HomeMy WebLinkAboutContract 61436-CO1Attest:______________________________
Jannette S. Goodall, City Secretary
___________________________________
9/19/2025
Contract
Time (CD)
300
0
0
300
174
474
%
Date
Date
Date
Date
Date
M&C Number M&C Date Approved
Contract Compliance Manager:
By signing I acknowledge that I am the person responsible
for the monitoring and administration of this contract, including Nikita Watts
ensuring all performance and reporting requirements.Sr. Capital Projects Officer
City Of Fort Worth
Change Order Request
Date
Change Order #1 is the final calculation of contract amount, for the Amon Carter Exhibit Hall - Electrical Upgrades project. The Owner's General
Contingency Allowance for the project was $281,757.00. There was a total of $ that was expended from the allowance. This results in a
deduction in the construction contract by $186,632.57. This results in a final contract amount of $3,851,874.43. A 4.62% decrease from the original
contract price of $4,038,507.00. Additionally, there are 54 days approved on this change order in addition to 120 days added from GCA #4. This resulted
in a total of 174 calendar days added to the project. This additional duration is in part due to the change of components to accommodate 3 phase
parameters per engineers and sponsoring department request.
Funding is provided by Public Events.
JUSTIFICATION (REASONS) FOR CHANGE ORDER
It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment in full
(both time and money) for all costs arising out of, or incidental to the above Change Order.
Trevor Browne RJM Contractors
Amount of Proposed Change Order -------------------------------------------------------------------------------------------------------------($186,632.57)
Revised Contract Amount---------------------------------------------------------------------------------------------------------------------------
$0.00
Contract Cost to Date--------------------------------------------------------------------------------------------------------------------------------$4,038,507.00
Original Contract Amount---------------------------------------------------------------------------------------------------------------------------
City Sec No. 61436
John Fowler
Amon Carter Exhibit Hall - Electrical Upgrades
817-269-6578Phone Number: Phone Number:682-201-1918
Date:
City Project No
City Project Mgr.
PMD Superintendent
Credits to Date ----------------------------------------------------------------------------------------------------------------------------------------$0.00
Pending Change Orders (in M&C Process)----------------------------------------------------------------------------------------------------$0.00
Extras to Date------------------------------------------------------------------------------------------------------------------------------------------
PMD Inspector Date Assistant Director - Property Management Department
Facility and Project
Description:
City Inspector:
Contractor:
Funding (FID) No.(s)
Jackson Jones
Sr. Assistant City Attorney
1
Project Manager
$4,038,507.00
Original Funds Available for Change Orders --------------------------------------------------------------------------------------------------$0.00
Remaining Funds Available for this CO --------------------------------------------------------------------------------------------------------$0.00
34030 0240450 5740010 102513 000680 9999 102513
RJM Contractors Change Order #
Date
$3,851,874.43
Contractor's Company Name
Additional Funding (if necessary) ----------------------------------------------------------------------------------------------------------------$0.00
MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST + 25%)$5,048,133.75
Contractor Name Contractor Signature
CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT
Director -Property Management Department
-4.62
Project Architect Date Assistant City Manager
I�
RJM
Contractors, Inc.
7616 Benbrook Pkwy.
Benbrook, TX 76126
Phone 817377.0971
September 19, 2025
Mr. Jackson Jones
City of Ft. Worth - Property Management Department
401 W. 13th St.
Ft. Worth, TX 76102
Re: WRMC ACEH Electrical Upgrades - Price Request #7
Dear Mr. Jones,
It is a pleasure to submit an estimate the above mentioned project to
zero out Owner Contingency and add required days to meet substaintial
completion. Our price includes the following:
General Conditions(Supervision/clean-up/trash/etc.)
Owner Contingency
Overhead & Profit - 8% Fee
Bond - .75%
Total:
$ -
$ (186,632.57)
$ -
$ -
$ (186,632.57)
Add 54 days to the schedule to meet substaintial completion date of 8/28/25.
