Loading...
HomeMy WebLinkAboutContract 57682-FP1.FORTWORTHo '"o TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION -FP1 City Secretary No. 57682 Date Received: 2/26/2024 City Project JV!?: 101585 Regarding contract 57682 Intersections Improvements 820 & Marine Creek Phase 1 for as required by the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT as approved by City Council on 5/24/2022 through M&C 22-0384 the director of the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT upon the recommendation of the Assistant Director of the Transportation & Public Works Department has accepted the project as complete. Original Contract Amount: Amount of Approved Change Orders: Revised Contract Amount: Total Cost Work Completed: Less Deductions: Liquidated Damages: Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: Less Previous Payments: Final Payment Due Ac 1- -- Z- alallzcc16� Patricia L. Wadsack (Feb 23, 202412:18 CST) Recommended for Acceptance Asst. Director, TPW - Capital Delivery $1,359,871.55 Days 300 $ 13,956.69 No 3 Days Added by CO 15 $1,373,828.24 Total Days 315 $1,373,828.24 Days Charged 293 Days @ $ / Day $ 1,373,828.24 $ 1,305,136.83 $ 68,691.41 Feb 23, 2024 Date A. — Lauren P ri e u r (Feb 23, 2024 12:22 CST) Accepted Director, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT Asst. City Manager Feb 23, 2024 Date Feb 26, 2024 Date Comments: OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX C-620 Signature Page Contractor's Application for Payment To (Owner) City of Fort Worth Invoicing Period (From - To): n P.O. FW020-007946 Number: Project: 101585 City Secretary Contract Number: Approved Change Orders Number 1 2 3 4 5 6 7 8 TOTALS NET CHANGE BY CHANGE ORDERS Contractor's Certification 57682 Application For Payment Change Order Summary Additions $17,045.29 $7,790.00 $21,134.50 $45,969.79 From (Contractor): Mc Clendon Construction Company, Inc Contractor's CFW Vendor No.: 0000007403 Invoice No. 13 FINAL oice Date: 1/25/2024 to (If Not Automatic Deposit): Contract Intersection Irn rovements at NW Loop 820 & Marine Creek Pk Phase 1 Name: p p � $13,956.69 Deletions $32,013.10 $32,013.10 The Contractor certifies with the submittal of this document and associated Payment Request Submittal on the City of Fort Worth Buzzsaw system that to the best of their knowledge: (1) all previous progress payments received from Owner on account of Work done under the Contract have been applied on account to discharge Contractor's legitimate obligations incurred in connection with Work covered by prior Applications for Payment; (2) title of all Work, materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to Owner at time of payment free and clear of all Liens, security interests and encumbrances (except such as are covered by a Bond acceptable to Owner indemnifying Owner against any such Liens, security interest or encumbrances); and (3) all Work covered by this Application for Payment is in accordance with the Contract Documents and is not defective. Liquidated Damages $1,250.00 x day 1. ORIGINAL CONTRACT PRICE......................................................... $ $1,359,871.55 2. Net change by Change Orders................................................................ $ $13,956.69 3. Current Contract Price (Line 1 + 2)....................................................... $ $1,373,828.24 4. TOTAL COMPLETED AND STORED TO DATE (Progress Estimate, Construction Allowance and Change Orders)...... $ $1,373,828.24 5. RETAINAGE: a. X $1,373,828.24 Work Completed......... $ b. X Not Used $ c. Total Retainage (Line 5a + Line 5b) ............................... $ 6. AMOUNT ELIGIBLE TO DATE (Line 4 - Line 5c)............................ $ $1,373,828.24 7. LESS PREVIOUS PAYMENTS (Line 6 from prior Application)........ $ $1,305,136.83 8. AMOUNT DUE THIS APPLICATION ................................................ $ $68,691.41 9. BALANCE TO FINISH, PLUS RETAINAGE (Column G on Progress Estimate+ CA + Cos + Line 5 above) .............. $ $0.00 10. CONTRACT TIME: a, Days Awarded 300 b, Days Added by CO 15 C. Total Days 315 d, Days Charged 293 e, Days Remaining 22 Consent of Surety Affidavit of Bills Paid This document has been modified from its original form as an EJCDC document and the user did not highlight the modifications. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution. C-620 Unit Pnce Progress Estimate Progress Estimate City secreary 57682 Cowart Nwn. Intersection Improvements at NW Loop 820 & Marine Creek Pkwy Phase 1 IArab-Period 10-17-23 to 10-30-23 A B Item old lt°m N° Desenpaov Specrfiwhw Uw oPMrnsure Bsd Qarnaty Umt Po"Bid Value Secaon No UNIT I: Separated 1 1-Turn Lam, W13 to WB) Construction Stakmo 017123 LS 100000d $9,0000- $9,00000 2 As -Built Survey 017123 LS 100000d $1,5000- $1,50000 3 SWPPP 21 acre 312500 LS 100000d $5,4000- $5,40000 4 PREPARING ROW TXDOT 100 STA 800000d $2,7000- $21,60000 5 REMOVING CONIC (PAV) TXDOT 104 SY 279000000d $1 0. $2,79000 6 REMOVING C('ONIC(RIPRAP) TXDOT IN $V 61500000d $904 $5,53500 BR� (�' ()yJfJ$ti('tQnC)�2a�E 15) CC J� TXDOT 104 SY 20000000d $70.9 $1,40000 9 REMOVING COC iS�R O FA�� TXDOT 104 SY go 00000d $6 0.9 $540 00 10 RMV TRT BASE & ASPH PAV IO"-191 TXDOT 105 $V 1850 OOOOOd $904 $16,650 00 BY PLAN TXDOT110 CY 519800000d $300.9 $155,94000 12 EMBANKMENT J#(,YaTION Ir18 F(�i{.RY ggYY ppLL�JN TXDOT132 CY 31000000d $1504 $4,65000 13 COMPOST MANUF TOPSOIL(4") TXDOT 161 SY 196000000d $65.9 $12,74000 14 $OIL RETENTION BLANKETS CL 1)(TY A) TXDOT169 $V 140000000d $354 $4,90000 15 FL BS ICMP IN PLC)ITYA GR7-2)(8") TXDOT 247 SY 94500000d $400.9 $37,80000 i6 LIME/HYD.COM j( �`RYIOR GK(DRYI TXDOT 260 TON SO OOOOOd $21000 $10,50000 17 L F`IR1i��U� E)�e") TXDOT 260 SY 227000000d $100-9 $22,70000 18 d �1F ff`fjlf �T.I .i'`-., TXDOT 260 GAL 17500000d $904 $1,57500 19 D RR }}}}}}}{{{{{{{f(((,.�IQAA �Ai1-22(EXEMPT) TXDOT 340 TON 73000000d $1040.9 $75,92000 20 CONIC PVMT(JOINTED-CPCD1(5"1 TXDOT 360 $V 105000000d $9004 $94,50000 21 CONIICCP/V(MT(JJO�IIN`T�jEjD-CPCD)(8") TXDOT 360 SY 156000000d $840d $130,20000 22 Rip117,00000 $$52,00000 23 RC p)�E ICyIlrllig rf�)1 TXDOT 464 LF 20000000d $26000 24 RC PIPE (CL IIII(24 IN) TXDOT 464 LF 2000000d $30000 $6,00000 25 MAN H(COMPL)(TY1-C) TXDOT 465 EA 200000d $9,40000 $18,80000 26 INLET(COMPL)(COV20 FT1IFTW1 TXDOT 465 EA 100000d $15,00000 $15,00000 27 INLET(COMPL)(CU)(15FT)(FTW) TXDOT 465 EA 100000d $11,00000 $11,00000 28 REMOVSTR(INLET) TXDOT 496 EA 200000d $6,00000 $10,00000 29 ROCK FILTER DAMS (INSTALL) ITY2) TXDOT 506 SY 7000000d $2200 $1,54000 30 ROCK FILTER DAMS (REMOVE) TXDOT 506 $V 7000000d $804 $56000 31 32 Q T C INSTALL)(TV 11 2 I(7 TXDOT 506 TXDOT 506 SY $V 11500000d 11500000d $1000 $1,15000 $55 $63250 33 r F p C �ff$i�LL) TXDOT 506 LF II I oo000d $165 $1,831 So 34 E pyy �(��b'/ft'1%J��� YFF TXDOT 506 LF I I oo000d $175 $1,94250 35 BIODE OS I TXDOT 506 LF 17000000d $4.2� $72250 36 EM�Ii�B"1 TXDOT 506 LF 17000000d $30((((((111111f $51000 37 Gsau ( O� TXDOT 529 LF 108500000d $10 D1(J $10,85000 38 CONC CURB & GUTTER (TYPE I) TXDOT 529 LF 50 00000d $50 Odff $2,500 00 39 CONC MEDIAN TXDOT 536 SY 46000000d $9501(J $43,70000 40 RELOCATE SM RD SN SUP&AM TY S80 TXDOT 643 EA 1 OOOOOd $725 OUf $72500 41 REMOVE SM RD SN SUPBAM TXDOT 644 EA 300000d $30001l $90000 42 ELIM EXT PAV MIRK MR. .'I TXDOT 677 LF 193000000d $10df $1,93000 43 EL IM EXT PAV MIRK MRKS I8") TXDOT 677 LF 121000000d $12 $1,45200 44 ELIM EXT PAV MIRK & MRK$ (121 TXDOT 677 LF 35000000d $1 75I $61250 45 ELIM EXT PAV MIRK MRKS(24") TXDOT 677 LF 36000000d $240 $84000 46 ELIM EXT PAV MIRK & MRK$(ARROW) TXDOT 677 EA 1200000d $5000 $60000 47 ELIM EXT PAV MIRK & MRKS(WORD) TXDOT 677 EA 400000d $50 Dd $20000 48 ELIM EXTPAVMRK&MRKRS(PLOWABLERPMS) TXDOT677 EA 4000000d $25 OM $1,00000 49 GROUND BOX (ADJUST) TXDOT602'/ EA 200000d $8850A $1,77000 50 4"THICK ASPHALT TRANSITION TXDOT 340 $V 1800000d $6000 $1,01000 51 AR EA INLET TOP IPAZD)ISL)I3FTX3FT1 TXDOT465 EA 100000d $6,5000n $6,50000 52 AREAINLETTOP(PAZDIISLIRFTX4FT) TXDOT465 EA 100000d $7,5000i $7,50000 53 3"CONDT PVC SCH 80 IT) 260533 LF 2000000d $4700 $94000 54 Relocate $tonal Held 344110 EA 200000d $]400i $1,48000 55 Fumish/Install Hybrid Detection System 3441 10 APR 1 00000d $7,431 00 $7,431 00 56 Fumedd` need Hvbritl Detection Cable 344110 LF S4500000d $334 $2,78850 57 Install Mode1711Preemption Detector 344110 EA 