Loading...
HomeMy WebLinkAboutContract 49225-A1 CITY SECRETARY> I �, AMENDMENT No.1 CONTRACT N0. `7tb TO CITY SECRETARY CONTRACT No. 49225 WHEREAS, the City of Fort Worth (CITY) and Carrillo Engineering, LLC, (ENGINEER) made and entered into City Secretary Contract No. 49225, (the CONTRACT) which was authorized by M&C C-28288 on the 20t" day of June, 2017 in the amount of $400, 000; and WHEREAS, the CONTRACT involves engineering services for the following project: Hulen Street at Granbury Road Intersection Improvements; and WHEREAS, it has become necessary to execute Amendment No. 1 to the CONTRACT to include an increased scope of work and revised fee. NOW THEREFORE, CITY and ENGINEER, acting herein by and through their duly authorized representatives, enter into the following agreement, which amends the CONTRACT: 1. Article I of the CONTRACT is amended to include33�the additional engineering services specified in a proposal dated J� ?il, 2018, a copy of which is attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer totals $ 230, 000 (See Attached Funding Breakdown Sheet, Page -3-) 2 . Article II of the CONTRACT is amended to provide for an increase in the fee to be paid to Engineer for all work and services performed under the Contract, as amended, so that the total fee paid by the City for all work and services shall be an amount of $ 630, 000 . 3. All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. EXECUTED and EFFECTIVE as of the date last written by a signatory, below. City of Fort Worth Professional Services Agreement Amendment Template CFW Official Release 9/19/2017 Page 1 of 4 OFFICIAL RECORD CITY SECRETARY �9` FT.WORM,TX APPROVED: City of Fort Worth Carrillo lEngineering, LLC Sus n anis Anna C. Blackwell, P.E. Assistant City Manager Managing Member DATE: DATE: Z e APPR VAL RECOMMENDED: Douglas 0. Wiersig, P. Director, Department of Transportation and Public Works 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 . 4J��1E­. Lopez, P.E. Project Manager City of Fort Worth Professional Services Agreement Amendment Template CFW Official Release 9/19/2017 Page 2 of 4 APPROVED AS TO FORM AND LEGALITY: M&C: C-28764 Date: /June 26, 2018 Douglas W. Black 5A Assistant City Attorney ATTEST: Ary' J. Ka erg O � City Secretary §#- City of Fort Worth Professional Services Agreement Amendment Template CFW Official Release 9/19/2017 Page 3 of 4 FUNDING BREAKDOWN SHEET City Secretary No. 49225 Amendment No. 1 Department Fund-Account-Center Amount TPW 34018-0200431-5330500-101017-003930-9999 $230, 000 . 00 Total : City of Fort Worth Professional Services Agreement Amendment Template CFW Official Release 9/19/2017 Page 4 of 4 301 Commerce Street,Ste. 1410 Ca -Carrillo Engineering Fort Worth,Tx 76102 Carrillo Engineering,LLC 817-697-4996 July 3, 2018 Mr. Raul E. Lopez, P.E. Transportation and Public Works Department City of Fort Worth 200 Texas Street Fort Worth, Texas 76102 Re: Hulen Street at Granbury Road Intersection Improvements City Project No. 101017—Amendment No. 1 Dear Mr. Lopez, Please find attached Amendment No. 1 for the Hulen Street at Granbury Road Intersection Improvements for an hourly amount not-to-exceed plus expenses of $230,000. A detailed scope of services can be found in Attachment A and a Level of Effort chart has also been provided. We appreciate the opportunity to provide professional services for the City of Fort Worth. If additional information or clarification is needed, please give me a call at 817-697-4996. Sincerely, Carrillo Engineering, LLC Anna C. Blackwell, P.E. Managing Member Attachment: Amendment No. 1 Attachments A—D S 88 888888885888 $i s ssssssasa � w n.-nnnnoen on vn o v Q N .-N Nr �N Otl Y AlltleY N tl F N N N N S 8 88 8 S 888 8 g oil ,$ C tl Y N O Y a F N M a 8 o a R a O. s @ 00 N N S0 0 IY !WE ¢ O C O O Is O O O O O tl Y A tl O Y E # „ N C O a ' � m 3 ! M � 8 8 88 .g8 .88888 ,888 g8 88 ,8 .8 888 .8888 n sus $ � Z Y A in o E c � m E N N N N N M w 4 0 2 vCw4, E A Y m m dWLu 4 41 Q e OKy q'� W Q 9li Q. S S IT N [[11 g N m tlNnN NNYY tltltl N Y aD OCG w U) d Q C � t � O W �W oy y J O tl Y N N N N N Y N Y N Y N Y Y ♦N �Y n N tl N N N N T�]] N S M H e C =W d a � A-M ♦ N N N N N N N Y S N N Y m Y N N N N Y Y Y O N x ��g !:a M o e is �o Y N GfL C9 Z p N 6 s� �,�'==W � o o �Eo' `o y g a m m m w m Wp E-a .. p w ccm f2 U c W p m m @ = U E 0 p m O m N N c E LL `d- c 7 7 I N �m "=U..21 E E m mZ� - E U E a N E .