Pricing Excludes: Tax, Phone/Data, Security, After Hours, Scope beyond
GNS elctric's bid terms, Any Item Not Specifically Listed Above.
If you have any questions, please feel free to call.
Sincerely,
Fax 817377.0973 I � _ '- - Y _ _ -���-----
_ -•x�- r�
Trevor Browne
Please Sign As Approved
��� ����� H
�
General Contingency Allowance Summary
Project WRMC ACEH Elec. Upgrade GCA # 4
Description:
Contractor: RJM Contracting
City Project Mgr. Ronnie Clements
Date: 4/8/2025
City Inspector: John Fowler
Original Contingency Amount---------
Contingeny Amount Increased by Change
Revised Contingency Amount --------
Approved GCA to Date-------------------------
Original Contingency Amount Remaining-
Approved GCA Credits to Date-------�
Total Contingency Left to Date---------------
Amount of This GCA----------------------
Remaining Contingency Amount------�
757.00
757.00
928.99
828.01
828.01
566.88
261.13
Additional Days Added to Contract for This GCA--------------------------------------------------------------- 120
JUSTIFICATION
Change plugs,breakers,panels and feeds to accommodate three phase parameters per engineers direction .
RJM Trevor Browne T�eu�� $��whe Apr 8, 2025
Contractor's Company Name Contractor Name Contractor Signature Date
John Fowler �� �-°���'� Apr 8, 2025
PMD Inspectors Name PMD Inspectors Signature Date
Ken Randall K�,�� _ Apr 8, 2025
Engineers Name Architects Signature Date
Jackson Jones ,�-�-� Apr 8, 2025
PMD Superintendent Name PMD Superintendent Signature Date
Upon receipt the Contractor shall reduce the General Contingency Allowance line amount by the amount approved
by this GCA and transfer to a separate line identifying this approved GCA for billing purposes. It is understood and
agreed that the acceptance of this Contingency Allowance allocation by the contractor constitutes an accord and
satisfaction and represents payment in full (both time and money) for all costs arising out of, or incidental to, the
above allocation
I�
RJM
Contractors, Inc.
7616 Benbrook Pkwy.
Benbrook, TX 76126
Phone 817377.0971
April 7, 2025
Mr. Ronald Clements
City of Ft. Worth - Property Management Department
401 W. 13th St.
Ft. Worth, TX 76102
Re: WRMC ACEH Electrical Upgrades - Price Request #4
Dear Mr. Clements,
It is a pleasure to submit an estimate the above mentioned project to
to change plugs, panels, breakers and feed to accommodate 3 phase
parameters per enginees directionr. Our price includes the following:
General Conditions(Supervision/clean-up/trash/etc.) $ -
Electrical If needed to I$ 111,636.00
Overhead & Profit - 8% Fee $ 8,930.88
Bond - .75% $ -
Total: $ 120,566.88
This will add approximatley 120 days to the schedule.
Pricing Excludes: Tax, Phone/Data, Security, After Hours, Scope beyond
GNS elctric's bid terms, Any Item Not Specifically Listed Above.
If you have any questions, please feel free to call.
Sincerely,
Please Sign As Approved
Fax 817.377.0973 I � --
�'���
Trevor Browne
�NS Electric In�.
r.� _,�.�
April 2, 2025
Trevor Browne
RJM Contractors
7616 Benbrook Parkway
Benbrook, TX 76126
RE: Will Rogers Memorial CenterAmon G. CarterJr. Exhibit Hall Electrical Upgrades
GNS RFI#005
Changing Busway Disconnects from Single Phase to Three-Phase
GNS RFC#002
GNS Project #24-005
Dear Trevor,
We have reviewed the above-referenced revision and have found changes to our scope of work, cost,
and/or schedule. We are pleased to provide you a price for this revision in the added amount of
$111,636.00 (One Hundred Eleven Thousand Six Hundred Thirty-Six Dollars) for the changes shown and
the work described below.