100000d $1,33400 $1,33400 58 Fum 1,11-hill Preemption Cable 344110 LF 84500000" $30 $2,535.0 59 5/C 14A MITI cld drj�Cable 344110 LF 12000OOOd $265 $31800 60 � 10/C 14 9G M-Conductor Cable 344 10 LF 115 OOOOOd $3 3 $379 50 61 20/C 14 AWG MURi-Conductor Cable 344110 LF 79500000d $645 $5,12775 62 2/C14 AWGMulb-Contludor Cable 344110 LF 92000000d $205 $1,88600 63 N081nsulated Elec Condr 344110 LF 186000000d $290 $5,39400 64 Grountl Box T-D.w/Apron 344110 EA 200000d $1,98100 $3,96200 65 Powtler Coat Ped Pole 344110 EA 100000d $1500d $15000 66 Dispose of Pole and Mast Ann Assembly 344113 EA 100000d $2,8010i $2,80100 67 Install LWhtino Fixture 344120 EA 100000d $7500� $75000 68 Remove Ewstmo Ground Box 347113 EA 300000d $6470i $1,94100 69 Remove Ped Signal Head Assembly 347113 EA 600000d $2020d $1,21200 70 Remove Pedestrian Pushbutlon$ipn 347113 EA 600000d $1150, $69000 71 Install Alum Sion Mast Arm Mount 344130 EA 800000d $6520d $5,21600 72 Insidll Ped Head Assembly 344110 EA 200000d $83800 $1,67600 73 Install Ped Push Button w/Sion 344110 EA 200000d $2340� $46800 74 Remove FlxWre 347113 EA 100000d $25000 $25000 75 Remove Ped Pole Assembly 347113 EA 200000d $30004d $60000 76 Remove VIVDS 347113 EA 100000d $34400 $34400 77 Remove Preemption Detector 347113 EA 100000d $1160-d $11600 78 Powder Co at TXDOT TRF SIG PL AM(S) 1 ARM(361 LUM 344110 EA 100000d $1,50000 $1,50000 79 DRILL SHAFT SIG POLE)(36 IN) TXDOT416 LF 1300000d $7900" $10127000 80 INSTRFSIG PLAMIS)IARM(36-ILUM TXDOT 686 EA 100000d $20,0000i $20,00000 81 PIED POLE ASSEMBLY TXDOT 687 EA 100000d $2,8000� $2,80000 82 CONDUIT (PREPARE) TXDOT602'1 LF 88500000d $1900 $16,81500 Eaunsted Qnawry Iraalled Value Previously h,ds1 ed Value I Value The Period $5,400 $21,600 $89 $5,436 $595 $200 $540 $16,587 $155,940 $4,650 $12,740 $10,589 $37,600 $8,400 $22,700 $4,500 $65,879 $96,354 $130,368 $120,948 $54,600 $6,000 $18,800 $15,000 $11,000 $10,000 $1,540 $560 $1,150 $632 $1,650 $1,750 $722 $510 $10,830 $1,900 $42,085 $725 $900 $1,857 $1,448 W $6,500 $7,500 $940 $1,480 $7,431 $2,788 $1,334 $2,535 $318 $379 $5,127 $1,886 $5,394 $3,962 $150 $2,801 $750 $1,941 $1,212 $690 $5,216 $1,676 $468 $250 $600 $344 $116 $1,500 $10,270 $20,000 $2,800 $16,815 Contractor's Application Apphwhon Number 13 FINAL Appfiewov Daa 1/25/2024 E F G To. l Complead % Balance to Fwsh Materials Presently and Stored to Date (F) (B -F) Stored (nor m C) 01 E) B $9,000 00 1000% $1,50000 $5,4000- 1000% $21,600 00 1000% $890- 32% $2,70100 $5,43600 982% $9900 $5950. 425% $80500 $200 00 1000% $540 0. 1000% $16,58700 996% $6300 $155,94000 1000% $4,650 00 1000% $12,74000 1000% $10,58939 2161% -$5,68939 $37,60000 995% $20000 $8,40000 800% $2,10000 $22,700 00 1000% $4,50000 2857% -$2,92500 $65,87984 868% $10,04016 $96,35400 1020% -$1,85400 $130,36809 1001% 416800 $120,94800 1034% -$3.94800 $54,60001 1050% -$2,60000 $6,0000: 1000% $18,8000 1000% $15,0000 1000% $11,0000 1000% $10,0000 1000% $1,5400 1000% $5600 1000% $1,15000 1000% $632 50 1000% $1,65000 901% $18150 $1,7500A 901% $19250 $7225 1000% $5100A 1000% $10,83000 998% $2000 $1,90000 760% $60000 $42,085011, 963% $1,61500 $725 00 1000% $9000t 1000% $1,8570 962% $7300 $1,4484: 998% $360 $61 250 $840 00 $35000 583% $25000 $15000 750% $5000 $1,00000 $1,77000 1000% $1,08000 $6,50000 1000% $7,500 00 1000% $940 09 1000% $1,48000 1000% $7,431 09 1000% $2,788 50 1000% $1,33400 1000% $2,535 00 1000% $318 00 1000% $3795r 1000% $5,127715 1000% $1,88600 1000% $5,394 00 1000% $3.9620� 1000% $1500� 1000% $2,8010� 1000% $7500 1000% $1,9410� 1000% $1,2120 1000% $6900f 1000% $5,2160i 1000% $1,6760� 1000% $4680 1000% $2500 1000% $600 Ol 1000% $3440� 1000% $11601 1000% $1,5000� 1000% $10,27001 1000% $20,0000� 1000% $2,8000� 1000% $16,815041 1000% TI is document las been modrfiN from is original form M en EJCDC document and fie user did and highlight we modrficaaovs. You are rncowaged to read the docu .carefully s d -11 Legal Coureel pnor to ra execuhoa C-620 Uml Price Progress Eshmale Progress Estimate City Sea mry 57682 Contractor's Application Cowart Nmn. F.(-) Apphcwop Penod Brd Item No Intersection Improvements at NW Loop 820 & Marine Creek Pkwy Phase 1 10-17-23 to 10-30-23 A I- Descnpaov Se moron Nov Umt oPMeasure Brd Quannry Umt Pnce B Brd Vabe C Bstunated Q.-myMatenals Iramlled D Value Prew,ouery Immlled Value Amdi-Nmaher Apdi-Darr E Presently Value Th. Penod Stored (.It m C) 13 FINAL 1/25/2024 F Total Complemd Balance adS0 tE) Date (F) +B G to Fwsh (B -F) 83 GROUND BOX (PREPARE) TXDOT 6027 Ea d0000 to 5,6755 50000000U 5,6700 5,6700U 5,67000 1000% 84 WK ZN PAV MIRK REMOV (WH"(BRK) TXDOT 662 LF 255000000 $140 $35700 40000000000 $56000 $56000 $56000 156.9% -$20300 85 WK ZN PAV M RK REM OV(W)4"(SLD) TXDOT 662 LF 2430000000 $130 $3,15900 228700000000 $2,97310 $2,97310 $2,97310 941% $18590 86 REFL PAV M RK TY I(W)4"(BRK)(100M IL) TXDOT 666 LF 595000000 $100 $59500 62000000000 $62000 $62000 $62000 1042% $2500 87 REFL PAV M RK TY I H"(SLD)(100MIL) TXDOT666 LF 1265000000 $098 $1,23970 131100000000 $1,28478 $1,28478 $1,28478 1036% $4508 88 REFL PAV M RK TY I(WW"(BRK)(100M IL) TXDOT 666 LF 170000000 $140 $23800 10800000000 $15120 $15120 $15120 635% $8680 89 REFL PAV M RK TY I(W)BISLD)(100MIL) TXDOT 666 LF 1845000000 $130 $2,39850 229300000000 $2,98090 $2,98090 $2,98090 1243% -$58240 90 REFL PAV M RK TY I (W)l 8"(SLD)100MIL) TXDOT 666 LF 30000000 $525 $15750 3500000000 $183.75 $18375 $183.75 116.7% $2625 91 IREFLPXV MRK TYI(W)24"(SLD)(100MIL) TXDOT 666 LF 620000000 $550 $3,41000 73800000000 $4,05900 $4,05900 $4,05900 1190% -$64900 92 REFL PAV M RK TY I(W)(ARROW)(100MIL) TXDOT 666 EA 11000000 $10000 $1,10000 1100000000 $1,10000 $1,10000 $1,10000 1000% 93 REFL PAV MRK TY I(W)(DSL ARROW)000MIL) TXDOT 666 EA 2000000 $15000 $30000 200000000 $30000 $30000 $30000 1000% 94 REFL PAV MRK TY I(W)(UTURN ARW)(100MIL) TXDOT666 EA 2000000 $17500 $35000 200000000 $35000 $35000 $35000 1000% 95 REFL PAV M RK TY I(W)(WORD)(100MIL) TXDOT 666 EA 7000000 $11800 $82600 700000000 $82600 $82600 $82600 1000% 96 REFL PAV MIRK TY I(W)18"(YLD TRO(100MIL) TXDOT 666 EA 16000000 $3500 $56000 1600000000 $56000 $56000 $56000 1000% 97 REFLPAV ­PAV TY I(YH"(SLD)(100MIL) TXDOT 666 LF 1625000000 $098 $1,59250 164300000000 $1,61014 $1,61014 $1,61014 1011% $1764 98 PAVEMENT SEALER 4" TXDOT 666 LF 6170000000 $0.15 $92550 447200000000 $67080 $67080 $67080 725% $254.70 99 PAVEMENT SEALER 8" TXDOT 666 LF 2015000000 $020 $40300 194100000000 $38820 $38820 $38820 963% $1480 100 PAVEMENT SEALER 18" TXDOT 666 LF 30000000 $030 $900 23200000000 $69.60 $6960 $69.60 7733% $60.60 101 PAVEMENT SEALER 24" TXDOT 666 LF 620000000 $040 $24800 73800000000 $29520 $29620 $29520 1190% 44720 102 PAVEMENT SEALER (ARROW) TXDOT 666 EA 11000000 $2500 $27500 1100000000 $27500 $27500 $27500 1000% 103 PAVEMENT SEALER (WORD) TXDOT 666 EA 7000000 $2500 $17500 700000000 $17500 $17600 $17500 1000% 104 PAVEMENT SEALER(DBL ARROW) TXDOT 666 EA 2000000 $3000 $6000 200000000 $6000 $6000 $6000 1000% 105 PAVEMENT SEALER(UTURN ARROW) TXDOT 666 EA 2000000 $4000 $8000 200000000 $8000 $8000 $8000 1000% 106 PAVEMENT SEALER ff-D TRO TXDOT 666 EA 16000000 $1100 $17600 $17600 107 TRAFFIC BUTTON TY II-C-R TXDOT 672 EA 65000000 $400 $26000 7000000000 $28000 $28000 $28000 1077% $2000 108 PAV SURF PREP FOR MIRK (41 TXDOT 678 LF 6170 000000 $0 08 $493.60 4472 00000000 $357.76 $357 76 $357.76 725% $135.84 109 PAV SURF PREP FOR MRK(81 TXDOT 678 LF 2015000000 $010 $20150 194100000000 $19410 $19410 $19410 963% $740 110 PAV SURF PREP FOR MRK 08") TXDOT 678 LF 30 000000 $0.18 $540 35 00000000 $630 $630 $630 116.7% -$0.90 111 PAV SURF PREP FOR M RK(24") TXDOT 678 LF 620000000 $018 $11160 73800000000 $13284 $13284 $13284 1190% $2124 112 PAV SURF PREP FOR MIRK (ARROW) TXDOT 678 EA 11000000 $1000 $11000 900000000 $9000 $9000 $9000 818% $2000 113 PAV SURF PREP FOR M RK(DBL ARROW) TXDOT 678 EA 2000000 $1500 $3000 400000000 $6000 $6000 $6000 2000% $3000 114 PAV SURF PREP FOR MRK(UTURN ARR) TXDOT 678 EA 2000000 $1800 $3600 200000000 $3600 $3600 $3600 1000% 115 PAV SURF PREP FOR M RK (WORD) TXDOT 678 EA 7000000 $1000 $7000 700000000 $7000 $7000 $7000 1000% 116 PAV SURF PREP FOR M RK 08")(YLD TRU TXDOT 678 EA 16000000 $1000 $16000 1600000000 $16000 $16000 $16000 1000% 117 PAV SURF PREP FOR MIRK (RPM) TXDOT 678 EA 65000000 $010 $650 7000000000 $700 $700 $700 1077% -$050 118 S,cm and Sup n TY 10BWG(1) SA(P) TXDOT 