Loading...
HomeMy WebLinkAboutContract 49225-A3CSC No. 49225-A3 AMENDMENT No. 3 TO CITY SECRETARY CONTRACT No. 49225 WHEREAS, the City of Fort Worth (City) and Carrillo Engineering, LLC (Consultant) made and entered into City Secretary Contract No. 49225, (Agreement) which was authorized by M&C C- 28288 on the 20t" day of June, 2017 in the amount of $ 400,000.00; and Whereas, the Contract was subsequently revised by: Amendment Number 1 in the amount of $230,000.00 which was authorized by M&C C-28764 on June 26, 2018; Amendment Number 2 in the amount of $98,355.00 which was administratively authorized on October 2, 2020; and WHEREAS, the Agreement involves engineering services for the following project: Hulen Street at Granbury Road Intersection Improvements; and WHEREAS, it has become necessary to execute Amendment No. 3 to the Agreement to include an increased scope of work and revised fee. NOW THEREFORE, City and Consultant, acting herein by and through their duly authorized representatives, enter into the following agreement, which amends the Agreement: 1. Article I of the Agreement is amended to include the additional engineering services specified in the proposal attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer totals an hourly amount not to exceed $15,985.00. (See Attached Funding Breakdown Sheet). 2. Article II of the Agreement 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 $744,340.00. 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 subscribed by the City's designated Assistant City Manager. Ciry of Fort Worth Professional Services Agreement Amendment Template CFW Official Release 9/19/2017 (Revised 4.03.20) Page 1 of 3 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 05/11/2021 FUNDING BREAKDOWN SHEET City Secretary No. 49225 Amendment No. 3 Department Fund-�4�ccount-Center Amount TPW 34018-0200431-5330500-101017-003939-9999 $15,985.00 Total: $15,985.00 City of Fort Worth Professional Services AgreementAmendment Template CFW Official Release 9/19/2017 (Revised 4.03.20) Page 3 of 3 ATTACHMENT "A" Scope for Enqineerinq Desiqn 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 turn 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. 3 includes, but is not limited to, project management, revisions to final design plans, specifications and opinion of probable construction costs. 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 Compensation A. The ENGINEER shall be compensated in an hourly amount not-to-exceed $15,985 for personnel time, non-labor expenses, and subcontract expenses in perForming services enumerated in Attachment A as follows: i. Personnel Time. Personnel time shall be compensated based upon hours worked directly in performing the PROJECT multiplied by the appropriate Labor Cateqory Rate for the ENGINEER's team member performing the work. Labor Cateqory Rate as presented in the rate schedule table below is the rate for each labor category performing the work and includes all direct salaries, overhead, and profit. Labor Category Rate ($/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 O�cial 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 O�cial Release Date: 8.09.2012 Page 2 of 4 � ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm � Primary Responsibility Prime Consultant Carrillo Engineering, Civil Engineering Services LLC Proposed MBE/SBE Sub-Consultants Fee Amount I % Non-MBE/SBE Consultants Kimley-Horn and Traffic Services and Project Associates, Inc. Support TOTAL $9,985 � 62.5% $6,000 � 37.5% $15,985 � 100.0% Project Number & Name Total Fee MBE/SBE Fee MBE/SBE /o CPN 101017 — Hulen Street at Granbury Road Intersection $15,985 $0 0% Im rovements City MBE/SBE Goal = 0% Consultant Committed Goal* = 0% *Based on effective amount, excluding contingency City of Fort Worth, Texas Attachment B PMO O�cial 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 O�cial Release Date: 8.09.2012 Page 4 of 4 � d dz d� �o �Y C W N m � � W � O o? y Y �a J H M O Z c E � c d E a � 0 `o y '� w v y ` O d O � y � c � d — y � �° 'o C � ��a � T y L «� p � U � f.� � � d y � a� y r w w» »v3».n.nu3v3w»»»u�u�.nu�u�w wu� v�.nu�»»»»wv�.nu�u�w»»» 0 V K w H w E»�» ea»E»�»F»ua»E»�»eaua»v3F»cnea» w» v3F»ua�»F»eaeaE»�»F»ea»ei�»eav> 0 0 K > H C a w w m � � � 0 z 0 a � w N m 3 � 0 U - 0 � d, �� �„��«�����«�����«���,� d,� ���„«�«���������«��� > > .� Q o � a U �aa� o" � r o w a u °i 'o 'm a W � `o d � o c �nnw u `o 'o w a` o a w 3 o � _ - m o �° c Z - o a � � � N U u .�� a r�� a c' �' � - �_ G c N�.o y� y�" � E � � a d N� d F� � � _ _ -c-o �? � a n Y d N E a a °' ~ _ _ E '� @ p E=w�o���co�EKw� - � `°o m- o0 0� E °a m 3 m � U m�i w m � - c� a C7 �_ -_ _ U`_ �£� � o� o� � m� `c°a�� E�j o-� � c �Cj inin m E_U o�E E�� �`o E a ° __ c> >. a` a� � U a a`o_ `m m m E� A a o m H E � a E � U m _ - °' ` ` - m � � � _ - o �n c � a � � � � o � c _ .L.. � LL � n~.- c Y O Q�� o -� � U a _.o m C � _ O � m c� � � N� 3� n c� �' N- -o � N a � a a E � c c o ; o U y o � y � m � o m m m�'� �� o m �'� "mmd�m�'" `mmH°1mmm „ ��." "oNco�m-EEEma`mc�a`�aU o` �d oin o 3in�r ��a`a`a` ��iirn� o o � �¢�ii=r do� w -o __ � U C d iiii m0 rnrnQii O Z F a N u� o r m t�t N y w " x `o � � > m � m � Lo c U � E � r � ° � O U Q d dz d� �o �Y C W �m � � W � O o? y Y �a J H M O Z c E � c d � a � 0 `o y '� w v y ` O d O � y � c � d — y � �° 'o C � ��a � T y L «� p � U � f.� � d � � � � � ������ w N�N����,���� �� �N �NN�� �w 0 � w H w ea»�»F»»cn w ua»»�»F»eaea»�»F»ua wcn wvi wea»»F» www `o U O 6 K > H C a w w m � � � 0 z 0 a � w N m 3 � , , , , , , , , , , , , , , , , , , , , , , , , , , , _ 0 U 0 r w ���F»�«� w �,��«�«����F»«�� «.«� «.�„ d,�,��«� «.�,w > .� Q o � o a U o" � r o w a N U d O '� a W n o `o d � o c �nnw u `o 'o w a` o 0 r E r 0 _ � 0 3 `o = a m s ' r � - a `n � o - 3 � o �3 `� -0'o a a C Q� V Y O` y Z � — Y � 4 d K � E p� — CL � N L o� � �j � � m U a m 3 _ � m fn � E °��' m� U y r'� _ �� m � a � m m � o m U m`m � �°a- ��� 3 a� o o U o, �� w E " �t�odom° o�m�m�gg`�°oYm�@ E� � O rn Q c Q� m� U _ o a a�� � Q c V c o o- U m c - m E a _°' �`-' _ �. ? « � m q a - N � d a � � � ��o � d d � � o � 2 � E � o � $ rn-¢¢� � o`o¢¢ d�na`a' ��ii� � o ��- ttl U � U � r/�J a N�OLL O Z F EN � ° £sma-N�ac� v'� o m w`o - d � � � - � � a 'o o"�inm w a � w w m m a` m m �? o m m w � w w m mm <� � � o F z EN p N � o r w � d y w " `0 0 � H � � J m ��'K Lo c U � E � r � ° � O U Q d 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 1 of 1 Consulting Contract Schedule Specifications City of Fort Worth Capital Improvement Program Attachment D - Project Schedule F� RT W[7 RT H This PROlECT requires a Tier 3 schedule as de�ined herein and in the Ciiy'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 CITY'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 CIT'Y. 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 a � o ' ' ' ' ' ' ' ' ' ' ' ' ' ' N I I I I I �, I I I I I I I I I I I I i . . . ........... ............. . .._......,. .........._ ............ . .. . .... __. � _... � ..... . . . . . . . . . ..... . ... ...... . . . . . . . . . . ..... ...... 