HomeMy WebLinkAboutContract 41332-CO13•
.. City of Fort Worth
Change Order Request
CITY SECRETAR
CONTRACT NO. L{ 133 L -[O )~
Change Order No . Date TPW Project No . Funding (FAC )
13 (thirteen) 12/3/12 C 234 541200
207060162780
Facility and Project Descripti on City Secretary Con tract No.
East Mu lti-Purpose Facility WRMC
ORIGINAL CONTRACT AMOUNT ............................................................... .
EXTRAS TO DATE .................................................................... .
CREDITS TO DATE ................................................................... .
CS-41332
$15,443 ,305
$ 3 ,065 ,369
$ (67 ,113)
CONTRACT COST TO DATE ................................................................................................. .
AMOUNT OF PROPOSED CHANGE ORDER. .......................................................................... .
REVISED CONTRACT AMOUNT ............................................................................................ .
ORIGINAL FUNDS AVAILABLE FOR CHANGE ORDERS ........................................................... .
REMAINING FUNDS AVAILABLE FOR CHANGE ORDERS ........................................................ .
ADDITIONAL FUNDING (IF NECESSARY) ............................................................................... .
IN ACCORDANCE WITH THIS CHANGE ORDER, THE CONTRACTOR SHALL;
Furnish all labor and material as per the attached Propose Change Requests
$18,441 ,561
$ 6,407
$ 1-6 ,44 1,56 I dfJ
}'if, l/47, "lll3.
$ 436 ,000
$ 221 ,198
$ 0
PCR 159-Replace damaged Cast Stone at West Clerestory of Un it A ADD $6,407
ADD $6,407
It is understood and agreed tha t the acceptance of thi s C hange Order by the contracto r co nstitutes a n acco rd a nd sati sfacti o n and represents paym ent in fu ll (both time
and money) fo r all costs aris in g out o f, o r inc id enta l to , the above Cha nge Order
Contractor's Name
Rogers - O 'Brien Construction Company, Ltd .
Origi nal Cont ract Time Add itional Approved Time To Date Approved Contract Time To Date Additio nal Time For This Change Orde r
590 cd O cd 590 cd O cd
Distrib utio n:
Fi le
Construction Ma nager
Project Manager
Con tractor
A
12-12 -12 P0 4 :16 IN
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
i PCO
I ttl•l Rogers-O'Brien Construction Co., Ltd.
10022. -Will Rogers Memorial Cntr East
DATE: 11/26/2012
PCO#: 159
i
' _____________ __J
To: Jack Durham
City of Fort Worth
From: Trey Carroll
1000 Throckmorton Street
Fort Worth, TX 76102
Rogers-O'Brien Construction .Co., Ltd.
1901 Regal Row
Dallas, TX 75235
Below is the detail for our proposal to complete the following changes in contract work:
Replace Damaged Cast Stone at West Clerestory of unit 'A'
Proposed Scope of Work: Per Owner direction, replace damaged cast stone at the West end of the
clerestory at unit 'A'. Cost includes removal of old cast stone as well as caulking the flashing to the
cast stone at the East side.
PCO Item
1 : Unit Masonry Subcontractor
2 : Waterproofing Subcontractor
5,547 ~-··;--H)
-1-10% lo
.-fsi1 J O I . ;~ P)
i:. , 4 tf oo
Status
Pricing
Change
(in Days)
0
Quantity
Lfl J L/ 07,00
OT VALID UNTIL SIGNED BY THE CONTRACTOR, ARCHITECT AND OWNER
CONTRACTOR
Rogers-O'Brien Construction Co., Ltd.
1901 Regal Row
Dallas, TX 75235
rs;tfi%t?
T,;tll!.!EY C~;{?::?t_.l
By /!/26/;1.,.,
Date ~ 7
ARCHITECT
Hahnfeld Hoffer Stanford
200 Bailey Avenue, Suite 200
Fort Worth, TX 76107
{Signature)
By
Date
UM Unit Price
LS .. 5; 39 3 . (J)_
LS / 5L/.aJ
515-L{];Co_
Amount
6,228.92
178.08
PCO Total: . 6,407.00
OWNER
City of Fort Worth
1000 Throckmorton Street
Fort Worth, Fort Worth 76102
(Signature)
By
Date
Clayton Masonn;, Inc.
October 24, 2012
Rogers O'Brien Co nstruction
Attn: General Contractors
1901 Regal Row
Dallas, TX
RE: Will Roger Coli.seum
Dear Cont ractor,
This is t o rep lace damaged stone at PA;
M aterial
Cast Stone LS
Mortar
Anchors
Equipment ·
La bor
Br icklayer (8hrs .}
Labor (12 h rs.)
Total Material/Equipment/Labor
P/0
Total
$1,215 .00
$15.00
$20.00
$1;250.00
$3,000;00
$224 .00
$216 .00
$440.00
$4,690.00
$703.00
$5,393.00
If you have any questions w ith t he above m odifica t ion p lease call m e.
