HomeMy WebLinkAboutContract 63334-AR1CSC No. 63334-AR1
Foa_ T�W�o�xTHW
City of Fort Worth
Construction Allowance Request
Project Namel Keller Hicks Phase 2 -Park Vista to Lauren Way City Sec # 1 63334
Uuenr rru � ,J 103276
Project Keller Hicks Phase 2 -Park Vista to Lauren Way -Roadway, Drainage, Utility, Illumination and Traffic Improvements
Description
Contractorl McClendon Construction Company, Inc. I CA #I 1 I Datel 8/26/2025
amity Project Mgr.I Mitch Alton I City Inspector) Buddy Phillips
UNIT or DEPT
Original Contract Amount
Extras to Date
Credits to Date
Current Contract Amount
Amount of Proposed Allocation
Original Allowance Available to Allocation
Allowance Funds Previously Allocated
Revised Allowance Balance
Unit I, III - CFW
$9,703,337.45
Unit II - Water
$910,370.55
I Totals
$10,613,708.00
$9,703,337.45
$910,370.55
$10,613,708.00
$39 000.00
$0.00
$0.00
$0.00
$39 000.00
$950,000.00
$50,000.00
$1,000,000.00
$0.00
$911,000.00
$50,000.00
$0.00
$0.00
$961,000.00
JUSTIFICATION (REASONS) FOR CONSTRUCTION ALLOWANCE
IN ACCORDANCE WITH THIS CONSTRUCTION ALLOWANCE REQUEST, THE CONTRACT SHALL:
Proposed Storm Drain B-1 has two waterline conflicts for the 4" and 8" waterline crossing Keller Hicks to the new development at 4562
Keller Hicks. The contractor can lower both waterlines to make them clear of the proposed storm drain. The water department wants to
keep the 4" and 8" waterlines connected to the existing 12" waterline on the North side of Keller Hicks instead of the new 12" waterline on
the south side because of the large pressure difference between the two waterlines. The contractor has proposed to do the 4" Waterline
lowering for $19,000.00/EA and the 12" Waterline lowering $20,000/EA. On CSC#53482, a 4" waterline was lowered for $19,680.00, and a
12" Waterline was lowered for $20,553.00/EA. Staff deems the price reasonable.
It is understood and agreed that the acceptance of this Construction Allowance Request 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 Construction
Allowance Request. 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.
McClendon Construction Company, Inc. I Justin Blair
202513:5144 CDT) 108/28/25
Date
Project and Contract Compliance Manager
�r1b►
08/28/25
p1,,�,po!Ae3R2o2s,,�6-„r��
08/28/25
Program Manager
Date
Senior Capital Project Officer
Date
4 10*
09/02/25
'JL_� 'I-J—
09/04/25
Date
Director, Contracting Department (Dept)
Date
09/08/25
09/08/25
Assistant City Attorney
J&
09/09/25
JAssistant City Manager
09/12/25
ATTEST: qao �nnp
v'� oeo ��9d0
Jannette Goodall, City Secretary
Oda nEooSQQ.d
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Construction Allowance SUMMARY
Page 1 of 4
FORT WORTH® City of Fort Worth
—��— Construction Allowance Additions
Project Name I Keller Hicks Phase 2 -Park Vista to Lauren Wav pity Sec # I ti3334 I
Client Project # 1 103276 1
Contractorl McClendon Construction Company, Inc. 1 PM1 Mitch Aiton Inspectorl Buddy Phillips
Construction Allowance Submittal # ate I 8/2612U25 I
ADDITIONS
ITEM DESCRIPTION DEPT Qty Unit Unit Cost Total
1-143C 3305.0001 4" Waterline Lowering Unit 1, III - CFW 1.0000 EA $19,000.00 $19,000.001
1-143D 3305.0003 8" Waterline Lowering Unit 1,111- CFW 1.0000 EA $20,000.00 $20,000.001
Unit I, III - CFW
Unit II - Water
Total Additions
$39,000.001
$0.001
$0.001
$0.001
Construction Allowance Additions
Page 2 of 4
FORT WORTH, City of Fort Worth
Construction Allowance Value
Project Name I Keller Hicks Phase 2 -Park Vista to Lauren Wav I City Sec # I 63334 I
Client Project # 1 103276 1
Contractor McClendon Construction Company, Inc. I PMJ Mitch Aiton I Inspector) Buddy Phillips
Construction Allowance Submittal # 0 Date 1 8/26/2025 1
CONSTRUCTION ALLOWANCE VALUE BEING USED
ITEM DESCRIPTION Qty Unit Unit Cost Total
1-16 9999.0000 Construction Allowance 0.041053 LS $950,000.00 $39,000.00
Construction Allowance Value
3of4
M/SBE for this Construction Allowance Request
M/SBE Sub I Type of Service F Amount for this CAR
/A N/A N/A
Total $0.00 I
Previous Construction Allowance Requests
CAR # DATE AMOUNT
Total 1 $0.00 I
Construction Allowance MSBE Data
Page 4 of 4
McCLENDON CONSTRUCTION CO., INC.
