Loading...
HomeMy WebLinkAbout059846-CO3 - Construction-Related - Contract - Winston Electric, Inc. dba ACME Electric Co.. 59846-0O3 �FFICIAL RECt�RD CITY SECRETARY FT. WQRTH, TX It is understood and agreed thaf the acceptance of thls Change Order by the contractor constilutes an accord and satisiaction and represents payment in full (both time and money) for all costs arising oul of, or incidental to, the ahove Change Order, Contre�ora Car�iiy Neme n rbr lame Contra�o� �luts � Winslon Electric, Inc (d.b.a ACME ElecUic Co.J � /� .� t��y�� `. .In�a�r�ac � . ". Deme P M i . ,..._ . D�e . Ronni� C:�Pnas II 1-1 �-1� �)��� _�.�'tt� �"�/�✓ Direclor �V�r Qepq � pate Co'ns cti i� DeRO ` Date chvisto��ev��qY�ev T.s. �1/28/202t �� 7 /��4 �-`! �� AssistanfCltyAtbor�iey Date � Aasistantt�A►M�aAer ' Date � .� �� oz/oz/zozE . ����r��� � � mmr���m I Council Action f If Requir�edi. � M&C Number � 25-oso2 � M&C Date Approved � g-1 s-2oz5 � � F[�RT WORT'H Clty of Fort Worth s Change Order Request Project Name:l 8ackup Power and Electrical Improvemenls at Four Pump Slations � City Sec No.; � 59846 Project No,(s);� � DOE No, � � City Proj. No,: � 103410-2 Installalion of Backup Generators, Electric Motor and Switchgear Replacement and Other Improvements at Four Pump Projecl Descriplion:l Stafions (Allamesa, Edwards Ranch Eastside and Como Pump Stations Contractor;l Winston Electric, Inc (d.b.a ACME Eleclric Co.)� Change Order # � 3 � Date: � City Project Mgr,l David R, Townsentl, P.E.� City Inspector; ` Ronnie Cardenasi J Phone Number:� 716-392-8430 � Phone Number,� 692-309-3761 � Dept, Water Unit I 5ewer Llnit 2 TPW Unit 3 Original ConlractAmount $23,119,632,00 Extras to Dale $99,728,01 Credits to Dale Pending Change Orders (In M&C Process) Contract Cost to Date $23,21:9,360.01 � lAmount of Proposed Change Order 5221;671.33 � Revised ContractAmount $23,441,031.34 Original Funds Availa6le for Change Orders $346,794,00 Remaining Funds Available for this CO $247,065.99 Additional Funding (if necessaryj CHANGE ORDERS to DATE (INCLUDING TNIS ONEJ AS % OF ORIGINAL CONTRAC7 MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST + 25%) � JUSTIFICATION (REASONS) FOR CHANGE ORDER Tota[s Contract Time (Calender days) $23,119,632.00 1,090 $99,728`01 ' � $23,219,360,01 1 090 5221/671.33 b10 � $23,441,031,34 1,100 $346,794;00 $247,065.99 . � 1.39% � $28;899;540,00 RCP-004 Relocation of Generator at Edwards Ranch Pump Station for $72,294.81 CP-002 Tree Pruning and Tree Removal and Fence Line and Landscaping with irrigation at Edwards Ranch Pump Station for $32,063,89 CP-004 Mill Asphalt Existing Driveway and Overlay ExistingAsphalt with 2- inch Type D Asphait at Eastside Pump 5tation for $17,870,25 CP-005 Prime Controls RTU PLC Replacment at Eastside Pump 5tation for $56,412.36 CP-006 Concrete Sidewalks to various structures at the 4 Pump Stations for $43,030.02 and 10 additional calender days to Contract Time Fo�i�r WoR�rH City of Fort Worth Change Order Additions Project Name � Backup Power and Electrical Improvements at Four Pump Stafions � City Sec No.: � 59846 � Project No,(s); � - � DOE No.� � City Proj. No.; � 103410-2 � Project Installation of Backup Generators, Electric Motor and Switchgear Replacement and Other Improvemenfs at Four Pump Description I Stations (Altamesa, Edwards Ranch Eastside and Como Pump Stations � Contractor � Winston Electric, Inc (tl.b.a ACME Electric Co.) � Change Order: C� Date: � � City Project Mgr. � Qavid R. Townsend, P.E, � City Inspector � Ronnie Cardenas � ADDITIONS I I tM '`, UtS�ltll' l IUN'' CO-03,1 RCP-004 Relocation of Generator at Edwards Ranch Pump Station CO•03.2 CP-002 Tree Removal/Pruning and Landscapin�q with Irrigation CO-03.3 