Loading...
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 ...