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