CP-004 Mill Asphalt Driveway antl overlay existing Asphalt with 2- inch Type D Asphalt at Eastsitle Pump Station � CO-03.4 CP-005 Prime Controls RTU PLC Replacment at Eastside Pump Station CO-03,5 CP-006 Concreie Sidewalks to various structures at Pump Stations DEPT , Qty : )Unit,: .: Unit;Go;t i';, Total" ` j 1.00 EA $72,294 81 $72,294,81 1.00 EA $32,063,89 $32,063.89 1.00 EA $17,870,25 $17,870,25 1.00 EA $56,412.36 $56,412.36 1,00 EA $43,030,02 $43,030.02 � , Page 1 of 1 �Water Unit I I$221,671.33 Sewer Unit 2 7PW Unit 3 Additions Sub Total $221,671.33 FC�RT ��ORTH Clty of �Ort WOt�th --^`'� . Change Order Deletions Project Name � Backup Power and Electrical Improvements at Four Pump Stations � City Sec No,; � 59846 Project No,(s); � � p0E No, � � City Proj. No,; � 103410-2 Project Description I Installation of Backup Generators, Electric Motor and Switchgear Replacement and Other Improvements at Four � Pump Stations (Altamesa, Edwards Ranch Eastside antl.Como Pump Stations Contractor I Winston Electric, Inc (d,b.a ACME Electric Co.) I Change Order; �3 Date I ( City Project Mgr. � Qavid R, Townsend, P.E, � City Inspector � Ronnie Cardenas � ITEM DESCRIPTION, DELETIONS : DEPT Qty �Unit UniECast Total 0 Page 1 of 1 �Water Unit I Sewer Unit 2 TPW Unit 3 Deletions Sub Total MWBE Su6 MIWBE Breakdown for this Change Order Type of Service Amount for tfiis CO J Previous Change Orders co# � DATE 1 9/16/2024 2 9/24/2024 • Total Total $0.00 AMOUNT J $39,177,34 $60,550.67 $99,728,01 Page 1 of 1 City of Fort Worth, Mayor and Texas Council Communication DATE: 09/16/25 M&C FILE NUMBER: M&C 25-0902 LOG NAME: 60WSGEN&EMERPLAN GENC03-ACME ELECTRIC SUBJECT (CD 3, CD 6, CD 8 and CD 9) Authorize Execution of Change Order No. 3 to a Contract with Winston Electric, Inc. dba ACME Electric Company, in the Amount of $221,671.33 for the Westside Water Treatment Plant Generators and Emergency Preparation Plan Project for Power Generation at the North and South Holly Water Treatment Plants, and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to the Fiscal Years 2025-2029 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of Change Order No. 3 to a contract with Winston Electric, Inc. dba ACME Electric Company, City Secretary Contract No. 59846, in the additional amount of $221,671.33, for the Westside Water Treatment Plant Generators and Emergency Preparation Plan project for Power Generation at the North and South Holly Water Treatment Plants for a revised contract amount of $23,441,031.34; and 2. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the Water & Sewer Revenue Bonds Series 2023 Fund by increasing estimated receipts and appropriations in the Westside Water Treatment Plant Generators and Emergency Preparation Plan project (City Project No. 103410) for Power Generation at the North and South Holly Water Treatment Plants Main in the amount of $221,672.00 and decreasing estimated receipts and appropriations in the Commercial Paper project (City Project No. UCMLPR) by the same amount to effect a portion of Water's Contribution to the Fiscal Years 2025-2029 Capital Improvement Program. DISCUSSION: On June 13, 2023 by Mayor and Council Communication (M&C) 23-0500, the City Council authorized a construction contract with Winston Electric, Inc. dba ACME Electric Company, in the amount of $23,119,632.00 for Westside Water Treatment Plant Generators and Emergency Preparation Plan project for Power Generation at the North and South Holly Water Treatment Plants Part 2 Back-up Power and Electrical Improvements at Four Pump Stations (Altamesa, Edwards Ranch, Como & Eastside). The contract was subsequently revised by Change Order No. 1 in the amount of $39,177.34 administratively