Loading...
HomeMy WebLinkAboutContract 43361-A3 SEA ' AMENDMENT No.3 MY COWRACT NO. 3 , TO CITY SECRETARY CONTRACT No. 43361 WHEREAS, the City of Fort Worth (CITY) and URS Corporation, (ENGINEER) made and entered into City Secretary Contract No. 43361, (the CONTRACT) which was authorized by M&C No. C-25611 on the 15th day of May, 2012 in the amount of $485, 932 . 58; and WHEREAS, the CONTRACT was subsequently revised by: Amendment Number 1 in the amount of $28, 660 . 00 which was administratively authorized on the 7th day of January, 2013 ; and Amendment Number 2 in the amount of $74, 500 . 00 which was authorized by M&C C-26487 on the 7th day of October, 2013 ; and WHEREAS, the CONTRACT involves engineering services for the following project : GARDEN ACRES BRIDGE PHASE II; and WHEREAS, it has become necessary to execute Amendment No. 3 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 include the additional engineering services specified in a proposal dated October 31, 2014, 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 $125, 500. 00. (See Attached Funding Breakdown Sheet, Page -3-) 2 . rM Article II of the CONTRACT is amended to provide for an increase in _nT the fee to be paid to Engineer for all work and services performed under rrA the Contract, as amended, so that the total fee paid by the City for all C.7 work and services shall be an amount of $714, 592. 58. rn �+ 3 . All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. City of Fort Worth Professional Services Agreement Amendment Template -- — PMO Official Release 8/1/2012 Page 1 of 3 ®FML� ,L RECORD rMV SECREUR U 15T 03 RM9 VK� EXECUTED and EFFECTIVE as of the date last written by a signatory, below. APPROVED: City of Fort Worth ENGINEER URS Corporation Fernando Costa Wendy Lopez, E Assistant City Manager Vice President DATE: /Z///-//* DATE: l2/'Z f�`f AP VAL RECOMMENDED: �C<Dou s W. Wiersig, PE Dire Department of Transportation And Public Works Department APPROVED AS TO FORM AND LEGALITY: M&C: L- 2 Date: 12 . Z _ �y Assistant City Attorney ATTEST: 0000000 00000 S OX o� a Mary J. ser $ g City Secretary �° ° S� 0IFFOCU L RECORD City of Fort Worth � y�+et y Professional Services Agreement Amendment Template C97U SECRE rAR H Pa 9 a 22 of 3 Official Release 8/1/2012 MORTH' Tx FUNDING BREAKDOWN SHEET City Secretary No. 43361 Amendment No. 3 Department Fund-Account-Center Amount 20 C204 531200 206230180230 $125, 500 . 00 Total : $125, 500 . 00 City of Fort Worth Professional Services Agreement Amendment Template PMO Official Release 8/1/2012 Page 3 of 3 URS October 31, 2014 Wilma Smith, PE City of Fort Worth Transportation and Public Works Department 1000 Throckmorton Street Fort Worth, TX 76102 Re: Supplemental Agreement#3 Garden Acres Bridge Phase II City Project#01802, DOE#6749 Dear Mrs. Smith: URS is pleased to present our scope of work and fee for the above referenced project. The items below represent additional work on the final PS&E that were requested by TxDOT in 60% Plan Review comments and interim project and schematic discussions with the City of Fort Worth and TxDOT: Discussed with City of Fort Worth at Progress Meeting on March 11th, 2014: • Illumination design and detailing for underpass lighting for the mainlanes on IH 35W under both the existing and proposed bridges. Previous fee and scope in prior agreements covered illumination at the adjacent intersections only. • Illumination design and detailing for overpass lighting on the bridges for both the existing and proposed bridges. Previous fee and scope in prior agreements covered illumination at the adjacent intersections only. • Bridge design and detailing for replacement of the existing bridge rail on the North side of the existing Garden Acres Bridge. Previous fee and scope in prior agreements covered replacement of the existing bridge rail on the South side of the existing Garden Acres Bridge only. • Additional traffic control plan and phased construction revisions for replacement of the existing bridge rail on the North side of Garden Acres Bridge. Previous fee and scope in prior agreements covered traffic control for the replacement of the existing rail on the South side of the existing bridge only. • Additional topographic survey and roadway modifications to accommodate construction of new 7-11 store on Northwest corner of McPherson Boulevard and lH 35W Southbound Frontage Road. • Bridge design and detailing for preparation of a complete Bridge Layout for