HomeMy WebLinkAbout000000 - Construction-Related - Contract - Madeline White, Travis Rieff, and Mark Valdez (Crescent Property Services, LLC)DEVELOPER-AWARDED-PROJECT CHANGE ORDER
PROJECT NAME:
CONTRACT:
CFA #
CITY PROJECT #
CITY SECRETARY CONTRACT #
FID #
X#
FILE #
INSPECTOR:
PROJECT MANAGER:
Camp Bowie Improvements Montqomery to University
Water, Sewer, Pavinq & Street Light
24-0132 I CITY PARTICIPATION:I
104639
62766
30114-0200431-104639-E07685
X-28250
K-3288
Roderick Baker
Andrew Goodman
WATER/SEW ER
Developer
Cost City Cost
ORIGINAL CONTRACT $0.00 $3,729,616.00
DEVELOPER CONTINGENCY TO DATE $0.00 $0.00
AMENDMENTS TO DATE $0.00 $0.00
CREDITS TO DATE $0.00 $0.00
CONTRACT TO DATE $0.00 $3,729,616.00
AMMOUNT OFPROP.DEVELOPER
CONTINGENCY $0.00 $0.00
REVISED CONTRACT AMOUNT $0.00 $3,729,616.00
TOTAL REVISED CONTRACT AMOUNT PER
UNIT $3,729,616.00
REVISED COST SHARE Dev. COSt:
TOTAL REVISED CONTRACT
Revised: 12-17-2018
Phone No:
Phone No:
$0.00
$0.00
:ONTRACT UNIT
YES
2143979308
8173926251
CSC No. 62766-0O3
CHANGE
ORDER No:
3
TPW
Developer
Cost City Cost
$0.00 $9,169,041.00
$0.00 $144,125.00
$0.00 $0.00
$0.00 $0.00
$0.00 $9,373,166.00
$0.00 $0.00
$0.00 $9,313,166.00
$9,373,166.00
$13,042,7
$0.00
City Cost:
$13,042,782.00
32.00
WORKING
DAYS
0
$0.00
�FFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Page 1
You are directed to make the following changes in the contract documents:
PAY ITEM #
WC#6
M1
M2
M3
M4
MS
WC#1
M1
M2
M3
M4
M5
WC#1
M1
M2
M3
M4
MS
WC#1
WC#2
WC#7
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
QUANTITY
0.09172
0.00018
0.00257
0.00288
0.00261
-0.07129
0.00139
0.00002
0.00024
0.00027
0.00025
-0.00671
0.00084
0.00001
0.00015
0.00016
0.00015
-0.00405
0.00115
0.00149
0.00724
0.00006
0.00089
0.00099
0.00090
-0.02461
Asterisk (*) indicates New Pay Item
REASONS FOR CHANGE ORDER
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
LS
LS
TPW
ITEM DESCRIPTION
W C #6 - Traffic Control
M1 - General Conditions
M2- CCIP
M3- Fee
M4-McCarthy Permance & Payment Bond
MS - Contruction Contingency
WC #1 - Earthwork & Demoltiion
M1 - General Conditions
M2- CCIP
M3- Fee
M4-McCarthy Permance & Payment Bond
MS - Contruction Contingency
WC #1 - Earthwork & Demoltiion
M1 - General Conditions
M2- CCIP
M3- Fee
M4-McCarthy Permance & Payment Bond
MS - Contruction Contingency
WC #1 - Earthwork & Demoltiion
WC #2 - Concrete Paving & Flalwork
W C #7 - Brick Pavers
M1 - General Conditions
M2- CCIP
M3- Fee
M4-McCarthy Permance & Payment Bond
M5 - Contruction 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
TPW
UNIT PRICE
233,367.00
1,203,831.00
168,428.00
608,259.00
73,105.00
336,621.00
1,452,399.00
1,203,831.00
165,428.00
605,259.00
73,105.00
336,621.00
1,452,399.00
1,203,831.00
165,428.00
605,259.00
73,105.00
336,621.00
1,452,399.00
1,924,128.00
393,303.00
1,203,831.00
168,428.00
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
$1.00
$2.00
$0.00
$0.00
$0.00
$o.00
$0.00
0.00
City Cost
$21,404.28
$218.37
$432.37
$1,753.37
$190.47
($23,998.86)
$2,015.63
$20.56
$40.72
$165.11
$17.94
($2,259.96)
$1,214.76
$12.39
$24.54
$99.51
$10.51
($1,382.01)
$1,677.04
$2,864.96
$2,846.04
$75.37
$149.24
$605.20
$65.74
($8,283.59)
0.00
TOTAL
$21,404.28
$218.37
$432.37
$1,753.37
$190.47
($23,998.86)
$2,015.63
$20.56
$40.72
$165.11
$17.94
($2,259.96)
$1,214.76
$12.39
$24.54
$99.51
$10.81
($1,362.0"I)
$1,677.04
$2,864.96
$2,846.04
$75.37
$149.24
$605.20
$65.74
($8,283.59)
80.00
Change Order #003 contains associated with additional removals listed as work for "others"and additional crosswalk devices requested by the developer. Removals
include Varizon vault, abandoned manhole, and asphalt crossover. In order to keep schedule progressing, developer and contractor agreed to utilize contingency to
cover work.
