HomeMy WebLinkAbout062766-CO2 - Construction-Related - Contract - Madeline White, Travis Rieff, and Mark Valdez (Crescent Property Services, LLC)CSC No. 62766-0O2
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 Phone No:
Andrew Goodman Phone No:
WATER/SEW ER
Developer
Cost City Cost
ORIGINAL CONTRACT $0.00 $3,729,616.00
DEVELOPER CONTINGENCY TO DATE $0.00 $0.00
CFA AMENDEMENTS TO DATE $0.00 $0.00
CREDITS TO DATE $0.00 $0.00
CONTRACT TO DATE $0.00 $3,729,616.00
AMOUNT OF PROP. 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
YES
I CHANGE
I ORDER No:
I
I 2
I
I
8173926251
CONTRACT UNIT
$0.00 City Cost:
$13,042,782.00
TPW
Developer
Cost City Cost
$0.00 $9,169,041.00
$0.00 $90,000.00
$0.00 $0.00
$0.00 $0.00
$0.00 $9,259,041.00
$0.00 $54,725.00
$0.00 $9,373,166.00
$9,313,166.00
$13,042,'
'82.00
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#2
M1
M2
M3
M4
CITY BID ITEM # QUANTITY
NA 0.01655
NA 0.01669
NA 0.00041
NA 0.00579
NA 0.00650
NA 0.00588
Asterisk (*) indicates New Pay Item
REASONS FOR CHANGE ORDER
UNIT
LS
LS
LS
LS
LS
LS
TPW
ITEM DESCRIPTION
WC #1 - Earthwork and Demo
WC #2- Concrete Paving and Flahvork
M1 - General Conditions
M2- CCIP
M3- Fee
M4-McCarthy Permance & Payment Bond
CFWUnitPrice UNITPRICE DeveloperCost CityCost TOTAL
NA $ 1,452,399.00 $0.00 $24,037.84 $24,037.84
NA $ 1,452,399.00 $0.00 $24,235.58 $24,235.58
NA $ 1,203,531.00 $0.00 $492.49 $492.49
NA $ 165,428.00 $0.00 $975.12 $975.12
NA $ 608,259.00 $0.00 $3,954.41 $3,954.41
NA $ 73,105.00 $0.00 $429.56 $429.56
TPW 0.00 $54.125.00 $54,125.00
Change Order #002 includes costs associated with additional curb and gutter removal and replacement at the Kimbell Museum and Montgomery intersection. Existing
conditions of Curb and Gutter did not meet City of Fort Worth standards and raised concerns with future failures if left in place. Contractor was given direction to
replace 354 LF of existing curb and gutter.
Revised: 12-17-2018 Page 2
�i�►�dru,w' ��",�-"�
Andrew Goodman
IPRC PM
RECOMMENDED:
(Cor
�� �� � ���
By: I � ' '� �_��!,d�''�� � �, � Date: 12/09/2025
Name. ...___...._ ....._-� • —
Title: Project Manager
APPROVAL RECOMMENDED:
CFW - Wafer Department
s�� ��¢ ��
By:
Name: SubyVarughese
T;tie: Engineering Manager
APPROVAL RECOMMENDED:
TPW
By �...,.9
Name: Lauren Prieur
T�tie: Director, TPW
12/29/2025
APPROVED:
(Developer)
Travis Rieff 12/22/25
gy. a o �,<.,, a�� Date:
Name: Travis Rieff
Title: VP -Development
APPROVED:
(Contractor)
By. Mark Valdez 0ebzo p95j�fi�� °` `""°• Date: � 2�23�ZO2'rJ
rvame:Mark Valdez
T�t�e: Proiect Manaqer
APPROVED: APPROVED AS TO FORM AND LEGALITY:
CFW - Assistant City Manager CFW - Assistant ity Attorney
�,p. iz/z9/zoz5 ,.���,��(;,� � pare: 01 06 2o2E �%�' �� � � � oi/o5/zozs
�, ��� � � BV:I t/ Date:
Name: Jesica McEachern Name: Richard McCracken
T;t,e: Assistant City Manager T;tie: Sr. Asst. City Attorney
�F FaRT�4�OQ
ai.o 9ao
ATTEST po° o�o ��
o �
Date: 12/30/2025 ��° a'�x�� �
�"�` � �j �ate: O1/06/2026
By:
Name: Jannette S. Goodall
Title: City Secretary
M&C Number. 25-�287
M&c �ate app�o�ea: 04/08/2025
* 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
OFFICIAL 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
TO
PCCO #008
Project: 002259.000 - Camp Bowie
3230 Camp Bowie Blvd,
Fort Worth, Texas 76107
Prime Contract Change Order #008: CE #07 - Phase 1- Curb
Replacement (Kimbell & Montgomery)
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: $54,125.00
IMPROVEMENTS (MONTGOMERY STREET
TO UNIVERSITY DRIVE)
DESCRIPTION:
CE #07 - Phase 1- Curb Reqlacement (Kimbell & Montqomerv)
This Change Order covers additional labor, equipment, and materials for the removal and reinstallation of 433LF of
curb and gutter near Montgomery intersection and in front of Kimbell Museum. McCarthy to follow agreed upon rate of $125/LF with 100' minimum.