�� uSw �BWgo� !i E as �Ema� w' in� SE— 2E�� bio sEct �tl c� 0 �m��a qY �a���8 � m�pssam� moo s UW ��Uc�mm�Y ��_„ spa ° pg@ = ina3 Tn�@Eaa`a`�3 LLin�oo cava�'u. na� m �K LLIL 3m_ i rev LLE m ry po�g ~ A8� ! - #aeaa . ■ ama@a@ .■m# ..a# ■■ ■##■#.■ ,■ §24§ � # Eak#§m. # E■t■■■®■|m §■ ■■ f■■■ $ $ O- @ m . , . .! ■ .¥m . . , . . .as s■ . a J9 ! % ■ � ; ■ g ! §§m� ci � ■_ k 2 § ■ 4 !` | � k � m a - . k ' #ci ' k # a■■sa ■ #■a#e# ■ ■■ ■# ■# ■■##a . .■ ! WaFil e omplowl 11 ■■ r 11■! | z � E r / | k'03 7 CUj fn at o_U)'o£ k ■o & � woOn. . ■■ ®ea 2- ° | )$13 2 ; k§ c m� 7 � ,| ■� ■ ) �fi ;! !° £! | | k ! � _ \ IL ) zt E , )J \ k )k ■ kKOS o«\ !.f!!f; ! !/,. .! ! ! £ 2|ƒ2f/ | z«!|?!`�7l� �# �] ! 14 ' - ! -�� -! _°!-B !�! X72 : _ : /■2 ATTACHMENT "A" Scope for Engineering Design Related Services for Hulen Street at Granbury Road Intersection Improvements The scope set forth herein defines the work to be performed by the ENGINEER in completing the project. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. OBJECTIVE Complete final construction plans and specifications for the intersection of Hulen Street and Granbury Road. The project includes the reconstruction of approximately 500 linear feet in all directions from the intersection. The project involves the realignment of traffic lanes, widening at the intersection, reconfiguration of the tum lanes to increase capacity at the intersection, and traffic signal design. The typical cross section will be in accordance with the current MTP. The scope forAmendment No. 1 includes, but is not limited to, project management, data collection for record drawings, topographic survey, SUE, right-of-way documentation, TDLR and railroad permitting, utility relocation and final design plans, specifications and opinion of probable construction costs, bidding and construction phase services, and additional task orders as necessary. WORK TO BE PERFORMED ENGINEER hereby agrees to provide design services as requested by the CITY during the term of this AGREEMENT. Work under this agreement will be performed on a Task Order basis. The CITY will request services for each Task Order. The ENGINEER shall prepare scope, fee and schedule as necessary to perform the services requested for each Task Order within 10 working days of the CITY's request. Each Task Order shall include scope for services as Attachment"A". This scope will outline tasks required to complete the Task Order. For each task the scope shall include a detailed description of the task, outline any assumptions and list the required deliverables. Each Task Order shall include Attachment"B" detailing the compensation for the Work Authorization. Compensation will be based upon hours agreed to by the CITY and the ENGINEER for each Work Authorization. Compensation will be based on the Schedule of Rates in Attachment "B"of this agreement. The fee will include an estimate of reimbursable and sub- consultant cost for each Task Order. Compensation for each Task Order shall be based upon agreed upon not-to-exceed fee and paid via invoiced amount. If the Task Order requires a schedule it shall be attached as Attachment"D". City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 1 of 1 ATTACHMENT B COMPENSATION Intersection Improvements at Hulen Street and Granbury Road Time and Materials with Rate Schedule Project I. Compensation A. The ENGINEER shall be compensated in an hourly amount not-to-exceed $230,000 for personnel time, non-labor expenses, and subcontract expenses in performing services enumerated in Attachment A as follows: i. Personnel Time. Personnel time shall be compensated based upon hours worked directly in performing the PROJECT multiplied by the appropriate Labor Catgg-ory Rate for the ENGINEER's team member performing