Loading...
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