HomeMy WebLinkAbout061866-CO2 - Construction-Related - Contract - McClendon Construction Company, Inc.CSC No. 61866-0O2
FORT WORTH, City of Fort Worth
Change Order Request
Project Name 2022 Bond Year 2 Contract 8 City Sec # 61866
Client Project#(s) 104183
Project Description Water, sewer and paving improvements on various streets
Contractor McClendon Construction Company, Inc. Change Order# 271 Date 10/28/2025
City Project Mgr. Christian Cardona City Inspector William Fauver
Dept.
Original Contract Amount
Extras to Date
Credits to Date
Pending Change Orders (in M&C Process)
Contract Cost to Date
Unit 1: Water
Unit 2: Sewer
Unit 3: TPW
Unit 4: Storm
Water
Totals
Contract Time
(CD)
2,867,200.00
1,459,830.00
2,955,024.00
$0.00
$7,282,054.00
400
$6,684.00
$88,505.00
$95,189.00
40
S2,867.200.00
S1.466.514.00
93,043,529.00
S0.00
S7.377,243.00
440
Original Funds Available for Change Order $143,360.00 $72,992.00 $147,751.00 $0.00
Remaining Funds Available for this CO $143,360.00 $66,308.00 $59,246.00 $0.00
Additional Funding (if necessary) 1 $13,132.00
CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT
MAXALLOWABLECONTRACTAMOUNT (ORIGINAL CONTRACT COST+25%)
$364,103.00
$268,914.00
$13,132.00
1.66%
$9,102,567.50
■ JUSTIFICATION (REASONS) FOR CHANGE ORDER _J
IN ACCORDANCE WITH THIS CHANGE ORDER, THE CONTRACTOR SHALL: Furnish all labor and materials as specified in Change Order #2. This Change Order
adds new bid items necessary to replace portions of the existing storm drain system and to install a concrete flume along W. Bewick Street. During pavement
excavation, the contractor encountered an existing storm drain pipe that was shallower than expected and was inadvertently damaged. Remobilization was
required to allow the subcontractor to replace the damaged section of pipe and resume paving operations. Subsequent inspection by the Stormwater
Division revealed additional sections of the storm drain system that were deteriorated and warranted replacement due to their condition and proximity to
other ongoing paving improvements. In addition, this Change Order provides for the installation of a concrete flume and steel plates to convey stormwater
beneath the proposed sidewalk into the existing drainage ditch along W. Bewick Street. These improvements were not included in the original scope but are
necessary to maintain the functionality of the storm drain system and ensure long-term performance.
Time: Staff supports the contractor's request for an additional 37 calendar days to complete the expanded scope of work. This includes 27 days associated
with site visits, pricing negotiations, and design plan revisions, 7 days for replacing the storm drain pipe, and 3 days for installing the concrete flume and
steel plates.
Cost: The staff has reviewed the contractor's proposed unit prices. compared them with recent similar Droiects. and determined them to be fair and
raacnnn
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 (Nime) Contract Sign;
McClendon Construction Company, Inc. Justin Blair JuAin„Blair,NW 3, 202510:12:14 5T)
Inspector/Inspection Supervisor
Date
Project and Contract Compliance Manager
Date
bdu&_
11/03/2025
�-
11/03/2025
Pro ram Manager
Date
roninr ect Officer
Date
11/03/2025
irector (Dept)
Date
Director, contracting Department (Dept)
Date
a.,c.;,nL wnrtrau
i� L Y:irl� irk
11/07/2025
AP �Z_
11/07/2025
Assistant City Attorney
'ty Manager
Date
AC�lG
11/07/2025
_
11/17/2025
Council Action (if required)
M&C Number 25-0971
ATTEST: ,off f0ftr 4a
a alp°,°° °°*-.o d
etio g9 0
Jannette Goodall, City Secretary ppo os�
as0oo..d
Q�nnElt 4sg0p
M&C Date Approved 10/21/2025
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
FORTWORTH City of Fort Worth
1 v---- Change Order Additions
Project Name 2022 Bond Year 2 Contract 8 City Sec # 61866
Client Projects✓ 104183
Contractor McClendon Construction Company, Inc. PM Christian Cardona Inspector William Fauver
Change Order Submittal# F 2 Date 10/28/2025
ADDITIONS
ITEM
DESCRIPTION
DEPT
Qty
Unit
Unit Cost
Total
73
0241.3015 Remove 24" Storm Line
Unit 3: TPW
6.00000000
LF
$20.00
$120.00
74
3341.0205 24" RCP, Class III
Unit 3: TPW
6.00000000
LF
$230.00
$1,380.00
75
9999.0023 Steel Plates
Unit 3: TPW
2.00000000
EA
$1,400.00
$2,800.00
76
9999.0024 Concrete Flume
Unit 3: TPW
60.00000000
SF
$95.00