the existing Garden Acres Bridge to accommodate rail replacement on both sides of the existing bridge and illumination on the South side of the existing bridge in conjunction with the new sidewalk. Previous fee and scope covered a single bridge modification detail for sidewalk retrofit with no bridge layout or bridge profile design. Discussed with City of Fort Worth and TxDOT at Progress Meeting on March 281", 2014: • Develop centerline profiles for IH 35 mainlanes. Not in previous fee or scope. • Develop centerline profile for frontage road modifications. Not in previous fee or scope. URS Corporation 1300 Summit Avenue,Suite 600 Fort Worth,TX 76102 Tel:817.390.1000 Fax:817.882.9462 www.urscorp.com • Develop centerline profile for existing Garden Acres Bridge. Not in previous fee or scope. • Develop centerline profile for Old Burleson Road. Not in previous fee or scope. • Prepare Design Waiver for Turn Lane Length on East side for Old Burleson Road access. Not in previous fee or scope. • Prepare Large Guide Sign Schematic. Not in previous fee or scope. • Develop existing and proposed cross sections for the frontage road modifications. Not in previous fee or scope. • Develop existing and proposed cross sections for existing Garden Acres Bridge. Not in previous fee or scope. • Revise previously completed draft Categorical Exclusion to use TxDOT Scoping Process with new checklist format and to reflect Federal considerations with CMAQ funds being added to the project funding. Not in previous fee or scope. • Revise the schematic horizontal and vertical scales to include IH 35 centerline profile, frontage road profiles, existing Garden Acres Bridge and proposed bridge profiles. Not in previous fee or scope. Discussed with City of Fort Worth and TxDOT at Progress Meeting on September 4"', 2014: • TxDOT requested the Traffic Analysis be revised using traffic data that TxDOT will provide. Also, TxDOT inquired about the volume of left turn movements from eastbound Garden Acres Drive to northbound Old Burleson Road. The design engineer will need to evaluate those movements to determine a left turn storage length for those movements. There is no existing data for these left turn movements. Therefore, traffic counts will need to be performed to establish the number of left turn movements at this location. Not in previous fee or scope. • TxDOT stated the existing grade break at intersection of existing eastbound McPherson Blvd. and existing southbound Frontage Road does not meet current TxDOT design criteria. The design engineer will develop roadway plans to eliminate non-compliant grade break at intersection of existing eastbound McPherson Blvd. and existing southbound Frontage Road. Not in previous fee or scope. • TxDOT is launching its new electronic environmental submittal and review system in early October. The environmental review for the project will need to conform to the new system. Not in previous fee or scope. • Revise striping on schematic and permanent traffic control plans to incorporate a shared use lane on the existing bridge to accommodate bicycle traffic. Not in previous fee or scope. • TxDOT recently let a project to construct Slope Surface Concrete Barriers (SSCB) along the northbound and southbound main lanes of IH35W. The design engineer will be required to incorporate modifications to the newly installed SSCB into the project drawings to extend the SSCB through and beyond the new bridge structure. Not in previous fee or scope. Tins 0 TxDOT stated a left turn lane would be required if the level of service for the southbound service road is significantly degraded based upon the revised Traffic Analysis. Not in previous fee or scope. The plans will be designed according to City of Fort Worth and TxDOT Fort Worth District standards and construction specifications. The supplemental fee for this scope of services is $125,500.00. A summary of the total project is as follows: BASIC FEE MMBE Provided Original Contract $485,932.58 29.4% Supplemental Agreement No. 1 $28,660.00 0.0% Supplemental Agreement No.2 $74,500.00 3.9% Supplemental Agreement No.3 $125,500.00 1.6% TOTAL BUDGET(City M/WBE Goal=20.0%) $714,592.58 20.7% Please do not hesitate to contact us if you have any further questions or require any additional information. Sincerely, URRSCorporation / ) ( . ly Douglas C. Mikeworth, PE Sr. Project Manager ATTACHMENT "A" Scope for Engineering Design Related Services for Street 