Revised: 12-17-2018 Page 2
��o�su�' ���-�-`'
Andrew Goodman
IPRC PM
RECOMMENDED:
( Con:
Bv: 1'� ` '_( , . ,
Namc,.
Title: Project Manager
12/24/2025
APPROVED:
(Developer)
B Travis Rieff �, 1r,.,��„ ° pate: 12/22/25
Y�
Name: Travis Rieff
Title: VP -Development
- Date: 12/09/2025
APPROVAL RECOMMENDED:
CFW - Water Department
By s�s� ��,� P�'
Name: Suby Varughese
T;tie: Engineering Manager
APPROVAL RECOMMENDED:
TPW
�P..�..,?,,:..�
BY �.,���N,�-�,�,� .�,,,,,��,�;�s�
Name: Lauren Prieur
T;tie: Director, TPW
APPROVED:
CF W- Assistant City Manager
�ate: 12/29/2025 By L�� �_ � pate O1/06/2026
Name:Jesica McEachern
T�cie: Assistant City Mana�er
,oF Fon'r4°do
ATTEST o� ''d'o
ooaye�: `
12/30/2025 �oo afxps �
Date: By �"""x" A"� `°" pate: O1/06/2026
Name: Jannette S. Goodall
Title: City Secretary
M&C Number. 25-�287
M&c �ate appro�ea: 04/08/2025
APPROVED:
(Contractor)
Mark Valdez k'�M�e" °� m
Bv: z.z3,os�3,.�soo �ate:12/23/2025
Name: Mark Valdez
T;t,e: Project Manager
APPROVED AS TO FORM AND LEGALITY:
CFW - Assistant C/'ty Attorney
� � �% �
Bv: ' �
Name: Richard McCracken
Title:
O1/05/2026
Date:
' Contract Compliance Manager (Project Manager):
By signing I acknowledge that I am the person responsible
for the monitoring and administration of this contract,
and ensuring all performance and reporting requirements.
There are NO City Funds associated with this Contract
There are City Funds associated with this Contract
OFFIGIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Revised: 12-17-2018 Page 3
M�CARTHY
McCarthy Building Companies Inc.
3400 North Central Expressway Suite 500
Richardson, Texas 75082
Phone: (972) 991-5500
PCCO #007
Project: 002259.000 - Camp Bowie
3230 Camp Bowie Blvd,
Fort Worth, Texas 76107
Prime Contract Change Order #007: CE #08 - CO 08 - Pedestrian
Crosswalks
TO: FROM: McCarthy Building Companies Inc
DATE CREATED:
CONTRACT STATUS
SCHEDULE IMPACT:
CONTRACT FOR:
4/14/2025
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 #08 - CO 08 - Pedestrian Crosswalks
This Change Order covers additional labor, equipment, and materials for the installation and maintenance of additional pedestrian crosswalks for phase
1 construction.
ATTACHMENTS:
POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER:
PCO # Title Schedule Impact Amount
008 CE #08 - CO 08 - Pedestrian Crosswalks $0.00
Total: $0.00
CHANGE ORDER LINE ITEMS:
PCO # 008 : CE #08 - CO 08 - Pedestrian Crosswalks
# Cost Code
� 34044-34044.0050.00.00 - WC #6 - TRAF WC6 - 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-ConstructionContingency
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.
McCarthy Building Companies Inc. page 1 of 2
Type
Subcontracts
Material
Amount
$21,404.28
$218.37
Material $432.37
Fee $1,753.37
Material $190.47
Material ($23,998.86)
Subtotal: $0.00
Grend Total: $0.00
$12,898,656.00
$144,125.00��
$13,042,781.00 ��ee��
$0.00
$13,042,781.00�e��
E--��MAValtlez@MCCariny cum,
Mark Valdez �° a^^�a����'NSM k
�. �„���, = a,
Printed On: 4/14/2025 02:25 PM
M�CARTHY
McCarthy Building Companies Inc.