ATTACHMENTS:
Phase 1- Curb and Gutter.pdf
POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER:
PCO # Title Schedule Impact Amount
007 CE #07 - Phase 1- Curb Replacement (Kimbell & Montgomery) $54,125.00
Total: $54,125.00
CHANGE ORDER LINE ITEMS:
PCO # 007 : CE #07 - Phase 1- Curb Replacement (Kimbell & Montgomery)
# 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
3 01800-01800.0810.00.00 - COST OF RISK M2 - CCIP
(GL)
01800-01800.0820.00.00 - BUILDER'S RISK
4 INSUR Builder's Risk
5 01900-01900.0910.00.00 - INITIAL MARKUP M3 - Fee
6 01700-01700.0730.00.00 - PERF & PAYMENT M4 - P& P Bond
BOND
Type Amount
Subcontracts $24,037.84
Subcontracts $24,235.58
Material $975.12
Material $492.49
Fee $3,954.41
Material $429.56
Subtotal: $54,125.00
Grand Total: $54,125.00
McCarthy Building Companies Inc. page 1 of 2 Printed On: 4/17/2025 11:58 AM
M�CARTHY
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.
Crescent Property Services LLC
3230 Camp Bowie Blvd, Suite 500
Fort Worth. TX 76107
SIGNATURE
The Projects Group
301 Commerce St #1301
Fort Worth. TX 76102
DATE SIGNATURE
PCCO #008
$12,898,656.00
$90,000.00
$12,988,656.00
$54,125.00
$13,042,781.00
McCarthy Building Companies Inc
12851 Manchester Rd
Saint Louis, Missouri 63131-1802
DATE SIGNATURE
DATE
McCarthy Building Companies Inc. page 2 of 2 Printed On: 4/17/2025 11:58 AM
NOIE CONiRACTOR TO
SALV�GE HISttMIC BRICK
RND UIRRE Fd2 UIIIJTY
iRENCH REPMR. ANY IXCE55
MISrORIC BPoCK M1LL 9E
COORDIN�IED N1T1 CdFW
i0R STORACE.
NOIE:
1. CON7RACTOR ANO QTY
INSPECTOR TO CONiACi TIE
CITYS W�l6t FlEID
OPER�lI0N5 PRlpi TO P11
IlEMS BEING REYOKD IXi
SALVACED.
2. CON7RACTOR SHALL
PRONDE DOCUMENIS TO qlY
IN�ECTOR FOR �LL IlELS
RDAOKD AND SALVAGEO TO
TIE CIT"5 FlELD WAIER
OPER�lIONS
3. CONTACT W�REHOUSE
SUPERNSOR JESUS R/JIIREZ
AT (81]) 392-302] IXt
WA1ER SYSlEYS SUPERNSOR
MATIHEW UANS AT (81))
sa�-azn. oeuvea nu
S�LVACED MATERI/yS TO
arr a Fonr waen� nein
OPW�lI0N5 LOCA7ED AT
1808 117H AVE. FORi MVRIII.
lX ]81M.