authorized September 16, 2024 that provided for two inches of encapsulated insulation for the proposed electrical building pre-cast walls at the Altamesa and Edwards Ranch Pumps Stations and Change Order No. 2 in the amount of $60,550.67 administratively authorized on September 24, 2024 that provided for replacement of the existing severely deteriorated fence at the Edwards Ranch Pump Station and the addition of a mow strip along the fence as requested by City, for ease of mowing. This Change Order No. 3 will provide for the following work on the project. The relocation of the diesel generator at Edwards Ranch Pump Station from the northeast fence line to the northwest fence. The new location requires the rerouting and extension of the electrical/instrumentation duct banks; Tree removal/pruning and irrigation/landscaping of the front of the Edwards Ranch Pump Station for aesthetic purposes; asphalt pavement rehabilitation at Eastside Pump Station to replace the existing severely deteriorated roadway that re-fueling trucks use to access the station generators; the replacement of the remote terminal unit and programmable logic controller at Eastside Pump Station for compatibility with the proposed supervisory control and Data Acquisition (SCADA) system replacement and the installation of new sidewalk from existing paved areas to new electrical buildings, generator pads band existing buildings at the Altamesa, Edwards, Como and Eastside Pump Station locations to provide all weather access around the facilities. It is the practice of the Water Department to appropriate its Capital Improvement Program (CIP) plan throughout the Fiscal Year (FY), instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bond covenants. Funding is available in the Commercial Paper project within the Water & Sewer Revenue Bonds Series 2023 Fund for the purpose of funding the Westside Generator and Emergency Preparation Plan project. Appropriations for the Westside Water Treatment Plant Generators and Emergency Preparation Plan project for Power Generation at the North and South Holly Water Treatment Plants is depicted below: Fund IIW&S Capital Project Fund-56002 I�W&S Rev Bonds Series 2021 Fund - 56019 I�W&S Rev Bonds Series 2022 Fund-56020 I�W&S Rev Bonds Series 2023 Fund-56021 IWater/Sewer Gas Lease Cap Proj Fund-53004 IW&S Rev Bonds Series 2024 Fund-56022 Existing Additional project Total* Appropriations Appropriations $12,814,614.00 $8,614,910.12I $4,230,228.00 I $25,949,327.00 $4,850,000.00 $7,773,838.88 $0.00 $12,814,614.00 $0.00 $8,614,910.12 $0.00 $4,230,228.00 $221,672.00 $26,170,999.00 $0.00 $4,850,000.00 $0.00 $7,773,838.88 IlProject Total II $64,232,918.00II $221,672.00II$64,454,590.00II *Numbers rounded for presentation purposes. This project is located in COUNCIL DISTRICTS 3, 6, 8& 9. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are currently available in the Commercial Paper project within the W&S Rev Bonds Series 2023 Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the W&S Rev Bonds Series 2023 Fund for the WS Gen & Emer Prep Plan project to support the approval of the above recommendations and execution of the change order. Prior to any expenditure being incurred, the Water Department has the responsibility to validate the availability of funds. Submitted for Citv Manaaer's Office bv: Jesica McEachern 5804 Oriainatina Business Unit Head: Chris Harder 5020 Additional Information Contact: David Townsend 8430 Expedited r-� NICHOLS Request for Change Proposal Project Backup Power, Electrical Improvements at Four Pump Stations Owner City of Fort Worth Builder ACME Electrical Company Designer Freese and Nichols, Inc. CM David Beckman RCP