3400 North Central Expressway Suite 500
Richardson, Texas 75082
Phone: (972) 991-5500
PCCO #009
Project: 002259.000 - Camp Bowie
3230 Camp Bowie Blvd,
Fort Worth, Texas 76107
Prime Contract Change Order #009: CE #09 - Verizon Vault Removal
TO: FROM: McCarthy Building Companies Inc
12851 Manchester Rd
Saint Louis, Missouri 63131-1802
DATE CREATED: 4/17/2025 CREATED BY: Mark Valdez (McCarthy Building Companies
Inc)
CONTRACT STATUS: Draft REVISION: 0
SCHEDULE IMPACT:
CONTRACT FOR: 1:CAMP BOWIE BOULEVARD ROADWAY TOTAL AMOUNT: $0.00
IMPROVEMENTS (MONTGOMERY STREET
TO UNIVERSITY DRIVE)
DESCRIPTION:
CE #09 - Verizon Vault Removal
This Change Order covers additional labor, equipment, and materials for the removal of an existing verizon vault and
the installation of a 2" conduit sleeve.
ATTACHMENTS:
POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER:
PCO # I Title
009 CE #09 - Verizon Vault Removal
CHANGE ORDER LINE ITEMS:
PCO # 009 : CE #09 - Verizon Vault Removal
# Cost Code
� 31000-31000.0000.00.00 - WC #1 - EW & WC 1- Earthwork and Demo
DEMO
01800-01800.0810.00.00 - COST OF RISK
Z (GL)
01800-01800.0820.00.00 - BUILDER'S RISK
3 INSUR
4 01900-01900.0910.00.00 - INITIAL MARKUP
5 01000-01000.0001.00.00 - PROJECT
MANAGEMENT
6 01900-01900.0955.00.00-CONTINGENCY
ISchedule Impact Amount
Total:
Description Type
Subcontracts
Material
Material
Fee
Labor & Burden
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.
$0.00
$0.00
Amount
$2,015.63
$40.72
$20.56
$165.11
$17.94
Material ($2,259.96)
Subtotal: $0.00
Grand Total: $0.00
$12,898,656.00
$144,125.00 �e-eee:��
$13,042,781.00 �ee�e�
$0.00
$13, 042 , 781.00 �sa�s��
Dlgitally signetl by Mark Valdez
Mark Valdez°N�-Ma°�Y�BA°a9�@aP�eSh�°°°m
Dale: 2025 05.14 07:10-10-05'00'
McCarthy Building Companies Inc. page 1 of 2 Printed On: 4/17/2025 12:20 PM
M�CARTHY
McCarthy Building Companies Inc.
3400 North Central Expressway Suite 500
Richardson, Texas 75082
Phone: (972) 991-5500
PCCO #010
Project: 002259.000 - Camp Bowie
3230 Camp Bowie Blvd,
Fort Worth, Texas 76107
Prime Contract Change Order #010: CE #10 - Existing manhole removal
TO: FROM: McCarthy Building Companies Inc
12851 Manchester Rd
Saint Louis, Missouri 63131-1802
DATE CREATED: 4/17/2025 CREATED BY: Mark Valdez (McCarthy Building Companies
Inc)
CONTRACT STATUS: Draft REVISION: 0
SCHEDULE IMPACT:
CONTRACT FOR: 1:CAMP BOWIE BOULEVARD ROADWAY TOTAL AMOUNT: $0.00
IMPROVEMENTS (MONTGOMERY STREET
TO UNIVERSITY DRIVE)
DESCRIPTION:
CE #10 - Existina manhole removal
This Change Order covers additional labor, equipment, and materials for the removal of an abandoned manhole.
ATTACHMENTS:
POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER:
PCO # I Title
010 CE #10 - Existing manhole removal
CHANGE ORDER LINE ITEMS:
PCO # 010 : CE #10 - Existing manhole removal
# Cost Code
� 31000-31000.0000.00.00 - WC #1 - EW & WC 1- Earthwork and Demo
DEMO
Z 01800-01800.0810.00.00 - COST OF RISK M2 - CCIP
(GL)
01800-01800.0820.00.00 - BUILDER'S RISK
3 INSUR Builder's risk
4 01900-01900.0910.00.00 - INITIAL MARKUP M3 - Fee
01700-01700.0730.00.00 - PERF & PAYMENT
5 BOND M4 - P 8 P Bond
6 01900-01900.0955.00.00-CONTINGENCY MS-Contingency
ISchedule Impact
Total:
Description Type
Subcontracts
Material
Material
Fee
Material
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.
Amount
$0.00
$0.00
Amount
$1,214.76
$24.54
$12.39
$99.51
$10.81
Material ($1,362.01)
Subtotal: $0.00
Grand Total: $0.00
$12,898,656.00
$144,125.00 �e�ea��
$13, 042, 781.00 �e�—
$0.00
$13,042,781.00 �e�
Dlgitally signetl by Mark Valtlez
Mark Valdez CN MarkValdBuldingComapneshlycom,
Da�e. 2025.05.14 0]',11.16-OS'00'
McCarthy Building Companies Inc. page 1 of 2 Printed On: 4/17/2025 01:02 PM
$
�g
3
�
3
9
�a
R�
�9�Es
LOT 3
PHY%, LiD.