4. ML SALVAGED
MAIEPoALS NUST BE
OELIVQtm TO qtt OF FORT
MVRT1 FlE1D OPEAAIIIXIS
'M1HIN IN 5 �yp9g DAYS
5. ALL O7HQt WAIER
MAINS SHNL BE ABANDONm
BY DR�ININC T1E E%ISIINC
MAIN, CUTIING N!D FlWNG
n�c ewrnHc uuN x�ix
CRWT, iWD PLUCCING IN
ACCORU�NCE M1T1 7HE qTY
OF FORT NORT1 STNlDMD
CONSTRUCTION
SPECIFlCATIONS /J!D OETNLS
OCM 5.22.1.1
�
�
m
�
�
9
��
R�
oS
REMO�L AND FEPIACE S/JIITARY
MANHd.E (SEE SHEET 15) ,,./ :; �
� ,7
'�iYW1�� _r�� _ — _ WWt — — �y�r ; �j,
CAA� BOW/E BOULEVARD REMO�E 8 SALVACE `
RdOVE 215 SY OF ElOS11NG L1pIT
(+'w[w�s-M CONCREfE PA�EYEHT PaE.RElIOVE E1a511NG
FWNDAlION h CONDUI
REMOYE R PROIECi
18 SY OF BPoCK
P��ERS PER COFW
2+00 � 3+00 srcc ax ta ie
+ - _ t _ -
- I �
A C�i
�� �I
/�
��
9�
rso�o� e� oisrasE c
E% BUS STOP, TRASH
CAN & �lICHES
REMOVE RNO REPLACE 73 lF Oi E%ISIING 8'
N1RIFlm CLAY SENER PIPE BY OPEN CUT
(SI�ME iREHCH) SEE SE'AER SH. 1�-15
/
/
� srnar oEuaunoN
AT E%ISTING JqNT
�
\
—
NW
+ �
' ' nurlo . - REMO�E MEDI�N WRB
naaRoxiMnreLocnlo o h cu77Ek (zBl�
REMO�E E% BOLLAROS
��quioTNWNeNIrviHsna�a qp,�pyEMEpAN
�I� ^ ^ % ��; Wl"fER
�� � �� ���
`�
���
�,�g����
�O �
�
RQAOYE AND REPLACE 110 LF Oi OtlSTNG 8' N7RIFlE0 CLAY SEWEIt
PIPE BY PIPE BURSTNG �
SEE SEWER SH. 1h15 �
LOT 1R-1, BLOqC 2
NOR7H 7EXA5 S7ATE UNIVERSIT'
IIXAS COLLEGE OF OS7EOPA7HIC MEDICINE ADDIITON
(CAB. A, SLIDE 2179) REMO�E k SALVAGE
REMOYE BB] 3 OF � MO PMKING
CONCFEIE 9DEWiW(� STAIE OF TEf(AS ' T115 90E OF
(VOL. 695}, PG. 2012 SiREET (R-]) 9CN
Ll��RE110VE B PROIECT 213 `REIAOYE 737 LF OF WRB MlD GUT7ER
r�� SY OF BRICK PAYIItS PER � I
�COFW SPEC 32 14 18 �i REMO�f AND REPLACE SANIT�RYJ O
••• MANHOLE (SEE SHEET 15) f
' REM04E 335 SY OF E%IS11NG ]0' WAIER 11NE TO �
CONCREIE PRVEMENT BE REPIACED 8Y 01HER5
�,;;;;;;;;;;;;;;;;;;;;;;;;; (SEPARAIE CONiRACn , � a
�:��;;;;;;;;;;;;;;;;;;;;;;;;;;;�;;;�;;;;;;;" (X-IBWY) F
.
..:., , ,,.:::
�,.�.,,,,,,, ,,,L;;,,,,,,,,,,,,,,,S+OOY,;; '_' '_"'caN:msosz _ 8+ y
_-Er - - � .....,.�,, L - - � - -�, .. W
;�;;;;; '.;:;;;;:; ...,�,;',;�,�,,, ....:-,�.-.:: -.�,�,�.;'.;�.�. .�.c ...,�.�.�.,... .... .,�.,�,,,,�.�. �.
`L1d1T PolES REMOKD BY J
REMOYE @ PROTECT 232 �PARAIE CONiRACT
�REMOYE h PROIECT 12 .�SY OF BRICK PAYIItS PER � ,_, r.