the work. Labor Category Rate as presented in the rate schedule table below is the rate for each labor category performing the work and includes all direct salaries, overhead, and profit. Labor Category Rate ($/hour) Project Director $200 Sr. Project Engineer $175 Project Engineer/ Professional $150 EIT $120 Designer $120 CADD $90 Administrative $75 ii. Non-Labor Expenses. Non-labor expenses shall be reimbursed as Direct Expenses at invoice or internal office cost. Direct Expenses (non-labor) include, but are not limited to, mileage, travel and lodging expenses, mail, supplies, printing and reproduction services, other direct expenses associated with delivery of the work; plus applicable sales, use, value added, business transfer, gross receipts, or other similar taxes. iii. Subcontract Expenses. Subcontract expenses and outside services shall be reimbursed at cost to ENGINEER plus a markup of ten percent (10%). iv. Budgets. ENGINEER will make reasonable efforts to complete the work within the budget and will keep the City informed of progress toward that end so that the budget or work effort can be adjusted if found necessary. ENGINEER is not obligated to incur costs beyond the indicated budgets, as may be adjusted, nor is the City obligated to pay ENGINEER beyond these limits. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 1 of 4 B-1 ATTACHMENT B COMPENSATION If ENGINEER projects, in the course of providing the necessary services that the PROJECT cost presented in Article 2 of this Agreement will be exceeded, whether by change in scope of the project, increased costs or other conditions, the ENGINEER shall immediately report such fact to the City and, if so instructed by the City, shall suspend all work hereunder. When any budget has been increased, ENGINEER's excess costs expended prior to such increase will be allowable to the same extent as if such costs had been incurred after the approved increase. B. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. II. Method of Payment A. The ENGINEER shall be paid by the City based upon an invoice created on the basis of statements prepared from the books and records of account of the ENGINEER, based on the actual hours and costs expended by the ENGINEER in performing the work. B. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. C. ENGINEER shall prepare and submit invoices in the format and including content as presented in Exhibit B-1. D. Payment of invoices will be subject to certification by the City that such work has been performed. III. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Transportation and Public Works Department monthly progress reports and schedules in the format required by the City. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 2 of 4 B-2 ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility Fee Amount % Prime Consultant Carrillo Engineering, Civil Engineering Services $173,500 75.4% LLC Proposed MBE/SBE Sub-Consultants The Rios Group Level A SUE and test holes $4,000 1.7% Gorrondona & As-built Survey $12,500 5.4% Associates, Inc. Non-MBE/SBE Consultants Kimley-Horn and Traffic Services and Project $40,000 17.5% Associates, Inc. Support TOTAL $230,000 100.00/0 Project Number& Name Total Fee MBE/SBE Fee MBE/SBE CPN 101017— Hulen Street at Granbury Road Intersection $230,000 $16,500 7.2% Improvements City MBE/SBE Goal = 8.0% Consultant Committed Goal*= 8.4% "Based on effective amount,excluding contingency City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 3 of 4 B-3 EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) To be included with each Work Authorization. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 4 of 4 B-4 ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for Intersection Improvements at Hulen Street at Granbury Road City Project No. 101017 No changes to the Standard Agreement are proposed. City of Fort Worth,Texas Attachment C PMO Release Date:05.19.2010 Page I of 1 Consulting Contract Schedule Specifications FORT WO RT H City of Fort Worth Capital Improvement Program Attachment D-Project Schedule This PROTECT requires a Tier 3 schedule as defined herein and in the City's Schedule Guidance Document. D1. CONSULTING SERVICES SCHEDULE DEVELOPMENT: The CONSULTANT shall prepare schedules for consulting services that meet the requirements described in this specification, showing by Critical Path Method (CPM) the planned sequence and timing of the Work associated with the Agreement. All submittals shall be submitted in PDF format, and schedule files shall also be submitted in native file format (i.e. file formats associated with the scheduling software). The approved scheduling software systems for creating the schedule files are: - Primavera (Version 6.1 or later or approved by CITY) - Primavera Contractor(Version 6.1 or later or approved by CITY) - Microsoft Project(Version 2003/2007 or later or approved by CITY)(PHASING OUT) D2. BASELINE CONSULTING SERVICES SCHEDULE: Following notice-to-proceed, the CONSULTANT shall develop, submit and review the draft detailed baseline consulting services schedule with the CITY to demonstrate the CONSULTANT's understanding of the Agreement requirements and approach for performing the work. The CONSULTANT will prepare the final detailed baseline consulting services schedule based on CITY comments,if any,and submit to the CITY no later than the submittal of the first project invoice. The following guidelines shall be adhered to in preparing the baseline schedule, and as described in further detail in the CITY's Schedule Guidance Document. a. The scope shall be subdivided by work breakdown structure (WBS)representing the tasks,subtasks,and activities associated with delivering the work. b. The schedule shall accurately describe the major work activities,key milestones, and dependencies/relationships as appropriate to the work. c. The schedule should include appropriate meetings, review periods, critical decision points,including third party utility dependencies and reviewing agencies. D3. PROGRESS CONSULTING SERVICES SCHEDULE: The CONSULTANT shall prepare and submit monthly to the CITY for approval the updated schedule in accordance with D1 and D2 and the CFJ Y's Schedule Guidance Document inclusive. As the Work progresses, the CONSULTANT shall enter into the schedule and record actual progress as described in the CITY's Schedule Guidance Document. The updated schedule submittal shall also include a concise schedule narrative that highlights the following,if appropriate and applicable: • Changes in the critical path, • Expected schedule changes, • Potential delays, • Opportunities to expedite the schedule, • Coordination issues the CITY should be aware of or can assist with, City of Fort Worth,Texas Attachment D PMO Release Date:02.15.2011 Page 1 of 2 • Other schedule-related issues that the CONSULTANT wishes to communicate to the CITY. D4. PERFORMANCE AND CONSULTING SERVICES SCHEDULE: If the work accomplished falls behind that scheduled due to factors within the CONSULTANT's control, the CONSULTANT shall take such action as necessary to improve the progress of the Work. In addition, the CITY may require the CONSULTANT to submit a revised schedule demonstrating the proposed plan to make up the delay in schedule progress and to ensure completion of the Work within the allotted Agreement time. D5. SCHEDULE TIERS SPECIAL INSTRUCTIONS: The requirements for the schedule are determined based on the nature and needs of the project. The schedule tier for this project is stated at the top of this document. CONSULTANT shall submit each schedule relying on the CITY's current Schedule Guidance Document. D6. SCHEDULE SUBMITTAL AND PAYMENT: As stated in III.A.(1). of the Agreement, CONSULTANT shall provide the information required by Attachment D. CONSULTANT's monthly invoices will not be accepted and processed for payment without monthly schedule updates that are submitted in the time and manner required by Attachment D and the CITY's current Schedule Guidance Document. City of Fort Worth,Texas Attachment D PMO Release Date:02.15.2011 Page 2 of 2 } |} / ;| It z ! }{}� !)! !f! ; }ll � ; � |||ll;Ii; ; ;};;|\}!