Burleson, Texas 76097 (817) 295-0066 Fax (817) 295-6796
August 20, 2025
City of Fort Worth,
Attn: Mitch Aiton
Re: CPN 103276 — Keller Hicks Parkway
Water Line Lowering's — RFI 4
Mitch,
Below is the price for water line lowering as described in RFI #4.
Item Description Quantity Units Unit Price Total Price
8" Water Line Lowering 1 Ea $20,000.00 $20,000.00
4" Water Line Lowering 1 Ea $19,000.00 $19,000.00
Total $39,000.00
We request 4 CD be added to our contract to complete this work.
Respectfully,
Justin Blair
705
700
695
a
690
a�
m 6
?: B
s
685
—
a
�C3
A-,g
680
S11 6
PROP. DRAINAGE
EASEMENT;., n ICI#JI
�\
CULV B {KHRD STA. 0.03' LT
10 6 RCB / 50-B] STA. 1+00.00
:E SHEETMI // BEGIN SO-B1 ALIGNMENT
�0-Bl STA 1+03.32 I
REVISIONS- g
!
Ixa
Q
DA2E �
�Vh"
\�
FREESE 80 1 errytreet, ChSSalle 00 28
FartWorth, TX 75102
X
o
,
q : '
-'
�'•
r®,NICNOLS Phaae_,61T17B -73DD
Web-www reese.com
PLAN LEGEND
-
Dp, ROLy KHRD STA. 41+30.00. 17.50' FIT
CONSTRUCT:
10' TYPE 2 INLET
LT
_
' _ —
-_- ,0__
', ______________ ---------
,
O
+
�
-----1,. R 9----- EXISTING GROUND CO
O NTOURS (1 INTERVAL)
—690— PROPOSED GROUND CONTOURS (1' INTERVAL)
1DO-YR FLOOD
CONCRETE RIPRAP IS")
_I
121 RCN- -
EXIST. ROW --� --
CL KELLER 2 f __
HICKS RD (L SD-LINE-Bl
48 RCP
00 b -� 4yy
~
Un
LLI
Z
PROTECTION STONE RIPRAP (12.)
NOTES:
1. ALL PROPOSED RCP TO BE CLASS III UNLESS NOTED
OTHERWISE IN PROFILE.
2. CONTRACTOR TO CONFIRM UTILITY LOCATION PRIOR TO
EXCAVATION.
SD-B1 STA 2+34.20
_ _ INSTALL
48°z21 60 WYE - /
// f
/ fl J+[ b R Dn
�_�_�_�_�__
KHRD STA 41+�� 21 8 50 LT= \
SD B 1 STA 1+97 63
INSTALL 11 -
-48 IS REND -_-- \ LAT-B1 ]fi
`-PROP. ROW
69,
69,
PROP. DRAINAGE EASEMENT
SD-LINE-B 1
297 LF PROP. 48" RCP I
EXIST. 6' SS I O 100=62.22 CFS
O_op�=63. CFS TO REMAIN O ]00=63.84 CF5 �4}ROV=e01. e7 CIS
v- n Pc _. _. ,.. I r 0 PROV=101.57 CFS _
O PROV=
O PROV=
CULVERT B
4- 't RCB
V 100=5.I
SF-0.20%
(SEE SHEET 1121
III
Tel
-figx� 675 - m _ -
�� W -1+00
OM . ER. .n21e12 0x. Da..,1.202. 0-32:33 Al
rr `� EXIST. 8"
n Z^ AND 4• WLm zmm
II
v 1
II
JI LL
w
W N
3. CONCRETE PIPE COLLARS SHALL BE CONSTRUCTED AT ALL
3H0 -
U
PROPOSED PIPE TO EXISTING PIPE CONNECTIONS. AT ALL
CONCRETE PIPE SIZE CHANGES, AT ALL VPPS AND AT ALL
—
I-
CONCRETE PIPE )DINTS WITH MORE THAN HALF PIPE TONGUE
-'--- - _
Q
EXPOSURE PIPE COLLARS ARE CONSIDERED SUBSIDIARY TO FzFz..
_
OTHER DRAINAGE ITEMS. D�
4. FACTORY FABRICATED 45' OR 60° WYES SHALL BE
t —
INSTALLED AT ALL PIPE CONNECTIONS. ALL PIPE BENDS
SHALL RE STANDARD 15°, 30°, 45°, OR 60° FACTORY O
FABRICATED BENDS.
