
2' WALL MOUNTED 2 0 0 0 .65 0 1.3
DEMO FIXTURE FLUORESCENT 1 0 0 0.4 0 0.4
Totals 76 .28 4 .04
.. ·-~ ) '
RE: Will Rogers ASI 35
Sara Retzloff [sretzloff@summit.com]
Sent: Tuesday, January 31, 2012 8:43 AM
To: Mark Tosh
Cc: Steve Landsfeld [slandsfeld@summit.com]; Robert Fincher [rfincher@summit.com]
Attachments: ASI035 _ltfixG eventsinemod_.pdf (722 KB)
SPC818-2CR-2PLT32-277-0P-S1L-WET-EMB94-TX/SD $461 .86 EA
I quoted t he 18 ". 18" ava only for the EMB option
Thanks,
Sara Retzloff
Projects
Summit Electric Supply -Fort Worth, TX
Phone 817-831-4500 (ext: 3254)
Fax 817-222-9200
From: Robert Fincher
Sent: Thursday, January 26, 2012 1:30 PM
To: Sara Retzloff
Cc: Steve Landsfeld
Subject: FW: Will Rogers ASI 35
Sara , please see below.
From: Mark Tosh [mailto:MTosh@basecominc.com]
Sent: Thursday, January 26, 2012 1:27 PM
To: Robert Fincher
Cc: Steve Lands fe ld; Ronny Pewitt
Subject: FW: Will Rogers ASI 35
Robert
Please see attached and on the last page is a fixture that I need pricing for. Please give me a unit price I may
need more than one. This is in reference to Will Rogers ASI #35.
Than ks,
Mark Tosh
Eledric Division Manager
Basecom Inc.
817-589-0050 office
817-521-5994 mobile
mtosh@basecominc.com
From: Ronny Pewitt
Sent: Wednesday, January 25, 2012 12: 19 PM
To: Mark Tosh
Subject: PN: Will Rogers ASI 35
ASI 35 attached . Also read Brent's ema il below.
Ronny Pewitt
Operations Manager/Project Manager
Basecom Inc.
817-589-0050
817 -483-2609 fax
www .basecom inc .com
From: Brent MacDonald [mailto:BMacDonald@r-o.com]
Sent: Wednesday, January 25, 2012 8:19 AM
To: Ronny Pewitt; Mike Garmon (mike.qarmon@asisiqnaqe.com); Shaun Duron; Thomas Campbell
(thomas@nascosteel.com)
Subject: Will Rogers AS! 35
Gentlemen,
Please see the attached document for AS! 35 .
Ronny, The 'G' fixtures you installed on the East face of un it 'A' do not match the directions given in RFI
123 and will need to be adjusted to reflect the elevations in the attached ASI.
Thanks,
Brent MacDonald LEED ® AP BD+C
1901 Regal Row
Dallas, TX 75235
Main 214-962-3000
Fax 214-962-3001
Cell 214-558-2874
Rogers-O'Brien Construction
Dallas I Austin
www.roqers-obrien.com
PROJECT SUMMARY SHEET
(Change Order Attachment)
PROJECT NAME : East Multi-Purpose Facility WRMC
Contract No : CS41332
Attachment to Change Order No: 10
Today's Date : 7/16/12
Original Contract Amount:
Extras to Date :
Credits to Date:
Contract Amount to Date:
Amount of Proposed Change Order:
Revised Contract Amount:
Contingency Funds Avail. for Admin. Change Orders :
Remaining Funds Available for Change Orders:
Additional Funding (if necessary):
TOTAL
$ 15,443,305.00 $ 15 ,443 ,305.00
$ 2,993,241.00 $ 2 ,993 ,241 .00
$
$ 18,436,546.00 $ 18,436,546 .00
$ 31,421.00 $ 31,421 .00
$ 18,467,967.00 $18 ,467 ,967 .00
$
$
$
436,000.00 $ 436 ,000.00
136,267.00 $ 136 ,267.00
Prepared By: Karen Striker T/PW Business Support