|!! !!!!!!|!!!/!/!|!�||!})!||\!! | }t|! \ �| 2 g R MAYOR AND COUNCIL COMMUNICATION MAP ;, F inCh it. da 7. -44 Ov ,x, •,F���� - y ■ _ Ifi 13 t � , o '. '�� �a■f •may,. , ANV Trl LL �' * _' Lu PREPARED BY. HULEN ST AND GRANBURY RD URRILLOPARE BY. LLL TExA1C0M OPPRCFE$910SU ENGN0 REOL4IRATION NO.F15® a,C411ERCESREET,9UlM INTERSECTION IMPROVEMENTS FAtTN .:T7% 09103 PI10fE MO.:■11�60PJ■ EMLL:JNTAMIALI C.BLACWRLLBiGLOM CITY PROJECT#101017 CONT�GT:INH\C.HM.IOYELL PE u.Aq!\Js-taml w.,a OaWr IM.sOs,\-\--, -ss- -- /?/=7 .-r ral.a s-.--■MIIDI�xa wJ ----- --- rage 1 01 ,+ Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FoR�I-I COUNCIL ACTION: Approved on 6/26/2018 DATE: 6/26/2018 REFERENCE C-28764 LOG NAME: 202018 BOND PROGRAM NO.: PROPOSITION A CODE: C TYPE: NOW PUBLIC NO CONSENT HEARING: SUBJECT: Authorize Execution of New or Amendments to Existing Engineering Services Agreements for Design and Construction Management Services for 22 Major Thoroughfare, Arterial and Intersection Projects Identified in the 2018 Bond Program (COUNCIL DISTRICTS 2, 3, 4, 6, 7, 8, and 9) RECOMMENDATION: It is recommended that the City Council authorize execution of the following engineering contracts or amendments to current engineering contracts for design and construction management services for major thoroughfare, arterial and intersection improvement projects identified in the 2018 Bond Program as indicated below: Contract Amendments: 1.Amendment No.1, in an amount not to exceed $425,000.00 to City Secretary Contract(CSC)49226, an Engineering Agreement with Kimley-Horn and Associates, Inc., for design of transportation improvements along Bonds Ranch Road from Hawks Landing Road to Blue Mound Road/FM 156 (101009),for a revised contract amount not to exceed $1,295,000.00; 2. Amendment No. 1, in an amount not to exceed $90,000.00 to City Secretary Contract(CSC)49227, an Engineering Agreement with Halff Associates, Inc., for design of transportation improvements along Westport Parkway, from Alta Vista Parkway to Beach Street(101019), for a revised contract amount not to exceed $565,000.00; 3.Amendment No. 1, in an amount not to exceed $843,000.00 to City Secretary Contract(CSC)49555, an Engineering Agreement with HDR Engineering, Inc., for design of transportation improvements along Avondale Haslet Road, from Willow Creek Drive to Haslet County Line Road/FM 156 (101014), for a revised contract amount not to exceed $1,243,000.00; 4.Amendment No. 1, in an amount not to exceed $595,000.00 to City Secretary Contract(CSC)49024;an Engineering Agreement with Kimley-Horn and Associates, Inc., for design of transportation improvements along Harmon Road, from Golden Triangle Boulevard to US HWY 287 (100459), for a revised contract amount not to exceed $2,395,000.00; 5. Amendment No. 1, in an amount not to exceed $750,000.00 to City Secretary Contract(CSC)49229, an Engineering Agreement with Pacheco Koch Consulting Engineers, Inc., for design of transportation improvements at the intersection of Kroger Drive at State Highway 377 and Basswood Boulevard at State Highway 377 (101015), for a revised contract amount not to exceed $1,150,000.00; 6.Amendment No. 1, in an amount not to exceed $1,500,000.00 to City Secretary Contract(CSC)49556, an Engineering Agreement with Burns & McDonnell Engineering Company, Inc., for design of transportation improvements along Cromwell Marine Creek from Boat Club Road to Old Decatur Road (101012), for a revised contract amount not to exceed $1,900,000.00; �Y.Amendment No. 1, in an amount not to exceed $230,000.00 to City Secretary Contract(CSC)49225, an Engineering Agreement with Carrillo Engineering, LLC, for design of intersection improvements at S. Hulen Street and Granbury Road (101017)for a revised contract amount not to exceed $630,000.00; 8.Amendment No. 1, in an amount not to exceed $360,000.00 to City Secretary Contract(CSC)49228, an Engineering Agreement with Lee Engineering, LLC, for design of intersection improvements at Park Vista http://apps.cfwnet.org/council_packet/mc review.asp?ID=26022&counciidate=6/26/2018 