644 EA 8000000 $79500 $6,36000 900000000 $7,15500 $7,15500 $7,15500 1125% -$79500 119 BARRICADES, SIGNS AND TRAFFIC HANDLING TXDOT 502 MO 10000000 $4,20000 $42,00000 1000000000 $42,00000 $42,00000 $42,00000 1000% 120 Porttble Message Slcm TXDOT 6001 DAYS 100000000 $2500 $2,50000 4500000000 $1,12500 $1,12500 $1,12500 450% $1,37500 UNIT 11, Hike and E&e Trail 1 4"Con, Side lk, Adjacent b Curb 321320 SF 8300000000 $800 $66,40000 819600000000 $65,56000 $65,56000 $65,56000 987% $84000 2 Barner Free Ramp. Type P-1 321320 EA 2000000 $2,400 00 $9000 $4,800 00 $12,33000 200000000 15000000000 $4,800A0 $13,50000 $4,800 00 $13,50000 $4,800 00 1000% $13,50000 1095% -$1,17000 3 Barner Free Ramp, Type C-2 321320 BY 137000000 4 UNCLASSIFIED EXCAVATION BY PLAN TXDOT 110 CY 302000000 $3600 $10,87200 30200000000 $10,87200 $10,87200 $10,87200 1000% 5 EMBANKMENT BY PLAN TXGOT 135 CY 270000000 $2000 $5,40000 27000000000 $5,40000 $5,40000 $27,51000 $5,40000 1000% $27,51000 992% $21000 6 FL BS(CMP IN PLC)ITYA GR1-2)(81 TXDOT 247 SY 660000000 $4200 $27,72000 65500000000 $27,51000 7 PRIME COAT(EC30) TXDOT 260 GAL 200000000 $900 $1,80000 20000000000 $1,80000 $1,80000 $1,80000 1000% 8 D-GR HMA TY-B PG64-22(EXEMPT) TXDOT 340 TON 165000000 $10400 $17,16000 13865000000 $14,419.60 $14,41960 $14,419.60 840% $2,74040 9 CONIC PVMT(JOINTED -CPCD)(6") TXDOT 360 BY 500000000 $10000 $50,00000 49366000000 $49,35600 $49,35600 $49,35600 987% $64400 10 RIPRAP(CONCHCL B) TXDOT 432 CY 40000000 $55000 $22,00000 3918000000 $21,54900 $21,54900 $21,54900 980% $45100 11 CONIC CURB(MONOHTY II) TXDOT 529 LF 725000000 $1000 $7,25000 72500000000 $7,25000 $7,25000 $7,25000 1000% 12 CONIC ISLAND TXDOT536 SY 75000000 $11000 $8,25000 7733000000 $8,50630 $8,50630 $8,50630 103.1% -$25630 13 GROUND BOX (ADJUST) TXDOT 6027 EA 4000000 $88300 $3,40000 $3,53200 $6,80000 400000000 200000000 $3,53200 $6,80000 $3,63200 $6,80000 $3,53200 1000% $6,80000 1000% 14 SIDEWALK FLUME PLANS EA 2000000 15 4" THICK ASPHALT TRANSITION TXDOT340 BY 13000000 $6500 $84500 $84500 This documem Ias been modrfiN from its anginal form M as EJCDC document and the user did am IugNrght the modrfi-ma. You are rncomaged to read the documem carefully and -1t Legal Coureel poor to M execuaom C-620 UM Price Progress Eshtwte Progress Estimate IFnr(nn—) Intersection Improvements at NW Loop 820 & Marine Creek Pkwy Phase 1 IAp li—Permd 10-17-23 to 10-30-23 A Iam Bid Item Ne Descvpnon Specrfiwhon U d aMeasure M Qnawty Sewon No T.W. City Seueary 57682 Cowart Nnm. R C D Bid Velnc Estntmrod Quannty Value In ailed $1.359.871.55 $1.3, Contractor's Application A.Ii—Nmnber 13 FINAL Appficwon Daa 1/25/2024 E F G Total Complead / Bnlnnce to Fwsh Prcvioaety Insmlled Valae Value Th. Penod Matenale Presently and Stored to Date (F) (B -F) Stored (wt m C) N 1 E) B $1.348.992.95 $1.348.992.95 992% $10.878.60 This document Ins been modrfiN from is ongiml form M an EJCDC document nM the user did not Idgm ght the moddicanons. You are rncomaged to read the d— carefully and consult I ,d Counsel poor to M execuaom C-620 Change Order Progress Estimate Construction Allowance Usage ADDITIONS For (cono-acl) 101585 Intersection Improvements at NW Loop 820 & Marine Creek Pkwy Phase 1 Appl—tim, Parmd 10-17-23 to 10-30-23 City Sarratary 57682 Contract Num' A B Item S ficafim, Qufity W Add Unit Pnce Addifimn Value Item Number Descriptwu Sachon No Unit of Measure an C D Estimated Quanfity Value lr.mllad Contractor's Application Applicatmn Number 13 FINAL Applioafion Date 1/25/2024 E F Previously Value This Matenals Presently Total Completed / Balance to Finish Nstalled Value Pa—d Stored (not m C) and Stored to Date (P) (B - P) (D+E) B Tbie docurvaut has been modified firm its ortgioel limn es en EJCDC document and the user did urn highlight the modificafions. You are encouraged to read the document cazefully and consult L ggal Counsel prior to its execution. C-620 Change Order Totals This document has been m.MW Gom As onginnl fovn as en HICDC document and the user did urn highlight the modificafions. You are encouraged to read the document —fully and consols Legal Counsel pnor to its execution. C-620 Change Order Progress Estimate Construction Allowance Usage CONSTRUCTION ALLOWANCE ITEMS TO BE REDUCED For (—..C1) 101585 Intersection Improvements at NW Loop 820 & Marine Creek Pkwy Phase 1 Appl—fian Pend 10-17-23 to 10-30-23 A B � Item Bid Item Number Desoript, h Specificahon Unit of Measure Quantity to Delete Umt Pnce Redudmn Vulua Sadmn No Totals Contractor's Application C D Na Used Not Used Not Used Nd Used Applicatma Number 13 FINAL Applicanon Date 1/25/2024 E I F Nd Used Not Used Not Used Not Used This document has been m.Med Gom ds onginul form es uu EJCDC document and the user did nd highlight the modificifions. You are encouraged to read the document cmefully and consult L gal Counsel pnor to its execution. C-620 Change Order Progress Estimate Change Order Number I 1 ADDITIONS For (contmc0 101585 Intersection Improvements at NW Loop 820 & Marine Creek Pkwy Phase 1 City Secretary 57682 Contract Nam: Appl—tion Partial 10-17-23 to 10-30-23 A B Item Addition Change Order Item Spe ificahon CO Quantity to Add Una Price Chimp Order No. 13—iptmn Section No nitofMeasure Um'.,._ Value 121 FURNISH AND INSTALL COAXIAL CABLE 344110 LP 845.00000000 $3.30 $2,78850 1 REMOVING CONC (RIPRAP) TXDOT 104 SY 41.31000000 $9.00 $371.79 22 RIPRAP (CONC) (CL B) TXDOT 432 CY 7 10000000 $600 00 $4,260 00 la PIPE UNDERDRAINS (TYP 6) (6") (IkDOT ITEM 556-6606) TXDOT 556 LP 115.00000000 $75 00 $8,625 00 123 UNDERDRAIN CONNECT TO INLET PLANS EA 100000000 $1,00000 $1,00000 C D Estimated Quantity Previously Value This Inamllad Value Installed Valae Pa—d 845.00000000 88 $2,7.50 $2,788.50 4131000000 '371.71 $371.79 710000000 $4,260.00 14,26% 115.00000000 $8,625.00 $8,625.00 100000000 S1.000.00 $1.()Woo Tbie do —at has been modified firm as original formes nn EJCDC document and the user did urn highlight the modifiammu. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution. Contractor's Application 13 FINAL 1/25/2024 E F Mat enals Presently Total Completed % Stored (not in C) and Bored m Date (F) (D+E) B 12,718,50 100.0% $371.79 100.0% $4,260 00 100.0% $8,625 00 100.0% $1,00000 100.0% Balance to Finish (B -F) C-620 Change Order Totals I I I I I $I7,0/5.29I I 517,0 ,11 $17,0 ,11 I I $17,045.29I ]00.0% This document has been m.MW Gom As onginnl fovn as en HICDC document and the user did urn highlight the modificafions. You are encouraged to read the document carefully and consols Legal Counsel pnor to its execution. C-620 Change Order Progress Estimate Change Order Number I 1 DELETIONS Fnr (`.nine[) 101585 Intersection Improvements at NW Loop 820 & Marine Creek Pkwy Phase 1 Application Pen xl 10-17-23 to 10-30-23 A B C he Delehoo Change Order I[em Descriptmn Spoolie no" Unit of Measwe CO Delete to Unit Price Change Order N. Used No. Section No Valae Totals Applicatwn Number' Applicatmn Dale' D E Not Usad Not Usad Nol Used Not Used This docurnant has been modified fiom its original fume es en EJCDC document and the user did urn highlight the modifications. You are encoweged to read the document carefully and consult Legal Counsel prior to its execution. Contractor's Application 13 FINAL 1/25/2024 F Not Used Not Used Not Used C-620 Change Order Progress Estimate Change Order Number 1 2 Contractor's Application ADDITIONS For (covtraa) 101$8$ Intersection Improvements at NW Loop 820 & Marine Creek Pkwy Phase 1 City Seoretary 57682 Applioatton Number 13 FINAL Contract Num: Apphcation Panod 10-17-23 to 10-30-23 ApIdwatton Date 1/25/2024 A B C D E F Item Bal—a to Finish Addmou Change Estimated Quantity Previously Value Thts Mmanals Presently Total Completed % (B - F) Change Order Item Spaoification Umt of CO Quantity to Add Desenptio° Umt Pnce Order Value Installed Valua Installed Value Period Stored (not m C) t r d to and Stored to Data (F) Na Section No Measure B 124 0644 6064 IN BRIDGE MNT CLEARANCE SIGN ASSM (TY N) T%DOT 644 EA L00000000 $4,495.00 $4,495400 1.00000000 $4,495.00 S4,495.00 S4,495.00 100.0% 125 TEMPORARY CWI2-2A-FURNISH, INSTALL AND REMOVE EA 1.00000000 $2,500.00 $2,500.00 1.00000000 $2,500400 $2,500400 $2,500400 100.0% 126 SIGN AND SUPPORT TY10 BWG (I) SA (P) TxDOT 644 EA L00000000 $795000 $795400 1.00000000 $795400 $795400 $795400 100.0% This document has