SY OF BRICK P�KRS PER COFW SPEC }Z �4 18 (�
COFN SVEC 32 14 18 F
_-W �
REM�YE 84 lF OF �0 J ���
��� CURB R GUTIERJ J
PR01ECt E%ISt
REMOYE �1 Si OF cuRa A
CplCRE1E 90EWALC
LOT A, BLOCK 1
� AAION CM7ER NUSEUM OF MES7ERN ARTS
(VOL 388-107. PG. 59)
RMON G. CARTER FWNOAPON
(VOl �542. PG. 46))
RENObE OND RFPLRCE 400 LF OF IXISTING NIRIFIED CLAY SENER PIPE BY PIPE BURSTING
SEE gMER 91. 1M15
GRWT OlD ABANDON /00 LF OF IXISTNG q W�IER PIPE PQt SPEC 0� 41 1{
sr ar LO7 1R-1, BLOCK 2 RENOVE k SALVI
��'�� NOR7H lE%AS STATE UNIVERSITY PEDESTRIAN 9GN
7EXAS COLLEGE OF OSTEOPA7HIC MEDIqNE ADDIITON
(CAB. A, SLIDE 2179)
STAIE OF TE%AS RpAOYE 50 LF OF
Q (VOL. 6953, PG. 2012) CURB ANO GUTIER
O SY�OF BRICKRPAY£RS PEfl
Q COFW SPEC 32 14 18 �
+ REMO�E �V10 REPLACE TOP OF PROIECT EXIS7ING O
CURB E%ISIINC 30' WAIER LINE CAMP BON7E BOIKEVARD REMOYE @ REPLACE +
{O IXISTING CURB INIET PER COFW TO BE REPV�Cm BY MONTCOMERY NE%T A REM04E 380 Lf OF d1RB-� O
DETNL flEMOVE @ S�LVACE OIHERS (%-280B2) ����d 5�p�py y�CN� ,�.� r
Q �% BUS STOP 9p! CPN:1U5082 � Q
~ COORDC ATED N1TH �� f �REMOYE 58 SY OF� F
V% EX CONC NRN LANE^ PROIECi IXISTNG� y
� �0 7+�NIiY MEiRO fRpNp115E M�V1Hq.E 9+00 ��� PAYEYplT ��
Et - Ei- - RENOYE E%ISTNC MRNHOIE r ��
T. ••,FEMO ... q T PEOESTPoAN AN � � ��' �� ,,,,; {{J
�CONCREIE P�OF� t T PROIECT E%IST `� uFPMATE COREMAYID BY _ _ " " _ � - _ . .,;;T+-��; .f.
W � i� -
ei----E�--- -
Z �--- --
J��.�..� __
RENOYE k 5/�LVAGE REMOYE h PROIECT 85 J
SY OF 9RICK PAVERS PER
V BY OTHERS 9CN � Ca:M' SPEC J2 14 18 • r.
F "' GAS LINE U
a WRB CT E%ISPNG r RQAOK 12 LF OF � �SRLVAGEV�� F
� I�1 � WRB AND CUTfER-�, � _ , a
0 z-d � 0 C� � _ �� � �K�%�,y��" „ , „ rL
�REMOYE 4 SY OF J �
�REAIOYE k SALVAGE REMOVE, PROIECT-/ CONCREIE PAVEMENfi� ! REMOYE 53 LF OF
PEDESiRIAN AHEAD AND REPLACE 341 SV ���A� �A� ��� CURB ANO CUTIER
yq� � OF BRICK PAVERS
LOT A� BLOCK 1 1416CAi1ER W�1ER �\
AMON CARTER AIUSEUM OF WES7ERN ARTS A uNE INST�LLATON a !✓°�A
(VOL 388-107. PG 59) ncn�liov�i I �oVE 3M SF OF ,REMOYE k SALVACE
AMON C. CNRIER iOUNDRTION aoxloEacaouv �or oi A ��� ��W'� ��OESINIAN 9d!
