Loading...
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