HomeMy WebLinkAbout062766-CO1 - Construction-Related - Contract - Crescent Property Services, LLCPROJECT NAME:
CONTRACT:
CFA #
CITY PROJECT #
CITY SECRETARY CONTRACT #
FID #
X#
FILE #
INSPECTOR:
PROJECT MANAGER:
ORIGINAL CONTRACT
DEVELOPER CONTINGENCY TO DATE
CFA AMENDEMENTS TO DATE
CREDITS TO DATE
CONTRACT TO DATE
AMOUNT OFPROP.DEVELOPER
CONTINGENCY
REVISED CONTRACT AMOUNT
TOTAL REVISED CONTRACT AMOUNT PER
UNIT
REVISED COST SHARE
TOTAL REVISED CONTRACT
DEVELOPER-AWARDED-PROJECT CHANGE ORDER
Camp Bowie Improvements Montgomery to University
Water, Sewer, Paving, & Street Light
24-0132 I CITY PARTICIPATION
104639
62766
30114-0200431-104639-E07685
X-28250
K-3288
Roderick Baker
Andrew Goodman
WATER/SEWER
Developer
Cost City Cost
$0.00 I $3,729,616.00
$0.00 I $0.00
$0.00 I $0.00
$0.00 I $0.00
$0.00 I $3,729,616.00
$0.00 $0.00
$0.00 I $3,729,616.00
$3,729,616.00
Dev. Cost:
Phone No:
Phone No:
$0.00
YES
8173926251
CONTRACT UNIT
City Cost:
$12,988,657.00
CSC No. 62766-CO1
CHANGE
ORDER No:
1
TPW
Developer
Cost City Cost
$0.00 $9,169,041.00
$0.00 $0.00
$0.00 $0.00
$o.00 $o.00
$0.00 $9,169,041.00
$0.00 $90,000.00
$0.00 $9,259,041.00
$9,259,041.00
$12,988,657.00
WORKING
DAYS
0
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Revised: 12-17-2018 Page 1
You are directed to make the following changes in the contract documents:
PAY ITEM #
WC#1
WC#4
M5
CO 01 `
WC#1
M1
M2
M3
M4
M5
WC#6
M1
M2
M3
M4
M5
WC#6
M1
M2
M3
M4
M5
WC#1
WC#2
M1
M2
M3
M4
M5
WC#6
M1
M2
M3
M4
M5
CITY BID ITEM #
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
QUANTITY
0.01068
-0.07167
-026736
1.00000
0.00206
0.00002
0.00036
0.00040
0.00004
-0.00988
0.01281
0.00003
0.00036
0.00040
0.00037
-0.00996
0.02010
0.00004
0.00056
0.00063
0.00057
-0.01563
0.01282
0.00976
0.00032
0.00448
0.00504
0.00456
-0.12457
0.18640
0.00037
0.00522
0.00586
0.00529
-0.14489
Asterisk (") indicates New Pay Item
UNIT
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
LF
LS
LS
LS
LS
LS
LS
LS
LS
LS
LS
TPW
ITEM DESCRIPTION
WC #1 - Earthwork and Demolition
WC #4 -Electrical & Lighting
MS Construction Contingency
NTP 2/10/2025
WC #1 - Earthwork and Demolition
M1- Builders Risk Insurance
M2-CCIP
M3 Fee
M4-McCarthy Permance & PaymentBond
M5 Construction Contingency
WC #6 - Traffic Control
M1- General Conditions
M2- Builders Risk Insurance
M3- Fee
M4-McCarthy Permance & Payment Bond
M5 Construction Contingency
WC #6 - Traffic Control
M1-General Conditions
M2- CCIP
M3- Fee
M4-McCarthy Permance & Payment Bond
M5 Construction Contingency
WC #1 - Earthwork and Demolition
WC #2 - Concrete Paving & Flatwork
M1-General Conditions
M2- CCIP
M3- Fee
M4-McCarthy Permance & Payment Bond
M5 Construction Contingency
WC #6 - Traffic Control
M1-General Conditions
M2- CCIP
M3- Fee
M4-McCarthy Permance & Payment Bond
M5 Construction Contingency
CFW Unit Price
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
NA
TPW
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
UNIT PRICE
1,452,399.00
1,350,000.00
336,621.00
261,237.00
1,452,399.00
1,203,831.00
168,428.00
608,259.00
73,105.00
336,621.00
233,367.00
1,203,831.00
168,428.00
608,259.00
73,105.00
336,621.00
233,367.00
1,203,831.00
168.428.00
605,259.00
73,105.00
336,621.00
1,452, 399.00
1,924,128.00
1,203,831.00
168,428.00
608,259.00
73,105.00
336,621.00
233,367.00
1,203,831.00
16$428.00
608,259.00
73,105.00
336,621.00
Developer Cost
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
0.00
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
S
City Cast
15,513.00
(96,750.00)
(90,000.00)
261,237.00
2,987.00
30.00
60.00
245.00
3.00
(3,325.00)
2.969.17
30.49
60.34
245.00
27.00
(3,352.00)
4,691.00
48.00
95.00
384.00
42.00
(5,260.00)
18,623.00
18,775.00
382.00
755.00
3,064.00
333.00
(41,932.00)
43,498.55
444.00
879.00
3,563.00
387.00
(48,771.55)
90.000.00
TOTAL
$15,513.00
($96,750.00)
($90,000.00)
$261,237.00
$2,987.00
$30.00
$60.00
$245.00
$3.00
($3,325.00)
$2.989.17
$30.49
$60.34
$245.00
$27.00
($3,352.00)
$4,691.00
$48.00
$95.00
$384.00
$42.00
($5,260.00)
$18,623.00
$15,775.00
$382.00
$755.00
$3,064.00
$333.00
($41,932.00)
$43,498.55
$444.00
$879.00
$3,563.00
$387.00
($48,771.55)
$90,000.00
Revised: 12-17-2018 Page 2
REASONS FOR CHANGE ORDER
GGf�su.' �`."�-_
Andrew Goodman
IPRC PM
RECOMMENDED:
(Con
' �', ,� r 1 i?,.;. � �--
By: , . . � _ _..
Name: Madeline White, PE
Title: Project Manager
APPROVALRECOMMENDED:
CFW - Water Department
By. Su6�u��P�
Name:Suby Varughese
T;tie:Engineering Manager
RECOMMENDED:
CFW-TPW
By. /l�°�,..,., .-.7..:..,,_
Nam�auren Prieur
TPW Director
Title:
Change order #001 includes costs assocated with extra traffic control devices to maintain public and stakeholder access through the jobsite, as well as curb and gutter removal
and replacements that fell outside the original project scope. Additional traffic devices were requested by the developer to provide public access through the jobsite to reach
various business/museums around the jobsite . Curb near Montgomery intersection was not removed "by others" as listed on page 19 of the p/an set. Contractor and
Developer agreed to utilitize contingency to cover additional work. Existing conditions of curb and gutter between Van Cliburn and University intersections raised quality
concerns. City of Fort Worth, developer, and engineer of record requested to have section of curb and gutter removed and replaced in lieu of leaving in place.
12/24/2025
APPROVED:
(Developer)
12/09/2025 Travis Rieff
Date: gy: °� �a <�=����n � oate: 12/22/25
Name: Travis Rieff
Title: VP -Development
APPROVED:
CFW - Assistant City Manager
12/29/2025 �� C : O1/06/2026
Date: By: Date:
Name: Jesica McEachern
T�tie:Assistant City Manager
12/29/2025
Date:
M&C Number: 25-�287
Mac �ate a,ppro�ea: 04/08/2025
;�°f FORr�aado
�9 0
°oe�e ='
ATTEST oQs°�tid°
PQa n�°,=�= ep566
�� n ��
By: �
Name: Jannette S. Goodall
Title: City Secretary
APPROVED:
(Contractor)
N
B Mark Valdez =_, ,, z. �E °� ��a�� pate. 12/23/2025
v�
Name: Mark Valdez
T�t�e Project Manager
APPROVED AS TO FORM AND LEGALITY:
CFW - Assistant City Attorney
ay:
Name: Richard McCracken
Title:
O1/05/2026
Date:
' Contract Compliance Manager (Project Manager):
By signing I acknowledge that I am the person responsible
O1/06/2026 for the monitoring and administration of this contract,
Date: and ensuring all performance and reporting requirements.
There are NO City Funds associated with this Contract
There are City Funds associated with this Contract
OFFICIAL RECQRD
CITY SEGRETARY
FT. WORTH, TX
Revised: 12-17-2018 Page 3
_ �
McCarthy Building Companies Inc.
3400 North Central Expressway Suite 500
Richardson, Texas 75082
Phone: (972)991-5500
PCCO #01
Project: 002259.000 - Camp Bowie
3230 Camp Bowie Blvd,
Fort Worth, Texas 76107
Prime Contract Change Order #01: CE #01 - Rodeo Delay Impact
TO: FROM: McCarthy Building Companies Inc
12851 Manchester Rd
Saint Louis, Missouri 63131-1802
DATE CREATED: 1/14/2025 CREATED BY: Riley Seahorn (McCarthy Building Companies
Inc)
CONTRACT STATUS: Draft
SCHEDULE IMPACT:
CONTRACT FOR:
REVISION: 0
0 days
1:CAMP BOWIE BOULEVARD ROADWAY TOTAL AMOUNT:
IMPROVEMENTS (MONTGOMERY STREET
TO UNIVERSITY DRIVE)
DESCRIPTION:
CE #01 - Rodeo Delav Impact
DESCRIPTION OF PROPOSED CHANGE:
CE 01 - Rodeo Delay Impact
$90,000.00
SCOPE:
Due to changes in the M&C dates, originally set for October 10, 2024, then adjusted to October 22, 2024, and ultimately finalized for November 15,
2024, the CMAR staff initially prepared to mobilize the project with an NTP (Notice to Proceed) slated for November 4, 2024. The City of Fort Worth
decided to postpone the NTP date until after the 2025 Fort Worth Stock Show and Rodeo (FWSSR). This adjustment aims to minimize disruptions,
ensuring the construction start date will impact only one FWSSR in 2026. These changes have affected the project timeline, including mobilizing the
CMAR team and the inability of one WC package to retain key subcontractors for concrete placement. The Notice to Proceed was issued February 10,
2025. The parties agree that, based on the date of issuance, the substantial completion date is April 16, 2026. An updated project schedule reflecting
the same is incorporated herein.
REFERENCE:
Please reference attached pricing with backup for the CMAR General Conditions for November through February 10, 2025 along with WC 2 Concrete
Flatwork Impacts.
ATTACHMENTS:
POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER:
PCO # � Title
01 � CE #01 - Rodeo Delay Impact
CHANGE ORDER LINE ITEMS:
Schedule Impact
Total:
Amount
$90,000.00
$90,000.00
McCarthy Building Companies Inc. page 1 of 2 Printed On: 1/14/2025 04:16 PM
_ �
PCO # 01 : CE #01 - Rodeo Delay Impact
# Cost Code Description
32130-32130.0100.00.00 - WC #2 - CONC PV
1 & FW 2- WC2: Concrete Paving & Flatwork
I2 01900-01900.0955.00.00 - CONTINGENCY M5 - Construction Contingency
I26000-26000.0000.00.00 - WC #4 - ELEC &
3 LIGHT 4- WC4: Electrical and Lighting
4 80000-80000.0001.00.00 - NTP 2/10/2025 CO 01 - Revised Schedule
I
I
The original (Contract Sum)
Net change by previously authorized Change Orders
The contract sum prior to this Change Order was
The contract sum would be changed by this Change Order in the amount of
The new contract sum including this Change Order will be
The contract time will not be changed by this Change Order by 0 days.
I NTP 2/10/2025 - Total Impact
IWC#2 - CONCRETE PAVING & FLATWORK $
IGENERAL CONDITIONS $
ICCIP (2.02%) $
IBUILDERS RISK $
IFEE (7.95%) $
IBOND (0.8%) $
I Total $
Table Summary
I Change Order#001
I WC#2 - CONCRETE $
INTP 2/10/2025 $
ICONTINGENCY $
IELECTRICAL $
I Tota1= $
Crescent Property Services LLC
3230 Camp Bowie Blvd, Suite 500
Fort Worth, TX 76107
15, 513.00 I
232,070.00 I
5,001.18 I
1,750.00 I
20,219.57 I
2,196.43 I
276,750 I
15,513.00 I
261,237.00 I
(90,000.00) I
(96, 750.00) I
90,000.00 �
The Projects Group
301 Commerce St #1301
Fort Worth, TX 76102
a /��o %a5
IG RE DATE SIGNATURE
PCCO #01
Type
Subcontracts
Material
Subcontracts
Amount
$15,513.00
($9Q000.00)
($96,750.00)
Labor & Burden $261,237.00
Subtotal: $9Q000.00
Grend Total: $90,000.00
$12,898,656.00
$ 0.00
$12,898,656.00
$90,000.00
$12,988,656.00
McCarthy Building Companies Inc
12851 Manchester Rd
Saint Louis, Missouri 63131-1802
Digitally signed by Mark Valdez
DN C=US,
Mark Valdez O=McCarthyBuldngrComp nies,
CN=Mark Valdez
Date� 2025.02.10 1137:11-06'00'
DATE SIGNATURE DATE
McCarthy Building Companies Inc. page 2 of 2 Printed On: 1/14/2025 04:16 PM
_ �
McCarthy Building Companies Inc.
3400 North Central Expressway Suite 500
Richardson, Texas 75082
Phone: (972)991-5500
PCCO #002
Project: 002259.000 - Camp Bowie
3230 Camp Bowie Blvd,
Fort Worth, Texas 76107
Prime Contract Change Order #002: CE #02 - CO 02 - Curb and Gutter
Removal
TO: FROM: McCarthy Building Companies Inc
DATE CREATED:
CONTRACT STATUS:
SCHEDULE IMPACT:
CONTRACT FOR:
2/25/2025
Draft
12851 Manchester Rd
Saint Louis, Missouri 63131-1802
CREATED BY: Mark Valdez (McCarthy Building Companies
Inc)
REVISION: 0
1:CAMP BOWIE BOULEVARD ROADWAY TOTAL AMOUNT: $0.00
IMPROVEMENTS (MONTGOMERY STREET
TO UNIVERSITY DRIVE)
DESCRIPTION:
CE #02 - CO 02 - Curb and Gutter Removal
This Change Order covers additional labor, equipment, and disposal services for the removal of 380 linear feet of
curb and gutter, as outlined on Page 19 of the plan set. Although this work was initially designated for completion by
another party, McCarthy was asked to provide pricing for carrying out the task.
ATTACHMENTS:
CO 02 - Curb & Gutter Removal.qdf
POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER:
I PCO # I Title
I 002 CE #02 - CO 02 - Curb and Gutter Removal
I
CHANGE ORDER LINE ITEMS:
PCO # 002 : CE #02 - CO 02 - Curb and Gutter Removal
I# Cost Code Description
I� 31000-31000.0000.00.00 - WC #1 - EW & 1- WC1: Earthwork and Demolition
DEMO
I01800-01800.0820.00.00 - BUILDER'S RISK
2 INSUR M2 - Builder's Risk Insurance
I 3 01800-01800.0810.00.00 - COST OF RISK M2 - CCIP
(GL)
I 4 01700-01700.0730.00.00 - PERF & PAYMENT M4 - McCarthy Performance & Payment Bond
BOND
I5 01900-01900.0910.00.00 - INITIAL MARKUP M3 - Fee
I6 01900-01900.0955.00.00 - CONTINGENCY M5 - Construction Contingency
I
I
Schedule Impact
Tota I:
Amount
Type
Subcontracts
Material
Material
Material
Fee
Material
Subtotal:
Grand Total:
$0.00
$0.00
Amount
$2.987.00
$30.00
$60.00
$3.00
$245.00
($3,325.00)
$0.00
$0.00
McCarthy Building Companies Inc. page 1 of 2 Printed On: 2/25/2025 05:10 PM
NOIE: CONiRACTOR TO
SALVRGE HISTORIC BRICK
AND UlIL12E FIX2 UTLIN
iRENCH REPNR. ANV E%CESS
HISTORIC BRICK 1NLL BE
COORDINAIED N1iH COFW
FOR STORAGE.
NOIE:
1. CONiRACTOR AN� qN
INSPECiOR TO CONiACi IHE
CIiYS WA1ER FIEID
OPERATONS PRIOR i0 ML
IIEMS BEING RENOVED pt
SALVAGE�.
2. CONiRACTOR SHALL
PRONOE DOCIIMENTS TO Cltt
INSPECTOR FOR ALL ITEMS
REMO�ED AND SALVAGED TO
THE CINS FlELD WA1ER
OPERATONS
3. CONTACT WAREHOUSE
SUPERNSOR, JESUS RRMIREZ
AT (B1)) 392-502) OR
WAIER SYSlEMS SUPERNSOR
MATMEW OA�IS AT (81))
944-82]]. DELIVER ALL 2+00
SALVRGE� MATQiIPLS TO _ �
CIiY OF FORT WORTH FlEID
OPERAilONS LOCAiED Ri
1608 11T1 AVE. FORT WORIH.
l% ]8102.
4. ALL SRLVACED
MAIERIALS MUST BE
�ELIVQ2E0 TO tltt OF FORT
`NORTH FlELD OPQ2ATIONS
NITHIN IN 5 �pg@ DFYS.