bee. modified from ns ongiml form as an EJCDC document and the user did not highlight the modifications. You are enwuraged to read the document carefully and consult Legal Counsel pnor to its execution. C-620 Change Order Totals $7,790.001 1 $7,790.001 $7,790.001 1 1 $7,790.001 100.0% 1 This do-t has bee. modified from its onginel form as an HJCDC document and the user did no( highlight the modifications. You are enwuraged to read the document carefully and consult Legal Counsel pnor to its execution. C-620 Change Order Progress Estimate Change Order Number 1 2 DELETIONS IF., (contract) 101585 Intersection Improvements at NW Loop 820 & Marine Creek Pkwy Phase 1 Application Numbar IApphemenn Partnd 10-17-23 to 10-30-23 Application Data A B C D E Iren' CO Qoanhty to Deletion Change Change Order Item Dwcstptfon Spsaficstion Umt a Delete Umt Pr NotValue Not Usad Not Usad Not Usad Not Usad Not Used No. Section No Measure Totals This document has been modified from ns ongiml form as an EJCDC document and the user did not highlight the modifications. You are enwuraged to read the document carefully and consult Legal Counsel prior to its execution. Contractor's Application 13 FINAL 1/25/2024 F Na Used Na Used Not Used C-620 Change Order Progress Estimate Change Order Number 1 3 ADDITIONS For (contract) 101$g$ Intersection Improvements at NW Loop 820 & Marine Creek Pkwy Phase 1 City Secretary 57682 Contract Nam: IAppl-tinnPen°d 10-17-23 to 10-30-23 A B C I Item Addition Estimated Q-tay Change Order Item Dcscriptiou Specification Umt of CO Quantity to Add Uvrt Price Change Order Installed No. Section No Measure Value I 14 SOIL RETENTION BLANKETS (CL 1) (TY A) SY 1625.54000000 $3.50 $5,689.39 18 PRIME COAT (EC-30) GAL 325.00000000 WOO $2,925.00 I 20 CONC PVMT(JOINTED -CPCD)(6") SY 20.60000000 $90.00 $1.854.00 I 21 CONC PVMT(JOINTED -CPCD)Wl SY 200000000 $84.00 $168.00 I 22 RIPRAP (CONC)(CL B) CY 6.58000000 $600.00 $3.948.00 23 RC PIPE (CL E((18 IN) LF 10.00000000 $260.00 $2,600.00 I 84 WK ZN PAV MRK REMOV(W)4"(BRK) LF 145,00000000 $1.40 $203.00 86 REEL PAV MEN TY I(W)4"(BRK)(I OOMIL) LP 25.00000000 $L00 $25.00 87 REFL PAV MRK TY I (W)4"(SLD)(100ME) LF 46.00000000 $0.98 S45.08 89 REEL PAV MEN TY I (W)8"(SLD)(100MIL) LP 448 00000000 $L30 $58240 90 REFL PAV MRK TY I(W)WISLD)(100MR.) LF 5.00000000 $5.25 $26.25 91 REEL PAV MEN TY I (W)24"(SLI)XI00MIL) LE 118 00000000 $5.50 $649.00 97 REFL PAV MRK TY I (Y)4"(SLD)(I00MB.) LF 18.00000000 $0.98 $17.64 100 PAVEMENT SEALER 18" LF 202 00000000 $0.30 $60.60 101 PAVEMENT SEALER 24" LF 118.00000000 $0.40 $47.20 107 TRAFFIC BUTTON TY B-C-R EA 5.00000000 $4.00 $20.00 110 PAV SURF PREP FOR MRK (18") LF 5.00000000 $0.18 $0.90 III PAV SURF PREP FOR MEN (24") LE 118 00000000 $0.18 $21.24 113 PAV SURF PREP FOR MRK(DBL ARROW) EA 2.00000000 $15.00 $30.00 117 PAV SURF PREP FOR MEN (RPM) EA 5.00000000 $0.10 $0.50 118 Sign and Suopon TY IOBWG (1) SA (P) EA 1.00000000 $795.00 $795.00 I 3 Banter Free Ramp, Type C-2 SY 13.00000000 $90.00 $1,170.00 I 12 CONC ISLAND SY 2.33000000 $110.00 $256.30 Contractor's Application Appheahon Number 13 FINAL Applicanov Date 1/25/2024 E F Balance to Finish Previously Valued Materials Presently Total Completed % (B - F) Nstalled Value Period Stored (vot m C) and Stored Data (F) (D+Ed B This docan e.t has bee. modified from its ongiml form as an EJCDC document and the user did not highlight the modifications. You are enwuraged to read the document carefully and consult Legal Counsel pnor to its execution. $5.689.39 $2,925.00 $1.854.00 $16K00 $3.948.00 $2,600.00 $203.00 $25.00 $45.08 $582.40 $26.25 $649.00 $17.64 $60.60 $47.20 $20.00 $0.90 $21.24 $30.00 $0.50 $795.00 $1,170.00 $256.30 C-620 Change Order Totals I I I I I $21,130.$OI I I I I I I I $21,130.50� This do-t has bee. modified from its onginol form as an HJCDC document and the user did no( highlight the modifications. You are enwuraged to read the document carefully and consult Legal Counsel pnor to its execution. C-620 Change Order Progress Estimate Change Order Number 1 3 DELETIONS IF., (contract) 101585 Intersection Improvements at NW Loop 820 & Marine Creek Pkwy Phase 1 Application Partod 10-17-23 to 10-30-23 he Change Order Itam D-pfion No. 2 As -Built (f f��+){�1` �\�'��y' p�S 10 BAS AS AV 0" 15 FL BS fu�CM�rP IN PJtf'I1�TY`A`OR 1�-2) 8 S DAY) 19 D-GR+HMAMMC,,TY-B(3-22�F XF: 33 TEMP 34 CTEMP S�tF��`�Yp}'�\ jj+))(({{�jSjS� F'_ 38 CQ�C (:�� ��E D 39 CONC MEDIAN 42 EFa�'ILIII1t1MM14'1 EXIT PPA�V MMRK & MRKS 4") 44 E'HU Ki P�V MMR & MEKS 02)� 46 E'I11I1t1M4' EN PP��Vf�M�R & MRKS 2ARe RI�O 48 E'HU ���Tfl�'��VMR &&&�pNMfR�ABLE RPMSI 805 N�K ZN �AVSMRK RFMOVSD)88 REFL PAVij{jU(j'�](W18NOfvIB.) 98 PAVEME aA 99 PPPPAVV�/EMEENF' T SSSEEEt`pA, LLLLERt�Rt`8" 109 PAS S�RF PREP H 8�00R�RK (ARRO V 120 Portab P1 1 4" Conc Si t b Cmb 6 FL BS P TYA OFI-28 89 (D'(-jG�'R(' �}�y�] ({��y'�LT64-22 fFc\\bE I 10 Q1PiWPJ('UlIJ!y(CLB�P p 15 4" THIC Atl T TRANSITION Totals A B C CO to Deletion Specification Umt of Seaton No Ma.- � dety Und Prtw Change Order Value Not Used IS 000 $15J u` 270100000 $l $2 USY S 11.00000000 $91 g9/..O0JQQ S 115.00000000 $7.0 $805.0 SY 7.00000000 59 0 $63.0 SY 5.00000000 $40 0 J $200.0 TON 10.00000000 521000� $2yyy10�00 TON 96.54000000 S104.0UJ $]Of .id IF I10.00000000 $16 5 81.. IF 110.00000000 Sl "j $192.541 IF 2.00000000 $M0� $20.041 IF $g600.0011 SY 17.00000000 $95.0�� $ LF 73.00000000 $1.0 .ti�3.0d LF 3.00000000 $1.2 S3.60 LP 350.00000000 $1.'% S612.5M LF 3:0.00000000 $2.46) S840.00 EA 5.00000000 $50.O�Qg) S250,06) EA L 0000000 $50015 $50015 EA 40.00000000 $25A f $1{{\p�st0 f $$1.;d), $1$180.96) LF 143 00000000 LF 6200000000 LF 1698.00000000 $0.15) $254.741 LF 74.00000000 $0.26) $14.841 EA 16.00000000 $I1,0� $176.00 LP 1698.00000000 %0 $135.84 IF 74.00000000 S0.1 f STAd EA 2.00000000 $100 $20dAl DAY B 55.00000000 $25.0 $1,375d4l SF 105.00000000 $8.06) U40dtt) SY 5'00000000 $42.06) $21000) TON 26.35000000 $104.0 $2y740.4 f SY 6.44000000 $100.0� 5644.o1 f( CY 0.82000000 $5500 S4510 SY 13.00000000 $65.0 S845.0 $32,013.141 Applicahon Number Applicahon Date D E Not Used Not Used Not Used N. Used This document has been modified from its ongiml form as an EJCDC document and the user did not highlight the modifications. You are enwuraged to read the document carefully and consult Legal Counsel prior to its execution. Contractor's Application 13 FINAL 1/25/2024 F Na Used Na Used Not Used City of Fort Worth Summary of Charqes City Secretary Contract Num: I 57682 I Intersection Improvements at NW Loop 820 & Marine Creek l P. o . FW020-007946 Pkwy Phase 1 Application Period: I 10-17-23 to 10-30-23 I Application I 13 FINAL Number: Funding Identification (FID) Total Completed Amt Remaining Gross Original Contract 134018 0200431 5740010 103748 005080 9999 18020105 $328,812.53 $4,256.47 1390010200431 5740010 101585 003980 $1,020,180.42 $6,622.13 10 10 10 10 10 10 10 10 10 Change Order 1 134018 0200431 5740010103748 005080 999918020105 1 39001 0200431 5740010 101585 003980 $17,045.29 10 10 10 10 10 10 10 10 10 Change Order 2 134018 0200431 5740010103748 005080 999918020105 139001 0200431 5740010 101585 003980 $7,790.00 10 10 10 10 10 10 10 10 10 Project Number: 101585 Application Date: 1/25/2024 Retainage Net City of Fort Worth Summary of Charqes City Secretary Contract Num: I 57682 I Intersection Improvements at NW Loop 820 & Marine Creek l P. o . FW020-007946 Pkwy Phase 1 Application Period: I 10-17-23 to 10-30-23 I Application I 13 FINAL Number: Funding Identification (FID) Total Completed Amt Remaining Gross Change Order 3 134018 0200431 5740010103748 005080 999918020105 139001 0200431 5740010101585 003980 10 10 10 10 10 10 10 10 10 Change Order 4 134018 0200431 5740010103748 005080 999918020105 139001 0200431 5740010101585 003980 10 10 10 10 10 10 10 10 10 Change Order 5 134018 0200431 5740010103748 005080 999918020105 139001 0200431 5740010101585 003980 10 10 10 10 10 10 10 10 10 ($4,256.47) ($6,622.13) Project Number: 101585 Application Date: 1/25/2024 Retainage Net City of Fort Worth Summary of Charqes City Secretary Contract Num: I 57682 I Intersection Improvements at NW Loop 820 & Marine Creek l P. o : FW020-007946 Pkwy Phase 1 Application Period: I 10-17-23 to 10-30-23 I Application I 13 FINAL Number: Funding Identification (FID) Change Order 6 134018 0200431 5740010103748 005080 999918020105 139001 0200431 5740010101585 