No. Specification Drawing / Detail RCP-004.1 N/A C-7, E-31, E-40 Builder Submittal No. Project Number FTW21473-2 NOTIFICATION TO BUILDER � The Owner proposes to make the fo!lowing additions, modifications or deletions to the work described in ' the Contract Documents. Authorization to proceed wifh these changes must be approved by Field Order or '� Change Order in accordance with the Confract Documenfs, prior to commencing the work involved. Submit a Price/Credit Proposal with detailed cost breakdown of labor, materials, equipment and all other costs related to this change. Impacts on Contract Time shall be shown in a revised schedule, included with the submitted proposal. Comments Provide CP with detailed cost breakdown for relocating the diesel generator at Edwards Ranch PS, as shown on attachment. Attachment Submitted By David Beckman BUILDER'S RESPONSE We respond to your request as follows: Date 05/15/2024 We submit the attached Price/Credit Proposal with detailed cost breakdown and revised schedule for performing the described change. Cost Impact $72,294.81 Time Impact 0 Days Comments Provide CP with detailed cost breakdown for relocating the diesel generator at Edwards Ranch PS, as shown on attachment. Attachments RCP-004.1-Relocate generator at Edwards Ranch-Amber Batista-Pending.pdf CONSTRUCTION MANAGER'S RESPONSE Status Change Order will be Issued Action Final Distribution Comments Returned By Bill Pannell Date 05/31/2024 City of Fort Worth PENDING CHANGE REQUEST COST ANALYSIS To be complered by General Contractor or Subcontractor as outlined in the Unifonn General Conditions Section G.6.1 PROJECT: Ft Worth Generator @ 4 PS Work performed by: JOB NO. 2699 ( X) General Convactor CONTRACTOR: Acme Electric If subconvacior, givc Co. namc: PCM#: CPR;1: 4 Timc Extcnsian (if nny): RFI#: ASI#: Description of Cl Move geuerator fmm its current location to the side of the driveway for better access. ADDITIONS AND/OR [CREDITS] EXTGNSION A B C D E IDescription Quantity Unit Cost/Unit Material Labor Equip. Trans. Storage FSG ! EA 563,667.00 $63,667.00 50.00 Coordination Efforts 29 HRS S3,4R0.00 I � I � I � I I I Subtotals $G3,667.00 53,480.00 50.00 $0.00 I Line 1: Enter total of Columns A+B+C+D+E $67,147.00 Line II: Enter 49% of Col B for Workman's Comp. Social Security, and like taxes $1,705.20 Line lll: Enter total Col E(Storaoe) SO Line IV: If Line I indicates an ADD, Enter 5% of Line I. If Line I indicates CREDI'f, enter -0- $3,442.G 1 Line V: Total Line I thni Line IV Enter here and on Summary Sheet 572,294.81 -, SIGNATURE: �v / G��� oArE: 5/23/2024 � CONTRACTOR/SUBCONTRACTOR SIGNATURE: DATE: FNI r-� NICHOLS Project Owner Builder Designer CM CP No. CP Description Specification Drawing / Detail Backup Power, Electrical Improvements at Four Pump Stations City of Fort Worth ACME Electrical Company Freese and Nichols, Inc. David Beckman CP-002.1 Builder Submittal No. Tree Removal and Pruning (RCP-001) NOTIFICATION BY BUILDER Change Proposal Project Number FTW21473-2 The Builder proposes to make the additions, modifications, or deletions to the Work described in the Contract Documents, as shown in Attachment and requests that you take the following action: Issue a Change Order for performing the described change. Change in Contract amount is indicated in the attached detailed cost breakdown of labor, materials, equipment and all other costs associated with this change. Impacts on Contract Time are shown in the attached revised schedule. Cost Impact Time Impact Attachment Submitted By $32,063.89 0 Days CP-002.1-Tree Removal and Pruning (RCP-001)-Amber Batista-Pending.pdf Amber Batista Date 05/30/2024 CONSTRUCTION MANAGER'S RESPONSE We respond to your request as