7/11/2018 1V1M%_1 l.cvicw Page 2 of 4 Boulevard and Keller Haslet Road (101020) for a revised contract amount not to exceed $760,000.00; New Contracts: 9. An Engineering Agreement with Wier&Associates, Inc., for design of intersection improvements at Golden Triangle Boulevard and Harmon Road (101013), in an amount not to exceed $250,000.00; 10. An Engineering Agreement with HDR Engineering, Inc., for design of transportation improvements along W. 7th Street from University Drive to the Trinity River(101555) in an amount not to exceed $750,000.00; 11. An Engineering Agreement with Schrickel, Rollins and Associates, Inc., for design of transportation improvements along Riverside Drive from Golden Triangle to Keller Hicks in an amount not to exceed $700,000.00; 12. An Engineering Agreement with Cobb Fendley &Associates, Inc:., for design of transportation improvements along the University Drive Corridor from Trail Drive to Park Hill (101588), in an amount not to exceed $900,000.00; 13. An Engineering Agreement with AECOM, Inc., for design of intersection improvements at Crowley Road and N. Crowley Cleburne Road (101578) and Alta Mesa Boulevard and Crowley Road (101579) in an amount not to exceed $594,580.00; 14. An Engineering Agreement with Multatech Engineering, Inc., for design of intersection improvements at E. Seminary Road and Mansfield Highway (101590) and McCart Avenue and Altamesa Boulevard (10 1572) in an amount not to exceed $690,778.00; 15. An Engineering Agreement with Pape—Dawson Engineering, Inc., for design of intersection improvements at Beach Street and Basswood Boulevard (101582) in an amount not to exceed $398,195.00; 16. An Engineering Agreement with JT Engineering, Inc., for design of intersection improvements at E. Northside Drive and Cold Springs Road (101584) in an amount not to exceed $442,886.80; 17. An Engineering Agreement with Bridgefarmer&Associates Inc., for design of intersection improvements at W. Long Avenue and Angle Avenue (101583) in an amount not to exceed $455,985.00; 18. An Engineering Agreement with Hayden Consultants, Inc., for design of intersection improvements at S. Normandale Street and Las Vegas Trail (101591) in an amount not to exceed $528,013.00; 19. An Engineering Agreement with Kimley-Horn and Associates, Inc., for design of intersection improvements at NW Loop 820 and Marine Creek Parkway (101585) in an amount not to exceed $432,000.00. DISCUSSION: In preparation for the 2018 Bond Program and to advance delivery of projects, engineering contracts were executed on 13 potential Jump Start Projects (Mayor and Council Communication (M&C) C-28288 June 20, 2017) to further define individual project cost and identify possible risks that would impact costs and delivery schedules. Funding for these Jump Start Projects(*) was authorized on May 16, 2017 in the amount of$10M (M&C G-19009). The following summarizes the contract awards for the 2018 Bond Program 11 Major Thoroughfare and Arterial projects, and 11 Intersection Improvement projects: 2018 Bond Program Major Thoroughfare and Arterial Project Name Engineering Consultant NTE Contract Amendment *Bonds Ranch Road- Hawks Landing to Kimley-Horn &Associates, Inc. $425,000.00 Blue Mound Road/ FM 156 - CD 7 *Westport Parkway-Alta Vista Parkway to Halff Associates, Inc. $90,000.00 Beach Street- CD 7 *Avondale Haslet Road-Willow Creek HDR Engineering, Inc $843,000.00 http://apps.cfwnet.org/council_packet/mc_review.asp?ID=26022&councildate=6/26/2018 7/11/2018 1V1(X%_ 1\�GV1Gw rage -1 01 + Drive to Haslet County Line Road -CD 7 *Harmon Road-Golden Triangle Kimley-Horn &Associates, Inc. $595,000.00 Boulevard to US 287 -CD 7 * US 377 at Basswood Boulevard and Pacheco Koch Consulting $750,000.00 Kroger Drive- CD 4 Engineers, Inc. *Cromwell Marine Creek- Boat Club Road Burns & McDonnell $1,500,000.00 to Old Decatur Road -CD 2 Engineering Company, Inc. *Golden Triangle Boulevard and Harmon Wier&Associates Inc. $250,000.00 Road (New Contract) -CD 7 University Drive -Trail Drive to Park Hill Cobb Fendley&Associates, $900,000.00 (New