$5,700.50
77
9999.0025 Specified Remobilization
Unit 3: TPW
1.00000000
LS
$2,800.00
$2,800.00
1
0241.3015 Remove 24" Storm Line
Unit 4: Storm Wat
40.00000000
LF
$20.00
$800.00
2
13341.0205 24" RCP, Class III
Unit 4: Storm Wat
40.00000000
LF
$230.001
$9,200.00
3
3201.0400 Temporary Asphalt Paving Repair (2" HMAC on 6" Flexbase
Unit 4: Storm Wat
40.00000000
LF
$23.00
$920.00
4
3301.0012 Post -CCTV Inspection of Storm Drain
Unit 4: Storm Wat
632.00000000
LF
$3.50
$2,212.00
Unit 1: Water
$0.00
Unit 2: Sewer
$0.00
Unit 3: TPW
$12,800.00
Unit 4: Storm Water
$13,132.00
Sub Total Additions
$25,932.00
Change Order Additions Page 2 of 3
FORTWORTH City of Fort Worth
*v---- Change Order Deletions
Project Name 2022 Bond Year 2 Contract 8 City Sec # 61866
Client Project# 104183
Contractor McClendon Construction Company, Inc. PM Christian Cardona Inspector William Fauver
Change Order Submittal # = Date 10/28/2025
DELETIONS
Change Order Deletions Page 3 of 3
10/22/25, 4:22 PM M&C - Council Agenda
City of Fort Worth, Texas
Mayor and Council Communication
DATE: Tuesday, October 21, 2025 REFERENCE NO.: **M&C 25-0971
LOG NAME: 202022 BOND YEAR 2 CONTRACT 8 CO2 - MCCLENDON
SUBJECT:
(CD 8, CD 9, and CD 11) Authorize Execution of Change Order No. 2, in the Amount of $25,932.00 and the
Addition of 37 Calendar Days to the Construction Contract with McClendon Construction Company, Inc. for
the 2022 Bond Year 2 Contract 8 Project (West Berwick Street Quiet Zone); for a Total Revised Contract
Amount of $7,403,175.00, Adopt Appropriation Ordinance, and Amend the Fiscal Years 2026-2030 Capital
Improvement Program (2022 Bond Program)
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize execution of Change Order No. 2, in the amount of $25,932.00, and the addition of 37
calendar days to City Secretary Contract No. 61866 with McClendon Construction Company, Inc. for
the construction of the 2022 Bond Year 2 Contract 8 project (City Project No. 104183); for a total
revised contract amount of $7,403,175.00;
2. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the
Stormwater Capital Projects Fund, by increasing estimated receipts and appropriations in the 2022
Bond Year 2 - Contract 8 project (City Project No. 104183) in the amount of $25,000.00, and
decreasing estimated receipts and appropriations in the Drainage Improvement programmable
project (City Project No. P00043) by the same amount; and
3. Amend the Fiscal Years 2026-2030 Capital Improvement Program.
DISCUSSION:
On June 25, 2024, Mayor and Council Communication (M&C) 24-0557, awarded City Secretary Contract
No. 61866 in the amount of $7,282,054.00 to McClendon Construction Company, Inc., for the construction
of the 2022 Bond Year 2 Contract 8 project (City Project No. 104183).
The Contract was subsequently revised by Change Order No. 1, administratively authorized on May 20,
2025, increasing the contract amount by $95,189.00 and providing an additional 40 calendar days. It
included bid items to expedite the pavement improvement, signage, and striping installation necessary for
establishing the quiet zone at W. Bewick Street and the Union Pacific Railroad (UPRR) crossing, which is
a critical component of the Kellis Group development project. This change order also addressed the sewer
line quantity overrun, ensuring proper coverage of all installed quantities. It also increased the existing
sanitary sewer pipe item to cover overruns discovered during construction.
This Change Order No. 2 will add new bid items necessary to address storm drain improvements along W.
Bewick Street that were not included in the original contract scope. The work includes the replacement of
a shallow 24-inch storm drain pipe on W. Bewick Street near the UPRR crossing that was damaged during
paving excavation, as well as the replacement of additional deteriorated sections of 24-inch storm drain
pipe on W. Bewick Street and Hemphill Street, as requested by Stormwater staff due to their proximity to
other ongoing street improvements. In addition, the change order provides for the construction of a new
flume to allow water to drain underneath the proposed sidewalk on W. Bewick Street. These
improvements are required to maintain the integrity of the storm drain system and ensure proper
coordination with adjacent paving work.