5. ALL O1HER WRTER
MAINS SHRLL BE RBRNOONEO
BY DRAINING TIE E%ISTNG
MAIN. CUTIING ANO FlLLING
TIE E%ISIING MAIN N1T1
GROUi, AND PLUGGING IN
ACCORDANCE 1NT1 iHE CI1Y
OF FORT WJRTI STANDARD
CONSiRUCTON
SPECIFlCAlI0N5 AND OETNLS
OCM 5.22.1.1
�
�
�
��
oS
mY
REMOVE AN� REPLICE �3 LF OF E%ISPNG 9' REMOVE ANO REPLACE 140 li OF E%ISTNG 8' NIRIFlED CLAY SEWQ2
HTRIFlm CLAY SEWER PIPE BV OPEN CUT PIPE BV PIPE BURSTNG �
(SAME TRENCH) SEE SEWER SH. 14-15 SEE SEWER SH. 14-15 l �
� LOT iR-1, BLOCK 2 I
� NOR1H IEXAS STATE UNIVERSIN
TEXAS COLLEGE OF OS7EOPATHIC MEDICINE ADDIITON
� (CAB. A, SLIDE 2179) REuo� � sa�vnce II
START OEMOLITON EX 'NO PARKINC
REMOVE AND REPIACE SANITARY � A1 EXISPNG JOINi RE�OVE B8� SF OF STAiE OF iEXPS 1H15 SIDE OF
MANHOLE (SEE SHEET 15) -��„� i, ,,,�,�, i CONCREtE SIDEWAI/(� �VOL 8953. PG 2012) SIREET' (R-l) 9GN
.i.i �'p.�Y'.' _ :?'1 �
Y. I
r';;;;;;;;;;;; �. �
"' REMOVE h PROIECT 213 `REMOVE 151 LF OF CURB AND GUTIER
CAMP BOW/E BOULEVARD REMOVE h SALVAGE SV OF BRICK PAVERS PER i
REMOVE 215 SY OF �' E%ISTNO LIGHT�� COFW SPEC 32 14 16 REMOVE AND REPUCE SANITARY �
(rw�sm��-wy ��E� pq�M�T POLE,REMOVE E%ISTNG �� � � MANHOLE (SEE SHEET 15) �
f011NDAilON, k CONDIIIT � }
. REAIOYE 335 SY OF E%ISTNG 30' WAIER LINE TO �
REAIOYE & PROIECT CONCREIE PA�EMENT BE REPUCED BY OhiERS
18 SV OF BRICN � � SEPARAIE CIXJiRAC» F
G�YERS PER COFW ; : . .,, �
� 3+00 svec 32 u ie p+pp � � .: ..: :.:: .., __ _'_ �z-zaocoez _ e+ y
- - �\ A A - t i . ._ 5+00 :: caH tas ��
\\ A 1\ A /\ A �� • r� L� W
I �
— il C '
. --� �
��
�4� ��� ��..,i
\�
�0�����
'��?�g��
. .. i. .�.: . ......�:.� ... . . .. ........ ... . � .... . . . ��:. .....:.. ................,..:... Z
REMOVE NEDIAN CURB IJGHT PIX£S RENOYEO BY J
& CIITiER (28L� REMOVE & PROiECT 232 �PARAIE CONiRACT
REMOVE EX BOLLAROS REIAOVE & PROIECT 12 •�SY OF BRICK PNVERS PER �
SY OF BRICK PAVERS PER COFW SPEC 32 14 1fi
RENOVE NEOIAN COFW SPEC 32 14 16 i Q
Cl1RB h GUTIER
(3fi2LF) _________+ — C
REMOVE 69 LF OF �� , ��� G
REAIO�.E 26 lF CURB & GUt1ERJ
Oi CURB AND PROIECT EkIST /
GUiIER REAIOYE 41 Sf OF CURB� A
CONCRETE SIOEWALK
LOT A, BLOCK 1
AMON CARIER MUSEUM OF WESIERN ARTS
(VOL 388-107, PG. 59)
AMON G. CARTER FOIINDAPON
(VOL. 4542 PG. a6J)
REMOVE PNO REPLRLE 400 lF OF E%ISTING NTRIFlE� LLAY SEWQt PIPE BY PIPE BURSIING
SEE SENER SH. 14-15
IXtWT RNO ABANOON 400 LF Of E%ISTNG CI WAIER PIPE PQt SPEC 02 Ol 14
REM04£ & DISPOSE OF REMO�E 2810 SF OF LOT 1R-1� BLOCK 2 REMOVE k SALVI
E% BUS STOP, TRASH � �CqJCREIE SIDEWALN NORTH IEXA$ $TAIE UNIVERSIT( PEDESIRIAN SICN
CAN & BENCHES iEXAS COLLEGE OF OS7EOPATHIC MEDILYNE ADOIITON
REMOYE 6LF OF (CAB. A, $LIDE 2179J
�TO E%SIINGRB ��� v / �xM/M SiqiE OF TEXAS RI=MOVE 50 LF OF
CURB INLET XXXI (���. oro�, r�. e�ie� �� ;9 AND CUTIER
O / � � SYMOF BRICKRPAVERSaPER �
p / COFW SGEC 32 14 18 �
+ �REMOVE AND REPLACE TOP OF PROiECi E%ISiING � O
CURB E%ISTING 30' WAiER LINE CAMP BOW/E BOULEVARD REMOVE & REPLACE
{O E%ISTING CURB INLET PER COFW N BE REPLACED BV MONTGONERY NE%T REMOYE 3BU LF Of CURB-� O
DETAIL REMOYE h SALVAGE OiHERS (%-28082) ��� ��'Mh A
Q EX BUS STOP 9GN — CPN:105062 . SIGNAL SIGN� _} r
f � �� STORAOE TO BE ' ��� \ ,. ;�;� a
N ---E% CONC NRN LANE- COORDINAIED tNTH � PROTECT E%ISTING� \. REMOVE 59 SV OF
Q �+1RiNITY METRO FRANCHISE MRNHOLE 9+00 T'�NCRETE PPYEMENT ���y�`� F
W � �� �-��--tt----�� E�-- - -�Y- -� -- -- - _ REAIOYE E%ISTNG MRNHOLE��� :IJ
Ei
�.�r� ,;�; W
I s LICHT POLES REMOVE� BV
= 4�•\• REMOVE ]6 SY OF REM —SFPARAh CONiRACT - - - - _ _ l` _ _ _�_ ��........... �L
` � OVE k SALVAGE REMOVE k PROIECT 85 — J
CONCREh PAYEMENT PEDESIRIAN AHEAO � SY OF BRICK PAVERS PER y
� BY OT1ER5 SIGN PROIECT E%IST COFW SPEC �2 14 16 Z
F GAS LME A �
Q PROIECT E%ISiING SALVnCE GAIE F
� �WRB REMOYE 12 LF OF ��` 1 � yq�yE Q
r J1RB AND GUTTER-_. C
�� �� 4� � / � � - ��, � � - c
� �REMOVE 4 SY OF J
REIAOVE k SALVAGE REMO�E, PROIECT-� CONCRETE PAVEMENiS� REMO�.E 53 LF OF
PmE51RIRN AHEAD AND REPLACE 341 SY SRLVRGE GNIE VALVE CURB ANO GUTIER
SIIXJ � OF BRICN PAYERS
PER COFW SPEC 32 ��
LOT A, BLOCK 1 14 16 AF1ER WAIER
AMON CAR7ER MUSEUM OF WES7ERN ARTS A LINE INSTALLAlION � ��
(VOL. 388-107, PG. 59� ���Cp�ii�v��i 9 REMO�E 344 SF OF .REMOVE h Sr1LVAGE
a0%IMAiFio[:ni�v�F CONCREIE9DEWALK �PE�ESIRIANSIGN
AMON G. CARIER FOUNDATION n Ilil I1 n I � GROIIi, RBANDON, AN� REPLACE 150 lF OF E%ISTNG 12�
(VOL. 4542, PG. 46)) E Ex CASi IRON WA1ER AIAIN - gE WAIER SH. 8-B
J115 AREA n1E
R6VISIONS
No�
� CMIP BOVAE RFl WRTER 11NE SHIFT & ABANDONNENT 2/�/�ff2`.
�� RFl 34 ELECTRICAL-PROPOSE� CONDUIT R1-22 � t 4dz:
�� PCCO J.10.12.19.0O2 & AMENDMENT 2 8%2 � bz
5 � � zo
� REIAOVE CONCftEIE PAVDAENT
REMOVE CONCREIE
��\\\\Y _______ CURB RND GUTfER
REMOVE ASPHPLT UNRS OF SANCUT
PAVEAIENT
�RE1AOVE Y I I HISTORIC BRICK
PROIECT BRICK u ntENql RFPNR
PAYERS
REIAOVE �RIVEWRY l.a! E% IREE TO BE
PAVEMENT REMOVED. REFQ2
TO LANDSCAPE
PLANS.
RQAOVE CONCREIE p1E�..F..,,TFx, *
SIDEWAIK � � �w `
iREE PROIEClION
RE: LANDSCAPE yCTftdi111 �
DETAILS °�S.ti��EN9�83'�"rt
�/ONNENG
REFERENCE LANDSCAPE
�PL4N5 FOR iREE REMOVALI Exq �aNCYPA�cnc[ acr. 5 oE�mwhxas
RND PROTECTON O�eTMW/RORS ALI�ERATOx OF ? SF 1 OOqINB i
� ���� �AE [ouwxc �us eHo3 aa�a�ai
� c �y�vEVEwx
CONSTRUCTI()\' \'OTEJ
",� "�a;n en �.r� m�n .,�-�a:
"`"a �����c���r�.
ori (mI��) ax-eete
u� o�t�r o�uRs�i m�o-wo-i[s
HORi7.O7�TAi. & ViRTTCAI. CONTROi.
Bw� e,s gur qe gu� Zs
�,�':f"wf°C4� W:7�� ,��`3�'��'�"
���' �,9�i.� �YR��i
@w/ 40 / v B 1 Pat x
� f��E �'�od' �q��:�� E � ' �"��
�[;�� �ff��� Y ��I ��� �'te.
�IN PRCVECi N0, f05§$I ' X-I�50
IPRC lPRC24-0119 MdP5C0 N0. TAR-OJ[N
FlO J01)4-OP001J331-105654-EO16&5 TAD AIAP N0. 2036-392
CITY OF FORT WORTH, TEXAS
CAMP BOWIE BOtiLEVARD
ROADW�YIMPROVRMF,NTS
DEMOLITION PLAN STA 0+00 TO
STA 10+00
��ED:CSC/MKBI50&5o22892I DA�JUL 2024 I 19 OF 92
Q
J
�
W
w
3
�
Pa
5
¢
U
_ �
McCarthy Building Companies Inc.
3400 North Central Expressway Suite 500
Richardson, Texas 75082
Phone: (972)991-5500
PCCO #003
Project: 002259.000 - Camp Bowie
3230 Camp Bowie Blvd,
Fort Worth, Texas 76107
Prime Contract Change Order #003: CE #03 - Camp Bowie - Stakeholder
Signage
TO: FROM: McCarthy Building Companies Inc
DATE CREATED:
CONTRACT STATUS:
SCHEDULE IMPACT:
CONTRACT FOR:
3/05/2025
Draft
12851 Manchester Rd
Saint Louis, Missouri 63131-1802
CREATED BY: Mark Valdez (McCarthy Building Companies
Inc)
REVISION: 0
1�CAMP BOWIE BOULEVARD ROADWAY TOTAL AMOUNT: $0.00
IMPROVEMENTS (MONTGOMERY STREET
TO UNIVERSITY DRIVE)
DESCRIPTION:
CE #03 - Camp Bowie - Stakeholder Siqnaae
This Change Order covers additional labor, equipment, and materials for the installation and maintenance of
stakeholder signage. The plan was proposed as a way to provide stakeholders (Amon Carter and Kimbell loading
docks) with visual guidance for entrances and exits during construction.
ATTACHMENTS:
POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER:
I PCO # I Title
I 003 CE #03 - Camp Bowie - Stakeholder Signage
I
CHANGE ORDER LINE ITEMS:
PCO # 003 : CE #03 - Camp Bowie - Stakeholder Signage
I# Cost Code Description
I � 34044-34044.0050.00.00 - WC #6 - TRAF
CNTRL
I 2 01800-01800.0820.00.00 - BUILDER'S RISK
INSUR
I 3 01800-01800.0810.00.00 - COST OF RISK
(GL)
I 4 01700-01700.0730.00.00 - PERF & PAYMENT
BOND
I5 01900-01900.0910.00.00 - INITIAL MARKUP
I6 01900-01900.0955.00.00-CONTINGENCY
I
I
The original (Contract Sum)
Net change by previously authorized Change Orders
The contract sum prior to this Change Order was
The contract sum would be changed by this Change Order in the amount of
The new contract sum including this Change Order will be
The contract time will not be changed by this Change Order.
Schedule Impact
Tota I:
Type
Subcontracts
Material
Material
Material
Fee
Material
Amount
$0.00
$0.00
Amount
$2.989.17
$60.34
$30.49
$27.00
$245.00
($3,352.00)
Subtotal: $0.00
Grand Total: $0.00
$12,898,656.00
$90,000.00
$12,988,656.00
$0.00
$12,988,656.00
McCarthy Building Companies Inc. page 1 of 2 Printed On: 3/5/2025 05:42 PM
_ �
McCarthy Building Companies Inc.
3400 North Central Expressway Suite 500
Richardson, Texas 75082
Phone: (972)991-5500
PCCO #004
Project: 002259.000 - Camp Bowie
3230 Camp Bowie Blvd,
Fort Worth, Texas 76107
Prime Contract Change Order #004: CE #04 - Camp Bowie - Amon Carter
Temp Access
TO: FROM: McCarthy Building Companies Inc
DATE CREATED:
CONTRACT STATUS:
SCHEDULE IMPACT:
CONTRACT FOR:
3/18/2025
Draft
12851 Manchester Rd
Saint Louis, Missouri 63131-1802
CREATED BY: Mark Valdez (McCarthy Building Companies
Inc)
REVISION: 0
1�CAMP BOWIE BOULEVARD ROADWAY TOTAL AMOUNT: $0.00
IMPROVEMENTS (MONTGOMERY STREET
TO UNIVERSITY DRIVE)
DESCRIPTION:
CE #04 - Camp Bowie - Amon Carter Temp Access
This Change Order covers additional labor, equipment, and materials for the installation and removal of a temporary
flexbase crossover for the Amon Carter Museum parking lot and loading dock. Museum requested smooth access
for event being hosted on 3/18/2025. McCarthy expedited this work to be complete by end of day Monday
(3/17/2025).
ATTACHMENTS:
CO 04 - Amon Carter Temo Access.pdf
POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER:
I PCO # I Title
I004 CE #04 - Camp Bowie - Amon Carter Temp Access
I
CHANGE ORDER LINE ITEMS:
PCO # 004 : CE #04 - Camp Bowie - Amon Carter Temp Access
I# Cost Code
I34044-34044.0050.00.00 - WC #6 - TRAF
� CNTRL 6- WC6: Traffic Control
I01800-01800.0820.00.00 - BUILDER'S RISK
2 INSUR Builders Risk Insurance
I 3 01800-01800.0810.00.00 - COST OF RISK M2 - CCIP
(GL)
I4 01900-01900.0910.00.00 - INITIAL MARKUP M3 - Fee
I 5 01700-01700.0730.00.00 - PERF & PAYMENT M4 - P& P Bond
BOND
I6 01900-01900.0955.00.00 - CONTINGENCY MS - Construction Contingency
I
I
ISchedule Impact Amount
Total:
Description Type
Subcontracts
Material
Material
Fee
Material
Material
Subtotal:
Grand Total:
$0.00
$0.00
Amount
$4,691.00
$48.00
$95.00
$384.00
$42.00
($5,260.00)
$0.00
$0.00
McCarthy Building Companies Inc. page 1 of 2 Printed On: 3/18/2025 08:06 AM
_ �
McCarthy Building Companies Inc.
3400 North Central Expressway Suite 500
Richardson, Texas 75082
Phone: (972)991-5500
PCCO #005
Project: 002259.000 - Camp Bowie
3230 Camp Bowie Blvd,
Fort Worth, Texas 76107
Prime Contract Change Order #005: CE #05 - Camp Bowie - Additional
Curb and Gutter
TO: FROM: McCarthy Building Companies Inc
DATE CREATED:
CONTRACT STATUS:
SCHEDULE IMPACT:
CONTRACT FOR:
3/20/2025
Draft
12851 Manchester Rd
Saint Louis, Missouri 63131-1802
CREATED BY: Mark Valdez (McCarthy Building Companies
Inc)
REVISION: 0
1:CAMP BOWIE BOULEVARD ROADWAY TOTAL AMOUNT: $0.00
IMPROVEMENTS (MONTGOMERY STREET
TO UNIVERSITY DRIVE)
DESCRIPTION:
CE #05 - Camp Bowie - Additional Curb and Gutter
This Change Order covers additional labor, equipment, and materials for the removal and reinstallation of 354LF of curb and gutter. In effort to reduce
overall cost and keep project efficiency, McCarthy intends to use flexbase in lieu of lime under the curb and gutter.
ATTACHMENTS:
POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER:
I PCO # I Title
I 005 CE #05 - Camp Bowie - Additional Curb and Gutter
I
CHANGE ORDER LINE ITEMS:
PCO # 005 : CE #05 - Camp Bowie - Additional Curb and Gutter
I# Cost Code
I31000-31000.0000.00.00 - WC #1 - EW &
� DEMO WC1 - Earthwork and Demolition
IZ &2F� -32130.0100.00.00 - WC #2 - CONC PV WC2 - Concrete Paving & Flalwork
I 3 01800-01800.0810.00.00 - COST OF RISK M2 - CCIP
(GL)
I 4 01800-01800.0820.00.00 - BUILDER'S RISK
INSUR
I5 01900-01900.0910.00.00 - INITIAL MARKUP M3 - Fee
I01700-01700.0730.00.00 - PERF & PAYMENT
6 BOND M4 - P& P Bond
I7 01900-01900.0955.00.00 - CONTINGENCY M5 - Construction Contingency
I
I
Schedule Impact
Total:
Description
Amount
Type
Subcontracts
Subcontracts
Material
Material
Fee
Material
Material
Subtotal:
Grand Total:
$0.00
$0.00
Amount
518,623.00
$1$775.00
$755.00
$382.00
$3,064.00
$333.00
($41,932.00)
$0.00
$0.00
McCarthy Building Companies Inc. page 1 of 2 Printed On: 3/24/2025 06:12 PM
Y
�
�
��
oS
m�z
a
/ � IX2WT, ABANDON, AN� REPLRCE 400 LF OF IXISTING 4� �
CAST IRpI WNIER AIAIN - SEE WqTER SH. 10 a; LOT iR
�aoeo� aa sr or �� BLOCK 5
CONCREIE DRIVEWAYLOT 14 LOT 15 LOT 16 VAN ZANDiS HILLSIDE ADDITION
GREGORY N. oOW, mUSiEE CONwE L. HETZLER AND (INST. NO. D221271821)
(INST. N0. �2111J42�0) KEVIN G. HETZI£R
REMOYE 189 SF OF (INST. N0. D216250296) GPIF C� NULII LLC
�CONCREIE SIOEWAII(� REAIOYE 28 LF OF � E% ROW (INST. N0. �221290JJ3)
��-y �----- ie- CURB AND GUTIER_ SRLVACE WRIER MEiER
, V � '���
VAL�E ADJUSTAENT
�REMOVE 9B LF OF � ���\\\\\ �\'o \ � \\\\\\\\\\\\\\\\\\\\\ \
CIIRB AND GUTIER
\�������� -���`\�k� \ '.�� REMOY£ 56 Si OF
SRLVAGE WAIER METQ2 REMOYE 131 SF OF CONCREIE SIDEWAIK MINIX2 SANITARY SEWER N11H PROTECT ElOSTING �
� ��� � � CqJCREIE ORIYEWAY \ _� CONCREIE COLLAR N�5IMENT\ CIIRB AN� WT1ER-
J �
_ \
a \
� y
�
\�
� REPLICE PER SPEC 3] OS 10 \�\\\\ N
REMO�E 1] LF OF N
r..ANING Slpl E%ISIING CURB \
� � °� \�\� � 9 00 -- E� ---E�_ 2WOOE �
REMOVE 60 lF OF REAIOYE 80 LF 8� PVCL C
WRB RN\\\\\\� FIRE SERVICE 29 Fl
`. . . . . �. . . . ' �� M
REMOVE 821 li OF
REMOK ]830 SY OF CURB AND OUTIER
ASPHNLT PNYEMENT SALVAGE s �-
��\����\� l \ \P � ���R �.�.��\ .\�
� �������� ��� ��� �� ��` � r ���, l
�
�,� �A\\1\\V` ��\\�y��\� � 1�� � � . � ������ � -
LREMOVE h SALVAGE LRENOVE & SRLVAGE REAI
EXISTING LICHT POIE, EXI�
EXISPNG IJGHT POLE, E% ROW
REMOVE E%ISTNG REAIO�E E%ISTNG REAI
FOUN�AtIIXJ k CON�UIt FOUNDATON & CONOUIT ��T � FOU
THE KIMBELL
(INST. N0. D210262133)
PROIECT E%ISIING CITY OF FORT WORiH
CURB AND GUTIER (INST N0. D200026685)
� GROUT, ABANDON, AND FEPLACE 400 LF OF EXISTNG 12'
CAST IR�N WAIER MAIN - SEF WA1ER SH. e-B
NOTE:
1. CONIRACTOR AND qiV
INSPECTOR TO CONTACT THE
CINS WAIER FlEL�
OPERATONS PRIOR i0 ALL
IiEA15 B�NG REIAOYED OR
SALVAGED.
