Loading...
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.