Contract) - CD 9 Inc. Riverside Drive - Golden Triangle Schrickel, Rollins &Associates, $700,000.00 Boulevard to Keller Hicks Road (New Inc. Contract) - CD 7 West 7th Street- University Drive to Trinity HDR Engineering, Inc. $750,000.00 River (New Contract) -CD 9 2018 Bond Program Intersection Improvements Project Name Engineering NTE Consultant Contract/Amendment Amount *S. Hulen Street and Granbury Road - CD Carrillo Engineering, $230,000.00 6 LLC *Park Vista Boulevard and Keller Haslet Lee Engineering, LLC $360,000.00 Road -CD 7 Crowley Road and N. Crowley Road AECOM, Inc $306,375.00 Cleburne Road -CD 6 Alta Mesa Boulevard and Crowley Road - AECOM Inc. $288,205.00 CD8 E. Seminary Road and Mansfield Multatech Engineering, $350,900.00 Highway -CD 8 Inc. McCart Avenue and Alta Mesa Boulevard Multatech Engineering, $339,878.00 -CD 6 Inc. Beach Street and Basswood Boulevard - Pape-Dawson $398,195.00 CD 4 En ineerin , Inc. E. Northside Drive and Cold Springs JT Engineering, Inc. $442,866.80 Road - CD 2 W. Long Avenue and Angle Avenue - CD Bridgefarmer $455,985.00 2 Associates, Inc. S. Normandale Street and Las Vegas Hayden Consultants, $528,013.00 Trail -CD 3 Inc. NW Loop 820 and Marine Creek Kimley-Horn & $432,000.00 Parkway - CD 2 Associates, Inc. Available resources within the General Fund will be used to provide interim financing for expenditures incurred on projects within the 2018 Bond Program until debt is issued. Once debt associated with these projects is sold, bond proceeds will reimburse the General Fund, in accordance with the statement expressing official Intent to Reimburse that was adopted as part of the ordinance approving the bond election and authorizing the appropriation of funds. M/WBE OFFICE —All firms being awarded new engineering contracts/amendments are in compliance with the City's BDE Ordinance. These projects are located in COUNCIL DISTRICTS 2, 3, 4, 6, 7, 8, and 9. http://apps.cfwnet.org/council_packet/mc_review.asp?ID=26022&councildate=6/26/2018 7/11/2018 M&C Review Page 4 of 4 FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations, funds are available in the current capital budget as appropriated, of the 2018 Bond Program Fund. Prior to an expenditure being incurred, the participating department has the responsibility to validate the availability of funds. TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year ChartField 2 Submitted for City Manager's Office b : Susan Alanis (8180) Originating Department Head: Douglas Wiersig (7801) Additional Information Contact: Kim Arnold (2552) ATTACHMENTS All 1295 Forms.pdf Maps 2018 Borid Prog Proposition A.pdf http://apps.cfwnet.org/council_packet/mc review.asp?ID=26022&councildate=6/26/2018 7/11/2018 0- �� - q . CERTIFICATE OF INTERESTED PARTIES FORM 12$5 loll Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2017-209954 Carrillo Engineering,LLC Fort Worth,TX United States Date Filed: 2 Name of governmental entity or state agency that is a parry to the contract for which the form is 05/18/2017 being filed. City of Fort Worth Date kn ledged: 3 Provide the identification number used by the governmental entity or state agency to track or Identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. 101017 Civil engineering services for infrastructure improvements at the intersection of Hulen Street and Gran bury Road in Fort Worth, Texas. 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary Blackwell,Anna Fort Worth,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear,or affirm,under penalty of pejury,that the above disclosure is true and correct. rA'nr" e1 ANGIE LANINGHAM fy �} My Notary ID p 129285995 0- y Expires Jimmy 30,2021A— 8 9 SS�gnaunir of authwlxed agent of contracting business ergty AFFIX NOTARY STAMP/SEAL ABOVE (� (� Sw to and subscribed before me,by the said t"- rf.'f UtU�-`1�F�{ this the _day of r , 20�,to certify which,witness my hand and seal of office. ftmworimokm ature officer ad tistering 611 Printed ame of officer admini ring oath Title of officer administering oath Farms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.883