2 CONiRACTOR SHALL
PRONDE DOCUNEIJTS TO CIN
INSPECTOR FOR ALL IlEMS
REMOYEO ANO SALVRGED TO ._
T1E CINS FIELO WATER
OPERATONS.
3. CONTACT WAREHWSE
SUPERNSOR, JESIIS RAMIRE2
AT (81]) 392-502] OR
WAIER SYSIEMS SUPERVISOR
AIAiT1EW �ANS Ri (91J)
944-82JJ. DELI�ER ALL
SALVAC{D AIAIERIALS TO
CIIY OF FORT WORiH FlELD
OPERATONS LOLRiED AT
1608 11T1 AVE. FORi WJRTV,
TX ]6102.
4. ALL SALVAGED
NAIERIALS MUST BE
DEIIYEREO TO Cltt OF fORT
WIXtT1 FIEL� OPERATONS
W11HIN IN 5 �@ DAYS.
`
\PROTECi IXISIIN(
CURB AND GUT1E
N0 � \
+ \
N
f �U
J \
� \���� - a
- c' .—�—.— �El- �
-�---- - —zt+oo � � — 2z NJ
_. , ,_. ._, °' �---��-�
;ACiOR i0 COOROINNiE W1TH \ W
HISE UIILITY CpAPpNY.
MANHIXE ADJUSTAENT Z
������� � �
_
�� �� ���.�\���1.\\ \� �� �� � a
����aa�.�, �` ���� �
R6VISIONS
� N0. � oCClaPnal on1E
� � nooeHouu a n/oe/zozs
�� CRMP BOWIE RFl WNTER 11NE SHIFT & ABANDONMENT 2/24/202`.
� A RFI M l/%, 4/\202
� A PCCO ]& CO 5 B/28/202_
5� xpizext LE x fEEt Q
� RQAOVE CONCREIE PAVEMENT
RENOYE CONCRETE
�_______ CURB AN� GUTIER
REMOVE ASPHPLi L1MIT5 OF SANCUT
PAVEAIENi
�RQAOVE k Q E% iREE TO BE
PROIECT BRICK REMOVEO. REFER
PAYERS i0 LRN�SCAPE
�PLANS.
RQAOVE DRIVEWAY PAYEMENT
�REMOVE CONCftEIE tE �F TF{ *
SIDEWAIN ~t��
f
iREE PROIECTON �iME F
RL LRNOSCPPE � jpry�j T`jj¢¢
�EiAILS oE i�EN��
m3bNRLEN
REFERENCE LANDSCAPE
IIPL4N5 FOR iREE REMOVALI E s[n� a vEu+iHc � mi�oacpMc'Hr wps
RND PROTECTON 0�8%/R03S nL1�ERnPON OF�? aGlFll 60WNB i
LOT 8
2 GPIF CD MULTI LLC LOT 7 LOT 6 LOT S LOT 4
� (INST. N0. D221290J�3)
J RQAOVE AOA RAMP GPIF CD MU�iI LLC �
REMOVE ANO REPLACE 3) LF OF E%ISTING (INST. N0. �221290JJ3) �
ELECIRICAL VAULTS TO REMAIN.
�, CONTRACTOR TO NOTIFY ENGINEER OF ANY CONFLICTS. 4" CAST IRON WAIER AIAIN (SAME TRENCH) - SEE WAIER SH. t1
r'V � CONTRACTOR IS RESPONSIBLE FOR PROiECTNG THRWq10UT CONSTRUCTION.. - -
V�Q� BLOCK S REAIOYE, PROIECT AN� REPLACE 12 SY
RENO�E 31 SV OF CONC. OF BRIqC PAYERS PER COFW SPEC 32
PAYEIAENi AT NEAREST JOINT �AN ZANDi HILLSIDE ADDITION �¢ �6 AF1ER WAIER LINE INSTALLATION-
SALVAGE E%IST. FlRE HYORANT �VOL T04. PG. 4) rPROIECT E%ISTNG �
Cl1RB AND GUTfER
�� REMOVE AOA RAIAP �
I
MINIX2 SANITPAV SEMER
MMIHOLE N1T1 CONCREIE
COWR ADJIlS1Mp1TS Ppi
SPEC }3 05 16
\\\\\\\\\\\
2 _ � u/ `MINOR STORM MN!
� CONCREIE COILAF
J PER SPEC 33 OS
��/�� p� E%STOPZ qRF OF
v� p PMIT MPRKING
2 �i
JP
52J 5Y OF \ � � � \ ' \ � ��\ \\\\
A�ENENT \_ REM01£ h SALVAGE REMOVE 6 SY OF Q
EXISTNG L1GHT POLE, �CIXICREIE PRYEAIENT
\ REM01E E%ISiING O
FOUNDAiIIXJ. & CONDUIT \ �
� ( : -- 2a+'�0,- -, - .. � , • ... •� _ zs+oo _ \ '- • � i • � N
) L i t �
\\\ REMOYE 596 LF OF Z
CURB PND WTIER
CAMP BOW/E BOULEVARD �
��\��\�\ ����--� � \\\\\\\\� _
VRLVE ADJUSTAENi \\\\\\. \\ \\\\\�'��qM���A ^ �
��_ �����v�\\�����\�\\\\\\\\��A\�\\�\�yv��y�� � \\\\� \\\�\\\\ \ a
�,} �. 1_ � . . -_ _ .. _ . -' c
LOT 1, BLOCK 1
M.M.A. ADDITIIXJ
(CAB. A, SLIDE 5215)
REPLACE SIOEWALN
JOINi AND MPA FOUN�ATION
cuae nNo cuttea (vo�. ttaao, ac. ims)
LINE CONNECTION �
Westwood r.A=E�°s�a.E.��'FlAm�s�oo,.,o,
x�w s�u� ��s u�oRiu wn�x'x�r xwu) �LLuaz a ux�ss ommwse
�m1gt��n)lc �en avm�nas (ei'� m-uvs
�! ¢Ecm�(mi) r5-eRl�
or'e �m» aw �e �e e
e`�i.�o'n��x`a"'•du�s'; m'0'o-°0o-,�' ��w
HORi7.O7�TAi. & ViRTTCAI. CONTROi.
e�, � �, 4a @w� Zs
„�+"w��,� . w�.v �� ,�� ���
��;�' ��.�µ ��R��i
@w/ 40 . / N e � n�
�'��°`E �'�o"' s�' �"°� E �' �I;a� �'te.
EL`" ��°l.�' �`°y3�ei'�f1a ' � lfla°�eYi�
CI1Y PAQI�� N0, f05B54 �m X-28250 B
IPRC IPRC24-0119 MdP5C0 N0. TAR-OJ[N
FlO J01)4-OP001J331 105654-EO16&5 TAD AIAP N0. 2036-392
CITY OF FORT WORTH, TEXAS Q
J
1
CAMP BOWIE BOtiLEVARD �
C1a
ROADW�Y IviPROVRMF,NTS 3
DEMOLITION PLAN STA 18+00 �
T� STf� Z�)+�Q �"
5,
��ED:CSC/MKBI50&5o22892I DA�JUL 2024 I 21 OF 92 U
Y
�
�
��
oS
m�
LOi 3
PH�, �ro.
(iNst No. ozosaa52ss)
MOVE PR01EC1 RND }
PLNCE 2 SY OF BRICK�
LOT 2 �pT � REMAINDER OF
REMO�E AN� REPUCE 263 LF OF EJOSTNG LOi B
1' CAST IRON WAIER MAIN (SMAE TRENCH) - SEE WAIER SH. 11 pHY%, LiD.
REMOVE 684 SF OF (INSt. rvu. u[u6345295) -
CONCREIE SIDEWPL( BLOCK 5
; pNo VAN ZANDT HILL9DE ADDI710N
,q i oi , (VOL 204, PG. 4) REAIO�E 23B Sf 0�
CONCREIE SIDEWALK
REMOVE @ DISPOSE OF EX BUS
STOP iRASH CAN k BENCH
\ \�\���� \\l� ���� �� ��y
���� \ / � . . � �� � � Y���� \ W \�������� � \ . . . .,
LINE INSTALLATON y \�
..... ,,, �I.i.i.i.,
� \\\\\\\\\\\
REMO�E 92 SV OF
� CONCREIE PR�EMENT
a . >� ��\��'�'�;
�yQQ 1 �� __ - —_
1
��_
�INSTALL SLEEVE TO
��FIIIURE VERIZON POIE
� OCATON.
\�l�\\\VAA������
\\�
�\�
NOIE:
1. CIXJIRACTOR AND Cltt
INSPECiOR i0 CONiRCi 1HE
CINS WAIER FlEID
OPQ2ATIqJS PRIOR TO ALL
IIENS BEINC REMO`.ED OR
SALVAGED.
2. CIXJIRACTOR SHALL
PRONDE OOCIIMENTS TO CITY
INSPECTOR FIXi ALL ITEMS
REMOVED AND SALVACEO TO
iHE qNS FlELD WAiER
OPERATIqJS.
3. CONTACT WAREHOUSE
SIIPERVI50R, JESUS RAIAIREZ
AT (B1J) 392-502J OR
WAIER SYSlEA15 SLIPERNSOR
�nnrmew onHs nr (an)
944-82]J. DELI�ER ALL
SRLVACEO MAIERIALS TO
GTY OF FORT WIX2T1 fIEID
OPQtATIqJS LOCAIED AT
1808 11T1 A�E, fORT WOR1H.
TX ]8102
4. ALL SALVRGED
NRIERIALS AIIlST BE
DELIVERED TO Cltt OF FORT
WORiH FlELD OPERATONS
vnnnN w s ce�nuea onrs.
a
r
N
�STOP /
� � TO REMAIN
REMOV E/& SAL AGE IX BUS /(
\� \ \STOP SIG\\\ " \\� ' \\
\\ \\�\����• �������� \\
REMOVE 3490 SV OF REAIOVE E% PROI
REAIO`�E ]66 LF OF �HALT PAVENENT � R3-&A SIGN� � � \\ CURE
REMOVE & SFLVNGE \
\ CURB AND GUTIER \\\\\ ftEMOYE ]5 LF OF _
EXISTNC LIGHT POLE, CI1RB AND WT1ER f
REMOYE E%ISTNG �
FWNDATON, k CONDUIT t
— E1- REMOVE 4M lF OF
1 27+00� REMOVE EXISiING 28+00 CURB AND CUTIER �'L9+00 � �
5-��—TrC—� �T��YERIZON VRULiAND t �— � — -�
E%ISPNG CURB
_���_w
EX CURB INLET TO BE
PROlEC1ED
�
�
LOT AR, BLOCK 5 .
VAN ZANDT HILLSIDE ADDITION
QNST. N0. D209012232)
BARNEY HOLLAND OIL COMPNAY _PROIECi E%IS11NG CURB
(INST. N0. �206345295) �
/
\\\\\ ' � �
=CT EYJSIING O
NND WT1ER\ �}
� �
� 3C y
W
J
\ L
33+00 33+19
���
Q
aqo�cr cxisnr�c cur+e y
REMOVE 659 SV OF �`(�•� .....--
ASPHALT PAVEMENT v . - _
,� � �,
�� � / /� ��
�l„ j / /
/ � �� � �
/ � �� / /
// / /
� 3 � �
\�w \
�
�� \
\ PROTECT E%ISPNC
. .\��� - \\\\\\
Y� �����'\.
¢�
LOT 1, BLOCK 1
M.M.A. ADDI710N
� � 1� V (CAB. A. SLIDE 5215)
MGA FOUN�ATION
(VOL 12440, GG. 1012)
32+00
+
REMOVE 120 SY OF
ASPHALi PAVEAIPIi
PROIECT EXISTNG CURB
R6VISIONS
� Ho. � o¢carnw oni[
� mA poeNou�n i e/ss/zoza
x A kil 31 BUS STOP 4� 15/2025
� Q PCCO 9 PB/28/2�2`
s p
� REIAOVE CONCftEIE PAVDAENT
REMOVE CONCREIE
��\\\\Y _______ CURBRNDGUTfER
REMOVE ASPXALT UNRS OF SANCUT
PAYEMENT
�RQAOVE k a E% tREE t0 BE
PROiECt BRICK REMOVED. REFFR
PAVERS TO LANpSCAPE
�PLANS.
REIAOVE �RIVEWRY PAYEMENT
RQAOVE CONCREIE *,> E�F_. y_ �
SIDEWAIK f �#
iREE PROIECl10N
RE: LANDSCAPE ���XF16""c ���
DETAILS \,(
'4F .�EN°.,,,¢.o�
��OMA�EN
rIREFERENCE LANDSCAPE
IIPL4N5 FOR iREE REMOVALI E sE�� °°EPR
RND PROTECTON O�eTMW/RORSP��rt�RAT0�A�5GIFDEWWN�FNT
�� ���� �A[ EO.VNIxcvNnus IHo3 aa�a�at
CONSTRUCTI()\' \'OTES
- g�� � m�n .+�-�a:
'�"��a;nen �.r
��6 �CIRIC�(e�li) '�lIS-eRl�
qE (el�I�]) .lv �e te 6
ai o �q�uRs�i m�o-wo-i[s
HORi7.O7�TAi. & ViRTTCAI. CONTROi.
gu/ es @u qe @u� Zs
;�':+"wE°C4� . W'.v F�'� ,�� �"�e�'�
��� �,9�i.�µ �v��i
w� §� , , �i � a�� na,
�' �aow��'�o�, s� .«o� E � � � �t�r
��..� c��''�,°v��i�� Y � �te�i�
CI1Y PRCVECi N0, f05B54 X-28250
IPRC lPRC24-0119 MdP5C0 N0. TAR-OJ[N
FlO J01)4-OP001J331-105654-EO16&5 TAD AIAP N0. 2036-392
CITY OF FORT WORTH, TEXAS Q
J
CAMP BOWIE BOtiLEVARD �
ROADW�Y IviPROVRMF,NTS 3
DEMOLITION PLAN STA 26+00 �
TO END F"'
5,
��ED:CSC/MKBI50&5o22892 I DA�JUL 2024 I 22 OF 92 U
. �
PCCO #006
McCarthy Building Companies Inc. Project: 002259.000 - Camp Bowie
3400 North Central Expressway Suite 500 3230 Camp Bowie Blvd,
Richardson, Texas 75082 Fort Worth, Texas 76107
Phone: (972)991-5500
� � .
Prime Contract Change Order #006: CE #06 - Camp Bowie - Pedestrian
Access
TO: FROM: McCarthy Building Companies Inc
DATE CREATED:
CONTRACT STATUS:
SCHEDULEIMPACT:
CONTRACT FOR:
3/31 /2025
Draft
12851 Manchester Rd
Saint Louis, Missouri 63131-1802
CREATED BY: Mark Valdez (McCarthy Building Companies
Inc)
REVISION: 0
1:CAMP BOWIE BOULEVARD ROADWAY TOTAL AMOUNT: $0.00
IMPROVEMENTS (MONTGOMERY STREET
TO UNIVERSITY DRIVE)
DESCRIPTION:
CE #06 - Camp Bowie - Pedestrian Access
This Change Order covers additional labor, equipment, and materials for the installation and maintenance of additional pedestrian access in front of
Amon, Kimbell, and Modern Art Museums.
ATTACHMENTS:
POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER:
PCO # Title Schedule Impact Amount
006 CE #06 - Camp Bowie - Pedestrian Access $0.00
Total: $0.00
CHANGE ORDER LINE ITEMS:
PCO # 006 : CE #06 - Camp Bowie - Pedestrian Access
# Cost Code
� 34044-34044.0050.00.00 - WC #6 - TRAF yyC 6- Traffic Control
CNTRL
2 01800-01800.0820.00.00 - BUILDER'S RISK
INSUR
3 01800-01800.0810.00.00 - COST OF RISK M2 - CCIP
(GL)
4 01900-01900.0910.00.00 - INITIAL MARKUP M3 - Fee
01700-01700.0730.00.00 - PERF & PAYMENT
5 BOND M4 - P& P Bond
6 01900-01900.0955.00.00 - CONTINGENCY M5 - Construction Contingency
Description
The original (Contract Sum)
Net change by previously authorized Change Orders
The contract sum prior to this Change Order was
The contract sum would be changed by this Change Order in the amount of
The new contract sum including this Change Order will be
The contract time will not be changed by this Change Order.
Type
Subcontracts
Material
Amount
$43,498.55
$444.00
Material $879.00
Fee $3,563.00
Material $387.00
Material ($48,771.55)
Subtotal: $0.00
Grand Total: $0.00
$12,898,656.00
$90,000.00
$12,988,656.00
$0.00
$12,988,656.00
McCarthy Building Companies Inc. page 1 of 2 Printed On: 3/31/2025 01:34 PM
07/31/2025
Date Received:
City Secretary
11:10 a.m. 62766-A1
Time Received: Contract Number:
FIRST AMENDMENT TO CITY SECRETARY CONTRACT NUMBER 62766
A COMMUNITY FACILITIES AGREEMENT BETWEEN
THE CITY OF FORT WORTH AND CRESCENT PROPERTY SERVICES LLC
This FIRST AMENDMENT TO CITY SECRETARY CONTRACT NUMBER
62766 ("First Amendment") is made and entered into by and between the City of Fort Worth
("City"), a home-rule municipal corporation of the state of Texas, and Crescent Property
Services LLC ("Developer").
WHEREAS, the City and Developer entered into a Community Facilities Agreement for
the construction of public infrastructure improvements for a Project generally described as Camp
Bowie Boulevard Roadway Improvements, City Project Number 104639, City Secretary Contract
Number 62766 ("CFA"); and
WHEREAS, on April 8, 2025, through M&C 25-0287, the City Council authorized an
amendment to the CFA to designate the remaining funding appropriated for the project in the
amount of $981,148.43 as contingency funds that will not require separate City Council
authorization if needed, but will require the execution of change orders by the City; and
WHEREAS, the City and Developer desire to amend the CFA to reflect the addition of the
remaining funding into the Developer's contingency; and;
WHEREAS, City and Developer desire to amend the CFA to reflect the use of a portion of
the Developer's contingency funding;
NOW THEREFORE, City and Developer, acting herein by and through their duly
authorized representatives, enter into the following agreement, which amends City Secretary
Contract No. 62766:
1.
The tenth recital of the CFA which reads "WHEREAS, the City desires to participate in
this agreement in an amount not to exceed $13,105,115.57 as authorized by City Council through
approval of M&C 24-0954 on November 12, 2024 ("City Participation"); and" is amended in its
entirety to be and read as follows:
WHEREAS, the City desires to participate in this Agreement in an amount not to exceed
$14,086,264.00 as authorized by the City Council through approval of M&C 24-0954 on
November 12, 2024 and approval of M&C 25-0287 on Apri18, 2025 ("City Participation");
and
Ciry of Fort Worth, Texas
Amendment No. 1 to City Secretary Contract No. 62766
Page 1 of 9
2.