7 '�, �'�, �'�, �'�, '�, '�, '�, �'�, '�, �'�, '�, �'�, �'�, '�, �'�, �'�, �'�, � � �� �� �� �� �, �� �� �� �, �� �� �� �� �, �� �, �, - Ni ,� � � � , � � � � � � � , � , x� , , , , , , , , , , , , , , _ N,', ,', ,', ,', ,', , ,', ,', ,', ,', ,', ,', ,', ,', ,', ,', ,', u, 0 � I I I I I � I I I I I I I I I I I C'�, '�, '�, '�, '�, '�, '�, '�, '�, '�, '�, '�, '�, '�, '�, '�, '�, � '�, '�, '�, '�, '�, '�, '�, '�, '�, '�, '�, '�, '�, '�, '�, '�, '�, � �'� �'� ''� �'� �', ''� ''� ''� �'� �'� �'� �'� �'� �'� �', ''� �', �'� Qo , , , , , , , , , � - -' ,�,___ _- _ ____ _ _ _ _;__ _ _ _____ ,-__ ______ _ _ _ ____ _ _ ____ - _ ___ - , , , , , N �',' � M ', ��, ��, ��, ��, ��, ��, ��, ��, - �, � � � � � � � � � � � � � � M � _ ', ', ', ', ', ', ', ', ', ', ', ', ', ', ', ', ', �' �' �' �' �' �' �' �' �' �' �' �' �' �' �' �' �' �' O _ _ _,_ ______,________ _ _ _ ___ _ ___',________ _,_ _ _____;____ _ _ ',,_________,______ '',,_____ '',,____________ _ ___',,_____ ,_ _ _ _ _ _,,,________ _ _ ______'',___ '',_________'',,___ .�r _ - ___ _, _ __ _ _, _ ' ,,� � '�� ��, '�� '�� '�� '�� '�� �� '�� '�� ��, '�� ��, '�� � T i �; '�, '�, '�, '�, ', '�, '�, '�, '�, '�, '�, '�, '�, '�, '�, '�, � L � �� ', ', �� ', ', ', �� ', ', ', �� ', �� ', ', � �', �', �', �', ,', �', �', �', �', �', �', �', �', ,', �', ,', �', L" �� �� �� �� �, �� �� �� �� �� �� �� �� �, �� �, �� Nr , , , , , , , , , , , , , , , , , i� a------�` ----'------ -------'�-- -------- ` -------'--- - ---�`-------- �`------ ----- ' ---------- --�`---- ------ �`- -'-------- -- �`--- -------'�--- t+ � � � � �, � � � � � � � , � , , � � I I I I I I I I I I I I I I I I S I I I I I I I I I I I I I I I I O I I I I I I I I I I , I I I I I I � � � � � � � � � � � � �, �, �, �, �, �, t. I I I I I I I I I I I I I I I I V I I I I I I I I I I I I I I I I 'a , , , , , , , , , , , , , , , , C � I I I I I I I I I I I I I � � IN I I C , - d �'� �'� �'� �'� �', ' ��� �'� �'� �'� �'� �'�N ' I , I ��, �'� �', �'� W f . ,. , , , ' .. � ....... �, ... .... . _ .... ... �+ ..... �' �' . .........:... � �', . :... . ; x �'. . ..... , �, �, , , , , , .. ._....' I~ ; '�, '� ''� ', � � I '�, '�, '�, '�, '�, '�, � d�'� ''� ''� ''� ''� ''� ''� ''� ''� ''� ''� ''� ''� ''� ''� 3 , � ' ' ' ' ' ' ' ' ' ' ' L f� �� 0000�w��� M°'�ao ,, , M"waa „ a000000000000000a0000000000000 U _ d a, c �C ���oo��o a�mm�o�� ��m�moa,mmmoa,��� o00000000 000 00000� ������ a L d d d � �� << �� N i i�. d d o, �� o, o, m m m d d a `� o� o� oi d d d d t's G T� j o J'o o�� E �- �- ts E�- � bl a - �����__� ��aQ�aa���<a�<<<4<��� N �04�����c vvz���M��� ����`�� � �� � M oMMMM � � � � v � � � � m m���� m� a m m o ���` m m m m m` m� o 0 o a o 0 0 o a o 0 0 0 0 0 0 � � � `� � � < < � � � � � � � � � - � � a d e.e a � � i � b d d �' d d � a d ♦ - �� ��a����o���o o �oa����a�������08 ��oo���� �Q""�oo��� ��� � � �� M o0 �E o 0 0� o 0 0 � o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o Q � W L-' o � � � o g� o g o o a o o � a g o M a o 0 0 o a M M m N �� N �� N N � � N � � � � � � ai W m 0 0 0 � o c � o � � � � $ o � � m � � � � � M � � M � � M M � e � � � � � � � � � � � � � � � � � a � � � � J C }-� � @ � 2� Q d liilll� � I I �P � �g T � � � � _ - � � `p LL �> > �� W 3 }C� � N m U �� w w c �3 'p � � P._ U U�' LL - � � 2 C � bj � `(ii U� a a� U � o d � � L c� � � V c� � � {S �i �i U '_ u t0 c !S N U e � G = � LL K K� o E 2 K N �' c� (g N U � � � � � U U � � E � �O o .°t � m � o ° U � � Y� A r. � 4 x � w � y S "Q � � ;� o � � � N z' �i d LL 2 a `� " �^ " .