We acknowledge receipt of:
1. Direction from BHB to provide Three-Phase Busway Disconnects in lieu of Single-Phase Busway
Disconnects as shown on the drawing
a. Note: The Busway Disconnect covers will need to be replaced as well. Starline has
provided an estimated lead time of 3 months for the covers.
2. (4) Additional Cores will be required to access the Floor Boxes that do not have an existing Core
for SO Cord Accessibility
Due to the volatility in both quoted and commodity materials, this pricing is firm for 30 days from the
date of this letter. We recognize this revision is not issued to proceed, but price only. We will proceed
with receipt of your written approval by Change Order or your written approval of our price and
direction to proceed. Pricing of this quotation is based on completing the scope of work in this revision
within the project's completion date.
If additional information is required, please do not hesitate to contact me.
Respectfully,
�i�..� ��-�_
Chris Skirvin
Project Manager
Regulated by The Texas � , .... �..,. . � ... , .�.,�, , , ".� , , ,,, , , , ,,,,,, ,,,,�
9202, 512-463-6599; websi�e. www.tdlr.texas.gov/complaints
April 2, 2025
Page Two
Will Rogers Memorial CenterAmon G. CarterJr. Exhibit Hall Electrical Upgrades
GNS RFI#005
Changing Busway Disconnects from Single Phase to Three-Phase
GNS RFC#002
GNS Project #24-005
Scope of Work:
- Demo the existing 10/4 SO Cord that has been installed.
- Demo the Single Phase Disconnects that have been installed and take them to a designated
working area on-site, where Starline's technicians will begin to replace the 30A/2P breaker with
a 30A/3P breaker in each disconnect.
o GNS will provide labor to assist with replacing the breakers (2 laborers for 3 days),
Starline estimates this to take 3-days to complete.
- GNS will re-install the Busway Disconnects once the breakers have been replaced.
- GNS will install 10/5 SO Cord from Busway Disconnect to NEMA L21-30R receptacle connector.
- GNS will remove and replace the busway disconnect covers once the new covers are delivered
to the site. Note, the estimated lead time for the replacement covers are 3 months.
Regulated by The Texas Department of Licensing and Regulation, P.O. Box 92157, Austin, Texas,
78711, 1-800-803-9202, 512-463-6599; website: www.tdlr.texas.gov/complaints
Change Proposal Pricing Recap
Proposal Summary
Print Date:4/2/2025, 934 AM
Proposal Date April 2, 2025 Lump Sum
Change Single Phase Disconnects to 3-
Proposal Description Phase Tax Exempt
Proposal Number RFC#002 Plans & Spec
Contractor/Owner/Architect Revision
Number - Remodel
Project Name WRMC Exhibit Hall Electrical Upgrades
(A)
(A)
(F)
�B)
�B)
(E)
(D)
(E)
(E)
(H)
(H)
Field Labor from Estimate Summary
Other Field Labor
Field Office Labor
Material From Estimate Summary
Material/Equipment Quotes
Expense Material
Subcontractors
Rental Equipment
Consumables
Hours
814
Dollars
$35,458
$0
$5,325
$5,204
$47,145
$0
$1,656
$2,287
$0
$0
$0
Contingency
Allowance
OH&P 15.00%
Proposal Total
Page 1
$14,561
$111,636
Change Proposal Pricing Recap Print Date:4/2/2025, 9:34 AM
Field Office Labor
Code Unit
Description Allowed Qty Rate (�0) of Field �Extension Burdened)
Classification (A) & (F) Labor or (H)
Hours
Classification (A) - (Other) Field Labor
Classification (F) - Field Office Labor
Superintendent F 64.00 $65.00 H $5,324.80
Job Cost
Classification A- Field Labor Totals $0.00
Classification B- Field Office Totals $5,324.80
Labor
Page 2