(INST. N0. 0206345295)
LOT 2 LOT 1 REMAIN�ER OF
PEIIObE Ml� REPLACE 26� l£ OF E%ISIING LOT B
4' CAST IRON WAIER NNN (SAME iRENCH) - SEE W�IER SH. 11 PHY%, Ll�.
qp,�pyE gg4 � pi (INSi. rvo. o2a6345295) - -�
,r �ca+crseh sioewnu� BLOqC 5
Ho VAN 2ANDT H�LLSIDE ADq710N
�wy � REMO�L 238 SF OF
O \\\\\\\\\\ \
N \\\\ PAYEMENT
F __
W ��� �—E�--�--�—�E'---
W �
�. O
� M
G
NOIE
1. CplTR�CTIXt AND qTY
INSPECTOR TO CONT�CT TIE
aTMs w�m+ nein
OPFRAllp15 PRIOR ?O iV.L
IIEMS BFJNC RpIOYID OR
SALVAGED.
2. CdliR�CTIXt SHML
PRONDE DOCUMENTS iC! CITY
INSPECTOR FOR ALL IlEMS
RENOVED ANO SALVACm TO
iHE dN5 FlEID WAIFR
OPQtAlldlS
3. CONTACT WAREHWSE
SUPERVISOR, JESUS RAMIRQ
PT (81� J92-502] OR
WAIER SYSIEMS SUPERNSOR
MATRIEW OANS �T (91»
B4F82]]. OpIYIIt �LL
SIILVAGED MAIEPoPLS TO
qtt OF FptT WORiH FlEID
OPERAlI0N5 LOC�TED AT
ieoe nni ��. rom wrnni,
TX ]8102
4. ALL SRLVAGm
M�IERIALS MUST BE
OELIYERED 70 CITY OF fORT
WORTI FlELD OPERpTONS
WITIIN IN 5 '(�{QjQ9g DAYS.
►_
�PROTECT DOSIING CURB REM06E 535 SY OF
ASPHALT PAVpAENT
M\ CURB �ND�GUTfER
Q �
H ' � � t+�
� ,S - �7.:':
Z \MINOR SANITMY SEMER
\
� � MRNHOIE RUJUSIAIDIT
x�n� concrs�re couui
�Qt SPEC 33 OS 11
a PROIECi E%ISIING
C CURB AND WTIER � - - � - -
G
'� ��rr+oiccr ezisnNc a
REAIOYE 659 SY OF
IX WRB INIET TO BE ASPHALT PA�EMENT
�ao.��,m
.%
REYO�E ]0 SY OF
ASPH�LT PA`iEMFNT
32+00
t
, PROIECT Ew511NC CWB
�`�
Ra ,�y
��I+
, 0�'�
� j /
� /
/
/� /
� / �
/ /
LOT AR, BLOCK 5 ,
VAN ZANDT HILLSIDE ADDITION
(INST. N0. D209012232)
BARNEY HOLLAN� OIL COMPNAY pROIECT EJOSIING WRB
(INST. N0. D20630.5295) �
\R\\ \�\'\\\\ \\
i�� � / �
:��R _ � 29+00 t •
` s
\\\\\\\N��\
MVA FOUNDATION
(VOL. 11490, GG. 10J2)
33+00 33+19
— ]
� �}
\ �
_ F
� y
� 2
\ a
�g
REVISI()NS
� xa � ocswcna o•i[
� m DENDUM 1 �/29/202<
3 Fl 31 BUS STOP 4 15 025
PCCO 9 2(R!
a p
Ntl�Mli/M1 xNE N iEET 00
� REAIOYE CONCFEIE PAKl1ENT
REM01E CONCREIE
�-______ CURB ANO WT1ER
ncr.�o� nsvxur uuin a snwcuT
v�w�oir
�RE110YE k � IX 1REE TO BE
PROIELT BRICK REMO`hD. REFflt
PA�ERS TO UN�SCAPE
�PlANS.