003980 10 10 10 10 10 10 10 10 10 Change Order 7 134018 0200431 5740010103748 005080 999918020105 139001 0200431 5740010101585 003980 10 10 10 10 10 10 10 10 10 Change Order 8 134018 0200431 5740010103748 005080 999918020105 139001 0200431 5740010101585 003980 10 10 10 10 10 10 10 10 10 Total Completed Amt Remaining Gross Project Number: 101585 Application Date: 1/25/2024 Retainage Net City of Fort Worth Summary of Charqes City Secretary Contract Num: I 57682 I Intersection Improvements at NW Loop 820 & Marine Creek l P. o . FW020-007946 Pkwy Phase 1 Application Period: I 10-17-23 to 10-30-23 I Application I 13 FINAL Number: Funding Identification (FID) Total Completed Amt Remaining Gross Totals 134018 0200431 5740010103748 005080 999918020105 139001 0200431 5740010101585 003980 10 10 10 10 10 10 10 10 10 $328,812.53 $0.00 $1,045,015.71 ($0.00) Project Number: 101585 Application Date: 1/25/2024 Retainage Net Grand Total 1 1 $1,373,828.24 1 1 $0.00 1 1 $0.00 1 1 ($68,691.41)1 1 $68,691.41 1 FORT WORTH.",, Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: Intersection Improvements at 820 and Marine Creek Parkway -Phase 1— Change Order #1 M&C: N/A CPN: 101585 CSO: 57682 DOC#: 1 Date: 7/12/2021 To: Name Department Initials Date Out 1. Justin Blair McClendon Construction Co., Inc May 18, 2023 2. Habte Taezaz TPW-signature Hab May 18, 2023 3. Iskal Shrestha TPW - signature May 18, 2023 4. Alexandra Ripley TPW- review A May 19, 2023 5. Chad Allen TPW - signature May 23, 2023 6. Lissette Acevedo TPW - signature May 23, 2023 7. Michael Owen TPW - signature May 25, 2023 8. Lauren Prieur TPW - signature May 25, 2023 9. Doug Black Legal - signature ,b May 26, 2023 10. William Johnson CMO - signature L- May 27, 2023 11. Jannette Goodall CSO - signature May 30, 2023 12. TPW Contracts TPW DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: ❑YES ®No RUSH: ❑YES ®No SAME DAY: ❑YES ®No NEXT DAY: ❑YES ❑No ROUTING TO CSO: ®YES ❑No Action Reauired: ❑ As Requested ❑ For Your Information ® Signature/Routing and or Recording ❑ Comment ❑ File ❑ Attach Signature, Initial and Notary Tabs Return To: TPWContractsn_,FortWorthTexas.i_ov at ext. 7233 for pick up when completed. Thank you! CSC No. 57682-COI FORT WORTH. City of Fort Worth Change Order Request Project Namel Intersection Improvements at 820 and Marine Creek Parkway - Phase 1 I City Sec # l 57682 Client Project #(s)l 101585 Project Description) Construction of Intersection Improvements at Northwest Loop 820 and Marine Creek Parkway - Phase 1 Contractorl McClendon Construction Company, Inc Change Order #1 1 1 Datel 5/15/2023 City Project Mgr.l Iskal Shrestha P.E. l City Inspectorl Habte Taezaz Dept Original Contract Amount Extras to Date Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date Amount of Proposed Change Order Revised Contract Amount Original Funds Available for Change Orders Remaining Funds Available for this CO Additional Funding (if necessary) TPW $1,359,871.55 $1,359,871.55 $17,045.29 $1,376,916.84 $40,128.45 $40,128.45 Contract Time Totals (CD) $1,359,871.55 300 $1,359,871.55 300 $17,045.29 $1,376,916.84 300 $40,128.45 $40,128.45 CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 1 1.25% MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST + 25%) 1 $1,699,839.44 RFI#6 was regarding the proposed Hybrid detection system, which wasn't compatible with the existing traffic control equipment, which per the contract supposed to remain. RFI#7 was regarding continuous groundwater seepage from the bridge abutment to the pavement control joints. The Response prepared by the Engineer of Record (EOR) to the Contractor's RFI(s) resulted in additional quantities of the existing bid item in the contract and required adding additional bid items to the contract to complete the construction, which resulted in executing this change order. See the attachment in the Change Order document for a copy of the contractor RFI(s) and EOR's Response to the RFI(s) For TxDOT bid items in this change order, the average pricing was compiled from similar items from the Texas Department of Transportation Average Low Bid Unit Prices. See the attachment for the detail about the price comparison. Typically, TxDOT's bid quantity for its projects is higher than City's projects. The bid price proposed by the contractor is directly proportional to the bid quantity. It is typically normal for the bid price to be higher for smaller quantities if compared with the same items with higher quantities. Keeping this in mind, the price proposed by the contractor for the TxDOT bid item is justifiable. We used the price from the bid proposal for the existing bid items that are already on the contract. We compared other bid items to other similar items and accepted the unit costs. 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. The Project/Program Manager signing below acknowledges that he/she is the person responsible for the monitoring and administration of this contract, including ensuring all performance and renortine reauirements. Contractor's Company Name Contractor (Name Contract Signature Date McClendon Construction Company, Inc Justin Blair s May 18, 2023 pe or nspe Date May 18, 2023 Project and Contract Compliance Manager /sKalSh✓Pstha o e May 18, 2023 M Date May 23, 2023 r Date May 23, 2023 Assistant Director (Dept) Date Director, Contracting Department (Dept) Date A'1Ir� May 25, 2023 May 25, 2023 Assistant City Attorney Date JAssistant City Manager Date ( May 26, 2023 1 PA May 27, 2023 Council Action (if required) M&C Number I NA ATTEST: �- A .&a� Jannette Goodall, City Secretary M&C Date Approved INA FORTWORTH City of Fort Worth 1j*'--- Change Order Additions Project Name j Intersection Improvements at 820 and Marine Creek Parkway - Phase 1 City Sec # 1 57682 Client Project # j 101585 1 Contractorl McClendon Construction Company, Inc I PMI Iskal Shrestha P.E. Inspector] Habte Taezaz I Change Order Submittal # 0 Date 1 5/15/2023 ADDITIONS IIEM UESCKIPIIUN UEPI Uly Unit Unit Cost 121 FUHNISH ANU INS IALL COAXIAL CABLE I PVV 84b LH $3.30� 6 REMOVING CONC SRIPRAP) TPW 41 SY $9.00 22 RIPRAP SCONC) SCL B) TPW 7 CY $600.00 122 PIPE UNDERD4XINS cTYP 6) (13' (TxDOT ITEM 556-60061 TPW 115 LF $75.00' 123 UNDERDRAIN CONNECT TO INLET TPW 1 EA $1,000.00' TPW Sub Total Additions I otal $2,/88.bul $371.791 $4,260.001 $8,625.001 $1,000.001 $17,045.291 1 1 $17,045.291 Change Order Additions Page 2 of 5 Foa� City of Fort Worth Change Order Deletions Project Name I Intersection Improvements at 820 and Marine Creek Parkway - Phase 1 City Sec # 1 57682 Client Project# 1 101585 I Contractor McClendon Construction Company, Inc I PMI Iskal Shrestha P.E. I Inspectorl Habte Taezaz Change Order Submittal # 0 Date 1 5/15/2023 1 DELETIONS I I tM UtSUKIV I IUN ULP I Uty unit unit host I otal TI-W $0.00 Sub Total Deletions $0.00 Change Order Deletions Page 3 of 5 M/SBE for this Change Order M/SBE Sub Type of Service Amount for this CO Total $0.00 Previous Change Orders co # DATE I AMOUNT Total I $0.00 1 Filters: Adjust filters to refine your analysis of bid item average Use Qty Filter: Data Date. 5/16/20233:19:08 PM Standard Specification costs. NO ® Code BID ITEM BID ITEM DESCRIPTION UNIT OF Min. Bid Item Max. Bid Item Avg. Unit Price Min. Unit Price Max. Unit Price Std.dev. of Unit Median Unit 556 MEASURE Qty Qty Price Price Bid Item 556-6006 556-6006 PIPE UNDERDRAINS(TY 6)(6") LF 425.0 2,682.0 $41.63 $27.00 $50.00 $12.72 $47.90 Actual Let Date Range 3/1/202312:00:00 AM.. Bidder Rank Low Bidder District All County All Project Classification All Vendors (Select to Exclude) All The bid price for this item proposed by the contractor is higher than the average Unit Price shown in the data because the bid quantity needed for changer order#1 is four (4) times less than the minimum bid quantity of the above data. The bid price proposed by the contractor is directly proportional to the bid quantity. It is typically normal for the bid price to be higher for smaller quantities than for higher quantities. Therefore, the bid price proposed by the contractor for this item 556-6006 is reasonable and justifiable. FORT WORTH. w << Back Export Detail Data an ®ollapse All 101585 NW Loop 820 & Marine Creek Pkw I 3010.0 General Capital Projects 39001 2007 Critical Capital Projects GL0019-07 - Project Budget Summary RunTime: 05/17/2023 01:05 