This change order provides the necessary funding to cover the cost associated with this additional scope
of work. Transportation and Public Works' Paving share of the change order is $12,800.00, while
Stormwater's share is $13,132.00. In addition, $11,868.00 is being appropriated to cover project
management, inspection, and material testing for the added Stormwater scope.
apps.cfwnet.org/ecouncil/printmc.asp?id=33833&print=true&DocType=Print 1/3
10/22/25, 4:22 PM
M&C - Council Agenda
Staff has reviewed and verified the quantities for the additional work under this Change Order No. 2.
Additionally, to complete the work, staff recommends extending the contract by 37 calendar days, and use
of the remaining $59,246.00 in project contingency from the 2022 Bond Program — Fund 34027, already
appropriated in the project, to fund the paving portion of the change order.
The following table summarizes previous contract action and change orders:
Construction Contract 7E
M&C
F Date
Amount
Original Contract Amount 71
24-0557
06/25/2024 IF
$7,282,054.00
Change Order No. 1 11
Administrative
05/20/2025
$95,189.00
Change Order No. 2 11
Pending
This M&C 1
25,932.00
Revised Contract Amount
$7,403,175.00
Funding is currently available in the Drainage Improvement programmable project (City Project No.
P00043) within the Stormwater Capital Projects Fund, and a detailed summary is below:
Fund Name
Project Name
FY2026 CIP
Appropriations
Budget Change
Increase/DecreaseBudget
Revised
FY2026
Stormwater
Drainage
Capital
Projects—
Improvement
Project—
$2 397,117.97
($25,000.00)
$2,372,117.97
Fund 52002
P00043
in the M&C will appropriate funds in support of Stormwater Improvements for the 2022 Bond Year 2
Contract 8 project (City Project No. 104183), as follows:
Fund Name
Existing
Funding
Additional
Funding
Project Funding
Total
Stormwater Capital Projects —
$0.00
$25,000.00
$25,000.00
Fund 52002
2022 Bond Program — Fund
$3,900,178.00
$0.00
$3,900,178.00
34027
W&S Capital Projects — Fund
$5,352,111.00
$0.00
$5,352,111.00
56002
Grand Total
$9,252,289.00
$25,000.00
$9,277,289.00
*Numbers rounded for presentation purposes.
The
action
Funding for this project was not included in the Fiscal Years 2026-2030 Capital Improvement Program
(CIP) because the projects and funding sources were unknown at the time of its development. The action
in this M&C will amend the Fiscal Years 2026-2030 Capital Improvement Program as approved in
connection with Ordinance 27979-09-2025.
This change order will have no impact on the Transportation and Public Works Department's annual
operating budget.
This project is located in COUNCIL DISTRICTS 8, 9, AND 11.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are currently available in the 2022 Bond Year2 - Contract 8
project within the 2022 Bond Program Fund, the Water and Stormwater Capital Projects Fund and in the
Drainage Improvement Projects programmable project within the Stormwater Capital Projects Fund, and
upon approval of the above recommendations and adoption of the attached appropriation ordinance,
funds will be available in 2022 Bond Program and Stormwater Capital Projects Funds for the 2022 Bond
apps.cfwnet.org/ecouncii/printmc.asp?id=33833&print=true&DocType=Print 2/3
10/22/25, 4:22 PM
M&C - Council Agenda
Year2 - Contract 8 project, as appropriated, to support the execution of the Change Order. Prior to any
expenditure being incurred, the Transportation & Public Works Department has the responsibility to
validate the availability of funds.
FUND IDENTIFIERS (FIDs),:
TO
Fund Department ccountl Project Program ctivity Budget Reference # mou
ID ID Year (Chartfield 2)
FROM
Fund
Department
Accoun
Project
Program
ctivity
Budget
Reference #
mount
ID
ID
Year
(Chartfield 2)
CERTIFICATIONS:
Submitted for City Manager's Office by_
Originating Department Head:
Additional Information Contact:
Jesica McEachern (5804)
Lauren Prieur (6035)
Monty Hall (8662)
ATTACHMENTS
1. 104183-CO#2-1295.pdf (CFW Internal)
2. 104183-CO#2-PBS.pdf (CFW Internal)
3. 104183-SAM report.pdf (CFW Internal)
4. 202022 BOND YEAR 2 CONTRACT 8 CO2 MCCLEN DON FID Updated.xlsx (CFW Internal)
5. 202022 BOND YEAR 2 CONTRACT 8 CO2 - MCCLEN DON funds avail.docx (CFW Internal)
6. M&C Map CPN104183 WBewickSt 202213ond Yr2 CO2.pdf (Public)
7. ORD.APP 202022 BOND YEAR 2 CONTRACT 8 CO2 - MCCLENDON 52002 A026(R2).docx
(Public)
apps.cfwnet.org/ecouncil/printmc.asp?id=33833&print=true&DocType=Print 3/3
CERTIFICATE OF INTERESTED PARTIES
FORM iZJrJ
1of1
Complete Nos. 1- 4 and 6 if there are interested parties.