The eleventh recital of the CFA which reads "WHEREAS, the City Participation includes
reimbursement to Developer in amounts not to exceed $12,898,657.00 for construction costs, and
$74,592.32 for material testing costs. The remaining City Participation in the amount of
$131,866.25 shall not be paid to Developer, but will be used by the City to pay for the City's
portion of construction inspection services fees, administrative material testing service fees, and
water lab testing fees; and" is amended in its entirety to be and read as follows:
WHEREAS, the City Participation includes reimbursement to Developer in amounts not
to exceed $12,988,657.00 for construction costs, $90,978.00 for material testing costs,
$101,736.00 for McCarthy Pre-Construction Fees and $773,026.75 in Developer
contingency funds. The remaining City Participation in the amount of $131,866.25 shall
not be paid to Developer, but will be used by the City to pay for the City's portion of
construction inspection services fees, administrative material testing service fees, and water
lab testing fees; and
�
The thirteenth recital of the CFA which reads "WHEREAS, Developer will only be
responsible for construction costs that exceed $13,105,115.57 if such costs are caused by the
negligence or willful misconduct of Developer, delays caused by Developer, a breach of this
Agreement by Developer, Developer-directed scope changes, or the Developer's interference with
the progress of the work; and" is amended in its entirety to be and read as follows:
WHEREAS, Developer will only be responsible for directly funding the cost of the
proj ect set forth in this agreement if such costs exceed the amount of the City Participation
as set forth in Section 37(a) and are caused by the negligence or willful misconduct of
Developer, delays caused by Developer, a breach of this Agreement by Developer,
Developer-directed scope changes, or the Developer's interference with the progress of the
work; and
�
Section 37 of the CFA is amended in its entirety to be and read as follows:
37.
City Participation; Fiscal Funding Limitation
(a) The City shall reimburse Developer in amounts not to exceed $12,988,657.00 for
construction costs, $90,978.00 for material testing costs, $101,736.00 for McCarthy Pre-
Construction Fees, and $773,026.75 in Developer contingency funds if the Developer
contingency funds are approved by the City for use in the project through change orders or
an amendment to this Agreement. The remaining City Participation in the amount of
$131,866.25 shall not be paid to Developer, but will be used by the City to pay for the
City's portion of construction inspection services fees, administrative material testing
City of Fort Worth, Texas
Amendment No. 1 to City Secretary Contract No. 62766
Page 2 of 9
service fees, and water lab testing fees.
(b) Developer shall verify that each application for payment is due and payable under the
contracts between Developer and its contractor and that any Improvements that are the
subject of applications for payment have been constructed to the point represented in the
application for payment. Developer shall submit payment requests to the City, in the form
of an invoice, no more frequently than one time per month to obtain reimbursement of the
City Participation (each a"Payment Request"). Each Payment Request shall be delivered
to the City through the City's Trimble software system. Each Payment Request submitted
by Developer shall be accompanied with proof that: (1) Developer has received an invoice
from the contractor/engineer/consultant for the amount included in the Payment Request;
and (2) for Developer's contractor, an affidavit and lien release from the contractor
indicating that Developer has paid the contractor in full for the amount included in each
prior Payment Request and the contractor has paid all direct subcontractors and material
suppliers in full for amounts included in each prior Payment Request. City shall pay all
Payment Requests that are not disputed within 30 days of receipt of the Payment Request.
City shall withhold retainage in the amount of 5% of construction costs invoiced by the
Developer's contractor, except that no retainage shall be withheld on contractor's fee or
general conditions costs. Developer must register as a vendor of the City in order for the
City Participation to be paid to Developer.
(c) Developer will only be responsible for directly funding the cost of the project set forth in
this Agreement if such costs exceed the amount of City Participation as set forth in Section
37(a) and are caused by the negligence or willful misconduct of Developer, delays caused
by Developer, a breach of this Agreement by Developer, Developer-directed scope
changes, or the Developer's interference with the progress of the work.
(d) Notwithstanding any statement to the contrary herein, the City's obligation to pay the
Reimbursement to Developer shall survive the expiration of the Term (including any
Extension Period(s)) until the Reimbursement due and owing to Developer is paid in full.
(e) Substantial completion of the Improvements shall occur after Developer's contractors
notify the City that the Improvements are constructed and ready for their intended use, the
City and Developer's contractors inspect the Improvements, and the City concurs that the
Improvements are substantially complete, which concurrence shall not be unreasonably
withheld, conditioned or delayed. Any retainage withheld from the City Participation will
be released and paid to Developer within thirty-five days of final completion (as defined
in the construction contract for the Improvements) of the Improvements.
(� The funds in this Agreement that have been identified as owner allowances and
construction contingency shall not be used or paid to Developer by the City until a written
change order has been executed by the City, Developer and the Contractor. Such change
order shall not require the approval of the City Council.
5
Section 42 of the CFA is amended in its entirety to be and read as set forth in Exhibit "A"
City of Fort Worth, Texas
Amendment No. 1 to City Secretary Contract No. 62766
Page 3 of 9
of this First Amendment.
6.
a. All other provisions of City Secretary Contract Number 62766 which are not expressly
amended herein, shall remain in full force and effect.
b. All terms in this First Amendment that are capitalized, but not deiined, shall have the
meanings ascribed to those terms in City Secretary Co,ntract Number 62766.
[SIGNATURES ON FOLLOWING PAGE]
City of Fort Worth, Texas
Amendment No. 1 to City Secretary Contract No. 62766
Page 4 of 9
IN WITNESS WHEREOF, the City and Developer have each executed this Agreement by their duly
authorized signatories to be effective on the date executed by the City's Assistant City Manager.
CITY OF FORT WORTH
C���v
Jesica McEachern
Assistant City Manager
Date: 07/25/2025
CRESCENT PROPERTY SERVICES LLC,
a Delaware limited liability company
Kevin Crum
Kevin Crum (Jul 25, 2025 09:5336 CDT)
Name: Kevin Crum
Title: Senior Vice President
Date: 07/25/2025
Recommended by:
� , �• ,//
Dwayne Hollars
Contract Compliance Specialist
Development Services
Approved as to Form & Legality:
���'��� � � _�--
Richard A. McCracken
Sr. Assistant City Attorney
M&C No. 25-0287
Date: 4/8/2025
Contract Compliance Manager:
By signing, I acknowledge that I am the person
responsible for the monitoring and
administration of this contract, including
ensuring all performance and reporting
requirements.
Form 1295: 2025-1272238
ATTEST:
� � ��
Jannette S. Goodall
City Secrctary
�'�I�
Rebecca Owen (Ju125, 202510:05:04 CDT)
Kandice Merrick
Development Manager
City of Fort Worth, Texas
Amendment No. 1 to City Secretary Contract No. 62766
Page 5 of 9
EXffiBIT A
42.
Cost Summary Sheet
Project Name: Camp Bowie Boulevard Roadway Improvements
CFA No.: 24-0132 City Project No.: 104639
i�
GY,'
VS'�#¢�art�rxr�rk 8� 7emo
�aVC .�1- Co�argx Faving & Flat,aork
�i4'C #�`+�'�alored $ St3mped Concxe;e
V'i� �4 =1c�iaal 8 Li�hSi� ��
5h'C #�r Land�piry� 3 I�ri�a �on
�'i�� � rr�C ��OfitrO�
�14C TT- Brick �avers
V'�� #� Jndergmti:nd Udli!ies
FA1-�ereral Cmdroa-rs
FAZ- C�I� Buildere Risk Insur�r�
h'I� Fee
h'14 h'k�Carihy F�rF€rtmarxe £� Paymer�t Eond
M5- Lons�n,�w5 oontingency
h".3- �xne� Allcwan�es
Total �anstructian ��st (excludmg #Fre feesM:
Estima4eC Ccrosfix.tion Fe�:
� Car,str�ian Irr�rt��t�n .�e�rce Fee
E Admin,s�rauve Ma��nal7estir.g 5_w.-!�-�� ��
C. 5i'�a��r T�s;ing L.ab Fee
D. Material TesSn� Cos:'
E h'�JC3f1FYf PF�C9fiSJ1JCdOf1 �t25 {i'��,R�,
To�l �sl�rn�ted Canstruofion Fee�s=
Dewelap� ConG ngenc}�
TOTAL PR0.FECT GOST
�eve�a�ers Cost
S -
S -
E -
5 -
3' -
S -
$ -
5 -
� -
S -
S -
5 -
3 -
S -
5 -
# -
S -
5 -
5 -
a -
� -
�i -
i -
$ -
IPRC No.: 24-0119
TP'NCosd 1�1'aterCost Taeal Cost
5 �13.���-0 C4 S - � 9S,'�� � GO
3 I.�F•�,3�F CO 3 1-3,�i.C{� 5 1.5BF,:se��e CO
� 1.�2�.��8.C� � ?C�.7�.G� ? 2r2�,��2 C�
� 4r6.�rC4.CJ3 $ 05.32�.u7 5 542,�3�.C4
S I 3�h7 GC� �.GO S - 5 �.3h� ��C.G�
S 4G�,6_2.C� 3 5,8?�.ua � �09.4a-1.00
S :..�i3.3�7_'I.�J � - . �33.38?.C�J
S 3E�3.3C�3.C13 S 1�.7C��.u7 "a 5�7.3�3.C�
� - S =-C21.�2o.G0 S =.�21.GBa.G�
S 1.2C�3.B2.'.G� S ��1.'?B.C�1 S 1.?25.5�?.CO
� 134,�2e3.0� � 71.792.C�� � =��.��?.G�
$ �C�,°.�F9.Cw7 $ _�d.sr�.u:l 5 257.5Fo.C7
� ?3.1C�.00 � �a,'?B.�YJ S IQ?,B•;'..C�
S -129�9='.0�'1 S 1r��3C'.u7 5 QL�4���.G'�
:� �a �a.�a s - � ec�a �co.c�
'� 8,2�5_p41.4Q $ 3,729,fifi6.40 $ 1�98B,fi�riA�
5 105.3i:'O.Cti7 $ '2.�2?.57 5 1�4�537 �4
S 5.h1�.CQ S 1.3?o.C� $ d,��C CQ
� - � �.�-�.r 5 � ��� ,'• 9
5 15.36Y.�8 v ?�.59�.32 � 5+].�-B.C�
S 1 C 1.'3�.C{� $ - S 1 C�,-3Q C-0
� �.s�a.sa # s5.sas.�r ; �2a,�ea_�
5 773.���.?5 $ - S 77:3,G�� ?�
9 14�69,OQt_d3 S 3,825�62".t7 �i 1d,�dG,26e1�L10
City of Fort Worth, Texas
Amendment No. 1 to City Secretary Contract No. 62766
Page 6 of 9
C1fy o� FoFt Wofth, Texas
�la}�or and ���ncil �ornrnuni�ati�n
dAl�: t}#�d8�5 h�18.0 FILE FiUFhB�R: hd&C'�.�C�67
LOGl+IAF�[E: �]6CAl�1P BO4YIE CFA AMENQMENf
�SL}8.1 ECT
fC� 7j.�u� roriae Execu�on of .�mendment Nurrr4xe 1 to City �tary Cor�a�4 hFa 62786, a Comrrwnity Facilrties A�gre�xr�nt�rvir.h Crec,r�rrt
Prope€ty �vie.�. LLC. In�easing C ity Partiapatiorr by �931. ]-05.43 far �he Cort�enur.ity Faci�� �,g�ernent-Camp 8o�n��$ Imprauements Project
FZECO�lME7�l�ATIOH;
I; is rec€ar-uri�nded th3t fhe C ity CaimciE au�wrie ex�cuuon af Rn�r�rr�en# F�o 1� Cily Secr�ary Cor�tr�act #�Jun�er E27fifi, a Carnmuniiy
Faa� Ib� ,4gfe illel$ wl5'1 C�� �M1i Pf4pE.Yfy Se�dkCes. L�C. ER�fe3�dlx} Cf.y p3rtl�p3bofl l)]+ 3'331.145.-03. F4f tJle C_=oFl1R'Hkft[ty F3CIIIti�
: r�rnen#-Camp Bo,nie Improvert�erhs pr��t fCit� Project No 10A£39'�.
d�SCU5SFON:
The �ur�°se o� this Maycr and Coua7cd Conrnurs caUon fMB.�; � tia a�.rth�i� a,� arnenCrner:i t# �he G� rurn�nrt� Fa�ilitie� Agreen-�t (G`�Aj to
desf�rata ttw rer�raining C�mding appropriatetl fir fie project in 1E�e afl�ounl of as 59S 1.148.43 as mn4ngency �und�.
On Januaryr 10, 2d�3. U7l #v1a}�ar 8. Cauncl Ca!mxinicatlon f�1&C 2�0@24 �. i�re City Cwncil audr�eC execu,7an of an I rr�eJiocal a,�ment widh
Tarrar�t Courcly in an aFrxaxit !rot to e:{ceed 5'',690_CA0.0� Ua pra4ide rein�ursenient fi:�rding from Tama�t Cour�t�� for the psaject
On Fe�r�ary 13, 2d?4 rhAg C''�135 i, the C.�t� Gauna4 authorr�sd exer_u,1on of a�ee�ign prnc�r�rier+t a�r�een�ent an� project n;ana�eme�t
agr�cerr�nf v`+ih C-escen# Property v�vi �. LLv wrt'� Criy paru+� petion ,n ar arnounl nat to exxed � 1.�`Q L'IX].OG for the en gFn�eering �es� and
praiet+ man�g?rc�rt far � prnject, arrd a�rariz�d a waiver af �e Irrfrastr�„A!ura PI�� Rev�ex Center i�PRCi de�ign re�,�evrfees_ Cre�cer�t
Property .=ern �; � LC ;elected '�"J��lwoad Prof�si�nal Sem�e�, Fn�. as the vr�i�eErirrq c��+�ltari� to perKxn� 1hz design of L`�e p%ect rn
addikion. Crescent �roPertY �vic�. LLC �e4a�ter� lFG TMe �e�ec# Graip, Ir�c_ ta pro,ride praje�t rna�rag�ient :er�rices far'rtre arc;ec�
Or� ;eptefliber 17, Zf�24 fMRC ��OB30}. tl�e Crty Counc�l �c�a�aa a dcna4orr �n fhe amacint o# 51.8[]LS.�4G.�0 irom th� Foct Worah Local
developmer�t C��eprxa�an far�he Canrx 6anaie k�rQrar+err-�n�.
�rr �Jo,+�ernber 12_ �'024; hy Maypor ar� Go�ancil Corrrmun:caiion fMB.0 24-CJ�41. Lhe i�i� Ccx�ncil auiiar�ed ex.ec��on of a Conviwnity+ F:�ali�es
�.g��.rrz with Cre :ent r''rc�y� �ervic�, i1C wit1� CiCy pae� caparia� in an amourrt �oC to exceed $19,105,115.5? fov �e CFn-Camp �ow.�e
Bauleward Imer�+ert-�en� prajeck fCit�r Fr�ject �Jo. 'G4�3391 and a�.�rori: ed a wai,wr�f d� C�anim�nisy Fa�iitie�.4yre�r�ert Applica4on Fee.
By a�proval of th�, MS�C. the C�iy Ga.incil auLhari� the increase �u Ci�y Setxat�ry Cantra�t Ptir.t f�76F� :fythe arnoum r�f $581.1 d8_43_ lY� IS�rujs
v�i�l k7e i�dfieo as a�rtingerrcy fue�ds iha# vvill not r�quire seoarate camUl a€rttw�iza�ar� if neyded. Use of'�e cor�rugency i:ux�s �xill require
�x�an af �an�e orders 2r,� the Cily. The I?eM��oper i� ncrt particip��dny in the 4�n�5rtg of ths� proi?ef a, r! i� l�ng iunded I�y the Ciry and Tarr�ent
Courk�. Fundivrg is lwd�eted i�r [he 2�0 r C:itCapP�aj - CO2013.4 Func+'.ar Lhe Trarrsporta5on and ?�blic '��orku Ceparm�ent ± fP'�!i fcr the
P�-irp�',e af iunds�g fie Camp �e Imprrn•enierds pra}erx. as appropriate�
The follanai€ig t�le ;,Y!ov��s t�e msi�haRrtg lxeakrJou�n fcr me oroject l�etv�n all C�rties:
A. CorTs�uGteon �Cost�r TPYIi Cost Watar Cast �oEal Ccrst
.�W �d.u� 3.3B.d74_OC fA-dC 548,�7d.0�
,JYC �1 �artFnv�ork 8, �emo-
,NC #2- Cancrete Pa�,rin� &
�atueorlt
,NC #�Colored E. St�tn�ped
�anrseta
u1+C #� Elec4ica� & �ag�rting
$O.aG �1.�5�,399.dC 5113_{}IX]_OC 31,565.39J_4�,
$0.[}G �1.9'`'d.128.dC $36Q,000_dC 5�,224.1'_'8.0�,
$d.{}G 5+�7$,96�1_dC $85.3.55_�C $542,289.d�
$O.�C �1_'.�ra,000.40 SO-OC 34,35d.{�.4�
City of Fort Worth, Texas
Amendment No. 1 to City Secretary Contract No. 62766
Page 7 of 9
,NC #� L.�dscapir� 8 frrigati�n
uVC #& Trai�ic �tm�d
4YC #7- �nck Pavars
JVC � Underg�iound iJtil�es
M]�General Conditiora�
�0_flC $40Q,622_OC� �.`,,572_0� $406,4�4_00
�
$O.�C �33,36�_dG $d.d� $233,3E7.00
�0.�'{'i �3�3,3�3_dC �1 E4,000_dL �55?,3��?.fl0
$O.L'C $d.QC 52,0�'1,088_dC 52,02�.4BB.00
�O.�C �1.2D3,&31_06 ��.,?1,73G.00 51,725_.�,E7.Od
442-CCrPHuildersR4skln.:+.xar�ce $O.�C $1f�,428.DC $71,799.0� $2�d,��.fld
M3- Fe� �O.�C �6D6,259_dD �55,399_00� �367,558.Od
�i� i:'iG�3f�lj+r ; ��_ �.. .._ $�
�j4T"IEiI� �}fl�
M� Cor�s�hucbon ...., �tl, ,Y:., ,..; *
41� ��erP.11o�+rarFces
�O.�C $73,105.OG 3,�'�.73G_OC �902,6Ei1.00
�O.�C $�'z6,627.00 $177,fi01.dC �604,�.470
$O.�C $S�G,q00..DC $O.dC $SOd,a';.�_00
Suk�toU31
�,�€a�m�c�Ort Fees�
$O.C�C �9_259,q41.dLti$3.7'}z5,B16.d6�12,988,fi57.00
a.CortstructionknspecUonFae $0_�3C $1{25,300.dLt $19,237_5 $i24,537.�0
4_Adrunhk3t�sialTes4r���e $O.�C 5�,512.QC �1,378.d $6.890_00
7_ Vtifates �ssting Lab �ee �0_�C �d.0� $438.? 5439.75
�
=. Matierial Teskinr., fi�-� $0_fiG $18,38�_BP $74,�92_3 S9d, B78.E10
=_ FAeCarr�ry �re��ctiort
�ees (CFh4#i�' $0_fiG $1�1,?36.QG �O.d ��ld],735.00
;. Ee�+elopEr�on�n9en�.Y' $0_�C $773,026.75 �d.0� 5773,6?G.75
�
�atal Pta�e�4 C�,.k $0_fsL� $10.281,001.4.': 53.8?5,26?_5�14,086,?E4.00
Funding fa #ie C�A-Camp 6on�,rie kmpea,+er��erz'� prcyect as depic#�d i€� the talale k�Jay.