�`-ti'� � GRWT, ABANDON. AND REPLACE 151 LF OF OtlSTNC 1Y'
(VOL. 4542, PG. 46l) coNiancioa sHa� �sE ExraEM_ CAST IRON WAIER MAIN - SEE W�IER SH. 8-8
REVISI()NS
�Q uF5�EP110M
A CMIP BON1E RFl WAIEk LINE SHIR k ABANDONMENT 2 4/202'
3� Ril 34 ElEC1RIC�L-PROPOSm CONDUI7 R1-22 4 0�/202:
PCCO J.1U.1214.0O2 8 AYQiONENT 2 � 8/20I:
a p
0 80
� REMOK CONCREIE PAYfl1ENT
REM01E CONCfiEIE
�_______ CUR9 AND WTIER
REMO�E ASPH�LT �MITS OF SANCUT
PA�EIAplT
�REMO�E k � HISTORIC BRICK
PRO7ECT BRICK ipENp1 PEp�IR
v��rss
REMO�E DRI�EWAY ,.../ EX 1REE TO BE
PA�EAIENT RflA01ED. REfER
TO LANDSC�PE
PIANS
RElAO�E CONCREIE �� F.T,F}�
SIDEWALIC
�� i
7REE PROlEC710N lu uE fllultEe wl �
RE LWDSCME �,F urni '7�
oEru�s �,`��xs��
`4`y%ONpLEN
REfERENCE lANDSC�PE �� N,v[naH� pv TM
I PLANS FOR 1REE Rp10V�Lll �p� gr �,�pp�� �qy�s �h�M�'i w�s
AND PR0IECTON /ae/IImA Rp�nq1 of � sF�uEitooai�uwi
�xc�isna ��uioe�x ��ius
� Westwood :°a=E" E a�� E, �;;r�M M,�o,.�o,
� CONSTRUCTION NOTES
� CRN61MfS OTGR NO1f0.x0 �ilFS. �CIL [ RI��6 M1YS u9
N�L 91RFF� W�qi 9�NL BE tS uD NL OPo'h�Nv WL� LWL BE 3' W95 OMA111Y
rob e]beT ,�va fni m-moe
a�slF1F�Y�� �215-efts
u� omu s��'.w��i �
-Bobd�O-1F55 �
HORIZOATAL & VCRT[CAL CONTROL
�r � X • ��� ��
W 9^ 4� Py P,
�, ��' �
cm vxvccr'% rosesi x-aezw
�c ivxz�-otts uevsco No. r�a-o�u
FlD J0/1hOT001J3Ji-I05651-EO]B&5 TAD ,WP N0. 10J8-J9?
CITY OF FORT WORTH, THXAS Q
'
�
CAMP BOWIE BOULEVARD �
w
ROADWAYiMPROVEMENTS �
UEMOLiTiON PLAN STA O+pO TO �
STn 1�+�� �
DESIGNE�:C74/NNB PK JOB N0. WIE: SIIEEf U
DMWN: CSC/MNBI5083-22882 I JUL 202{ I 19 OF 92
Y
$
m
�g
3
�
3
9
��
R��{
��k
u�
V � CRIXIT. /�B/JlDON, �ND REPLRCE 100 lF OF ptlSTNG 4'
C/�ST IRON WAIER NMN - SEE WA7ER SH. 10
REMO�E 44 g OF
CONCREIE ORIYEWAYLOT 14 LOT 15 LOT i6
GREWRY H. DOW, IRUSTEE CONNIE L HERLER AND
(INST. N0. D211114200) KENN G. HERLER
FEMO�£ 189 g OF (INST. N0. D216250296)
�CONCREiE SIDEWAII(� qEypyE yg LF OF
--_-- WRB /J!D WT7ER SnLVA4E Wn
�'"""_""""av����m��� �v����vv�����v������v�v.�
Q�.
F
fA-
Z�
J•
C1
F
a.
�•
NOIE:
1. CONIRACTUR AND ptt
INSPECTOR TO WNTACT 1HE
CINS WATER FlELD
OPERATONS PPopt TO ALL
11EM5 BONG REMOYEU qi
SALVRGED.
2 CONIRACTpi SH�LL
PRONDE DOCUMENIS TO qTY
INSPECTOR FOR ALL IlEMS
REMO`iED ANU SALVAGm 10 `-
1HE dN5 FlE1D W�IER I
OPERATONS.
3. CONTACT WMEHWSE
SUPERNSOR, JESUS RAMIRQ
AT (81]) 392-502] OR
WAIER SYS1F]AS SUPQtNSqi
MATiHEW D�NS AT (81»
BN-82T/. DEIJ�ER RLL
SPLV�GED MAIERIALS TO
Cltt OF iORT NORTI FlELD
OPERATONS LOCAIED NT
isoe nn� ��. ForsT xarsn�.
