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.