REAIO�E DRI�EWAY PA�EMQIT
RpAO�E CONCFEIE ��.9_' *ex�
SIDEWMK
i � i
7REE PROlEC710N Wo[uE FllultEe w1
ftE LWDSCAPE '$1 %TIH
DETAILS 1�;`M,�,�,N��G
REFERENCE lANDSC�PE ��� pppEpaiuc oN �vis oocuM[rvi wA5
I PLANS FOR 1REE Rp10V�Lll �p�p er unctuxc fx.w¢s wu¢ . vE imii q
AND PROIECTON ppp�p�qyy /yhq/,np, Oi � eFNEp ppW1EM
wn�our rxaPm ipmuna1 m� �aaic
F.xaareEmxc rw�cna .�cT. � �s
� ��11/`��w ropSeGOR�yx Ei ��GmMMs� oo�aaa�
� CONSTRUCTION NO'CES �E
t s1TMM6 LNi onillaE Iqlm.xc 9EFa. RIILts, Rru�llw ruu uo
2 r!L alnf2! x�w� mW��`ca wsr ff xesn�xm ru� w�v r��u �t ocawT
°°o-" m�p�°��n��g. atx.nva fni sz-eane
W�TlEIEtlIbC� S-efts
a �Rs'MLIES�-�mo-u�q-1���
HORIZONTAI. & VGRTICAL COVTROi.
�r � x ��� ��
1� 9^ � 4� Wj P,
cm amo✓ccr� x-�so �
�rsc iv�c2�-otts uovsco Na. nw-o�u
FlD J01IhOT001JJJJ-IOSB51-EO]B&5 r�o ,uw Ho. zox-,uz
CITY OF FQRT WORTH, TEXAS Q
J
W
CAMP BOWIE BOULEVARD �
ROADWAYiMPROVEMENTS �
DEMOLITION PLAN STA 26+00 �
TO END 5
�IWNarCSC/MNBI50&5-22882 I��JUL 20Y{ I 22 aF 92 U
/ _��� �. ,' . .,
� a -
3
BUS StoP LOT 1, BLOCK 1
p m T° �cNaN & M.M.A. ADDI710N
• � � � � . _ V (CAB. A. SLI�E 5215)
M�CARTHY
McCarthy Building Companies Inc.
3400 North Central Expressway Suite 500
Richardson, Texas 75082
Phone: (972) 991-5500
PCCO #011
Project: 002259.000 - Camp Bowie
3230 Camp Bowie Blvd,
Fort Worth, Texas 76107
Prime Contract Change Order #011: CO 11 - Roadway Patch #001
TO: FROM: McCarthy Building Companies Inc
12851 Manchester Rd
Saint Louis, Missouri 63131-1802
DATE CREATED: 5/14/2025 CREATED BY: Mark Valdez (McCarthy Building Companies
Inc)
CONTRACT STATUS: Draft REVISION: 0
SCHEDULE IMPACT:
CONTRACT FOR: 1:CAMP BOWIE BOULEVARD ROADWAY TOTAL AMOUNT: $0.00
IMPROVEMENTS (MONTGOMERY STREET
TO UNIVERSITY DRIVE)
DESCRIPTION:
CE #CO - 11 - CO 11 - Roadwav Patch #001
This Change Order covers additional labor, equipment, and materials to demo and reinstall an 8' x 13' section of
roadway near the Amon Carter Museum.
ATTACHMENTS:
POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER:
PCO # I Title
011 CO 11 - Roadway Patch #001
Schedule Impact
Total:
CHANGE ORDER LINE ITEMS:
PCO # 011 : CO 11 - Roadway Patch #001
# Cost Code Description
� 31000-31000.0000.00.00 - WC #1 - EW & WC 1- Earthwork and Demo
DEMO
32130-32130.0100.00.00 - WC #2 - CONC PV
2 & FW WC 2- Concrete Paving and Flatwork
32140-32140.0000.00.00 - WC #7 - BRICK
3 PAVERS WC 7- Brick Pavers
4 01800-01800.0810.00.00 - COST OF RISK M2 - CCIP
(GL)
01800-01800.0820.00.00 - BUILDER'S RISK
5 INSUR Builder's Risk
6 01900-01900.0910.00.00 - INITIAL MARKUP M3 - Fee
� 01700-01700.0730.00.00 - PERF & PAYMENT M4 - P 8 P Bond
BOND
8 01900-01900.0955.00.00-CONTINGENCY M5-ConstruclionContingency
Type
Subcontracts
Subcontracts
Subcontracts
Material
Material
Fee
Material
Material
Amount
Subtotal:
Grand Total:
$0.00
$0.00
Amount
$1,677.04
$2,864.96
$2,846.04
$149.24
$75.37
$605.20
$65.74
($8,283.59)
$0.00
$0.00
McCarthy Building Companies Inc. page 1 of 2 Printed On: 5/14/2025 09:26 AM
NO1C WNiRACTOR 10
S�LV�CE HISRIRIC BPoCK
RND UlR1ZE Fpt UIIIJiT
iRENCH REPNR. ANY IXCE55
MISTORIC BPoqC M1LL BE
coa+oiN��n vnn� caFw
FIXi STORAGE.