Regards ,
~,&?/~~
Ernest Clayton
Pres ident
EC/mlr
PO Box 50261 *Fort Wo rth, TX. 76 105 * M ET RO (8 17) 4 67 -0050 * FAX (8 17) 467-0072
.-
•
ROOFING&: SHEET METAL
Modified Bitumen
BUR
EPDM
TPO/PVC
Metal
WATERPROOFING &
CAULKING
Jo int Sealants
Ex pansion Joints
Membrane Waterproofing
Elastomeric Coatings
Water Rep e ll e nts
Waterblasting
Concrete/Masonry Repair
Dam proofi ng
Flash ing
Traffic Coatin gs
ROOF MAINTENANCE &
LEAK REPAIR
Build ing Surveys
leak Re pair
Roof Maintenance
DALLAS/ FT. WORTH LOCATION
2346 Glenda Lane
Dallas, TX 75229
214.273 .9110 / 817.237. 1927
214.273.9 120 / 8 17.237.2676 f ax
O THE R LOCATIONS
Houston
Austin
San An t onio
Oklahoma City
November 26, 2012
Rogers O' Brien
Attention : Brent McDonald
~
.,,.-'. ~ ?';,, . . . .... ~
:?CHAMBERLIN ·,
Roofir,g & Wutuprooflng
Will Rogers Memorial Coliseum Project
RE: WRMC -Cast Stone Sealants
Dear Mr. McDonald:
Please see the cost be low to furnish all labor, materials, too ls, equipment, and insurance necessary to fully perform and
complete the following scope of work:
Install joint sealant cast stone at clerestory approx 15 LF
Material .......................................................................................................................... 45 .00
Labor .......................................................................................................................... $95 .00
Equipment ...................................................................................................................... $0 .00
OH/P 10% ...................................................................................................................... $14.00
Tota l .......................................................................................................................... $154.00
We propose to complete the waterproofing as described above, for the sum list ed above; excluding 8.25% s ales tax.
Incorporated Notes:
This offer is good for thirty (30) days
All work to be performed during normal busi ness hours
Owner/Contra ctor agrees to furnish : complet~ access to work areas, dumpster, toilet facilities , potable water. and all electrical power, as requ ired , at no
additiona l cost to Chamberlin
All surfaces to be given to Chamberl in in a smooth, broom clean condition, free of contaminants, form oils, release agents, voids, fins, and projections
Chamberlin is not responsible for re cognizing , locating, or removing asbestos, PCB 's, or other hazardous materials.
Chamberlin is licensed, certified or approved to install the systems described above
Unforeseen conditions or ci rcumstances 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 re solution
Chamberlin's standard warranty ex c ludes: failures caused by fail u re of th e 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 manufactu rer's standard colors
Pricing is contingent on mutually agreeable con tract terms, conditions, and proper coordination of the work
Time and material work will be com pleted at $48.00/ man·hour with 20% mark·UP on malerials
Samples of products or systems presented for review are intended only to provide a general representation and not necessarily an exact replica 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 ou r practical experience in
re solving sim ilar problems for our customers; we are not design professionals, architects, or reg istered engineers, and are not responsible for determining
building code compliance and do not perform design services
For CIP, not withstanding anyth ing to the contrary the CIP deduction, contract reduction, is limited to the amount of insurance premium that will be saved by
Ch amberlin due to th e provision of insurance by General Contractor to Owner. Specifically, but not limited to , excess-um brella coverage, on which Chamberlin
has a flat fixed premium where there will be no deduct provide as there is no savings to benefit Chamberlin.
The proposal is not for the sa le 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 PARTICULAR PURPOSE ARE HEREBY EXCLUDED.
Excludes building permit, P & P Bonds, overti me, w indow cleaning , accelerated schedules, field or laboratory testing, mockups, liquidated damages, temporary
facilities or utility hook-u ps or night or weekend work.
This proposal EXCLUD ES any reference that Chamberlin has fully examined and analyzed all site conditions that may affect perfomiance and to affirm no
conditions exist that may affect the progress, perfom,ance or price of the work . If physical conditions are of an unusual nature that differ materially from those
ordinarily found to exist and generally re cognized as Inh erent in constru ction activities of that type, Chamberlin w ill imm ediately stop working in the area and
provide written notice promptly and before the conditions are disturbed, ln addition Chamberlin may be entitled to an equitable adjustment in the contract sum ,
co ntract time or both.
We appreciate the opportunity to submit our proposal for this project. Chamberlin ha s been in bu siness over 100 years. We would like to be your "Sin gle 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 of th is 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 ORIG INAL CONTRACT-
i.
PROJECT SUMMARY SHEET
(Change Order Attachment)
PROJECT NAME : East Multi-Purpose Facility WRMC
Contract No: CS41332
Attachment to Change Order No : 13 ------Today's Date : 12/6/12 ------
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 Adm in. Change Orders:
Remaining Funds Ava ilable for Change Orders:
Additional Funding (if necessary):
TOTAL
$ 15,443,305.00 $15,443,305 .00
$ 3,065,369.00 $ 3 ,065 ,369 .00
$ (67,113.00) $ (67 ,113.00)
$ 18,441,561.00 $18,441 ,561 .00
$ 6,407.00 $ 6,407 .00
$ 18,447,968.00 $18,447,968 .00
$
$
$
436,000.00 $
221,198.00 $
436 ,000 .00
221 ,198.00
Prepared By: Karen Striker T/PW Business Support
...