Change Proposal Pricing Recap Print Date:4/2/2025, 9:34 AM
Quotes and Subcontractors
Code
Description Allowable Classification Plug Number Quote Vendor/Subcontractor Extension
(B) & (D)
Classification (B) - Material/Equipment Quotes
Starline B $47,145.00 Starline $47,145.00
Classification (D) - Subcontractor Quotes
Cores into Floor Boxes D $1,656.25 A-CORE $1,656.25
Job Cost
Classification C - Material/Equipment Totals $47,145.00
Classification E - Subcontractors Totals $1,656.25
Page 3
Change Proposal Pricing Recap Print Date:4/2/2025, 9:34 AM
Expense Material-Rental
Description Code Qty Cost Taxed Unit Extension
Allowed Classification (E) T
Unit = E-Each, C-Hundred, K-Thousand, D-Day, W-Week, M-Month, %-Percentage of Field Labor
Classification (E) - Expense Material/Equipment
Costs Were Entered Without a Code
19' Electric Scissor Lift (Weekly Rate) 2.00 $503.45 T E $1,006.90
19' Electric Scissor Lift (Weekly Rate) 2.00 $639.85 T E $1,279.70
Job Cost
Classification D- Expense Material Totals $0.00
Classification F- Rental Equipment Totals $2,286.60
Page 4
GNS Electric Inc.
fK i�tk+
Date: 04/02/25
Gross Dollars Totals: $5,203.70 Gross Hours Totals: 813.31
Estimate No/Desc.: RFC#02 Change Single Phase Disc. to 3-Phase
Item Material Descri tion Quantit Material Labor
Number p Y Extension Extension
1 10/5 SO Cord - Install 2,115 $5,203.70 207.27
2 10/4 SO Cord - Demo 141 $0.00 69.09
3 Demo Busway Disconnect 118 $0.00 106.20
4 Assist with Demo & Re-Install Breakers 3 $0.00 48.00
5 Re-install Busway Disconnect 118 $0.00 206.50
6 Demo and Re-Install Covers 141 $0.00 176.25
Page: 1
Starline�
.
A 6rand pf E! legrand`
April 1,2025
Starline Services Rework
ENGINEERED
COMPUTER
ROOMS
Proposal Executive Summary
Starline shall provide the following scope of services:
Starline Holdings LLC +1-724-597-7800
168 Georgetown Rd. 800-245-6378
Canonsburg, PA 15317 info@starlinepower.com
➢ Rework Qty (156) UCSSCSIS-14-10302240N-STD into UCS5CSIS-14-10303240N-STD
➢ A new plate will be installed for the 3P breaker. A 30A 3P breaker will be installed. Unit
will be rewired.
➢ The units will be re-tested and relabeled.
Financial Summary
Starline proposes a complete service package for: $47,145
Assumptions:
Starline understands that each project is unique and changes to the project may occur. Minor changes
that do not affect the overall scope, schedule, or that do not greatly increase the amount of support
time within the project schedule shall be included in the basic services. However, if changes affect the
overall scope, schedule, or required assistance within the baseline schedule, increased fees shall be
proposed as an additional service. Starline shall provide a description of services and fee proposal for
client approval prior to beginning any additional services. Additional services shall be billed at hourly
rates incurred at the time of the required services, plus any additional reimbursables.
Clarifications:
• All material is included in the costs above
• All on-site badging requirements must be performed prior to Starline Technicians coming to site.
• Estimated 3 day onsite. 3 technicians.
Starline appreciates the opportunity to provide services and look forward to working with you.
Please feel free to contact us with any questions or concerns.
Best Regards,
Gary McKinney
Service Operations Manager
Email : gary.mckinney@legrand.com � Mobile : 304-374-3450
Starlineo ENGINEERED
Ahrandaf �legrand' C�MPI.ITER
www.starlinepower.com � ROOMS