NOIE:
1. CON7RACTOR ANO CITY
INSPECTOR TO CONiACi T1E
GNS W�16t FlElD
OPQtAlI0N5 PRlpi TO ML
IlEMS BEING REYOKD IXi
SALVACED.
2. CON7RACTOR SH�LL
PRONDE DOCUMENIS TO qtt
INSPECT[M FOR �LL IIEYS
rscwo�,Eo nNo snwnceo ro
n�e ams nao wnm�
OPQtAlIONS
3. CONTACT W�REHOUSE
SUPERNSOR, JESUS R/JIIFEZ
AT (B1)) 382-5021 Oit
WA1ER SYSlE45 SUPERNSOR
MATIXEW DANS Ai (81�)
eu-azn. oeuvm ui
SALVAGED MAIERINS TO
CIN OF FORT WORTI FlEID
OPQtA710N5 LOCAIED AT
ieoa nni nvE. raRr xaRn��
l% ]8102
4. ML SALVACm
MAIEPoALS NUST BE
DEI1VERm TO tltt OF FORT
NVRT1 FlE1D OPQtAlI0N5
'M1HIN IN 5 �yFyp9B DAYS
5. ALL O7HEIt WAIER
MAINS SHrLL1 BE ABANDONm
BY DR�INING T1E E%ISIING
MAIN, CUTIING /J!D FlWNG
lHE EfU511NC YAIN M11H
CRWi, �NO RUCCING IN
ACCORD�NCE N1T1 T1E q1Y
OF FORT NORT1 STNlDMD
CONSiRUCTION
SPECIFlCMIONS /J!D OETNLS
DCM 5.221.1
�
3
�
3
��
c�
R�
�S
Es
Wr'V1 - - -�4'�
REMOVE AND FmIACE S/JIIT
MANHd.E (SFE SHEET
FEMOVE RNO REPLACE 73 lF OF ElOSIING 8'
VItRIFlED CIAY SiMER PIPE BY OPEN CUT
(S�ME iREHCM) SEE SENER SH. 1�-15
i
�
I �{ START DEMOLITON
AT E%ISTING JqNT�
CAA� BOYY/E BOULEVARD J"°"o''E a 5"`°"c� '
RQAOYE 215 SY OF ��NG L1q1T
���� CONCREIE PAYEMENT P�RpIOVE ElaSTNC
FWNOAIIpl, h CONOIIIi
REMOYE @ PROIECi�
18 SY OF BPoCK
VAKRS PER COFW
2}QQ 3}QQ SPEC S2 1{ 18 ¢}QQ
t — � — � — — +
— I � ��
h C
�_'^�y C
� C
�
1
� _
RQAOYE AND REPLACE 110 LF OF EIaSTNC 8� N7RIFlED p.AY SEWEIt
PIPE BY PIPE BUFS7ING
SEE gWER SH. 11-15 .
LOT 1R-1, BLOCK 2
NOR7H 7EXA5 STATE UNIVERSIT'
hXAS COLLEGE OF OS7EOPA7HIC MEDICINE ADDIITON
(CAB. A. SLIDE 2179) REMO�E k SALVAGE
REMOVE BB] 3 OF ��0 PPRKING
CONCRETE 90EWiW( STAIE OF iEf(AS TIIS SIOE OF
�(VOL. 6953, PG. 2012) SiREET (R-» 9GN
REVISI()NS
� x0. � Of50EPLOx W2
3 � �34 EIEC�� I� `IT R1N�NMENT /%%7n),,
, q �� Itf(!SR
� 1 iz� ioz
a p
a p
oi�oimnxtu xu[ r rtcr 00
� REAIOYE CONCFEIE PAKl1ENT
REMOOE CONCREIE
�-_-_-__ CURB AND WT1ER
REMO�E ASiHP1T UMIT$ Oi $ANCUT
PA�EMENT
�REMOOE k � HSTqtIC BRICK
PROIECi BRICK �ryq� pEpq�R
PAYERS
REAIO�E DRI�EWAY l..✓ EX iREE TO BE
PA�EIIENT REMOVED. REfER
TO LANDSCr1PE
PUNS.
RpAO�E CONCFEIE t'� F iF#�
SIDEWMK e�.
7REE PROlEC710N W uE��W
RE LWDSCME '$ %]ryt
DETAILS 'kFs<i�t'x� �
�1hShpN�`�_ .