1X ]8102.
{. �LL S�LVAGED
NAIERLWS MuST BE
DEII�ERED TO Cltt OF FIXtT
WpilH FlELD OPERAlI0N5
N1T11N IN 5 �Q�@ D�YS.
O
�
N
N
Z
J
G
��
`
__ __ \k%� `rao�croasnxc
curce u�o cuttErs
2 NINpt $TptN NANI
� CONCREIE COLLM
PER SPEC 3J 05 1
G�i/�� � FJ( STOP BAR �
� � PNAT MMpNG
�� �
�
� �� � _ LOT 1R
� °1 BLOCK 5
rc VAN ZANDiS HILLSIDE ADDI710N
`� (INST. N0. 0221271821)
O a
GPIi CD Ml1Lll LLC
IX ROW (INST. N0. 0221290)]3)
�_
��\?„�yc���
}.\\PL�E ADJIISiMENT
\ \\ ��������������\���������
�MOYE 58 g OF
klCREIE SIOEW�IK MINqi SRNITARY SENER N1T1 pROIECT E1O511NG �
CONCRETE COLLAR AOJSiMENT q�RB RND QITIER�
PER SPEC 33 OS 14 �
— E�-_—_E�_--_Ei----Ei--� .L — \\\\\\�,\ �`iu.iri�
ae f20+00 wa' -_"__ �� 21
rC< Cf�
� �RpAO�E BO LF 8' PNC � CONIRACTdt �TO COdtDINAIE NIT1
FlNE SERVICE �B _. ,,����1 FRANCHISE Ulllltt CdAPANY.
���� ������������,������,�� � � � ` ' �
Lk�IsnNc uaii�r�oi�c. , L�� o Ge snNc�' E% ROW ��
REMOYE IXISTNG
FWND�710N @ CONWIT / FOIIND�TON k CONDIIIT �OT � f'OL
� THE KIMBELL
� (INST. NO. D21 0 26 21 3 3)
PROTECT D0511NG , CITY OF FORT WORT1
WRB AND GUTIER (INST. NO. U2000268&5J
A GRWi. ABANDON, ANO RFPIACE 400 LF OF [%ISTNG 12'
CAST IRON WA7ER NAIN -$EE WAIER SH. 8-B
; :.
����.
����I
��.�
d
\����1\
���\���'
T
�\
\ o
\\� N
. - _�� iT �i
� W
\ Z
J
I
<.i
�
a
� �
REMO�E h
REPIACE E%
PMKING SICN
LOT e
GPIF CD MULn LLC LOT 7 LOT 6 LOT 5 LOT 4
(INST. N0. D221290]l3)
IOK AOA RAMP GPIF CD MULT LLC
�:CIkICRL VMILiS t0 RENAIN. REMOVE NID REPIACE 31 Lf Oi IXISTNG (INST. N0. 0221290]]3)
NiRACiOR i0 N011FY ENqNFER OF ANY CONFLCTS 1' CAST IRp! WATER MNN (SMIE 1RENCH) - SEE WAIEft SH. 11
NTRACTOF IS FESPON9BLE FOR PROIECIING TIRWpIWT CONSiRUCTON..