Fir�d Exis�ng Addi�ionak nr�ct To�l
A�.r,..r.;,,��a, :, Appropra4�ns
�BCOS-
4'v�ate:,' �rr�
�andi{}16 �123,dLti:r.00 �0_00 ��21,�,70.00
�1�C 2�-0�35
City of Fort Worth, Texas
Amendment No. 1 to City Secretary Contract No. 62766
Page 8 of 9
i
sa�oa n���iop�
co��,tio„ ��,�oo,ao-a.oa �a_oa s�,soa.�oa.aa
�r�a,c za_aaso
�a�os
i�i
conv;�x,tion s�,a�r,_or�o.aa �a_oo �,asa.��.aa
M8C 2300=4
.34d � 7-�L7�
CritCapneo}
CO2013� S&,,336 83�.09 �d_OQ 5�.336.83L.Ofl
�18C 2300=4
39�iv' - StreEt
Irr-�ccr�err�
2005 �3 lf�7_99 �0_OQ 5463,1�2.00
JMIUk.. ry.Y414JG4
ilVULJ� - �YlU1il
c����� p'��� �w,��s �sa.oa �a oa �a,a�s.t�.aa
r�ac ��-ossa
��tro� s��,�s,�sa�aa so.00 ���,�s,�s�,00
Funv�ng i: k�.Gdgeted in t�e �]0? �:rtr'�ra}- CO2dt3A Fur,� #or tl;e TF�JY dePartr�-�entfart�e pe�rpo�..e affunding the C�A-Ca�ip �ewvie
Impra,�emer�ts project, a� apFso�-uia#ed.
BLJSI N�S E�LJI TY- av'I N� nat set a��ne�s EquiiY 9aaE for d�ve��oer portiorr_g of Conrnurrcly �a�lities Agreenierrts ore Cl�3r�ge Orders
a€rd+ae Ar��radrrre�tts_
This p€ae�t is locafied m COLINCIL dISTRIGT7_
FlSC,4L INFORMA7lDN � CER7iflCAlION:
The �ire�ur of Fna€��e certifies rha, vnd : are aw�aaak�le in the curre�k �:�pttal b�dget, as previaa�ly appFapriaGed, in #� 20L'7 C ri�ar`�rol -
CGr201?,:t Fur*� ror the CF�,�ar.7p 6arr�ie I n�rc�,�eme�Ls pr€�c�[.4 Ca sup��t �w appraxwa� c.� t�e ak�ove :�oriimendation and exsc�tion oi ihe
W ��U���, ��.�,t ?riortc arry expertdi�r�e I�eing �rtaamad, tl�e Tran��«rt�tion ��lic V4'cxks and Qevelop��ni 5er�ices Cepartri�enk: hawe 1t�e
resprnsik�uity ta validate the availal� lityr of firnd,
S�bmitEed for Citv l4lan�oers O�Fioe b�+: Jesora �alc�achen� �8[]4
Ori�rna4rr9 $usin�ss lfnrt Head; �l 31arrWl ��32
Ad�e#ionall�xforntiatirnCorrtaGt: Sulay5laEugh�e 8009
Meli:sa Fkart� &4?8
City of Fort Worth, Texas
Amendment No. 1 to City Secretary Contract No. 62766
Page 9 of 9
_ �
McCarthy Building Companies Inc.
3400 North Central Expressway Suite 500
Richardson, Texas 75082
Phone: (972)991-5500
PCCO #01
Project: 002259.000 - Camp Bowie
3230 Camp Bowie Blvd,
Fort Worth, Texas 76107
Prime Contract Change Order #01: CE #01 - Rodeo Delay Impact
TO: FROM: McCarthy Building Companies Inc
12851 Manchester Rd
Saint Louis, Missouri 63131-1802
DATE CREATED: 1/14/2025 CREATED BY: Riley Seahorn (McCarthy Building Companies
Inc)
CONTRACT STATUS: Draft
SCHEDULE IMPACT:
CONTRACT FOR:
REVISION: 0
0 days
1:CAMP BOWIE BOULEVARD ROADWAY TOTAL AMOUNT:
IMPROVEMENTS (MONTGOMERY STREET
TO UNIVERSITY DRIVE)
DESCRIPTION:
CE #01 - Rodeo Delav Impact
DESCRIPTION OF PROPOSED CHANGE:
CE 01 - Rodeo Delay Impact
$90,000.00
SCOPE:
Due to changes in the M&C dates, originally set for October 10, 2024, then adjusted to October 22, 2024, and ultimately finalized for November 15,
2024, the CMAR staff initially prepared to mobilize the project with an NTP (Notice to Proceed) slated for November 4, 2024. The City of Fort Worth
decided to postpone the NTP date until after the 2025 Fort Worth Stock Show and Rodeo (FWSSR). This adjustment aims to minimize disruptions,
ensuring the construction start date will impact only one FWSSR in 2026. These changes have affected the project timeline, including mobilizing the
CMAR team and the inability of one WC package to retain key subcontractors for concrete placement. The Notice to Proceed was issued February 10,
2025. The parties agree that, based on the date of issuance, the substantial completion date is April 16, 2026. An updated project schedule reflecting
the same is incorporated herein.
REFERENCE:
Please reference attached pricing with backup for the CMAR General Conditions for November through February 10, 2025 along with WC 2 Concrete
Flatwork Impacts.
ATTACHMENTS:
POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER:
PCO # � Title
01 � CE #01 - Rodeo Delay Impact
CHANGE ORDER LINE ITEMS:
Schedule Impact
Total:
Amount
$90,000.00
$90,000.00
McCarthy Building Companies Inc. page 1 of 2 Printed On: 1/14/2025 04:16 PM
_ �
PCO # 01 : CE #01 - Rodeo Delay Impact
# Cost Code Description
32130-32130.0100.00.00 - WC #2 - CONC PV
1 & FW 2- WC2: Concrete Paving & Flatwork
I2 01900-01900.0955.00.00 - CONTINGENCY M5 - Construction Contingency
I26000-26000.0000.00.00 - WC #4 - ELEC &
3 LIGHT 4- WC4: Electrical and Lighting
4 80000-80000.0001.00.00 - NTP 2/10/2025 CO 01 - Revised Schedule
I
I
The original (Contract Sum)
Net change by previously authorized Change Orders
The contract sum prior to this Change Order was
The contract sum would be changed by this Change Order in the amount of
The new contract sum including this Change Order will be
The contract time will not be changed by this Change Order by 0 days.
I NTP 2/10/2025 - Total Impact
IWC#2 - CONCRETE PAVING & FLATWORK $
IGENERAL CONDITIONS $
ICCIP (2.02%) $
IBUILDERS RISK $
IFEE (7.95%) $
IBOND (0.8%) $
I Total $
Table Summary
I Change Order#001
I WC#2 - CONCRETE $
INTP 2/10/2025 $
ICONTINGENCY $
IELECTRICAL $
I Tota1= $
Crescent Property Services LLC
3230 Camp Bowie Blvd, Suite 500
Fort Worth, TX 76107
15, 513.00 I
232,070.00 I
5,001.18 I
1,750.00 I
20,219.57 I
2,196.43 I
276,750 I
15,513.00 I
261,237.00 I
(90,000.00) I
(96, 750.00) I
90,000.00 �
The Projects Group
301 Commerce St #1301
Fort Worth, TX 76102
a /��o %a5
IG RE DATE SIGNATURE
PCCO #01
Type
Subcontracts
Material
Subcontracts
Amount
$15,513.00
($9Q000.00)
($96,750.00)
Labor & Burden $261,237.00
Subtotal: $9Q000.00
Grend Total: $90,000.00
$12,898,656.00
$ 0.00
$12,898,656.00
$90,000.00
$12,988,656.00
McCarthy Building Companies Inc
12851 Manchester Rd
Saint Louis, Missouri 63131-1802
Digitally signed by Mark Valdez
DN C=US,
Mark Valdez O=McCarthyBuldngrComp nies,
CN=Mark Valdez
Date� 2025.02.10 1137:11-06'00'
DATE SIGNATURE DATE
McCarthy Building Companies Inc. page 2 of 2 Printed On: 1/14/2025 04:16 PM
_ �
McCarthy Building Companies Inc.
3400 North Central Expressway Suite 500
Richardson, Texas 75082
Phone: (972)991-5500
PCCO #002
Project: 002259.000 - Camp Bowie
3230 Camp Bowie Blvd,
Fort Worth, Texas 76107
Prime Contract Change Order #002: CE #02 - CO 02 - Curb and Gutter
Removal
TO: FROM: McCarthy Building Companies Inc
DATE CREATED:
CONTRACT STATUS:
SCHEDULE IMPACT:
CONTRACT FOR:
2/25/2025
Draft
12851 Manchester Rd
Saint Louis, Missouri 63131-1802
CREATED BY: Mark Valdez (McCarthy Building Companies
Inc)
REVISION: 0
1�CAMP BOWIE BOULEVARD ROADWAY TOTAL AMOUNT: $0.00
IMPROVEMENTS (MONTGOMERY STREET
TO UNIVERSITY DRIVE)
DESCRIPTION:
CE #02 - CO 02 - Curb and Gutter Removal
This Change Order covers additional labor, equipment, and disposal services for the removal of 380 linear feet of
curb and gutter, as outlined on Page 19 of the plan set. Although this work was initially designated for completion by
another party, McCarthy was asked to provide pricing for carrying out the task.
ATTACHMENTS:
CO 02 - Curb & Gutter Removal.qdf
POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER:
I PCO # I Title
I 002 CE #02 - CO 02 - Curb and Gutter Removal
I
CHANGE ORDER LINE ITEMS:
PCO # 002 : CE #02 - CO 02 - Curb and Gutter Removal
I# Cost Code Description
I� 31000-31000.0000.00.00 - WC #1 - EW & 1- WC1: Earthwork and Demolition
DEMO
I01800-01800.0820.00.00 - BUILDER'S RISK
2 INSUR M2 - Builder's Risk Insurance
I 3 01800-01800.0810.00.00 - COST OF RISK M2 - CCIP
(GL)
I 4 01700-01700.0730.00.00 - PERF & PAYMENT M4 - McCarthy Performance & Payment Bond
BOND
I5 01900-01900.0910.00.00 - INITIAL MARKUP M3 - Fee
I6 01900-01900.0955.00.00 - CONTINGENCY M5 - Construction Contingency
I
I
Schedule Impact
Tota I:
Amount
Type
Subcontracts
Material
Material
Material
Fee
Material
Subtotal:
Grand Total:
$0.00
$0.00
Amount
$2.987.00
$30.00
$60.00
$3.00
$245.00
($3,325.00)
$0.00
$0.00
McCarthy Building Companies Inc. page 1 of 2 Printed On: 2/25/2025 05:10 PM
NOIE: CONiRACTOR TO
SALVRGE HISTORIC BRICK
AND UTLIZE FIX2 UTLIN
iRENCH REPNR. ANV E%CE55
HISTORIC BRICK 1NLL BE
COORDINAIED N1iH CpFW
FOR STORAGE.
NOIE:
1. CONiRACTOR AN� qN
INSPECiOR TO CONiACi IHE
CIiYS WA1ER FIEID
OPERATONS PRIIX2 i0 ML
IIEMS BEING RENOVED pt
SALVAGE�.
2. CONiRACTOR SHALL
PRONOE DOCUMENTS TO Cltt
INSPECTOR FOR ALL ITEMS
REMO�ED AND SALVAGED TO
THE CINS FlELD WA1ER
OPERATONS
3. CONTACT WAREHOUSE
SUPERNSOR, JESUS RRMIREZ
AT (B1)) 392-502) OR
WAIER SYSlEMS SUPERNSOR
MATMEW OA�IS AT (81))
944-82]]. DELIVER ALL 2+00
SALVRGE� MATQiIPLS TO _ �
CIiY OF FORT WORTH FlEID
OPERAilONS LOCAiED Ri
1608 11T1 AVE. FORT WORIH.
l% ]8102.
4. ALL SRLVACED
MAIERIALS MUST BE
�ELIVQ2E0 TO tltt OF FORT
`NORTH FlELD OPQ2ATIONS
NITHIN IN 5 �pg@ DFYS.
5. ALL O1HER WRTER
MAINS SHRLL BE RBRNOONEO
BY DRAINING TIE E%ISTNG
MAIN. CUTIING ANO FlLLING
TIE E%ISIING MAIN N1T1
GROUi, AND PLUGGING IN
ACCORDANCE 1NT1 iHE CI1Y
OF FORT WJRTI STANDARD
CONSiRUCTON
SPECIFlCAlIONS AND DETNLS
�CM 5.22.1.1
�
�
�
��
oS
mY
REMOVE AN� REPLICE �3 LF OF E%ISPNG 9' REMOVE ANO REPLACE 140 li OF E%ISTNG 8' NIRIFlED CLAY SEWQ2
HTRIFlm CLAY SEWER PIPE BV OPEN CUT PIPE BV PIPE BURSTNG �
(SAME TRENCH) SEE SEWER SH. 14-15 SEE SEWER SH. 14-15 l �
� LOT iR-1, BLOCK 2 I
� NOR1H IEXAS STATE UNIVERSIN
TEXAS COLLEGE OF OS7EOPATHIC MEDICINE ADDIITON
� (CAB. A, SLIDE 2179) REuo� � sa�vnce II
START OEMOLITON EX 'NO PARKINC
REMOVE AND REPIACE SANITARY � A1 EXISPNG JOINi RE�OVE B8� SF OF STAiE OF iEXPS 1H15 SIDE OF
MANHOLE (SEE SHEET 15) -��„� i, ,,,�,�, i CONCREtE SIDEWAI/(� �VOL 8953. PG 2012) SIREET' (R-l) 9GN
.i.i �'p.�Y'.' _ :?'1 �
Y. I
r';;;;;;;;;;;; �. �
"' REMOVE h PROIECT 213 `REMOVE 151 LF OF CURB AND GUTIER
CAMP BOW/E BOULEVARD REMOVE h SALVAGE SV OF BRICK PAVERS PER I
REMOVE 215 SY OF �' E%ISTNO LIGHT�� COFW SPEC 32 14 16 REMOVE AND REPUCE SANITARY �
(rw�sm��-wy ��E� pq�M�T POLE,REMOVE E%ISTNG �� � � MANHOLE (SEE SHEET 15) �
f011NDAilON, k CONDIIIT � }
. REAIOYE 335 SY OF E%ISTNG 30' WAIER LINE TO �
REAIOYE & PROIECT CONCREIE PA�EMENT BE REPUCED BY OhiERS
IB SV OF BRICN � � SEPARAIE CIXJiRAC» F
G�YERS PER COFW ; : . .,, �
� 3+00 svec 3z u ie p+pp � � .: ..: :.:: .., __ _'_ � —zaocoez _ e+ y
5+00 ;; x
CPN 105
— — � � � A . �' � ' ,, � _� �= W
I �
— il C '
. --� �
��
�4� ��� ��..,i
\�
�0�����
'��?�g��
. .. i. .�.: . ......�:.� ... . . .. ........ ... . � .... . . . ��:. .....:.. ................,..:... Z
REMOVE NEDIAN CURB IJGHT PIX£S RENOYEO BY J
k CUTiER (28L� REMOVE & PROiECT 232 �PARAIE CONiRACT
REMOVE EX BOLLAROS REIAOVE & PROIECT 12 •�SY OF BRICK PNVERS PER �
SY OF BRICK PAVERS PER COFW SPEC 32 14 1fi
RENOVE NEOIAN COFW SPEC 32 14 16 i Q
Cl1RB h GUTIER
(3fi2LF) - _________ __ C
+ _ G
REMOVE 69 LF OF � � , � �/�
REAIO�.E 26 lF CURB & GUt1ERJ
Oi CURB AND PROIECT EkIST /
GUiIER REAIOYE 41 Sf OF CURB� A
CONCRETE SIOEWALK
LOT A, BLOCK 1
AMON CARIER MUSEUM OF WESIERN ARTS
(VOL 388-107, PG. 59)
AMON G. CARTER FOIINDAPON
(VOL. 4542 PG. a6J)
REMOVE PNO REPLRCE 400 lF OF E%ISTING NTRIFlED CLAY SEWQi PIPE BY PIPE BURSIING
SEE SENER SH. 14-15
IXtWT RNO ABANOON 400 LF Of E%ISTNG CI WAIER PIPE PQt SPEC 02 O1 14
REM04£ & DISPOSE OF REMO�E 2810 SF OF LOT 1R-1� BLOCK 2 REMOVE k SALVI
E% BUS STOP, TRASH � �CqJCREIE SIDEWALN NORTH IEXA$ STAIE UNIVERSIT( PEDESTRIAN SICN
CAN & BENCHES iEXAS COLLEGE OF OS7EOPATHIC MEDILYNE ADOIITON
REMOYE 6LF OF (CAB. A, $LIDE 2179J
�TO E%SIINGRB ��� v / �xM/M SiqiE OF TEXAS RI=MOVE 50 LF OF
CURB INLET XXXI (���. oro�, r�. e�ie� �� ;9 AND CUTIER
RM01�E @ PROIECT 86
O / \ � SY OF BRICK PAVERS PER 0
� [ ` PROiECi E%ISiING COFW SGEC 32 14 18� O
+ REMOVE PND REPLACE TOP OF �� cuae exisnNc ao' wa�R uNe CAMP BOW/E BOULEVARD ReMove � rzePuce ��
{O E%ISTING CIIRB INLET PER COFW N BE REPLACED BV MONTGONERY NE%T REMOYE 3BU LF Of CURB-� O
DETAIL `REMOYE h SALVAGE OiHERS (%-28082) ��� ��'Mh A
Q EX BUS STOP 9GN — CPN:105062 . SIGNAL SIGN� _} r
f � � �� STORAOE TO BE ' ��� \ ,. ;�;� a
N ---E% CONC NRN LANE- COORDINAIED tNTH � PROTECT E%ISTING� \. REMOVE 59 SV OF
Q �+rnINITY METRO FRANCHISE MRNHOLE 9+00 T'�NCRETE PPYEMENT ���y�`� F
W � �� �-��--tt----�� E�-- - -�Y- -� -- -- - _ REAIOYE E%ISTNG MRNHOLE��� :IJ
Ei
�.�r� ,;�; W
I s LICHT POLES REMOVE� BV
= 4�•\• REMOVE ]6 SY OF REM —SFPARAh CONiRACT - - - - _ _ l` _ _ _�_ ��........... �L
` � OVE k SALVA(i REMOVE k PROIECT 85 — J
CONCRETE PA�EMENT PEDESIRIAN AHEAO � SY OF BRICK PAVERS PER y
� BY OT1ER5 SIGN PROIECT E%IST COFW SPEC �2 14 16 T,
F GAS LME A �
Q PROIECT E%ISiING SALVnCE GAIE F
� �WRB REMOYE 12 LF OF ��` 1 � yq�yE Q
r J1RB AND GUTTER-_. C
�� �� 4� � / � � - ��, � � - c
� �REMOVE 4 SY OF J
REIAOVE & SALVAGE REMO�E, PROIECT-� CONCRETE PAVEMENiS� REMO�.E 53 LF OF
PmE51RIRN AHEAD AND REPLACE 341 SY SRLVRGE GNIE VALVE CURB ANO GUTIER
SIIXJ � OF BRICN PAYERS
PER COFW SPEC 32 ��
LOT A, BLOCK 1 14 16 AF1ER WAIER
AMON CAR7ER MUSEUM OF WES7ERN ARTS A LINE INSTALLAlION � ��
(VOL. 388-107, PG. 59� ���Cp��i�viii 9 REMO�E 344 SF OF .REMOVE h Sr1LVAGE
a0%IMAiFio[:ni�v�F CONCREIE9DEWALK �PE�ESIRIANSIGN
AMON G. CARIER FOUNDATION n Ilil I1 n I � GROUi. RBANDON, AN� REPLACE 150 lF OF E%ISTNG 12�
(VOL. 4542, PG. 46)) E Ex CAST IRON WA1ER AIAIN - gE WAIER SH. 8-B
J115 AREA n1E
R6VISIONS
No�
� CMIP BOVAE RFl WRTER 11NE SHIFT & ABANDONNENT 2/�/�ff2.