PM $1,000,000.00 $.196,851.90 Total Revenue: $2,196,851.90 $1,000,000.00 $1,196,861.90 $2,196,851.90 $0.00 100.00 $0.00 100.00 $0.00 100.00 Bond Program 1 $2,080,000.00 $0.00 $445,957.60 $996,731.31 $637,311.09 New Capital Project Funds $1,000,000.00 $0.00 $0.00 $0.00 $1,000,000.00 Old Capital Project Funds $1,196,851.90 $0.00 $84,484.69 $964,897.19 $147,470.02 Total Expenditure: ' $4,276,851.90 , $0.00 $530,442.29 $1,961,628.50 $1,784,781.11 The Budget above is missing future federal Funds of $2.7M and Park Department FID of $232,000.00. For detailed Funding Information, see the next page. The resolution authorizing the execution of an Advance Funding Agreement with TxDOT was already adopted by the City Mayor and Council (M&C-22 0688, Resolution: 5610-09-2022). However, we are still waiting on TxDOT to send the AFA document to execute fully. The Park Fund is not shown in here, because it's from different Bond proposition. << Back FSCM 92 Production Page 1 of 1 69.36 0.00 87.68 58.27 Project Budget Summary Total Project Budge Estimate (CPN101585) Schematic/Concept Preliminary Design Engineering's Estimate at Project Phase Planning Level Design Level Level OPC Pre -Bid Award Phase 1 $ 2,400,000.00 $ 2,400,000.00 $ 2,300,000.00 $ 2,200,000.00 $ 2,200,000.00 Phase 2 $ 3,700,000.00 $ 4,400,000.00 $ 4,400,000.00 $ 4,400,000.00 $ 3,400,000.00 Total $ 6,100,000.00 $ 6,800,000.00 $ 6,700,000.00 $ 6,600,000.00 $ 5,600,000.00 Note: Phase 2 is still under preliminary design the construction estimate is assumed to be the same for all future milestone for Phase 2 to estimate the budget Project Funding Summar (CPN101585) Funding Source JAmount 2018 Bond Funds $ 1,800,000.00 2007 Critical Capital Projects $ 1,196,851.90 Expected Federal Fund $ 2,700,000.00 Pard Fund $ 232,000.00 30100 General Capital Projects $ 1,000,000.00 Totall $ 6,928,851.90 CPN101585-Phase 1 :Construction Estimate at Pre -Bid and at Award Pre Bid Award I Difference $ 1,400,000.00 $ 1,359,871.55 40,128.45 FORT WORTH.,,, Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: Intersection Improvements at 820 and Marine Creek Parkway -Phase 1— Change Order #2 M&C: N/A CPN: 101585 CSO: 57682 DOC#: 1 Date: 7/10/2023 To: Name Department Initials Date Out 1. Justin Blair McClendon Construction Co., Inc a J u 112, 2023 2. Habte Taezaz TPW-signature Jul 12, 2023 3. Iskal Shrestha TPW - signature � J u 112, 2023 4. Alexandra Ripley TPW- review AA Jul 13, 2023 5. Chad Allen TPW - signature , J u 113, 2023 6. Lissette Acevedo TPW - signature A Jul 14, 2023 7. Patricia Wadsack TPW - signature PuP W J u 114, 2023 8. Lauren Prieur TPW - signature VV1 Jul 14, 2023 9. Doug Black Legal - signatures Jul 20, 2023 10. William Johnson CMO - signature N� Jul 20, 2023 11. Jannette Goodall CSO - signature 77,19- Jul 20, 2023 12. TPW Contracts TPW DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: ❑YES ®No RUSH: ❑YES ®No SAME DAY: ❑YES ®No NEXT DAY: ❑YES ❑No ROUTING TO CSO: ®YES ❑No Action Reauired: ❑ As Requested ❑ For Your Information ® Signature/Routing and or Recording ❑ Comment ❑ File ❑ Attach Signature, Initial and Notary Tabs Return To: TPWContractsn_,FortWorthTexas.i_ov at ext. 7233 for pick up when completed. Thank you! CSC No. 57682-CO2 FORT WORTH. City of Fort Worth Change Order Request Project Namel Intersection Improvements at 820 and Marine Creek Parkway - Phase 1 I City Sec # l 57682 Client Project #(s)l 101585 Project Description) Construction of Intersection Improvements at Northwest Loop 820 and Marine Creek Parkway - Phase 1 Contractorl McClendon Construction Company, Inc Change Order #1 2 1 Datel 7/10/2023 City Project Mgr.l Iskal Shrestha P.E. l City Inspectorl Habte Taezaz Dept Original Contract Amount Extras to Date Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date Amount of Proposed Change Order Revised Contract Amount Original Funds Available for Change Orders Remaining Funds Available for this CO Additional Funding (if necessary) TPW $1,359,871.55 $17,045.29 $1,376,916.84 $7,790.00 $1,384,706.84 $40,128.45 $23,083.16 Contract Time Totals (CD) $1,359,871.55 300 $17,045.29 0 $1,376,916.84 300 $7,790.00 15 $1,384,706.84 315 $40,128.45 $23,083.16 CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 1 1.83% MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST + 25%) 1 $1,699,839.44 RFI#9 was regarding the bridge -mounted vertical clearance sign, which wasn't the contractor's scope but was requested by the TxDOT to be added to the contractor's scope. The Response prepared by the Engineer of Record (EOR) to the Contractor's RFI(s) resulted in additional quantities of the existing bid item in the contract and required adding additional bid items and additional contract time to the contract to complete the construction, which resulted in executing this change order. See the attachment in the Change Order document for a copy of the contractor RFI(s) and EOR's Response to the RFI(s) The price proposed by the contractor on this item(s) is higher than the project team's expectation. However, this added work was urgent to open the U-Turn to the traffic. The project team used the cost justification criteria such as customer feedback, time impact analysis, and contractor's cost proposal to justify the contractor's proposal. The additional contract time and price proposed by the contractor for added bid items are justifiable. . 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. The Project/Program Manager signing below acknowledges that he/she is the person responsible for the monitoring and administration of this contract, including ensuring all performance and renortine reauirements. Contractor's Company Name Contractor (Name Contract Signature Date McClendon Construction Company, Inc Justin Blair 8 Jul 12, 2023 Inspector/Inspection Date Project and Contract Compliance Manager or Date wAG Jul 12, 2023G-����,�r, Jul 12, 2023 Q� Jul 13, 2023 r Date Jul 14, 2023 ssistant Director (Dept) Date Director, Contracting Department (Dept) Date L. Wadyack Ju114,2023 Jul14,2023 %.tant City Attorney l Ju120, 2023 JlWnt City Manager Date Ju120, 2023 ouncil Action (if required) M&C Number I NA ATTEST: Jannette Goodall, City Secretary M&C Date Approved INA FORTWORTH City of Fort Worth 1j*'___ Change Order Additions Project Name j Intersection Improvements at 820 and Marine Creek Parkway - Phase 1 City Sec # 1 57682 Client Project # j 101585 1 Contractorl McClendon Construction Company, Inc I PMI Iskal Shrestha P.E. Inspector] Habte Taezaz I Change Order Submittal # 0 Date 1 7/10/2023 ADDITIONS IIEM UESCKIPIIUN UEPI Uty Unit Unit Cost 124 U644 (JU64 IN BKIDGE MN I GLEAKANGE SIUN ASSM I Y N) I PVV 1 EA $4,495.uU 125 TEMPORARY CW1 2-2A -FURNISH, INSTALL ANDREt�OVE TPW 1 EA $2,600.00 126 SIGN AND SUPPORT TY10 8WG (1) SA (P) TPW 1 EA $795.00 TPW Sub Total Additions I otal $4,495.uUl $2,500.001 $795.001 $7,790.001 1 1 $7,790.001 Change Order Additions Page 2 of 5 Foa� City of Fort Worth Change Order Deletions Project Name I Intersection Improvements at 820 and Marine Creek Parkway - Phase 1 City Sec # 1 57682 Client Project# 1 101585 I Contractor McClendon Construction Company, Inc I PMI Iskal Shrestha P.E. I Inspectorl Habte Taezaz Change Order Submittal # 0 Date 1 7/10/2023 1 DELETIONS IItM Ut5UKINI IUN ULPI Uty unit unit Uost Iotal TI-W $0.00 Sub Total Deletions $0.00 Change Order Deletions Page 3 of 5 M/SBE for this Change Order M/SBE Sub Type of Service Amount for this CO Total $0.00 Previous Change Orders CO # DATE I AMOUNT 5/30/2023 $17,045.29 Total I $179045.29 FORT WORTH. w << Back Export Detail Data an ®ollapse All 101585 NW Loop 820 & Marine Creek Pkw I 3010.0 General Capital Projects 39001 2007 Critical Capital Projects GL0019-07 - Project Budget Summary RunTime: 05/17/2023 01:05 PM $1,000,000.00 $.196,851.90 Total Revenue: $2,196,851.90 $1,000,000.00 $1,196,861.90 $2,196,851.90 $0.00 100.00 $0.00 100.00 $0.00 100.00 Bond Program 1 $2,080,000.00 $0.00 $445,957.60 $996,731.31 $637,311.09 New Capital Project Funds $1,000,000.00 $0.00 $0.00 $0.00 $1,000,000.00 Old Capital Project Funds $1,196,851.90 $0.00 $84,484.69 $964,897.19 $147,470.02 Total Expenditure: ' $4,276,851.90 , $0.00 $530,442.29 $1,961,628.50 $1,784,781.11 The Budget above is missing future federal Funds of $2.7M and Park Department FID of $232,000.00. For detailed Funding Information, see the next page. The