1
N
Ld
5. ALL CONTROL POINTS ARE TO BACK OF CURB UNLESS
ib
uu
Is
NOTED OTHERWISE,
ALL LATERAL LEADS SHALL BE A MINIMUM 21° DIAMETER
,,.
\,
AND ALL CURB INLET DEPTH SHALL BE 4.5', UNLESS NOTED
OTHERWISE.
oEIAiTY� �, 1',
0 10_20'
40'
7. ALL BOX CULVERTS SHALL BE CAST IN PLACE. ti
�1N i
? I
•�"
,e`I, O
O HORIZONTAL
FLO D
0 2_4'
SCALE
B'
_ i r
<G.. +'e�''•
('
VERTICAL
SCALE
PROFILE LEGEND
,IHe�s�o"�pp�•2
---------- EXISTING GROUND @ SD 4
PROPOSED GROUND @ SO Q
Z
--•—•• 100-YR HGL
Tmes Re8lelxeE E�iNInnNgfim, F-2,a4 FQ
-(- --_-
]10
- --�
CONSTRUCTION NOTES
a
c. mcFmxinNOALL ncruv°ese% i�eEu voxslR E%ucnr� cnL[,mfi�
ru8 caaearvA nrORMATIONA. THER
vwoaro E%C Y nov.
---- "'--� ___ --"
----- ` --0--
705
M ecrrosklsr,uovxDEaeaouw FA TUsAT Da caNncvovsro TxE -
v4ni a' F'
srters ArvzowNATE u+D RAseD on nFoasucloNEvams N THDR. asas
sun: uxueac..M ALu111 TxIuI I A".11. NDEasxn[L—DE
O+
1%A TING AT A OCA F Eo[Lon'mG.ATLRAST.Nxouas
_._ _----_----_ ._•.--_—_
'--•
roar woxnl wATEx uerr.-.lel.0 ovEx,.Tw.vs nn ,czame
B,RTWOR HTA w .,,E292a,aN
700
A 0 1DM,.
ATMDseu[acv ,naz,a
1EUE w 2I1„N
__—
—
T.0 IccoarEvnvE
ALART 11111 A
N
Lu
HORIZONTAL & VERTICAL CONTROL L?
_
O 100--55.90 CF5
__ --
-- - - J
695
Walu Evs ea >b
vnin -fi a.i a"F;°�� x viisa tr+�
Q 10 101.5IF CF5
V 100=4.45 IF
=
Lcv,D, eLev ,2,u aev n2a, aEv nxel acv.,m.e G
aKMDOw91C/TY rxwECr klo)114a�AurSCO No 11L 11ma�
o
Q
690
CITY OF FORT WORTH, TEXAS
-
PROP. 8• PVC ss
---
- _
TRANSPORTATION AND PUBLIC WORKS
TRANSPORTATION PROGRAMMING
685
& CAPITAL PROJECTS DIVISION
O
KELLER HICKS ROAD
(PARK VISTA BLVD TO LAUREN WAY)
m
m
68o
STORM DRAIN LINE B 1 U
e
PLAN AND PROFILE x
o,
BEGINNING TO STA. 4+00 W
LL
nl LL 1_ a
II
a
675
SIGNED: CSF SCA_512E DATE:
I I I
4+00
DDERAWN: ZLG 1"�20' 12/1012024 121
I
FORTWORTH.
Routing and Transmittal Slip
Transportation & Public Works
Department
DOCUMENT TITLE: Keller Hicks Ph 2 CA #1
M&C: N/A CPN:
103276 CSO:
63334
DOC#: N/A
Date:
8/26/2025
To:
Name
Department
Initials
Date Out
1.
Jessica Rodriguez
TPW - Review
4�
08/28/25
2.
Mitch Alton
TPW - Signature
08/28/25
3.
Justin Blair
McClendon - Signature
4Z
08/28/25
4.
Buddy Phillips - Inspector
TPW - Signature
"If
08/28/25
5.
Raul Lopez
TPW - Signature
e�
09/02/25
6.
Lissette Acevedo
TPW — Signature
C�v
09/04/25
7.
Patricia L Wadsack
TPW — Signature
PLC
09/08/25
8.
Lauren Prieur
TPW — Signature
09/08/25
9.
Doug Black
Legal — Signature
09/09/25
10.
Jesica McEachern
CMO — Signature
o
09/12/25
11.
Jannette Goodall
CSO - Signature
'
09/12/25
12. TPW Contracts
CC: Program Manager, Sr. CPO, TPW BSPAP Recon Team, TPW Records Room, TPW
Contracts
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: ❑ Attach Signature, Initial and Notary Tabs
❑ As Requested
® For Your Information
® Signature/Routing and or Recording
® Comment
❑ File
Return To: Please notify TPWContracts(dfortworthtexas.Lyov for pickup when complete. Call ext.
7233 or ext. 8363 with questions. Thank you!