�� RFl 34 ELECTRICAL-PROPOSE� CONDUIT R1-22 � t 4dz:
�� PLCO J.10.12.19.0O2 & AMENOMENT 2 8%2 � bz
5 � � zo
� REIAOVE CONCftEIE PAVDAENT
REMOVE CONCREIE
��\\\\Y _______ CURB RND GUTfER
REMOVE ASPHPLT UNrtS OF SANCUT
PAVEAIENT
�REIAOVE Y I I HISTORIC BRICK
PROIECT BRICK u P2ENq1 RFPNR
PAYERS
REIAOVE �RIVEWRY l.a! E% IREE TO BE
PAVEMENT REMOVED. REFQ2
TO LANDSCAPE
PLANS.
RQAOVE CONCREIE p1E�..F..,,TFx, *
SIDEWAIK � � �w `
iREE PROIEClION
RE: LANDSCAPE ��XF16ia"�
DETAILS °�S.ti��EN9�83'�"rt
�/ONNENG
REFERENCE LANDSCAPE
�PL4N5 FOR iREE REMOVALI Exq �aNCYPA�cnc[ acr. 5 oE�mwhxrs
RND PROTECTON O�eTMW/RORS ALI�ERATOx OF ? SF 1 OOqINB i
� ���� �AE [ouwxc �us eHo3 aa�a�ai
� c �y�vEVEwx
CONSTRUCTI()\' \'OTEJ
�IF�Rn�IC �Bn cim�na6 (el'/1 ]Gx-e3v6
��R �CIR�+(el��'�lIS-eRl�
ori (mI��) aw-eete
u� o �q�uRs�i m�o-wo-i[s
HORi7.O7�TAi. & ViRTTCAI. CONTROi.
Bw� e,s gur qe gu� Zs
�,�':f"wf°C4� W:7�� ,��`3�'��'�"
���' �,9�i.� �YR��i
@w/ 40 / v B 1 Pat x
� f��E �'�od' �q��:�� E � ' �"��
�[';�� �ff��� Y ��I ��� �
�IN PRCVECi N0, f05§$I ' X-I�50
IPRC lPRC24-0119 MdP5C0 N0. TAR-OJ[N
FlO J01)4-OP001J331-105654-EO16&5 TAD AIAP N0. 2036-392
CITY OF FORT WORTH, TEXAS
CAMP BOWIE BOtiLEVARD
ROADW�YIMPROVRMF,NTS
DEMOLITION PLAN STA 0+00 TO
STA 10+00
��ED:CSC/MKBI50&5o22892I DA�JUL 2024 I 19 OF 92
Q
J
�
W
w
3
�
Pa
5
¢
U
_ �
McCarthy Building Companies Inc.
3400 North Central Expressway Suite 500
Richardson, Texas 75082
Phone: (972)991-5500
PCCO #003
Project: 002259.000 - Camp Bowie
3230 Camp Bowie Blvd,
Fort Worth, Texas 76107
Prime Contract Change Order #003: CE #03 - Camp Bowie - Stakeholder
Signage
TO: FROM: McCarthy Building Companies Inc
DATE CREATED:
CONTRACT STATUS:
SCHEDULE IMPACT:
CONTRACT FOR:
3/05/2025
Draft
12851 Manchester Rd
Saint Louis, Missouri 63131-1802
CREATED BY: Mark Valdez (McCarthy Building Companies
Inc)
REVISION: 0
1�CAMP BOWIE BOULEVARD ROADWAY TOTAL AMOUNT: $0.00
IMPROVEMENTS (MONTGOMERY STREET
TO UNIVERSITY DRIVE)
DESCRIPTION:
CE #03 - Camp Bowie - Stakeholder Sianaae
This Change Order covers additional labor, equipment, and materials for the installation and maintenance of
stakeholder signage. The plan was proposed as a way to provide stakeholders (Amon Carter and Kimbell loading
docks) with visual guidance for entrances and exits during construction.
ATTACHMENTS:
POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER:
I PCO # I Title
I 003 CE #03 - Camp Bowie - Stakeholder Signage
I
CHANGE ORDER LINE ITEMS:
PCO # 003 : CE #03 - Camp Bowie - Stakeholder Signage
I# Cost Code Description
I � 34044-34044.0050.00.00 - WC #6 - TRAF
CNTRL
I 2 01800-01800.0820.00.00 - BUILDER'S RISK
INSUR
I 3 01800-01800.0810.00.00 - COST OF RISK
(GL)
I 4 01700-01700.0730.00.00 - PERF & PAYMENT
BOND
I5 01900-01900.0910.00.00 - INITIAL MARKUP
I6 01900-01900.0955.00.00-CONTINGENCY
I
I
The original (Contract Sum)
Net change by previously authorized Change Orders
The contract sum prior to this Change Order was
The contract sum would be changed by this Change Order in the amount of
The new contract sum including this Change Order will be
The contract time will not be changed by this Change Order.
Schedule Impact
Tota I:
Type
Subcontracts
Material
Material
Material
Fee
Material
Amount
$0.00
$0.00
Amount
$2.989.17
$60.34
$30.49
$27.00
$245.00
($3,352.00)
Subtotal: $0.00
Grand Total: $0.00
$12,898,656.00
$90,000.00
$12,988,656.00
$0.00
$12,988,656.00
McCarthy Building Companies Inc. page 1 of 2 Printed On: 3/5/2025 05:42 PM
_ �
McCarthy Building Companies Inc.
3400 North Central Expressway Suite 500
Richardson, Texas 75082
Phone: (972)991-5500
PCCO #004
Project: 002259.000 - Camp Bowie
3230 Camp Bowie Blvd,
Fort Worth, Texas 76107
Prime Contract Change Order #004: CE #04 - Camp Bowie - Amon Carter
Temp Access
TO: FROM: McCarthy Building Companies Inc
DATE CREATED:
CONTRACT STATUS:
SCHEDULE IMPACT:
CONTRACT FOR:
3/18/2025
Draft
12851 Manchester Rd
Saint Louis, Missouri 63131-1802
CREATED BY: Mark Valdez (McCarthy Building Companies
Inc)
REVISION: 0
1�CAMP BOWIE BOULEVARD ROADWAY TOTAL AMOUNT: $0.00
IMPROVEMENTS (MONTGOMERY STREET
TO UNIVERSITY DRIVE)
DESCRIPTION:
CE #04 - Camp Bowie - Amon Carter Temp Access
This Change Order covers additional labor, equipment, and materials for the installation and removal of a temporary
flexbase crossover for the Amon Carter Museum parking lot and loading dock. Museum requested smooth access
for event being hosted on 3/18/2025. McCarthy expedited this work to be complete by end of day Monday
(3/17/2025).
ATTACHMENTS:
CO 04 - Amon Carter Temo Access.pdf
POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER:
I PCO # I Title
I004 CE #04 - Camp Bowie - Amon Carter Temp Access
I
CHANGE ORDER LINE ITEMS:
PCO # 004 : CE #04 - Camp Bowie - Amon Carter Temp Access
I# Cost Code
I34044-34044.0050.00.00 - WC #6 - TRAF
� CNTRL 6- WC6: Traffic Control
I01800-01800.0820.00.00 - BUILDER'S RISK
2 INSUR Builders Risk Insurance
I 3 01800-01800.0810.00.00 - COST OF RISK M2 - CCIP
(GL)
I4 01900-01900.0910.00.00 - INITIAL MARKUP M3 - Fee
I 5 01700-01700.0730.00.00 - PERF & PAYMENT M4 - P& P Bond
BOND
I6 01900-01900.0955.00.00 - CONTINGENCY MS - Construction Contingency
I
I
ISchedule Impact Amount
Total:
Description Type
Subcontracts
Material
Material
Fee
Material
Material
Subtotal:
Grand Total:
$0.00
$0.00
Amount
$4,691.00
$48.00
$95.00
$384.00
$42.00
($5,260.00)
$0.00
$0.00
McCarthy Building Companies Inc. page 1 of 2 Printed On: 3/18/2025 08:06 AM
_ �
McCarthy Building Companies Inc.
3400 North Central Expressway Suite 500
Richardson, Texas 75082
Phone: (972)991-5500
PCCO #005
Project: 002259.000 - Camp Bowie
3230 Camp Bowie Blvd,
Fort Worth, Texas 76107
Prime Contract Change Order #005: CE #05 - Camp Bowie - Additional
Curb and Gutter
TO: FROM: McCarthy Building Companies Inc
DATE CREATED:
CONTRACT STATUS:
SCHEDULE IMPACT:
CONTRACT FOR:
3/20/2025
Draft
12851 Manchester Rd
Saint Louis, Missouri 63131-1802
CREATED BY: Mark Valdez (McCarthy Building Companies
Inc)
REVISION: 0
1�CAMP BOWIE BOULEVARD ROADWAY TOTAL AMOUNT: $0.00
IMPROVEMENTS (MONTGOMERY STREET
TO UNIVERSITY DRIVE)
DESCRIPTION:
CE #05 - Camp Bowie - Additional Curb and Gutter
This Change Order covers additional labor, equipment, and materials for the removal and reinstallation of 354LF of curb and gutter. In effort to reduce
overall cost and keep project efficiency, McCarthy intends to use flexbase in lieu of lime under the curb and gutter.
ATTACHMENTS:
POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER:
I PCO # I Title
I 005 CE #05 - Camp Bowie - Additional Curb and Gutter
I
CHANGE ORDER LINE ITEMS:
PCO # 005 : CE #05 - Camp Bowie - Additional Curb and Gutter
I# Cost Code
I31000-31000.0000.00.00 - WC #1 - EW &
� DEMO WC1 - Earthwork and Demolition
IZ &2F� -32130.0100.00.00 - WC #2 - CONC PV WC2 - Concrete Paving & Flalwork
I 3 01800-01800.0810.00.00 - COST OF RISK M2 - CCIP
(GL)
I 4 01800-01800.0820.00.00 - BUILDER'S RISK
INSUR
I5 01900-01900.0910.00.00 - INITIAL MARKUP M3 - Fee
I01700-01700.0730.00.00 - PERF & PAYMENT
6 BOND M4 - P& P Bond
I7 01900-01900.0955.00.00-CONTINGENCY M5-ConstructionContingency
I
I
Schedule Impact
Total:
Description
Amount
Type
Subcontracts
Subcontracts
Material
Material
Fee
Material
Material
Subtotal:
Grand Total:
$0.00
$0.00
Amount
518,623.00
$1$775.00
$755.00
$382.00
$3,064.00
$333.00
($41,932.00)
$0.00
$0.00
McCarthy Building Companies Inc. page 1 of 2 Printed On: 3/24/2025 06:12 PM
�
�
�
��
oS
m�z
/ � IX2WT, ABANDON, AN� REPLRCE 400 LF OF IXISTING 4�
CAST IRpI WNIER uAIN - SEE WqTER SH. 10
-REMOYE 44 SF OF
CONCREIE DRIVEWAYLOT 14 LOT 15 LOT 16
GREGORY N. �OW, iRUSiEE CONNIE L HETZLER AND
(iNsr. r�o. oziii�azoo) Kcv�N c. HErz�a
REMOYE 189 SF OF (INST. N0. D216250296)
CONCREIE SIOEWAII(� REAIOYI 26 LF OF .
CURB AND GUTIER SRLVACE WR
-y ��-_-- �e- �Y�.__ �b
� ___ >___
Q��REMOVE 9B LF OF ' W������ \���\\ W \ o \
�� C\\\\ ��\�� \\\�
�� SRLVAGE WAIER METQ2 CONCRElE30RIYEWAY \
r \\ \ REA10`�E k REPLnCE \
F \\ EXISTNG 2HR PARNIN\pl REMO�E 1] LF OF
E%ISIING CURB
a�- �
��
�, E% ROW
�\ \\������
rE 56 SF OF
2ElE SIDEWAII( MINIX2 SI
\��� P�ca oRPEci
iw \ i �=fl E� -- -E� _ - -E'I_ -
J �
_ \
Q \
� y
NOTE:
1. CONIRACTOR AND CIiV
INSPECTOR TO CONTACT THE
CINS WAIER FlEL�
OPERATONS PRIOR i0 ALL
IiEA15 B�NG REIAOYED OR
SALVAGED.
2 CONiRACTOR SHALL
PRONDE DOCUNEIJTS TO CIN
INSPECTOR FOR ALL IlEMS
REMOVEO ANO SALVRGED TO ._
T1E CIT'S FIELO WATER
OPERATONS.
3. CONTACT WAREHWSE
SUPERNSOR, JESIIS RAMIREZ
AT (81]) 392-502] OR
WAIER SYSIEMS SUPERVISOR
AIAiT1EW �ANS Ri (91J)
944-82JJ. DELI�ER ALL I
$ALVAC{D AIAIERIALS TO
CIIY OF FORT WORiH FlELD
OPERATONS LOLRiED AT
1608 11T1 AVE. FORi WJR?H,
TX ]6102.
4. ALL SALVAGED
NAIERIALS MUST BE
DEIIYEREO TO Cltt OF fORT
WIXtT1 FIELO OPERATONS
W11HIN IN 5 f�Qg@ DAYS.
`
\PROTECi IXISIIN(
CURB AND GUT1E
N0 � \
+ \
N
y �8
W
Z
J
_
�
��
�\� �19+00 2W00
REMOVE 60 lF OF REAIOYE 80 LF 8� PVCL C
WRB RN\\\\\\ FIRE SERVICE 29 Fl
�REMO�E 821 li OF -, M
CURB AND CUTIER
REMOK ]830 SY OF
ASPHNLT PNYEMENT SALVAGE I�� �
\ �� ���� �� . \� 'W � RC
\\\\\\\\ \\\ \\\�\ .�\� \ I \\ �, Fl ����� ��.�\\ '�
��������� ��\\\)yvv\v 1v� � � . v �����vv
LREMOVE & SALVAGE LRENOVE & SRLVAGE REAI
EXISTING LIGHT POIE, EXI�
EXISPNG IJGHT POLE, E% ROW
REMOVE E%ISTNG REAIO�E E%ISTNG REAI
FOUN�AtIIXJ k CON�UIt FOUNDATON & CONOUIT ��T � FOU
THE KIMBELL
(INST. N0. D210262133)
PROIECT E%ISIING CITY OF FORT WORiH
CURB AND GUTIER (INST N0. D200026685)
� GROUT, ABANDON, AND FEPLACE 400 LF OF EXISTNG 12'
CAST IR�N WAIER MAIN - SEF WA1ER SH. e-e
LOT iR �
BLOCK 5
VAN ZANDiS HILLSIDE ADDITION � �
(INST. N0. D221271821)
caiF co Mu�n uc \ �����
(msr. No. ozzizsw�a) ��������
�\\\\\\\\\\\\ � \�\\\\ N
RY SEWER N11H PROTECT EIOSTING
LLAR N�JSIMENT \ CIIRB AN� IX1T1ER
OS tI
� a
_._---�'_ — — _--- _�--ci- H
zt+oo _ ' 2z �J
',ACiOR i0 COOR�INNiE W11H W
HISE UIILITY COMPRNY.
MANHIXE ADJUSTAENT Z
\\\\\\\ � J
_
�� �� ���.�\�\�l.\\ \� �� �� � a
y�=��Jv��, �` ���� �
R6VISIONS
� Ho. � o¢carnw onre
t � AD�ENOUTA 3 11/08/2029
�� CRMP BOWIE RFl WNTER 11NE SHIFT & ABANDONMENT 2/24/202_
� A RFI M l/%,.6/\202
� A PCCO ]& CO 5 B/28/202_
s p
� RQAOVE CONCREIE PAVEMENT
RENOYE CONCRETE
�_______ CURB AN� GIlT1ER
REMOVE ASPHPLi L1MIT5 OF SANCUT
PAVEAIENi
�RQAOVE k Q E% iREE TO BE
PROIECT BRICK REMOVEO. REFER
PAYERS i0 LRN�SCAPE
�PLANS.
RQAOVE DRIVEWAY PAYEMENT
�REMOVE CONCftEIE tE �F TF{ *
SIDEWAIN ~t��
f
iREE PROIECTON
RL LRNOSCPPE pC�fjpry�����������jj`¢¢
�EiAILS oE i�EN��
m3bNRLEN
REFERENCE LANDSCAPE
IIPL4N5 FOR iREE REMOVALI E s[n� a vEu+iHc � ini�oacpMc'Hr wps
RND PROTECTON O�eTMW/R03S nL1�ERnPON OF�?aGlFll 60WNB i
LOT 8
2 GPIF CD MULTI LLC LOT 7 LOT 6 LOT S LOT 4
� (INST. N0. D221290J�3)
J RQAOVE AOA RAMP GPIF CD MU�iI LLC �
REMOVE ANO REPLACE 3) LF OF E%ISTING (INST. N0. �221290JJ3) �
ELECIRICAL VAULTS TO REMAIN.
�, CONTRACTOR TO NOTIFY ENGINEER OF ANY CONFLIClS. 4" CAST IRON WAIER AIAIN (SAME TRENCH) - SEE WAIER SH. t1
r'V � CONTRACTOR IS RESPONSIBLE FOR PR�iECTNG THRWq10UT CONSTRUCTION.. - -
V�Q� BLOCK S REAIOYE, PROIECT AN� REPLACE 12 SY
RENO�E 31 SV OF CONC. OF BRICK PAYERS PER COFW SPEC ]2
PAYEIAENi AT NEAREST JOINT �AN ZANDi HILLSIDE ADDITION �¢ �6 AF1ER WAIER LINE INSTALLATION
SALVAGE E%IST. FlRE HYORANT �VOL T04. PG. 4) rPROIECT E%ISTNG
Cl1RB AND GUTfER
�� REMOVE AOA RAIAP � -
I
MINIX2 SANITPAV SEMEft
MMIHOLE N1T1 CONCREIE
COLLRR ADJUS1Mp1TS Ppi
SPEC }3 05 16
\��������
2 _ � u/ `MINOR STORM MN!