OFFICE USE ONLY
Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties.
CERTIFICATION OF FILING
Certificate Number:
i Name of business entity filing form, and the city, state and country of the business entity's place
of business.
2025-1331975
McClendon Construction Co., Inc.
Burleson, TX United States
Date Filed:
07/02/2025
2 Name of governmental entity or state agency that is a party to the contract for which the form is
being filed.
City of Fort Worth
Date Acknowledged:
3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
CPN 104183
Change Order #2 to 2022 Bond Year 2 Contract 8
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
Intermediary
McClendon, Dan
Burleson, TX United States
X
Blair, Justin
Burleson, TX United States
X
Blair, Byron J
Burleson, TX United States
X
5 Check only if there is NO Interested Party. ❑
6 UNSWORN DECLARATION
My name is —�5�� ti G and my date of birth is
My address is
(street) (city) (state) (zipcode) (country)
I declare under penalty of perjury that the foregoing is true and correct.
1
Executed in _ �rns& County, State of / ^ on the day of r 20Z S.
l(
(cnth) (year)
ature of autho ed agent of contracting business entity Tw
(Dedarant)
Forms Dro%ided by Texas Ethics Commission www.ethics.state.tx.us Version V4.1.0.f10d0fd8
SORT WORTH.
Routing and Transmittal Slip
Transportation & Public Works Department
DOCUMENT TITLE: Change Order #2 - 2022 Bond Year 2 Contract 8
M&C: 25-0971 CPN: 104183 CSO: 61866 DOC#:
Date:
To:
Name
Department
Initials
Date Out
1.
Sophia Flores
TPW - initials-
11/03/25
2.
Justin Blair
McClendon Construction
Co. - signature
J8
JB
11/03/25
3.
William Fauver
TPW - si nature
11/03/25
4.
Don Watson
TPW -signature
D... IdW...
11/03/25
5.
Christian Cardona
TPW - signature
r_e
Christian Cardona
11/03/25
6.
Gregory Robbins
TPW - signature
11/03/25
7.
Mary Hanna
TPW - signature
m�
11/03/25
8.
Patricia Wadsack
TPW - signature
pLVY
11/07/25
9.
Lauren Prieur
TPW - signature
xxv
Lauren Prieur
11/07/25
10.
1 Doug Black
Legal - signature
Douglas �
Black
11/07/25
11.
Jesica McEachern
CMO - signature
CA
11/17/25
12.
Jannette Goodall
CSO - signature
a oetteGoodall
11/18/25
13.
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:
❑ As Requested
❑ For Your Information
® Signature/Routing and or Recording
❑ Comment
❑ File
❑ Attach Signature, Initial and Notary Tabs
Return To: TPWContracts AFortWorthTexas. gov at ext. 7233 for pick up when completed.
Thank you!
FORT WORTH.
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name: McClendon Construction Company, Inc.
Subject of the Agreement
Please see justification on change order.
M&C Approved by the Council? * Yes 8 No ❑
If so, the M&C must be attached to the contract.
Is this an Amendment to an Existing contract? Yes ❑ No 8
If so, provide the original contract number and the amendment number.
Is the Contract "Permanent"? *Yes 8 No ❑
If unsure, see back page for permanent contract listing.
Is this entire contract Confidential? *Yes ❑ No 8 If only specific information is
Confidential, please list what information is Confidential and the page it is located.
1295 Form (page 9) attached per comment below
Effective Date:
If different from the approval date.
Expiration Date:
If applicable.
Is a 1295 Form required? * Yes N No ❑
*If so, please ensure it is attached to the approving M&C or attached to the contract.
Project Number: If applicable. 104183
*Did you include a Text field on the contract to add the City Secretary Contract (CSC)
number? Yes 8 No ❑
Contracts need to be routed for CSO processing in the following _ order:
rder:
1. Katherine Cenicola (Approver)
2. Jannette S. Goodall (Signer)
3. Allison Tidwell (Form Filler)
*Indicates the information is required and if the information is not provided, the contract will be
returned to the department.