REfERFNCE lANDSC�PE �� pppEpqinc au Mis ooc�w[ni wA5
I PLANS FOR 1REE Rp10V�L I .ypp�p er u�ttw¢ rwH¢s wnirt , v.c i�nii q
AND PROIECTON pppm�ppy �yhq/,rp� p� A eFNEp CpW1EM
wnwr mortn ipmunp1 m� msaaic
u�or�mixc rx�cna .�m. ^'E �ous
REl10�E k PROIECT 213 �REIAOYE 151 Lf OF CURB AND CUTIER
SY OF BRICK PAYIItS PER
�� �COFW SPEC 32 14 18 RQAO�£ AND REPLACE SANITARY O
M�NHOIE (SEE SHEET 15) +
:.. REMO�£ 3.15 SY OF
' CONCREIE PRYEMENi E%ISlIN6 70' WAtER 11NE TO �
BE RE%.ACm BY O7HEIt5 a
' ;;;;;;;;;;;;;;;;;;;;; ;;;� ; ;;;;;;;;�� �SEPARAIE CpliRA� F
�;��;;;;;;;;;;;;;;;;;/��� ; (X-28Wi)
... ,,,
;;;,,, ,,,,,,,,,,,
,,,,,,,,,, •••••Si00,,,, ___LPN:103082 _ Bi (n
,,,,,,,,,,,,,,,,,;;;; ;,,,,,,,,,,,,,,, ,
,,,. ___ __
1 �" �' �' �' � _ � "�l" — ��� �
__�E- -
� �..�:r: .,.,/� ,.,,,/,�,f( .��✓,�t�!� �.
W
>,»»>»»>,,,,,>,,,,,,,,,,;>,,,,,,,,,,,,,,,4,,,,, ,,,,,,,,,,,, ��GHT a61E5 RE066FD 6Y j
RENOYE h PROIECT 232 �PARAIE CONiRACT
�REMO�E h PIi01ECT 12 .�SY OF BRICN PAYEFS PER �
SY OF BRICK PAKRS PER fAFW SPEC }Z �4 18
COFW �EC J2 14 18 F
QC
� �' - c
REMOYE 8{ lF OF � � _/_/�L��
CIIRB R WiIERJ
PR01EC1 E%ISi1
REYOYE �1 SF OF CURBJ A
CONCREIE 90EWPLC
LOT A, BLOCK 1
` AMON CAR7ER MUSEUM OF MES7ERN ARTS
(VOL 388-107, PG. 59)
AIION G. LAR'IER FWNDAPON
(VOL 4542. PG. 46))
REMObE OND REPL/�CE 400 LF OF IXISTING N1RiE0 CLAY SENER PIPE BY PIPE BURSTING
SEE gMER 91. 1M15
REAI00£ k OISPOSE [
E% BUS STOP, iRASH
CAN & BQICHES
ptour an nenuoou 1ao �c or oarnuc a w�an �re e�a �c os y �a
Sr or LOT 1R-1, BLOCK 2 REuoVE k SALVI
��'�� NOR7H lE%AS STAiE UNIVERSIN PEDESTRIAN 9d!
7EXAS COLLEGE OF OSTEOPA7HIC MEDIpNE ADDIITON
(CAB5. A, SLIDE 2179)
G�i oaoOF lE%LS pEMOYE 50 LF Oi
� (v . , . ineJ CUNB �NO GUTIEA
� � .. ....4......�.i....'iO�� .......... ................................................. .�.............. . . . . . . . . . . . . . . . . . . . . . . . . . .. .,.,.,..,..,.,.,.,, '
REMO� k PROIECT 88
O / � � SY OF BRICN PAOLRS PQt
� ( PROIECT E%IS71NG COFW SPEC 32 14 18� �
+ REMOVE Ml� REPLACE TOP OF curse �SnN� �o• wA,�+ �NE CAMP BOW1E BOI/LEVARD RdO�E @ REPLACE
{O IXISTINC CURB INIET PER COFW TO BE REPUCm BY ����� MONTCOMQtY NE%T A RpAO�E 380 lf OF CURB-� Q
oeTu� Ro�o� m snwncE on�ms (x-zaoez)
F� 'ttIRACE5T�0 BEfN CPN:105082 �` _ 9plPL 9CN T :::� a
V% -EX CONC NRN IANE^- ��DINATED NiIH PROIECT IXISTNG REMO�E 58 SY OF
_ n n ...
�...�.�� F
� %) 7+�iRiN11Y MEiRO FR�Np115E YANHq.E .:�� 9+00 CONCREfE PA�EYENT 55Y,1{: (�
_ __�__. �
W _ _ �'--t�-__-Et-'— E1--- _ -��-_ _��1 -_E� - Ei-- 5 NCMNlHIXEr ......... �
1� RENOYE E%I T
J ,, .� r .� �GHT POlES REA10y�p BY � � �T��T�^+� W
(,,,,,.... �• � SEPMATE CONRiA�T - '-' ___ //,! T.
