HomeMy WebLinkAboutContract 62255-CO1CSC No. 62255-COl
FORT T� x:.
City of Fort Worth
Change Order Request
Project Name I N. Crowley Rd. and N. Crowley Cleburne Rd. Intersection Improvements
Client Project #(s) l 101578
lCity Sec # I 62255
Project
Description I Intersection improvements at N. Crowley/N. Crowley Cleburne Rd./Crowley Pride Drive.
Contractorl McClendon Construction Company, Inc. Change Order #I 1 I Date I 5/9/2025
City Project Mgr.I Alejandra Ayala, P.E. I City Inspector I Ignacio Andrade
Dept.
Unit 1 TPW
Unit 2 Water Dept
Contract Time
Totals
(CD)
Original Contract Amount
$2,423,963.00
$47,000.00
$2,470,963.00
180
Extras to Date
Credits to Date
Pending Change Orders (in M&C Process)
Contract Cost to Date
$2,423,963.00
$47,000.00
$2,470,963.00
180
Go to ADD & DEL Tabs to Enter CO Backup
$6,200.00
$0.00
$6,200.00
60
Revised Contract Amount
$2,430,163.00
$47,000.00
$2,477,163.00
240
Original Funds Available for Change Order
$600,000.00
$20,000.00
$620,000.00
Remaining Funds Available for this CO
R $600,000.00
$20,000.00
$620,000.00
Additional Funding (if necessary)
CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 0.25%
MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST +25%) $3,088,703.75
JUSTIFICATION (REASONS) FOR CHANGE ORDER
IN ACCORDANCE WITH THIS CHANGE ORDER REQUEST, THE CONTRACT SHALL: Furnish all labor and material as per the attached proposed Change Order
Request (with attachments):
Change order No. 1 includes the additional cost for concrete and compressible fill, as shown in RFI #3 revised sheets in E Builder. The additional quantities
were needed to span an Atmos gas conflict encountered during construction. The footer of the retaining wall was redesigned to span the gas line conflict to
allow the contractor to continue the work without a utility delay. The price for C01.1 includes costs for compressible fill, additional concrete, 1 day of labor,
and overhead costs. CO1.2 is for replacing a 52-foot mast arm with a 60-foot mast arm due to a change in the location of the pole foundation to avoid a
utility. This change order pays for the difference in price between the two poles.
JUSTIFICATION OF PRICING: City of Fort Worth has compared the unit prices which are being proposed by the contractor to other similiar items and accepts
the unit costs. The difference in pricing can be justified by the current market pricing which is fluctuating on a monthly basis due to price escalation and
inflation. The City finds that the prices that are being proposed by the contractor are fair and reasonable. The average pricing was compiled from similiar
items from the Texas Department of Transportation Average Low Bid Unit Prices effective March 2025; Justification Spreadsheet is attached to this Change
Order Request.
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 Company Nam Contractor (Name) Contract Signatur Date
McClendon Construction Company, Inc. Justin Blair 05/15/25
sp
—A-AL,
Date
05/15/25
Project and Contract Compliance Manager
1. - 1
Date
05/14/25
Program Ivi
Date
Senior Capital Project Officer
Date
— -'
05/15/25
05/22/25
Assistant Director (Dept)
Date
Director, Contracting Department (Dept)
Date
1
05/23/25
G9—a
05/23/25
A2&6JjMg City Attorney
Date
I Assistant City Ma
Da
05/27/25
06/04/25
ATTEST:
� -..> A—
Jannette Goodall, City Secretary
4 �nnby
..... adp
ol.o o9Ppp—
OV= o=d°
pp * o *�a
PdQnIlq�°.E°69,5o
Council Action (if required)
M&CNumber I NA I M&C Date Approved INA I
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
FORT WORTH City of Fort Worth
�V1-- Change Order Additions
Project Name I N. Crowley Rd. and N. Crowley Cleburne Rd. Intersection Improvements City Sec # 1 62255 1
Client Project # 1 101578 1
Contractor I McClendon Construction Company, Inc. PM I Alejandra Ayala, P.E. I Inspector Ignacio Andrade
Change Order Submittal # I-1 I Date 5/9/2025 1
ADDITIONS
ITEM
DESCRIPTION
DEPT
City
Unit Unit Cost
Total 1
CO1.1
9999.0010 Compressible Fill
Unit 1 TPW
1.00000000
CY $3,200.00
I
$3,200.001
CO1.2
9999.0011 Concrete
Unit 1 TPW
1.00000000
CY $550.00
$550.001
CO1.3
3441.1625 Furnish/Install Mast Arm 52' - 60'
Unit 1 TPW
1.00000000
LS $14,850.00
$14,850.001
1
I
1
I
1
I
1
I
1
I
I
I
I
I
I
1
I
1
I
1
I
1
I
1
I
I
I
I
I
I
I
I
1
Unit'- TPW
I
1
I
1
I
1
I
1
I
I
I
I
I
I
I
I
1
I
1
I
1
I
1
I
1
I
I
I
I
I
I
I
I
$18,600.001
Unit 2 Water Dept
$0.001
Sub Total Additions $18,600.001
Change Order Additions Page 2 of 4
ITEM
Foe_ T�H City of Fort Worth
Change Order Deletions
Project Name I N. Crowley Rd. and N. Crowley Cleburne Rd. Intersection Improvements City Sec # 1 62255
Client Project# 1 101578 1
contractor I McClendon Construction Company, Inc. I PM I Alejandra Ayala, P.E. I Inspector I Ignacio Andrade I
Change Order Submittal # F-1-1 Date 1 5/9/2025 1
DESCRIPTION
Unit 1.091 3441.1625 Furnish/Install Mast Arm 52' - 60'
DELETIONS
DEPT Qty Uni
Unit 1TPW 1.00000006 LS
Unit Cost Total 1
I
I
$12,400.00 $12,400.001
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1
I
Unit'.. TPW
$12,400.001
Unit 2 Water Dept
$0.001
I
Sub Total Deletions
I
$12,400.001
Change Order Deletions Page 3 of 4
M/SBE for this Change Order
M/SBE Sub Type of Service Amount for this CO
$0.00
Total $0.00
Previous Change Orders
Co # DATE I AMOUNT
Total I $0.00 I
FORT WORTH.
Routing and Transmittal Slip
Transportation & Public Works Department
DOCUMENT TITLE: N. Crowley Rd/N. Crowley Cleburne Rd Intersection
Improvements Change Order #1
M&C:
Date: 4/29/2025
CPN: 101578 CSO: 62255 DOC#:
To:
Name
Department
Initials
Date Out
1
Justin Blair — Contractor Justin
Contractor
a
05/15/25
jblair@mcclendonconstruction.com
2.
Ignacio Andrade — Inspector
TPW — signature
,g�,d,ade
05/15/25
3.
Wendi Hedlund — Business Support
TPW — signature
WHaW
05/15/25
4.
Alejandra Ayala - PM
TPW — signature
g0-4%.aAYa,a
05/14/25
5.
Raul Lopez - Program Mngr.
TPW — signature
c�V
05/15/25
6.
Lissette Acevedo - Sr. CPO
TPW — signature
c�V
05/22/25
7.
Patricia Wadsack — Asst. Director
TPW — signature
05/23/25
8.
Lauren Prieur — Director
TPW — signature
05/23/25
9.
Doug Black — Asst. City Attorney
Legal — signature
DougBlack
05/27/25
10.
Jesica McEachern — ACM
CMO — signature
06/04/25
11.
Jannette Goodall — City Secretary
CSO — signature
06/05/25
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,
Jay 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