resolution authorizing the execution of an Advance Funding Agreement with TxDOT was already adopted by the City Mayor and Council (M&C-22 0688, Resolution: 5610-09-2022). However, we are still waiting on TxDOT to send the AFA document to execute fully. The Park Fund is not shown in here, because it's from different Bond proposition. << Back FSCM 92 Production Page 1 of 1 69.36 0.00 87.68 58.27 Project Budget Summary Total Project Budge Estimate (CPN101585) Schematic/Concept Preliminary Design Engineering's Project Phase Planning Level Design Level Level OPC Pre -Bid Phase 1 $ 2,400,000.00 $ 2,400,000.00 $ 2,300,000.00 $ 2,200,000.00 Phase 2 $ 3,700,000.00 $ 4,400,000.00 $ 4,400,000.00 $ 4,400,000.00 Total $ 6,100,000.00 $ 6,800,000.00 $ 6,700,000.00 $ 6,600,000.00 Note: Phase 2 is still under preliminary design the construction estimate is assumed to be the same for all fi for Phase 2 to estimate the budget Project Funding Summary (CPN101585) Funding Source JAmount 2018 Bond Funds $ 1,800,000.00 2007 Critical Capital Projects $ 1,196,851.90 Expected Federal Fund $ 2,700,000.00 PARD Fund $ 232,000.00 30100 General Capital Projects $ 1,000,000.00 Totall $ 6,928,851.90 CPN101585-Phase 1 :Construction Estimate at Pre -Bid and at Awa rd Pre Bid I Award I Difference $ 1,400,000.00 $ 1,359,871.55 40,128.45 Available fund for CO CO # 1 (Previous CO) CO#2 (This CO) Remaining Funds for Future CO 40,128.45 $ 17,045.29 $ 7,790.00 1 $ 15,293.16 FORT WORTH.,,, Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: Intersection Improvements at 820 and Marine Creek Parkway -Phase 1 — Change Order #3 M&C: N/A CPN: 101585 CSO: 57682 DOC#: 1 Date: 12/11/2023 To: Name Department Initials Date Out 1. Justin Blair McClendon Construction Co., Inc Dec 13, 2023 2. Habte Taezaz TPW-signature Dec 30, 2023 3. Iskal Shrestha TPW - signature ,s �s Jan 2, 2024 4. Alexandra Ripley TPW- review- Jan 3, 2024 5. Chad Allen TPW - signature Jan 7, 2024 6. Lissette Acevedo TPW - signature Jan 8, 2024 7. Patricia Wadsack TPW - signature Jan 9, 2024 8. Lauren Prieur TPW - signatures Jan 9, 2024 9. Doug Black Legal - signature dwb Jan 10, 2024 10. William Johnson CMO - signature w Jan 10, 2024 11. Jannette Goodall CSO - signature JSG,7,Z Jan 10, 2024 12. TPW Contracts TPW DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: ❑YES ®No RUSH: ❑YES ®No SAME DAY: ❑YES ®No NEXT DAY: [-]YES [-]No ROUTING TO CSO: ®YES ❑No Action Required: ❑ As Requested ❑ For Your Information ® Signature/Routing and or Recording ❑ Comment ❑ File ❑ Attach Signature, Initial and Notary Tabs Return To: TPWContractsaFortWorthTexas.aov at ext. 7233 for pick up when completed. Thank you! CSC No. 57682-CO3 FORT WORTH,, City of Fort Worth —r' Change Order Request Project Name Intersection Improvements at 820 and Marine Creek Parkway - Phase 1 I City Sec # I 57682 Client Project #(s)� 101585 Project Description Construction of Intersection Improvements at Northwest Loop 820 and Marine Creek Parkway - Phase 1 Contractor McClendon Construction Company, Inc Change Order #I 3 1 Date 12/11/2023 City Project Mgr.1 Iskal Shrestha P.E. City Inspector) Habte Taezaz Contract Time Dept. TPW Totals (CD) Original Contract Amount $1,359,871.55 $1,359,871.55 300 Extras to Date $24,835.29 $24,835.29 15 Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date Amount of Proposed Change Order Revised Contract Amount Original Funds Available for Change Orders Remaining Funds Available for this CO Additional Funding (if necessary) $1,384,706.84 315 -$10,878.60 $1,373,828.24 315 $40,128.45 $15,293.16 CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 1 1.03% MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST + 25%) $1,699,839.44 JUSTIFICATION (REASONS) FOR CHANGE ORDER or $1,384,706.84 -$10,878.60 $1,373,828.24 $40,128.45 $15,293.16 The construction is complete. The final construction invoice is submitted and paid. The Change Order (CO)#3 is issued to reconcile the bid quantities 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. The Project/Program Manager signing below acknowledges that he/she is the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Contractor's Cc m Or-Contractor(Name) Contract i ate McClendon Construction Company, Inc Justin Blair a Dec 13, 2023 Inspector/Inspection Supervisor Date Project and Contract Compliance Manager Date a rAc ( Dec 30, 2023 /skal Sh✓Pstha . ST, Jan 2, 2024 M Jan 7, 2024 ect Officer „a 820z o s Date Jan 8, 2024 ssistant Director (Dept) a e it partment (Dept) Date �zL1 Jan 9, 2024 Jan 9, 2024 Assistant City Attorney Date Assistant City Manager Date Jan 10, 2024� Jan 10, 2024 Council Action (if required) M&C Number NA M&C Date Approved I NA ATTEST: Jannette Goodall, City Secretary FORT WORTH -1"9-- City of Fort Worth Change Order Additions Project Name Intersection Improvements at 820 and Marine Creek Parkway - Phase 1 City Sec # 57682 Client Project # 101585 1 Contractorl McClendon Construction Company, Inc PM1 Iskal Shrestha P.E. I Inspectorl Habte Taezaz l Change Order Submittal # O3 Date 1 7/10/2023 ADDITIONS ITEM DESCRIPTION DEPT Oty Unit Unit Cost Total 14 SOIL RE I EN I ION BLANKE 18 (GL 1) (1 Y A) I PW 1b2b.54 SY 3.50 $5,689.39 18 PRIME COAT (EC-30) TPW 325.00 GAL 9.00 $2,925.00 20 CONC PVMT (JOINTED - CPCD) (6") TPW 20.60 SY 90.00 $1,854.00 21 CONIC PVMT (JOINTED - CPCD) (8") TPW 2.00 SY 84.00 $168.00 22 RIPRAP (CONC)(CL B) TPW 6.58 CY 600.00 ---$1,948W. 23 RC PIPE (CL III)(18 IN) TPW 10.00 LF 260.00 $2,600.00 84 WK ZN PAV MIRK REMOV (W)4"(BRK) TPW 145.00 LF 1.40 $203.00 86 REFL PAV MIRK TY I (W)4"(BRK)(100MIL) TPW 25.00 LF 1.00 $25.00 87 REFL PAV MIRK TY I (W)4"(SLD)(100MIL) TPW 46.00 LF 0.98 $45.08 89 REFL PAV MIRK TY I (W)8"(SLD)(100MIL) TPW 448.00 LF 1.30 $582.40 90 REFL PAV MIRK TY I (W)l8"(SLD)(100MIL) TPW 5.00 LF 5.25 �26.15 91 REFL PAV MIRK TY I (W)24"(SLD)(100MIL) TPW 118.00 LF 5.50 $649.00 97 REFL PAV MIRK TY I (Y)4"(SLD)(100MIL) TPW 18.00 LF 0.98 �fT64 100 PAVEMENT SEALER 18" TPW 202.00 LF 0.30 $60.60 101 PAVEMENT SEALER 24" TPW 118.00 LF 0.40 $4T16 107 TRAFFIC BUTTON TY II-C-R TPW 5.00 EA 4.00 $20.00 110 PAV SURF PREP FOR MIRK (18") TPW 5.00 LF 0.18 SM 111 PAV SUrr rnrr rUK MIRK (24") TPW 118.00 LF 0.18 $21.24 113 PAV SURF PREP FOR MIRK (DBL ARROW) TPW 2.00 EA 15.00 �� 117 PAV SUrr rnrr rVK MIRK (RPM) TPW 5.00 EA 0.10 $0.50 118 Sign and Support TY 10BWG (1) SA (P) TPW 1.00 EA 795.00 $79b.06 3 Barrier Free Ramp, Type C-2 TPW 13.00 SY 90.00 $1,170.00 12 CONC ISLAND TPW 2.33 SY 110.00 36 TPW $21,134.50 Sub Total Additions $21,134.50 Change Order Additions Page 2 of 4 Fox_ T� City of Fort Worth Change Order Deletions Project Name Intersection Improvements at 820 and Marine Creek Parkway - Phase 1 City Sec # 57682 Client Project # 101585 1 Contractor McClendon Construction Company, Inc PMI Iskal Shrestha P.E. I Inspectorl Habte Taezaz Change Order Submittal # O3 Date 1 12/11/2023 1 DELETIONS HEM EM DESCHIP I ION UtP I Oty Unit Unit Cost 2 As -Built Survey IPW 1.00 LS $1,500.00 5 REMOVING CONC (PAV) TPW 2,701.00 SY $1.00 6 REMOVING CONIC (RIPRAP) TPW 11.00 SY $9.00 7 REMOVING CONIC (MEDIANS) TPW 115.00 SY $7.00 10 RMV TRT BASE & ASPH PAV (0"-19") TPW 7.00 SY $9.00 15 FL BS (CMP IN PLC)(TYA GR1-2) (8") TPW 5.00 SY $40.00 16 LIME(HYD,COM OR QK)(SLRY)OR QK(DRY) TPW 10.00 TON $210.00 19 D-GR HMA TY-B PG64-22 (EXEMPT) TPW 96.54 TON $104.00 33 TEMP SEDMT CONT FENCE (INSTALL) TPW 110.00 LF $1.65 34 TEMP SEDMT CONT FENCE (REMOVE) TPW 110.00 LF $1.75 37 CONIC CURB (MONO)(TY 11) TPW 2.00 LF $10.00 38 CONIC CURB & GUTTER (TYPE 1) TPW 12.00 LF $50.00 39 CONIC MEDIAN TPW 17.00 SY $95.00 42 ELIM EXT PAV MIRK & MRKS (4") TPW 73.00 LF $1.00 43 ELIM EXT PAV MIRK & MRKS (8") TPW 3.00 LF $1.20 44 ELIM EXT PAV MIRK & MRKS (12") TPW 350.00 LF $1.75 45 ELIM EXT PAV MIRK & MRKS (24") TPW 350.00 LF $2.40 46 ELIM EXT PAV MIRK & MRKS (ARROW) TPW 5.00 EA $50.00 47 ELIM EXT PAV MIRK & MRKS (WORD) TPW 1.00 EA $50.00 48 ELIM EXT PAV MIRK & MRKRS(PLOWABLE RPMS) TPW 40.00 EA $25.00 50 4" THICK ASPHALT TRANSITION TPW 18.00 SY $60.00 85 WKZN PAV MIRK REMOV (W)4"(SLD) TPW 143.00 LF $1.30 88 REFL PAV MIRK TY I (W)8"(BRK)(100MIL) TPW 62.00 LF $1.40 98 PAVEMENT SEALER 4" TPW 1,698.00 LF $0.15 99 PAVEMENT SEALER 8" TPW 74.00 LF $0.20 106 PAVEMENT SEALER (YLD TRI) TPW 16.00 EA $11.00 108 PAV SURF PREP FOR MIRK (4") TPW 1,698.00 LF $0.08 109 PAV SURF PREP FOR MIRK (8") TPW 74.00 LF $0.10 112 PAV SURF PREP FOR MIRK (ARROW) TPW 2.00 EA $10.00 120 Portable Message Sign TPW 55.00 DAYS $25.00 1 4" Conc Sidewalk, Adjacent to Curb TPW 105.00 SF $8.00 6 FL BS (CMP IN PLC)(TYA GR1-2) (8") TPW 5.00 SY $42.00 8 D-GR HMA TY-B PG64-22 (EXEMPT) TPW 26.35 TON $104.00 9 CONC PVMT (JOINTED - CPCD) (6") TPW 6.44 SY $100.00 10 RIPRAP (CONC)(CL B) TPW 0.82 CY $550.00 15 4" THICK ASPHALT TRANSITION TPW 13.00 SY $65.00 TPkN Sub Total Deletions I otal 1 $1,500.001 $2,701.001 $99.001 $805.001 $63.001 $200.001 $2,100.001 $10,040.161 $181.501 $192.501 $20.001 $600.001 $1,615.001 $73.001 $3.601 $612.501 $840.001 $250.001 $50.001 $1,000.001 $1,080.001 $185.901 $86.801 $254.701 $14.801 $176.001 $135.841 $7.401 $20.001 $1,375.001 $840.001 $210.001 $2,740.401 $644.001 $451.001 $845.001 $32,013.101 $32,013.101 Change Order Deletions Page 3 of 4 MISBE for this Change Order M/SBE Sub Type of Service Amount for this CO Total $0.00 Previous Change Orders CO # DATE I AMOUNT 5/30/2023 $17,045.29 7/20/2023 $7,790.00 Total I $24,835.29 I FORTWORTH. ''no, TRANSPORTATION AND PUBLIC WORKS January 29, 2024 McClendon Construction Company Inc. 548 Memorial Plaza Burleson Tx 76097 RE: Acceptance Letter Project Name: Intersections Improvements at 820 and Marine Creek Pkwy Project Type: 03, 05 & 06 City Project No.: 101585 To Whom It May Concern: On July 18, 2023 a final inspection was made on the subject project. There were punch list items identified at that time. The punch list items were completed on October 10, 2023. The final inspection and the corrected punch list items indicate that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on October 10, 2023, which is the date of the punch list completion and will extend of two (2) years in accordance with the Contract Documents. If you have any questions concerning this letter of acceptance, please feel free to contact me at 817 395 4013. Sincerely, Iskal Shrestha, Project Manager Cc: Habte Taezaz, Inspector Emmanuel Nieto, Inspection Supervisor Ariel Duarte, Senior Inspector Shad Allen, Program Manager Kimley & Horn , Consultant McClendon Construction, Contractor N/A, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ TO FINAL PAYMENT CONTRACTOR ❑ SURETY ❑ AIA DOCUMENT G707 OTHER Bond No. TXC614185 PROJECT: Intersection Improvements at 820 & Marine Creek Parkway Phase 1, (name, address) City Project Number 101585 TO (Owner) [ City of Fort Worth, Texas ] ARCHITECT'S PROJECT NO: 200 Texas Street Fort Worth, TX 76102 CONTRACT FOR: [ ] CONTRACT DATE: May 24, 2022 CONTRACTOR: McClendon Construction Company, Inc. 548 Memorial Plaza Burleson, TX 76024 In accordance with the provisions of the Contract between. the Owner and the•Contractor as indicated above, the (here insert name and address of Surety Company) Merchants Bonding Company (Mutual) P.O. Box 14498 ,SURETY COMPANY, Des Moines, IA 50306-3498 on bond of (here insert name and address of Contractor) McClendon Construction Company, Inc. 548 Memorial Plaza Burleson, TX 76024 , CONTRACTOR, hereby approves of the final payment to the Contractors, and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to (here insert name and address of Owner) City of Fort Worth, Texas 200 Texas Street Fort Worth, TX 76102 as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this 12th day of December Merchants Bonding Surety ampany ` Signature of AflthorizeA RIel Attest' pA, r•�.�/ Y9 1 nn (Seal): r'{-iy cam- lni Title ,OWNER, 2Q23 (Mutual) Atto rnev-In-Fact NOTE! This form is to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition AIA DOCUMENT 0707 • CONSENT OF SURETY COMPANY TO FINAL PAYMENT • APRIL 1970 EDITION • AIA® ONE PAGE © 1970 • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 New York Ave., NW, WASHINGTON, D.C. 20006 J ERCHANT'S% BONDING COMPANY,. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa, d/bla Merchants National Indemnity Company (in California only) (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Allyson W Dean; Ana Owens; Andrea Rose Crawford; Andrew Addison; Betty J Reeh; Bryan Kelly Moore; Colin E Conly; Debra Lee Moon; Elizabeth Ortiz; Emily Allison Mikeska; Faith Ann Hilly; John R Ward; John William Newby; Michael Donald Hendrickson; Monica Ruby Veazey; Patrick Thomas Coyle; Sandra Lee Roney; Thomas Douglas Moore; Troy Russell Key their true and lawful Attorneys) -in -Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 5th day of December 2023 - 0. ... •••+-+••a MERCHANTS BONDING COMPANY (MUTUAL) ' ��i� ......?/l��p MERCHANTS NATIONAL BONDING, INC. ,. 1� Z '. Co oy * �O�p ljkpo d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY 2003 1933 Q' �; By : '� d• a STATEOFIOWA *••�i,,�•aFaa?+'' ••a�i*•�i�a��•+• President COUNTY OF DALLAS ss. On this 5th day of December 2023 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. :;.17, i'_ Islet '-'.. My Commission Expires ;:,, A01 14,2024 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked In Witness Whereof, I have hereunto hand the Companies set my and affixed seal of the on this da of e, zo �3 �01,G CO, % .��.•Pg1oNq�•••,�. y •oR>PDR9 moo': 4P'OPORq 200$ .yJ. 1933: �' Secretary POA 0018 (10/22) ♦•••••.•raa+aaa,' • a a •• a a _.MERCHANTS BONDING COMPANY., MERCHANTS BONDING COMPANY P.O. BOX 14498 DES MOINES, IA 50306-3498 PHONE: (800) 678-8171 FAX: (515) 243-3854 Have a complaint or need help? If you have a problem with a claim or your premium, call your insurance company or HMO first, If you can't work out the issue, the Texas Department of Insurance may be able to help. Even if you file a complaint with the Texas Department of Insurance, you should also file a complaint or appeal through your insurance company or HMO. If you don't, you may lose your right to appeal. To get information or file a complaint with your insurance company or HMO: Merchants Bonding Company Call: Compliance Officer at (800) 671-8171 Toll -free: (800) 671-8171 Email: regulatory@merchantsbonding.com Mail: P.O. Box 14498, Des Moines, Iowa 50306-3498 The Texas Department of Insurance To get help with an insurance question or file a complaint with the state: Call with a question: 1-800-252-3439 File a complaint: www.tdi.texas.gov Email: ConsumerProtection@tdi.texas.gov Mail: ConciimPr Prntar-tinn mc- cn-rP. Tt-xa-, h;-partmPnt of Insurance. LTIPI'1P r1PfPSlta ayi Si tiene un problema con una reclamaci6n o con su prima de seguro, Ilame primero a su compania de seguros o HMO. Si no puede resolver el problema, es posible que el Departamento de Seguros de Texas (Texas Department of Insurance, por su nombre en ingl6s) pueda ayudar. Aun si usted presents una queja ante el Departamento de Seguros de Texas, tambi6n debe presentar una queja a trav6s del proceso de quejas o de apelaciones de su compahia de seguros o HMO. Si no to hate, podria perder su derecho para apelar. SUP 0032 TX (7/23) Para obtener informaci6n o para presentar una queja ante su compania de seguros o HMO: Merchants Bonding Company Llame a: Compliance Officer al (800) 671-8171 Telefono gratuito: (800) 678-8171 Correo electr6nico: regulatory@merchantsbonding.com Direcci6n postal: P.O. Box 14498, Des Moines, Iowa, 50306-3498 El Departamento de Seguros de Texas Para obtener ayuda con una pregunta relacionada con los seguros o para presentar una queja ante el estado: Llame con sus preguntas al. 1-800-252-3439 Presente una queja en: www.tdi.texas.gov Correo electr6nico: ConsumerProtection@tdi.texas.gov Direcci6n postal: Consumer Protection. MC: CO-CR Texas Department of Insurance. PO Box 12030, Austin, TX 78711-2030 SUP 0032 TX (7/23) AFFIDAVIT STATE OF TEXAS COUNTY OF TARRANT Before me, the undersigned authority, a Notary Public in the state and county aforesaid, on this day personally appeared Justin Blair, Vice President of McClendon. Construction Company, Incorporated, known to me to be a credible person, who being by me duly sworn, upon his oath deposed and said; That all persons, firms, associations, corporations or other organizations furnishing labor and/or materials have been paid in full; That there are no claims pending for personal injury and /or property damages; On Contract described as; CPN 101585 — NW Loop 820 & Marine Creek Parkway Subscribed and sworn before me on this uurr� N STy WEBB _ Notary Public, State of Texas s' Comm. Expires 01-09-2026 ` Notary ID 126838467 By Fustinair day of 20 7../q AV7 Tarrant , Texas