follows: A Change Order will be issued based on the attached proposal. Authorization to proceed with changes must be approved by the Owner through Change Order in accordance with the Contract Documents. Status Action Recommended for Approval Final Distribution Comments Attachments CP-002.1-Tree Removal and Pruning (RCP-001)-Amber Batista-Pending.pdf CP-002.1-Tree Removal and Pruning (RCP-001)-Rhonda Cason-Pending.pdf Response By David Beckman Date 08/21/2024 City of Fort Worth PENDING CHANGE REQUEST COST ANALYSIS To be completed by General Contractor or Subco�rtractor as outlined in the Uniform General Conditious Section 6.6.1 PROJECT: Generator Backup @ 4PS Work perfonned by: JOB NO. 2699 ( X) General Contractor O Subcontractor CONTRACTOR: Acme Electric If subcontractor, give Co. name: PCM#: 2 CPR#: 0 Time Extension (if any): RFI#: ASI#: DeScrlptlon of Change: Change order requested for tree pruning and tree replacement ADDITIONS AND/OR [CREDITS] ��Description Quantity Unit Bartlett Tree 1 �A i Circle G Landscape 1 EA I Outlet for sprinkler conlroller 1 EA I ��� � I � A B Cost/Unit Material Labor $3,068.89 $3,068.89 $0.00 $23,548.55 $23,548.55 �980.00 $400.00 $580.00 EXTENSION C D Equip. Trans. $0.00 Line I: Enter total of Coluilms A+B+C+D+E Line II: Enter 49% of Col B foi- Workman's Coinp. Social Security, aild like taxes Liue III: Enter total Col E(Storage) Subtotals $27,017.44 $580.00 $0.00 $0.00 $27,597.44 $284.20 $0 Line IV: If Line I indicates an ADD, Enter 15% of Line I. If Line I indicates CREDIT, enter -0- Line V: Total Line I thni Line IV Enter here and on Summary Sheet SIGNATURE: CONTRACTOR/SUBCONTRACTOR DATE: $4,182.25 $32,063.89 SIGNATURE: DATE: r-� NICHOLS Project Owner Builder Designer CM CP No. CP Description Specification Drawing / Detail Backup Power, Electrical Improvements at Four Pump Stations City of Fort Worth ACME Electrical Company Freese and Nichols, Inc. David Beckman CP-004 Builder Submittal No. CP-010 Asphalt Paving at Eastside NOTIFICATION BY BUILDER Change Proposal Project Number FTW21473-2 The Builder proposes to make the additions, modifications, or deletions to the Work described in the Contract Documents, as shown in Attachment and requests that you take the following action: Issue a Change Order for performing the described change. Change in Contract amount is indicated in the attached detailed cost breakdown of labor, materials, equipment and all other costs associated with this change. Impacts on Contract Time are shown in the attached revised schedule. Cost Impact Time Impact Attachment Submitted By $17,870.25 0 Days CP-004-CP-010 Asphalt Paving at Eastside-Rhonda Cason-Pending.pdf Rhonda Cason Date 03/14/2025 CONSTRUCTION MANAGER'S RESPONSE We respond to your request as follows: Authorization to proceed with changes must be approved by the Owner through Change Order in accordance with the Contract Documents. Status Action Recommended for Approval Final Distribution Comments Attachments CP-004-CP-010 Asphalt Paving at Eastside-Rhonda Cason-Pending.pdf Response By Alan Cossabone Date 03/20/2025 City of Fort Worth PENDING CHANGE REQUEST COST ANALYSIS To be coinpleted by General Contractor or Subcontractor as outlined in the Unifo�m General Conditions Section 6.6.1 PROJECT: Four PS Edwards Work performed by: JOB NO. 2699 ( X) General Contra O Subcontractor CONTRACTOR: Acine Electric If subcontractor, give Co. name: ACME ELECTRIC COMPANY PCM#: CPR#: 10 Time Extension (if any): RFI#: ASI#: 0 Description of Change: Mill perimeter of driveway and overlay existing asphalt with 2" of type D TXDOT 340 PG64-22 ADDITiONS AND/OR [CREDITS] EXTENSION A B C D Description Quantity Unit Cost/LJnit Material Labor Equip. Trans. Archer