Loading...
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