REMOYE 31 SY OF CONG BLOCK 5 RDAOYE, PROTECT �ND REPIACE 12 SY
FAYEMENT AT NEAREST JqNT �AN ZANDT HILLSIDE ADDITON OF BRICK PAYFRS PER COFV! SPEC J2
VOL 204, PCa. 4 PROIECT IXISTING �4 16 MER WAhR 11NE INSi�LLRTON
�SRLV�4E EXISt. FlRE HYORANT � � �WRB ANp CUTIQt
MO�L ADA R�MP j ��
\�e�\) \]\��\\\\\\\�\\\�\�\�\\�\\\\\\\��\\\\\\\\\'��NO�E�h AL AGE��,\ MO�L 8 6Y OF ;.. .; O
1
��������\�\����\\\�\ ��
� noausivar
����A\��. �A �A��'�
�._..- - ' - - - ' -
LOT 1, BLOCK 1
M.M.A. ADDI710N
(CAB. A, SL1DE 5215)
DYE N!D REPL�CE 9UEWAlM
JEAREST JOINT AND MPA FOUNOATIqJ
7CIAlED CURB AND CUTip2 (VOL. 12440, PG. to]2)
i WATER LINE CONNECl10N Q
YOYE IXISTNC �• ��� PA�EIAENT 0
uND�TION. h CONDUIT \ �
i�� - — — • - N
— � 2& F
- (q
x�uo� scs ir or W
WPB AND WT1ER 7'
� � \\\\� F
- rL
REVISI()NS
� � ^� ocoecnow
� � AWENDUM 3 ��/(� /j2a �
3 P/gpN1E RFl WAiR 11NE $XIFT Q �B�NDONMENT J/j��((////�'n�{ ,�
• A �0 ] 4 CO 6 /28/20�
! 0
0 0 Y� 10 80
xor¢w�tu sc�u[ x fEcr i
0 3 1
MFIIGLL SCNE IX fF£f
� REMO`�E CONCREIE PA�EMENT
RENOYE WNCREIE
�_______ CURB �ND dIT1ER
REMO�E ASPH�LT LIMI15 OF SANCUT
PA�EIAplT
�REAIOYE k � IX iREE TO BE
PRO7ECT BRICK RENO�iED. flEFIX
v��rss m uNosc�re
� vuNs.
RElAOYE DRI`�E'MAY PAYEMENi
REMO`�E CONCREIE �� F.T,F}�
sioewux
�e :
1REE PROIEClION 14oy[4E fIIYCEe WH �
RE LANDSCME '$4 %TI11 �
DETMLS
�f63%pMR�E
FEfEflENCE lANDSC�PE E gp� wvvenwNc ari�mis oacuMCHi w�s
I PLANS FOR 1REE Rp10V�L II � er ��i mixcis rurt , v.[. i
AND PR0IECTON w�ry�ppyt hp/,Tq1 OF A 9EVF➢ UONINNT
Px PFacFAlpmulxMluxoE�xtHE��A�
Westwood J;oa=6,���� E, ����M =3,�0.�0,
� CONSTRUCTIONN�S'IfESp�E. �- ,
� CRN61MfS OTGR NO1f0.x0 �ilFS. �CIL [ RI��6 M1YS u9
N�L 91RFF� W�qi 9�NL BE tS uD NL pb'h�Nv WL� LWL BE 3' W95 OMA111Y
-°�°��p°�n ma fnr� ss-moe
a�slF1F�� �215-efts
u� omum"`ua�s�-e n°uezos-�m. n°'
HORIZOATAL & VCRT[CAL CONTROL
�� � � � ��� �� �
� 9^ �� 4� Py P ,
�fY �'% rosesi x-�so
ro
�x iv�cz�-otts u�vsco No. r�a-o�u
FlD J0/1hOT001J3Ji-I05651-EO]B&5 r�o uv No. zox-ssz
CITY OF FORT WORTH, THXAS Q
j
CAMP BOWIE BOULEVARD �
W
ROADWAYiMPROVEMENTS �
DEMOLITION PLAN STA 18+00 �
T� ST.� Z�+�� -��+
DESIGNED:C74/NNB PK JOB N0. MIE: SIIEEf U
DRAWN: CSC/MNBI5083-22882 I JUL 202{ I 21 OF 92
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
COntraCtOr'S Name: McCarthy Building Companies
Subj ect of the Agreement: Change Order #002 includes costs associated with additional curb and gutter removal and replacement
at the Kimbell Museum and Montgomery intersection. Existing conditions of Curb and Gutter did not meet City of
Fort Worth standards and raised concerns with future failures if left in place. Contractor was
given direction to replace 354 LF of existing curb and gutter.
M&C Approved by the Council? * Yes ❑■ No 0
If so, the M&C must be attached to the cont�act.
Is this an Amendment to an Existing contract? Yes ❑■ No ❑ 62�66, 62766-A�
If so, p�ovide the original contract number and the amendment number.
Is the Contract "Permanent"? *Yes ❑� No ❑
If unsure, see back page for permanent contract listing.
Is this entire contract Confidential? *Yes ❑ No ❑� If 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 from the approval date. If applicable.
Is a 1295 Form required? * Yes ❑ No ❑■
*If so, please ensure it is attached to the app�oving M&C o� 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.