Western 1 EA $13,294.29 $13,294.29 $0.00 Coordination Efforts 1 EA $2,500.00 $0.00 $2,500.00 Line I: Enter total of Columns A+B+C+D+E Line II: Enter 49% of Col B for Workinan's Comp. Social Security, and like taxes Line III: Enter total Col E(Storage) Subtotals $13,294.29 $2,500.00 $0.00 $0.00 $15,794.29 $1,225.00 $0 Line IV: If Line I indicates an ADD, Enter 5% of Line I. If Line I indicates CREDIT, enter -0- Line V: Total Line I thru Line IV Enter here and on Summary Sheet SIGNATURE: CONTRACTOR SIGNATURE: DATE: DATE: $850.96 $17,870.25 City of Ft Worth r-� NICHOLS Project Owner Builder Designer CM CP No. CP Description Specification Drawing / Detail Backup Power, Electrical Improvements at Four Pump Stations City of Fort Worth ACME Electrical Company Freese and Nichols, Inc. David Beckman CP-005.2 Builder Submittal No. RTU PLC replacement work (Prime) Eastside Change Proposal Project Number FTW21473-2 NOTIFICATION BY BUILDER The Builder proposes to make the additions, modifications, or deletions to the Work described in the Contract Documents, as shown in Attachment and requests that you take the following action: Issue a Change Order for performing the described change. Change in Contract amount is indicated in the attached detailed cost breakdown of labor, materials, equipment and all other costs associated with this change. Impacts on Contract Time are shown in the attached revised schedule. Cost Impact $56,412.36 Time Impact 0 Days Attachment CP-005.2-RTU PLC replacement work (Prime) Eastside-Rhonda Cason-Pending.pdf Submitted By Rhonda Cason Date 04/09/2025 CONSTRUCTION MANAGER'S RESPONSE We respond to your request as follows: Contract Modification Request is not accepted. Authorization to proceed with changes must be approved by the Owner through Change Order in accordance with the Contract Documents. Status Recommended for Approval Action Final Distribution Comments Attachments CP-005.2-RTU PLC replacement work (Prime) Eastside-Rhonda Cason-Pending.pdf CP-005.2-RTU PLC replacement work (Prime) Eastside-Townsend, David-Pending.pdf Response By Alan Cossabone Date 04/14/2025 City of Fort Worth PENDING CHANGE REQUEST COST ANALYSIS To be completed by General Contractor or SuUcontractor as outlined in the Uniform General Conditions Section 6.6.1 PROJECT: Work performed by: JOB NO. ( X) General Contra O Subcontractor CONTRACTOR: If subcontractor, give Co. nazne: ACME ELECTRIC COMPANY Time Extension (if any): Description of Change: Prime Controls Eastside RTU PLC replacement work. Four PS Edwards 2699 Acme Electric PCM#: CPR#: 9 RFI#: ASI#: 0 ADDITIONS AND/OR [CREDITS] EXTENSION A B C D Description Quantity Unit Cost/LTnit Material Labor Equip. Trans. FSG 1 EA $53,726.06 $53,726.06 $0.00 Coordination Efforts 1 EA $0.00 $0.00 $0.00 Line I: Enter total of Columns A+B+C+D+E Line II: Enter 49% of Col B for Workman's Comp. Social Security, and like taxes Line III: Enter total Col E(Storage) Subtotals $53,726.06 $0.00 $0.00 $0.00 $53,726.06 $0.00 $0 Line IV: If Line I indicates an ADD, Enter 5% of Line I. If Line I indicates CREDIT, enter -0- Line V: Total Line I thiu Line IV Enter here and on Summary Sheet SIGNATURE: CONTRACTOR SIGNATURE: DATE: DATE: $2,686.30 $56,412.36 City of Ft Wortli r-� NICHOLS Project Owner Builder Designer CM CHANGE ORDER NO. Backup Power, Electrical Improvements at Four Pump Stations City of Fort Worth ACME Electrical Company Freese and Nichols, Inc. David Beckman CO-007 Change Order Project Number FTW21473-2 CHANGE ORDER DATE 06/04/2025 Make following additions/deletions or modifications to work described in the Contract Documents: The compensation agreed to upon in this change order is full, complete and final payment