`0 0' �°- _ � y N � m � � � a� � m o o � Q � g 'O 'o 'Q � ." K 'O D U °' -� � & € a � m � m n � =° � � � 9 o a, e „ `o_ U �y � o or� LLLLEe���og aa� aane ` g�a_ Wa � � SNd2�a ��ot �� o � E ��� z�LL oo➢���°o�_nE�s��€€�a�� �����m 9 �a� �,a�=�� ao�a �a � w oi� a g8c� _ m�o � ��a � u E a� a�-��'a u�"a � '�a n��.��-� � me8 ��$ ?�a � Y�a a=a �� � c' � �o °' �E E �-s s"s s�°' €= E�'�'"e �°'�"e� €� ��.��m.E s N�Ups� ca Egc��� �� o�� n y � c� a m' `E���a��� �a - � �a�"���m'aQ� E �inx ��a� �v�� xw�a w''g°oixm'�u�'� LL� � �' t � Y� " '� � e c Q" o�o u � a' a e � s� C o � z o o a o S o ' w a o C o�� - q q���� S o�� q r " o� o o � � � S�a Z,?o`�r°� �������� E�o��� "�,o.'> a$ �f�ofo oc�r�mmm `"�N �$� �� S.' � _�� L a �n�>z� � m c mcim _ � � � 5 a" ci c � I U � i������������������ M&C Review CITY COUNCIL AGENDA DATE: 5/11/2021 REFERENCE **M&C 21- NO.: 0325 CODE: C TYPE: CONSENT LOG NAME: PUBLIC HEARING: Page 1 of 2 Official site of the City of Fort Worth, Texas F�RTV4'OR7H -�Y 20HULEN AT GRANBURY ROAD AMENDMENT 3 ►[�'. SUBJECT: (CD 6) Authorize Execution of Amendment 3 to an Engineering Services Agreement with Carrillo Engineering, LLC in the Amount of $15,985.00 for Additional Design Services Associated with the Hulen Street at Granbury Road Intersection Improvements for a Revised Contract Amount of $744,340.00 (2018 Bond Program) RECOMMENDATION: It is recommended that the City Council authorize execution of Amendment 3 to City Secretary Contract No. 49225 with Carrillo Engineering, LLC in the amount of $15,985.00 for the Hulen Street at Granbury Road Intersection Improvements project (City Project No. 101017) for a revised contract amount of $744,340.00. DISCUSSION: This Mayor and Council Communication (M&C) is to authorize the execution of an amendment to City Secretary Contract Number 49225 with Carrillo Engineering, LLC for the Hulen Street at Granbury Road Intersection Improvements project (City Project No. 101017) for the revision of the construction plans to eliminate the proposed roadway improvements adjacent to the Conoco Station and Smiley Studio properties along Hulen Street. The City was unable to obtain right-of-way from the property owners of these properties within a reasonable amount of time. Amendment 3 will compensate the engineer for revising the construction plans. This project is included in the 2018 Bond Program. Available resources within the General Fund will be used to provide interim financing until debt is issued. Once debt associated with the project 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 canvassing the bond election (Ordinance No. 23209-05-2018) and subsequent actions taken by the Mayor and Council. This project is located in COUNCIL DISTRICT 6. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the 2018 Bond Program Fund for the Hulen Street at Granbury Road project to support the approval of the above recommendation and execution of the amendment. Prior to any expenditure being incurred, the Transportation and Public Works department has the responsibility to validate the availability of funds. Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) FROM IFund Department Account Project Program Activity Budget Reference # Amount ID ID Year Chartfield 2 Submitted for City Manaqer's Office by: Dana Burghdoff (8018) file:///C:/iJsers/carrt/AppDatalLocal/Temp/MKKQ02ED.htm 6/2/2021 M&C Review Originating Department Head: Additional Information Contact: ATTAC H M E NTS 101017 H&G Map.PDF William Johnson (7801) Monty Hall (8662) Page 2 of 2 file:///C:/iJsers/carrt/AppDatalLocal/Temp/MKKQ02ED.htm 6/2/2021