� CONCREIE COILAF
J PER SPEC 33 OS
��/�� p� E%STOPZ qRF OF
v� p PMIT MPRKING
2 �i
JP
�
52J 5Y OF \ � � �
A�ENENT \_ \ \ REM01£ h SALVAGE REMOVE 6 SY OF Q
EXISTNG L1GHT POLE, CONCREIE PRYEAIENT
\ REM01E E%ISiING O
FOUNDAiIIXJ. & CONDUIT \ +
�..\� _ -- \ N
� ( . .. . za+oo � - -�� -` •. ' i . ... •- t zs+oo _ — ' . �� � � y
\\\ REMOYE 596 LF OF Z
CURB PND WTIER
CAMP BOW/E BOULEVARD �
������ ����.� � \\\\\\\\ _
VRLVE ADJUSTAENi \\\\\\. \\ \\\\\�'��qM���A ^ �
����vv�\\����v\�\\��\`�������������yvvyyyv � �\��� �������� � a
`\ l . . � _ .. ': . -' c
. . \.. _ J _ . _
LOT 1, BLOCK 1
M.M.A. ADDITIIXJ
(CAB. A, SLIDE 5215)
REPLACE SIOEWALN
JOINi AND MPA FOUNDATION
cuae nNo cuttea (vo�. ttaao, ac. ims)
LINE CONNECTION �
Westw�od r.A=E�°s a.E� �'FlAm�s� oo,.,o,
x�w s�u� ��s u�oRiu wn�x'x�r xwu) �LLuaz a ux�ss ommwse
�m1gt��n)lc �en avm�nas (ei'� m-uvs
�! ¢Ecm�(mi) r5-eRl�
or'e �m» aw �e �e e
a.o COr�o'u�s'i m'0'o-°0o- s''x'
HORi7.O7�TAi. & ViRTTCAI. CONTROi.
gu� es @u qe @u� Zs
�;,�':+"wE°C4� . W'.v F�'� ,�� �°�P'�e�'�
��;�' ��.�µ ��R��i
� `��. `�'�o�, s•��,'� eY�„� I;" �"��
� ��°:� � y���� r � � Mr,� ��.
�.
CI1Y PAQI�� N0, f05B54 �m X-28250 B3
IPRC IPRC21-0119 MdP5C0 N0. TAR-OJ[N
FlO J01)4-OP001J331 105654-EO16&5 TAD AIAP N0. 2036-392
CITY OF FORT WORTH, TEXAS Q
J
1
CAMP BOWIE BOtiLEVARD �
C1a
ROADW�Y IviPROVRMF,NTS 3
DEMOLITION PLAN STA 18+00 �
T� STf� Z�)+�Q �"
5,
��ED:CSC/MKBI50&5o22892I DA�JUL 2026 I 21 OF 92 U
Y
�
�
��
m�
LOT 2 �pT � REMAINDER OF
LOi 3 REMO�E AN� REPUCE 263 LF OF EJOSTNG LOi B
1' CAST IRON WAIER MAIN (SMAE TRENCH) - SEE WAIER SH. 11 pHY%. LiD.
PHY%, LiD. REMOVE 684 SF OF (INSt. NO. D206345295)
(INSt. N0. �206345295) CONCREIE SIDEWPL( BLOCK 5
eRicK nNo VAN ZANDT HILL9DE ADDI710N
STUCCO AUILIJING �VOL 204, PG. 4� CONCRElE351DEWALK
:MOVE, PROTECT RND
:PLNCE 2 SY OF BRICK =� REMOVE @ DISPOSE OF EX BUS
4YER5 PER C�FW SPEC� � �� �� STOP iRASH CAN k BENCH�
\LINE� INSTALLATONp en \\\ \ \��\;\ \��\ \ \ \\\\ �\��yy\�� \\ \\\, l\, \�
/Y � �. �� �./ � �=� \ R\' �� i � � �����W \h'� `Y`��\�\ Vk��
`/,/, �/��,{�`
J�.i.�,i,i ...... ........ ...�, ...... .........�../... ..
� \�\\\\'�\\\\ \\-\�\\ / \REMOVE k SALVAGE E)t BUS
� \ REMO ez sv w ��\\\ \\\\�\�\\\G \\\\\\\
+ CONCREIE PR�EMENT REMOVE 3490 SV OF REAIOVE E%
(�f \\\ REAIO`�E 266 LF OF � �HAI T PAVFNfNT \ R3-&A SIG
a WRB AND GUTIER � REMOVE h SFLVNGE
EXISTNC LIGHT POLE,
F FWNDATONsnk CONDUIT
y�� �� �— �E� r J+00�� -REMOVE EXISiING 28+00
� ` �\��\� � YERIZON VRULi AND t
�INSTALL SLEEVE TO
\\\ FIIRIRE VERIZON POIE
Z CONTRACTOR TO COORDINAIE WITI���,.qTON.
FRANOHI9E 11TIJN COMPANY `
J \ N,INOR MANHOLE ADJUSiMENT ��\� ��\\��
QC \�� p�����\\
G — \ /�
_�_
_�
BUS STOP
� � TO REMAIN r
, � � 1\,,
NOIE:
1. CIXJIRACTOR AND CITY
INSPECiOR i0 CONiRCi 1HE
CINS WAIER FlEID
OPQ2ATIqJS PftIOR TO ALL
IIENS BEINC REMO`.ED IX2
SALVAGED.
2. CIXJIRACTOR SHALL
PRONDE OOCIIMENTS TO CITY
INSPECTOR FIXi ALL ITEMS
REMOVED AND SALVACEO TO
iHE qNS FlELD WAiER
OPERATIqJS.
3. CONTACT WAREHOUSE
SIIPERVI50R, JESUS RAIAIREZ
AT (B1J) 392-502J OR
WAIER SYSlEA15 SLIPERNSOR
�nnrmew onHs nr (en)
944-82]J. DELI�ER ALL
SRLVACEO MAIERIALS ?0
CITY OF FORT WIX2T1 fIEID
OPQtATIqJS LOCAIED AT
1808 11T1 A�E, fORT WOR1H.
TX ]8102
4. ALL SALVRGED
NRIERIALS AIIlST BE
DELIVERED TO Cltt OF FORT
WORiH FlELD OPERATONS
vnnnN w s ce�nuea onrs.
a�
r
y a
E%ISPNG CURB
LOT AR, BLOCK 5 .
VAN ZANDT HILLSIDE ADDITION
QNST. N0. D209012232)
BARNEY HOLLAND OIL COMPNAY _PROIECi E%IS11NG CURB
(INST. N0. D206345295) �
/
�� �. � � ..;.
�� � � \�������� \ g
N � �\ QURB NND WT1ER �F
ftEMOYE 25 LF OF �
CURB AND WT1ER \\\\ hi
REMOVE 440 lF OF � l] � R
_ CURB AND CUiiER � 'L9+00 �, �_ ) � �- � F�
3 ��
� 3C y
\FN J
�z =
�s\ \ F
\ .. . j' y`��s\\\\ WRB NND QITIER
� ._� � N �� • - \\������\ �
32+00
— +
REMOVE 120 SY OF
ASPHALi PAVEAIPIi
3
LOT 1, BLOCK 1
- M.M.A. ADDI710N
V (CAB. A, SLIDE 5215)
MGA FOUN�ATION
(VOL 12440, PG. 1012)
33+00 33+19
\\\\\\\ \ ���������y\�PROIECT EXISTNG CURB
PROIECT EkISTNG
CURB AND WTIER . . . _ _ _ _ _
� �� ���
n �"" ��aao�cr exisnr�c aRe �y
REMOVE 659 SV OF (�•{'�`�
PROlEC1ED �T TO BE ASPHALT PAVEMENT ��`v � . ...... - - _ _ _ _ _
I�' �y
� / � /� �
�j / /
� I; � � �� / /
.% � � �` / /
// / /
R6VISIONS
� Ns Q�PocNou�n i oEscarnw �a/xs/zoza
il }� BUS STOP 4 15/2025
Q PCCO 9 8/ /202`
� REIAOVE CONCftEIE PAVDAENT
REMOVE CONCREIE
��\\\\Y _______ d1RBRNDGUTfER
REMOVE ASPXALT UNRS OF SANGUT
PAYEMENT
�RQAOVE k a E% tREE t0 BE
PROiECt BRICK REMOVED. REFFR
PAVERS TO LANpSCAPE
�PLANS.
REIAOVE �FIVEWRY PAYEMENT
RQAOVECONCREIE *,>E�F_.y_`
SIDEWAIK f �#
iREE PROIECl10N
RE: LANDSCAPE yCTftdi111�����_��
DETAILS \,(
'4F .�EN°.,,,¢.o�
��OMA�EN
�REFERENCE LANDSCAPE
IIPL4N5 FOR iREE REMOVALI E sE�� °°EPR
RND PROTECTON O�eTMW/RORSP��rt�RAT0�A�5GIFDEWWN�FNT
�� ���� �A[ Er Mlxc„Nnus IHo3 aa�a�at
CONSTRUCTI()\' \'OTES
- �g� � m�n .+�-�a:
'�"�a;nen �.r
��R 6ECm�IC�(e�li)'�lIS-eRl�
qE(el�I�]) w�ete6
ai o�t�r o�uRs�i m�o-wo-i[s
HORi7.O7�TAi. & ViRTTCAI. CONTROi.
gu/ es @u qe @u� Zs
;�':+"wE°C4� . W'.v F�'� ,�� �°�F'�e�'�
��;�' ��.�µ ��R��i
w� e� . � � a � n�
� `«��°`E �'�o"' s� � "°� E w" �I;a� �'te.
EL`" ��°l.�' �`°y3�ei'�f1a ' � lfla°�eYi�
CI1Y PAQI�� N0, f05B54 �• X-28250 B
IPRC IPRC24-0119 MdP5C0 N0. TAR-OJ[N
FlO J01)4-OP001J331-105654-EO16&5 TAD AIAP N0. 2036-392
CITY OF FORT WORTH, TEXAS Q
J
CAMP BOWIE BOtiLEVARD �
ROADW�Y IviPROVRMF,NTS 3
DEMOLITION PLAN STA 26+00 �
TO END F"'
5,
��ED:CSC/MKBI50&5o22892 I DA�JUL 2026 I 22 OF 92 U
. �
PCCO #006
McCarthy Building Companies Inc. Project: 002259.000 - Camp Bowie
3400 North Central Expressway Suite 500 3230 Camp Bowie Blvd,
Richardson, Texas 75082 Fort Worth, Texas 76107
Phone: (972)991-5500
� � .
Prime Contract Change Order #006: CE #06 - Camp Bowie - Pedestrian
Access
TO: FROM: McCarthy Building Companies Inc
DATE CREATED:
CONTRACT STATUS:
SCHEDULEIMPACT:
CONTRACT FOR:
3/31 /2025
Draft
12851 Manchester Rd
Saint Louis, Missouri 63131-1802
CREATED BY: Mark Valdez (McCarthy Building Companies
Inc)
REVISION: 0
1:CAMP BOWIE BOULEVARD ROADWAY TOTAL AMOUNT: $0.00
IMPROVEMENTS (MONTGOMERY STREET
TO UNIVERSITY DRIVE)
DESCRIPTION:
CE #06 - Camp Bowie - Pedestrian Access
This Change Order covers additional labor, equipment, and materials for the installation and maintenance of additional pedestrian access in front of
Amon, Kimbell, and Modern Art Museums.
ATTACHMENTS:
POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER:
PCO # Title Schedule Impact Amount
006 CE #06 - Camp Bowie - Pedestrian Access $0.00
Total: $0.00
CHANGE ORDER LINE ITEMS:
PCO # 006 : CE #06 - Camp Bowie - Pedestrian Access
# Cost Code
� 34044-34044.0050.00.00 - WC #6 - TRAF yyC 6- Traffic Control
CNTRL
2 01800-01800.0820.00.00 - BUILDER'S RISK
INSUR
3 01800-01800.0810.00.00 - COST OF RISK M2 - CCIP
(GL)
4 01900-01900.0910.00.00 - INITIAL MARKUP M3 - Fee
01700-01700.0730.00.00 - PERF & PAYMENT
5 BOND M4 - P& P Bond
6 01900-01900.0955.00.00 - CONTINGENCY M5 - Construction Contingency
Description
The original (Contract Sum)
Net change by previously authorized Change Orders
The contract sum prior to this Change Order was
The contract sum would be changed by this Change Order in the amount of
The new contract sum including this Change Order will be
The contract time will not be changed by this Change Order.
Type
Subcontracts
Material
Amount
$43,498.55
$444.00
Material $879.00
Fee $3,563.00
Material $387.00
Material ($48,771.55)
Subtotal: $0.00
Grand Total: $0.00
$12,898,656.00
$90,000.00
$12,988,656.00
$0.00
$12,988,656.00
McCarthy Building Companies Inc. page 1 of 2 Printed On: 3/31/2025 01:34 PM
07/31/2025
Date Received:
City Secretary
11:10 a.m. 62766-A1
Time Received: Contract Number:
FIRST AMENDMENT TO CITY SECRETARY CONTRACT NUMBER 62766
A COMMUNITY FACILITIES AGREEMENT BETWEEN
THE CITY OF FORT WORTH AND CRESCENT PROPERTY SERVICES LLC
This FIRST AMENDMENT TO CITY SECRETARY CONTRACT NUMBER
62766 ("First Amendment") is made and entered into by and between the City of Fort Worth
("City"), a home-rule municipal corporation of the state of Texas, and Crescent Property
Services LLC ("Developer").
WHEREAS, the City and Developer entered into a Community Facilities Agreement for
the construction of public infrastructure improvements for a Project generally described as Camp
Bowie Boulevard Roadway Improvements, City Project Number 104639, City Secretary Contract
Number 62766 ("CFA"); and
WHEREAS, on April 8, 2025, through M&C 25-0287, the City Council authorized an
amendment to the CFA to designate the remaining funding appropriated for the project in the
amount of $981,148.43 as contingency funds that will not require separate City Council
authorization if needed, but will require the execution of change orders by the City; and
WHEREAS, the City and Developer desire to amend the CFA to reflect the addition of the
remaining funding into the Developer's contingency; and;
WHEREAS, City and Developer desire to amend the CFA to reflect the use of a portion of
the Developer's contingency funding;
NOW THEREFORE, City and Developer, acting herein by and through their duly
authorized representatives, enter into the following agreement, which amends City Secretary
Contract No. 62766:
1.
The tenth recital of the CFA which reads "WHEREAS, the City desires to participate in
this agreement in an amount not to exceed $13,105,115.57 as authorized by City Council through
approval of M&C 24-0954 on November 12, 2024 ("City Participation"); and" is amended in its
entirety to be and read as follows:
WHEREAS, the City desires to participate in this Agreement in an amount not to exceed
$14,086,264.00 as authorized by the City Council through approval of M&C 24-0954 on
November 12, 2024 and approval of M&C 25-0287 on Apri18, 2025 ("City Participation");
and
Ciry of Fort Worth, Texas
Amendment No. 1 to City Secretary Contract No. 62766
Page 1 of 9
2.
The eleventh recital of the CFA which reads "WHEREAS, the City Participation includes
reimbursement to Developer in amounts not to exceed $12,898,657.00 for construction costs, and
$74,592.32 for material testing costs. The remaining City Participation in the amount of
$131,866.25 shall not be paid to Developer, but will be used by the City to pay for the City's
portion of construction inspection services fees, administrative material testing service fees, and
water lab testing fees; and" is amended in its entirety to be and read as follows:
WHEREAS, the City Participation includes reimbursement to Developer in amounts not
to exceed $12,988,657.00 for construction costs, $90,978.00 for material testing costs,
$101,736.00 for McCarthy Pre-Construction Fees and $773,026.75 in Developer
contingency funds. The remaining City Participation in the amount of $131,866.25 shall
not be paid to Developer, but wi]] be used by the City to pay for the City's portion of
construction inspection services fees, administrative material testing service fees, and water
lab testing fees; and
�
The thirteenth recital of the CFA which reads "WHEREAS, Developer will only be
responsible for construction costs that exceed $13,105,115.57 if such costs are caused by the
negligence or willful misconduct of Developer, delays caused by Developer, a breach of this
Agreement by Developer, Developer-directed scope changes, or the Developer's interference with
the progress of the work; and" is amended in its entirety to be and read as follows:
WHEREAS, Developer will only be responsible for directly funding the cost of the
proj ect set forth in this agreement if such costs exceed the amount of the City Participation
as set forth in Section 37(a) and are caused by the negligence or willful misconduct of
Developer, delays caused by Developer, a breach of this Agreement by Developer,
Developer-directed scope changes, or the Developer's interference with the progress of the
work; and
�
Section 37 of the CFA is amended in its entirety to be and read as follows:
37.
City Participation; Fiscal Funding Limitation
(a) The City shall reimburse Developer in amounts not to exceed $12,988,657.00 for
construction costs, $90,978.00 for material testing costs, $101,736.00 for McCarthy Pre-
Construction Fees, and $773,026.75 in Developer contingency funds if the Developer
contingency funds are approved by the City for use in the project through change orders or
an amendment to this Agreement. The remaining City Participation in the amount of
$131,866.25 shall not be paid to Developer, but will be used by the City to pay for the
City's portion of construction inspection services fees, administrative material testing
City of Fort Worth, Texas
Amendment No. 1 to City Secretary Contract No. 62766
Page 2 of 9
service fees, and water lab testing fees.
(b) Developer shall verify that each application for payment is due and payable under the
contracts between Developer and its contractor and that any Improvements that are the
subject of applications for payment have been constructed to the point represented in the
application for payment. Developer shall submit payment requests to the City, in the form
of an invoice, no more frequently than one time per month to obtain reimbursement of the
City Participation (each a"Payment Request"). Each Payment Request shall be delivered
to the City through the City's Trimble software system. Each Payment Request submitted
by Developer shall be accompanied with proof that: (1) Developer has received an invoice
from the contractor/engineer/consultant for the amount included in the Payment Request;
and (2) for Developer's contractor, an affidavit and lien release from the contractor
indicating that Developer has paid the contractor in full for the amount included in each
prior Payment Request and the contractor has paid all direct subcontractors and material
suppliers in full for amounts included in each prior Payment Request. City shall pay all
Payment Requests that are not disputed within 30 days of receipt of the Payment Request.
City shall withhold retainage in the amount of 5% of construction costs invoiced by the
Developer's contractor, except that no retainage shall be withheld on contractor's fee or
general conditions costs. Developer must register as a vendor of the City in order for the
City Participation to be paid to Developer.
(c) Developer will only be responsible for directly funding the cost of the project set forth in
this Agreement if such costs exceed the amount of City Participation as set forth in Section
37(a) and are caused by the negligence or willful misconduct of Developer, delays caused
by Developer, a breach of this Agreement by Developer, Developer-directed scope
changes, or the Developer's interference with the progress of the work.
(d) Notwithstanding any statement to the contrary herein, the City's obligation to pay the
Reimbursement to Developer shall survive the expiration of the Term (including any
Extension Period(s)) until the Reimbursement due and owing to Developer is paid in full.
(e) Substantial completion of the Improvements shall occur after Developer's contractors
notify the City that the Improvements are constructed and ready for their intended use, the
City and Developer's contractors inspect the Improvements, and the City concurs that the
Improvements are substantially complete, which concurrence shall not be unreasonably
withheld, conditioned or delayed. Any retainage withheld from the City Participation will
be released and paid to Developer within thirty-five days of final completion (as defined
in the construction contract for the Improvements) of the Improvements.
(� The funds in this Agreement that have been identified as owner allowances and
construction contingency shall not be used or paid to Developer by the City until a written
change order has been executed by the City, Developer and the Contractor. Such change
order shall not require the approval of the City Council.
5
Section 42 of the CFA is amended in its entirety to be and read as set forth in Exhibit "A"
City of Fort Worth, Texas
Amendment No. 1 to City Secretary Contract No. 62766
Page 3 of 9
of this First Amendment.