for all costs the Builder may incur as a result of or related to this change whether said costs are known, unknown, foreseen or unforeseen at this time, induding without limitation, any cost for delay, extended overhead, ripple or impact cost, or any other affect on changed or unchanged work as a result of this Change Order. Contract Cost and/or Time Impacts: Original Contract Amount Previously Approved Change Order Amount Current Contract Amount Proposed Change Order Amount(this change order) Revised Contract Amount Previous Contract Time Previous Substantial Completion Date Previous Final Completion Date Net Change in Contract Time Revised Contract Time Revised Substantial Completion Date Revised Final Completion Date $23,119,632.00 $221,956.96 $23,341,588.96 $43,030.02 $23,384,618.98 1090 04/27/2026 07/26/2026 10 1100 05/07/2026 08/05/2026 City of Fort Worth PENDING CHANGE REQUEST COST ANALYSIS To be completed by General Contractor or Subcontractor as outlined in the Uniform General Conditions Section 6.6.1 PROJECT: Work performed by: JOB NO. ( X) General Contxa O Subcontxactox CONTRACTOR: If subcontractor, give Co. name: ACME ELECTRIC COMPANY Time Extension (if any): Four PS Edwards 2699 Acme Electric PCM#: CPR#: 11 RFI#: ASI�#: � Description of Change: Concrete paving for sidewalks to various structures for access. ADDITIONS AND/OR [CREDITS] EXTENSION A B C D Description Quantity Unit Cost/Unit Material Labor Equip. Trans. Archer Western 1 EA $40,980.97 $40,980.97 $0.00 Coordination Efforts 1 EA $0.00 $0.00 $0.00 Line I: Enter total of Columns A+B+C+D+E Line IL• Enter 49% of Col B for Workman's Comp. Social Security, and like taxes Line IIL• Enter total Col E(Storage) Subtotals $40,980.97 $0.00 $0.00 $0.00 $40,980.97 $0.00 $0 Line IV: If Line I indicates an ADD, Enter 5% of Line I. If Line I indicates CREDIT, enter -0- Line V: Total Line I thru Line IV Enter here and on Summary Sheet SIGNATURE: CONTRACTOR SIGNATURE: DATE: DATE: $2,049.05 $43,030.02 City of Ft Worth Contract Compliance Mana�er By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Digitally signed by David R. Townsend, David R. Townsend, PE PE Date: 2022.12.28 16:43:46 -06'00' Signature David Townsend Name of Employee Engineering Manager Title q,d4vvp��� p� �FOR?�O��d ATTEST: ~� Pvo °=0 � r � �dd � �o 0o i��d aa � a� rEXA54pp bnauaao Jannette Goodall City Secretary QFFICIAL RECORD CITY SECRETARY FT. WORTH, TX F�RT��RTHo City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: Winston Electric, Inc. dba ACME Electric Co. Subject of the Agreement: Backup Power and Electrical Improvements at Four Pump Stations M&C Approved by the Council? * Yes ❑✓ No ❑ If �so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes ❑✓ No ❑ 59846-0O3 If �so, provide the original contract number and the amendment number. Is the Contract "PermanenY'? *Yes 0 No ❑ If �unsure, see back page for permanent contract listing. Is this entire contract Confidential? *Yes ❑ No ❑✓ If only specific information is Confidential, please list what information is Confidential and the page it is located. Effective Date: 9/16/2025 Expiration Date: N/A If different from the approval date. If applicable. Is a 1295 Form required? * Yes ❑✓ No ❑ *If �so, please ensure it is attached to the approving M&C or attached to the contract. Proj ect Number: If applicable. 103410-2 *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes ❑✓ No ❑ Contracts need to be routed for CSO processin� in the followin� order: 1. Katherine Cenicola (Approver) 2. Jannette S. Goodall (Signer) 3. Allison Tidwell (Form Filler) *Indicates the information is required and if the information is not provided, the contract will be returned to the department.