\ ---____��__' 9 ���_��"i ,,,,,,
r. `FEMO�E �B SY OF REYM�E h SALVAGE � REMOK k PROIEC� 85 — J
CONCREIE PAKAIENT pE0E57PoAN AHEPD SY OF BRICK PAVQtS PER ��
V BY OTHERS y�,�ry PROIECT �OST COiYI SPEC 32 11 18 I
F GAS LINE A �
a �WRB CT IXISPNG REMOK 12 LF OF � �SRLVAGEV�� F
� CUFB AND CUTfER- � 1 a
�Y �.r u s P i u 1=:-�'' �� ���;���� ��
REMO�E k SALVAGE
PEDESiRIAN AXE�D
SIGN
�or a e�oac ,
AMON CAR7ER AIUSEUM OF WES7ERN ARTS
(VOL 388-107. PG. 59)
AMON C. CNRIER FOUNDRl10N
(VOL. 4542. PG. 46l)
PPROxiMni[LDUnnCVCF REMO�EMEOI�NWRB
D�ucRO N�Uii.iiirs. B CUT7ER (PBLh
US[ Ex-aEn�_ REMML E% BOW�ROS
ErvINrNlsnaEa. qp,�pyE MEDIAN
WRB & Wl"fER
���)
��
� RDAO�.E 28 LF-
Of WRB AND
� GUTIER
� ' ������
`gj
F �
�REMOK 4 SY OF J �
REMOVE, PROIECT- CONCREIE PAVEMENfi R��� ���
AN� REPLACE 341 SY �yAGE GAIE VAL�E CUH9 RN� Cl1TIER
� OF BRICK PA��ERS
PER COFW �EC ]2 ��
14 16 RREA W�1ER �
A IINE INSTALLATON � A
_..,_._..,...._....,_..._._aEn�E� RENOVE J9{ SF OF PEMOK h�,
nuiloN��i CANCAEIE 9DEWALK �VEOESINIAN
oxIME�E �OCn11oN oF A �
GRWT. �BANOON. AND REPLACE 154 LF OF EJtlSTNG 12'
f.AST IRON WAIER NAIN - SEE WAIER SH. 8-8
� ��11/`��w Jeovrscz�w�wEi��GmMMs�oo�aaa�
� CONSTRUCTION N�S'I��S��E.
1. S1TMI�M6 LNf OTiIRE Iq1E0.xC 91EEf5. rtM S IEfuMi MYU M9
z ru amm xwn mw� ae �a wo ,ui om.e�•r ww aw� x r uwEsa omnax
mii'�°°o-" m�°n��. atx.nva fni sz-eane
� a�s i [�c�c� a-ens
a� s'.�anFs�-�mu�w-1��
HORIZONTAI. & VGRTICAL COVTROi.
�r � x ��� ��
�a w n '
� X�� �
�kC IPFC2I-0119 M��� �. iM-0]61
FlD J01IhOT001JJJJ-IOSB51-EO]B&5 r�o ,uw Ho. zox-,uz
CITY OF FQRT WORTH, TEXAS Q
j
CAMP BOWIE BOULEVARD �
W
ROADWAYiMPROVEMENTS �
DEMOLITION PLAN STA 0+00 TO �
STE� 1�+0� �
061GNEU:C7L/MNBI PK JOB N0. I DNE. I SIEEf Q�
OAAWN: CSC/MNB 5083-22882 JUL 20Y{ 19 OF 92 U
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
FDRT �V�RTH�
City Secretary's Office
Contract Routing & Transmittal Slip
COntraCtOr'S Name: McCarthy Building Companies
Subject of the Agreement: This Change Order covers additional labor, equipment,
and materials for the removal of an existinq Verizon vault and the installation of a 2" conduit sleeve.
M&C Approved by the Council? * Yes ❑■ No ❑
If so, the M&C must be attached to the contract.
Is this an Amendment to an Existing contract? Yes ❑■ No ❑ 62�6s, 62�6s-A�
If so, provide the original contract nu�nber and the ame�dment nu�nber.
Is the Contract "Permanent"? *Yes � No ❑
If unsu�e, see back page fo� permane�t contract listing.
Is this entire contract Con�dential? *Yes ❑ No 0 tf only specific information is
Confidential, please list what inforrnation is Confidential and the page it is located.
Effective Date: Expiration Date: 7/25�2027
If different f�oin the approval date. If applicable.
Is a 1295 Form required? * Yes ❑ No 0
*If so, please ensure it is attached to the app�oving M&C or attached to the cont�act.
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:
L Katherine Cenicola (Approver)
2. Jannette S. Goodall (Signer)
3. Allison Tidwell (Form Filler)
*Indicates the information is required and if the information is not provided, the contract will be
returned to the department.