6.
a. All other provisions of City Secretary Contract Number 62766 which are not expressly
amended herein, shall remain in full force and effect.
b. All terms in this First Amendment that are capitalized, but not deiined, shall have the
meanings ascribed to those terms in City Secretary Co,ntract Number 62766.
[SIGNATURES ON FOLLOWING PAGE]
City of Fort Worth, Texas
Amendment No. 1 to City Secretary Contract No. 62766
Page 4 of 9
IN WITNESS WHEREOF, the City and Developer have each executed this Agreement by their duly
authorized signatories to be effective on the date executed by the City's Assistant City Manager.
CITY OF FORT WORTH
C���v
Jesica McEachern
Assistant City Manager
Date: 07/25/2025
CRESCENT PROPERTY SERVICES LLC,
a Delaware limited liability company
Kevin Crum
Kevin Crum (Jul 25, 2025 09:5336 CDT)
Name: Kevin Crum
Title: Senior Vice President
Date: 07/25/2025
Recommended by:
� , �• ,//
Dwayne Hollars
Contract Compliance Specialist
Development Services
Approved as to Form & Legality:
���'��� � � _�--
Richard A. McCracken
Sr. Assistant City Attorney
M&C No. 25-0287
Date: 4/8/2025
Contract Compliance Manager:
By signing, I acknowledge that I am the person
responsible for the monitoring and
administration of this contract, including
ensuring all performance and reporting
requirements.
Form 1295: 2025-1272238
ATTEST:
� � ��
Jannette S. Goodall
City Secrctary
�'�I�
Rebecca Owen (Ju125, 202510:05:04 CDT)
Kandice Merrick
Development Manager
City of Fort Worth, Texas
Amendment No. 1 to City Secretary Contract No. 62766
Page 5 of 9
EXffiBIT A
42.
Cost Summary Sheet
Project Name: Camp Bowie Boulevard Roadway Improvements
CFA No.: 24-0132 City Project No.: 104639
i�
GY,'
VS'�#¢�art�rxr�rk 8� 7emo
�aVC .�1- Co�argx Faving & Flat,aork
�i4'C #�`+�'�alored $ St3mped Concxe;e
V'i� �4 =1c�iaal 8 Li�hSi� ��
5h'C #�r Land�piry� 3 I�ri�a �on
�'i�� � rr�C ��OfitrO�
�14C TT- Brick �avers
V'�� #� Jndergmti:nd Udli!ies
FA1-�ereral Cmdroa-rs
FAZ- C�I� Buildere Risk Insur�r�
h'I� Fee
h'14 h'k�Carihy F�rF€rtmarxe £� Paymer�t Eond
M5- Lons�n,�w5 oontingency
h".3- �xne� Allcwan�es
Total �anstructian ��st (excludmg #Fre feesM:
Estima4eC Ccrosfix.tion Fe�:
� Car,str�ian Irr�rt��t�n .�e�rce Fee
E Admin,s�rauve Ma��nal7estir.g 5_w.-!�-�� ��
C. 5i'�a��r T�s;ing L.ab Fee
D. Material TesSn� Cos:'
E h'�JC3f1FYf PF�C9fiSJ1JCdOf1 �t25 {i'��,R�,
To�l �sl�rn�ted Canstruofion Fee�s=
Dewelap� ConG ngenc}�
TOTAL PR0.FECT GOST
�eve�a�ers Cost
S -
S -
E -
5 -
3' -
S -
$ -
5 -
� -
S -
S -
5 -
3 -
S -
5 -
# -
S -
5 -
5 -
a -
� -
�i -
i -
$ -
IPRC No.: 24-0119
TP'NCosd 1�1'aterCost Taeal Cost
5 �13.���-0 C4 S - � 9S,'�� � GO
3 I.�F•�,3�F CO 3 1-3,�i.C{� 5 1.5BF,:se��e CO
� 1.�2�.��8.C� � ?C�.7�.G� ? 2r2�,��2 C�
� 4r6.�rC4.CJ3 $ 05.32�.u7 5 542,�3�.C4
S I 3�h7 GC� �.GO S - 5 �.3h� ��C.G�
S 4G�,6_2.C� 3 5,8?�.ua � �09.4a-1.00
S :..�i3.3�7_'I.�J � - . �33.38?.C�J
S 3E�3.3C�3.C13 S 1�.7C��.u7 "a 5�7.3�3.C�
� - S =-C21.�2o.G0 S =.�21.GBa.G�
S 1.2C�3.B2.'.G� S ��1.'?B.C�1 S 1.?25.5�?.CO
� 134,�2e3.0� � 71.792.C�� � =��.��?.G�
$ �C�,°.�F9.Cw7 $ _�d.sr�.u:l 5 257.5Fo.C7
� ?3.1C�.00 � �a,'?B.�YJ S IQ?,B•;'..C�
S -129�9='.0�'1 S 1r��3C'.u7 5 QL�4���.G'�
:� �a �a.�a s - � ec�a �co.c�
'� 8,2�5_p41.4Q $ 3,729,fifi6.40 $ 1�98B,fi�riA�
5 105.3i:'O.Cti7 $ '2.�2?.57 5 1�4�537 �4
S 5.h1�.CQ S 1.3?o.C� $ d,��C CQ
� - � �.�-�.r 5 � ��� ,'• 9
5 15.36Y.�8 v ?�.59�.32 � 5+].�-B.C�
S 1 C 1.'3�.C{� $ - S 1 C�,-3Q C-0
� �.s�a.sa # s5.sas.�r ; �2a,�ea_�
5 773.���.?5 $ - S 77:3,G�� ?�
9 14�69,OQt_d3 S 3,825�62".t7 �i 1d,�dG,26e1�L10
City of Fort Worth, Texas
Amendment No. 1 to City Secretary Contract No. 62766
Page 6 of 9
C1fy o� FoFt Wofth, Texas
�la}�or and ���ncil �ornrnuni�ati�n
dAl�: t}#�d8�5 h�18.0 FILE FiUFhB�R: hd&C'�.�C�67
LOGl+IAF�[E: �]6CAl�1P BO4YIE CFA AMENQMENf
�SL}8.1 ECT
fC� 7j.�u� roriae Execu�on of .�mendment Nurrr4xe 1 to City �tary Cor�a�4 hFa 62786, a Comrrwnity Facilrties A�gre�xr�nt�rvir.h Crec,r�rrt
Prope€ty �vie.�. LLC. In�easing C ity Partiapatiorr by �931. ]-05.43 far �he Cort�enur.ity Faci�� �,g�ernent-Camp 8o�n��$ Imprauements Project
FZECO�lME7�l�ATIOH;
I; is rec€ar-uri�nded th3t fhe C ity CaimciE au�wrie ex�cuuon af Rn�r�rr�en# F�o 1� Cily Secr�ary Cor�tr�act #�Jun�er E27fifi, a Carnmuniiy
Faa� Ib� ,4gfe illel$ wl5'1 C�� �M1i Pf4pE.Yfy Se�dkCes. L�C. ER�fe3�dlx} Cf.y p3rtl�p3bofl l)]+ 3'331.145.-03. F4f tJle C_=oFl1R'Hkft[ty F3CIIIti�
: r�rnen#-Camp Bo,nie Improvert�erhs pr��t fCit� Project No 10A£39'�.
d�SCU5SFON:
The �ur�°se o� this Maycr and Coua7cd Conrnurs caUon fMB.�; � tia a�.rth�i� a,� arnenCrner:i t# �he G� rurn�nrt� Fa�ilitie� Agreen-�t (G`�Aj to
desf�rata ttw rer�raining C�mding appropriatetl fir fie project in 1E�e afl�ounl of as 59S 1.148.43 as mn4ngency �und�.
On Januaryr 10, 2d�3. U7l #v1a}�ar 8. Cauncl Ca!mxinicatlon f�1&C 2�0@24 �. i�re City Cwncil audr�eC execu,7an of an I rr�eJiocal a,�ment widh
Tarrar�t Courcly in an aFrxaxit !rot to e:{ceed 5'',690_CA0.0� Ua pra4ide rein�ursenient fi:�rding from Tama�t Cour�t�� for the psaject
On Fe�r�ary 13, 2d?4 rhAg C''�135 i, the C.�t� Gauna4 authorr�sd exer_u,1on of a�ee�ign prnc�r�rier+t a�r�een�ent an� project n;ana�eme�t
agr�cerr�nf v`+ih C-escen# Property v�vi �. LLv wrt'� Criy paru+� petion ,n ar arnounl nat to exxed � 1.�`Q L'IX].OG for the en gFn�eering �es� and
praiet+ man�g?rc�rt far � prnject, arrd a�rariz�d a waiver af �e Irrfrastr�„A!ura PI�� Rev�ex Center i�PRCi de�ign re�,�evrfees_ Cre�cer�t
Property .=ern �; � LC ;elected '�"J��lwoad Prof�si�nal Sem�e�, Fn�. as the vr�i�eErirrq c��+�ltari� to perKxn� 1hz design of L`�e p%ect rn
addikion. Crescent �roPertY �vic�. LLC �e4a�ter� lFG TMe �e�ec# Graip, Ir�c_ ta pro,ride praje�t rna�rag�ient :er�rices far'rtre arc;ec�
Or� ;eptefliber 17, Zf�24 fMRC ��OB30}. tl�e Crty Counc�l �c�a�aa a dcna4orr �n fhe amacint o# 51.8[]LS.�4G.�0 irom th� Foct Worah Local
developmer�t C��eprxa�an far�he Canrx 6anaie k�rQrar+err-�n�.
�rr �Jo,+�ernber 12_ �'024; hy Maypor ar� Go�ancil Corrrmun:caiion fMB.0 24-CJ�41. Lhe i�i� Ccx�ncil auiiar�ed ex.ec��on of a Conviwnity+ F:�ali�es
�.g��.rrz with Cre :ent r''rc�y� �ervic�, i1C wit1� CiCy pae� caparia� in an amourrt �oC to exceed $19,105,115.5? fov �e CFn-Camp �ow.�e
Bauleward Imer�+ert-�en� prajeck fCit�r Fr�ject �Jo. 'G4�3391 and a�.�rori: ed a wai,wr�f d� C�anim�nisy Fa�iitie�.4yre�r�ert Applica4on Fee.
By a�proval of th�, MS�C. the C�iy Ga.incil auLhari� the increase �u Ci�y Setxat�ry Cantra�t Ptir.t f�76F� :fythe arnoum r�f $581.1 d8_43_ lY� IS�rujs
v�i�l k7e i�dfieo as a�rtingerrcy fue�ds iha# vvill not r�quire seoarate camUl a€rttw�iza�ar� if neyded. Use of'�e cor�rugency i:ux�s �xill require
�x�an af �an�e orders 2r,� the Cily. The I?eM��oper i� ncrt particip��dny in the 4�n�5rtg of ths� proi?ef a, r! i� l�ng iunded I�y the Ciry and Tarr�ent
Courk�. Fundivrg is lwd�eted i�r [he 2�0 r C:itCapP�aj - CO2013.4 Func+'.ar Lhe Trarrsporta5on and ?�blic '��orku Ceparm�ent ± fP'�!i fcr the
P�-irp�',e af iunds�g fie Camp �e Imprrn•enierds pra}erx. as appropriate�
The follanai€ig t�le ;,Y!ov��s t�e msi�haRrtg lxeakrJou�n fcr me oroject l�etv�n all C�rties:
A. CorTs�uGteon �Cost�r TPYIi Cost Watar Cast �oEal Ccrst
.�W �d.u� 3.3B.d74_OC fA-dC 548,�7d.0�
,JYC �1 �artFnv�ork 8, �emo-
,NC #2- Cancrete Pa�,rin� &
�atueorlt
,NC #�Colored E. St�tn�ped
�anrseta
u1+C #� Elec4ica� & �ag�rting
$O.aG �1.�5�,399.dC 5113_{}IX]_OC 31,565.39J_4�,
$0.[}G �1.9'`'d.128.dC $36Q,000_dC 5�,224.1'_'8.0�,
$d.{}G 5+�7$,96�1_dC $85.3.55_�C $542,289.d�
$O.�C �1_'.�ra,000.40 SO-OC 34,35d.{�.4�
City of Fort Worth, Texas
Amendment No. 1 to City Secretary Contract No. 62766
Page 7 of 9
,NC #� L.�dscapir� 8 frrigati�n
uVC #& Trai�ic �tm�d
4YC #7- �nck Pavars
JVC � Underg�iound iJtil�es
M]�General Conditiora�
�0_flC $40Q,622_OC� �.`,,572_0� $406,4�4_00
�
$O.�C �33,36�_dG $d.d� $233,3E7.00
�0.�'{'i �3�3,3�3_dC �1 E4,000_dL �55?,3��?.fl0
$O.L'C $d.QC 52,0�'1,088_dC 52,02�.4BB.00
�O.�C �1.2D3,&31_06 ��.,?1,73G.00 51,725_.�,E7.Od
442-CCrPHuildersR4skln.:+.xar�ce $O.�C $1f�,428.DC $71,799.0� $2�d,��.fld
M3- Fe� �O.�C �6D6,259_dD �55,399_00� �367,558.Od
�i� i:'iG�3f�lj+r ; ��_ �.. .._ $�
�j4T"IEiI� �}fl�
M� Cor�s�hucbon ...., �tl, ,Y:., ,..; *
41� ��erP.11o�+rarFces
�O.�C $73,105.OG 3,�'�.73G_OC �902,6Ei1.00
�O.�C $�'z6,627.00 $177,fi01.dC �604,�.470
$O.�C $S�G,q00..DC $O.dC $SOd,a';.�_00
Suk�toU31
�,�€a�m�c�Ort Fees�
$O.C�C �9_259,q41.dLti$3.7'}z5,B16.d6�12,988,fi57.00
a.CortstructionknspecUonFae $0_�3C $1{25,300.dLt $19,237_5 $i24,537.�0
4_Adrunhk3t�sialTes4r���e $O.�C 5�,512.QC �1,378.d $6.890_00
7_ Vtifates �ssting Lab �ee �0_�C �d.0� $438.? 5439.75
�
=. Matierial Teskinr., fi�-� $0_fiG $18,38�_BP $74,�92_3 S9d, B78.E10
=_ FAeCarr�ry �re��ctiort
�ees (CFh4#i�' $0_fiG $1�1,?36.QG �O.d ��ld],735.00
;. Ee�+elopEr�on�n9en�.Y' $0_�C $773,026.75 �d.0� 5773,6?G.75
�
�atal Pta�e�4 C�,.k $0_fsL� $10.281,001.4.': 53.8?5,26?_5�14,086,?E4.00
Funding fa #ie C�A-Camp 6on�,rie kmpea,+er��erz'� prcyect as depic#�d i€� the talale k�Jay.
Fir�d Exis�ng Addi�ionak nr�ct To�l
A�.r,..r.;,,��a, :, Appropra4�ns
�BCOS-
4'v�ate:,' �rr�
�andi{}16 �123,dLti:r.00 �0_00 ��21,�,70.00
�1�C 2�-0�35
City of Fort Worth, Texas
Amendment No. 1 to City Secretary Contract No. 62766
Page 8 of 9
i
sa�oa n���iop�
co��,tio„ ��,�oo,ao-a.oa �a_oa s�,soa.�oa.aa
�r�a,c za_aaso
�a�os
i�i
conv;�x,tion s�,a�r,_or�o.aa �a_oo �,asa.��.aa
M8C 2300=4
.34d � 7-�L7�
CritCapneo}
CO2013� S&,,336 83�.09 �d_OQ 5�.336.83L.Ofl
�18C 2300=4
39�iv' - StreEt
Irr-�ccr�err�
2005 �3 lf�7_99 �0_OQ 5463,1�2.00
JMIUk.. ry.Y414JG4
ilVULJ� - �YlU1il
c����� p'��� �w,��s �sa.oa �a oa �a,a�s.t�.aa
r�ac ��-ossa
��tro� s��,�s,�sa�aa so.00 ���,�s,�s�,00
Funv�ng i: k�.Gdgeted in t�e �]0? �:rtr'�ra}- CO2dt3A Fur,� #or tl;e TF�JY dePartr�-�entfart�e pe�rpo�..e affunding the C�A-Ca�ip �ewvie
Impra,�emer�ts project, a� apFso�-uia#ed.
BLJSI N�S E�LJI TY- av'I N� nat set a��ne�s EquiiY 9aaE for d�ve��oer portiorr_g of Conrnurrcly �a�lities Agreenierrts ore Cl�3r�ge Orders
a€rd+ae Ar��radrrre�tts_
This p€ae�t is locafied m COLINCIL dISTRIGT7_
FlSC,4L INFORMA7lDN � CER7iflCAlION:
The �ire�ur of Fna€��e certifies rha, vnd : are aw�aaak�le in the curre�k �:�pttal b�dget, as previaa�ly appFapriaGed, in #� 20L'7 C ri�ar`�rol -
CGr201?,:t Fur*� ror the CF�,�ar.7p 6arr�ie I n�rc�,�eme�Ls pr€�c�[.4 Ca sup��t �w appraxwa� c.� t�e ak�ove :�oriimendation and exsc�tion oi ihe
W ��U���, ��.�,t ?riortc arry expertdi�r�e I�eing �rtaamad, tl�e Tran��«rt�tion ��lic V4'cxks and Qevelop��ni 5er�ices Cepartri�enk: hawe 1t�e
resprnsik�uity ta validate the availal� lityr of firnd,
S�bmitEed for Citv l4lan�oers O�Fioe b�+: Jesora �alc�achen� �8[]4
Ori�rna4rr9 $usin�ss lfnrt Head; �l 31arrWl ��32
Ad�e#ionall�xforntiatirnCorrtaGt: Sulay5laEugh�e 8009
Meli:sa Fkart� &4?8
City of Fort Worth, Texas
Amendment No. 1 to City Secretary Contract No. 62766
Page 9 of 9
F�RT ��RTH�
City Secretary's Office
Contract Routing & Transmittal Slip
Conti'aCtor'S Name: McCarthy Building Companies
Subl eCt �f the AgY'eement. Change Order #001 includes additional traffic control for public and business access (requested by the developer) and
J
unforeseen curb and gutter work outside the original scope. The curb near Montgomery was not pre-removed, and
a section between Van Cliburn and University was replaced due to existing quality concerns,
as requested by project stakeholders. Contingency funds were approved for this change.
M&C Approved by the Council? * Yes 0 No ❑
If �so, the M&C rnust be attached to the contract.
Is this an Amendment to an Existing contract? Yes 0 No ❑ 62766, 62766-A1
If �so, provide the o�iginal cont�act numhe� and the amendment numhe�.
Is the Contract "PermanenY'? *Yes 0 No ❑
If �unsure, see hack page fo� pe�rnanent cont�act listing.
Is this entire contract Confidential? �Yes ❑ No 0 If only specific information is
Confidential, please list what info�mation is Confidential and the page it is located.
Effective Date: Expiration Date: �/25�202�
If different from the approval date. If applicable.
Is a 1295 Form required? * Yes ❑ No ❑
*If so, please ensure it is attached to the approving M&C oN attached to the contract.
Proj ect Number: If applicable. 104639
*Did you include a Text field on the contract to add the City Secretary Contract (CSC)
number? Yes 0 No ❑
Contracts need to be routed for CSO processin� in the followin� order:
1. Katherine Cenicola (Approver)
2. Jannette S. Goodall (Signer)
3. Allison Tidwell (Form Filler)
*Indicates the information is requiv�ed and if the information is not pv�ovided, the contv�act will be
returned to the department.