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 To complete additional work requested by TxDOT Fort Worth District and City of Fort Worth to address issues that were beyond the scope of the original contract and supplemental agreements No. 1 and 2. The plans will be designed according to City of Fort Worth and TxDOT Fort Worth District standards and construction specifications. TxDOT District standards and specifications will govern for the final PS&E submittal since the project will ultimately be bid and constructed by TxDOT. WORK TO BE PERFORMED Task 1. Design Team Management Task 2. Traffic Analysis Revisions Task 3: Schematic Modifications Task 4. Roadway and Bridge Design Modifications Task 5. Bicycle Lane Modifications for Existing Bridge Task 6. Southbound Service Road Left Turn Lane Task 7: Reconstruct EB McPherson at SB Service Road Task 8: Categorical Exclusion Modifications TASK 1. DESIGN TEAM MANAGEMENT. ENGINEER will manage the work outlined in this scope to ensure efficient and effective use of ENGINEER's and CITY's time and resources. ENGINEER will manage change, communicate effectively, coordinate internally and externally as needed, and proactively address issues with the CITY's Project Manager and others as necessary to make progress on the work. 1.1. Managing the Team • Extend project management activities for the duration of the extended project schedule. • Prepare and execute modifications to subconsultant contracts. • Prior to the 90 and 100 percent submittals, the ENGINEER shall complete QA/QC reviews of modified documents in accordance with established standards and requirements. • Prior to the revised Schematic submittal, the ENGINEER shall complete QA/QC reviews of the modified schematic in accordance with established standards and requirements City of Fort Worth,Texas Attachment A PMO Release Date:06.19.2010 Page 1 of 7 • Prior to the revised Categorical Exclusion submittal, the ENGINEER shall complete QA/QC reviews of the modified CE in accordance with established standards and requirements DELIVERABLES • QC/QA Review TASK 2. TRAFFIC ANALYSIS REVISIONS Based on discussions with the City and with TxDOT, the ENGINEER understands that TxDOT has requested modifications to the traffic analysis that were beyond the scope of the original contract documents and previous amendment agreements. 2.1. Per discussions with TxDOT staff, modify the traffic analysis to include projected traffic counts prepared by TxDOT. • Modify the traffic analysis utilizing TxDOT's traffic projections • Obtain traffic counts for the left turn movements from eastbound Garden Acres Drive to Old Burleson Road in order to determine the required storage length for a left turn lane • Evaluate the level of service for left turn movements from the southbound IH35W service road to eastbound Garden Acres Drive to determine if a dedicated left turn lane is required DELIVERABLES • Revised Traffic Analysis Report • Left turn storage length for left turn movements from Garden Acres Drive to Old Burleson Road TASK 3. SCHEMATIC MODIFICATIONS. Based on discussions with the City and with TxDOT, the ENGINEER understands that TxDOT has requested modifications to the proposed schematic design that were beyond the scope of the original contract documents and previous supplemental agreements. 3.1 Per discussions with TxDOT staff, modify the schematic vertical and horizontal scales to include information for existing and proposed cross sections and vertical profiles for frontage roads, cross streets, existing and proposed bridges and IH 35 W Mainlanes. • Modify the schematic to use 1" = 100' horizontal scale and 1" = 10' vertical scale • Develop centerline profile for IH 35W main lanes and add to schematic layout • Develop centerline profile for frontage road modifications and add to schematic layout • Develop centerline profile for existing bridge modifications and add to schematic layout City of Fort Worth,Texas Attachment A PMO Release Date:08.27.2010 Page 2 of 7 • Develop centerline profile for Old Burleson Road modifications and add to schematic layout • Develop cross sections for both existing and proposed frontage roads and add to schematic layout • Develop cross sections for existing and proposed Garden Acres Bridges and add to schematic layout • Prepare Design Waiver for Turn Lane Length on East intersection at Old Burleson Road and submit to TxDOT Committee for approval • Prepare Guide Sign Schematic as supplement to Roadway Schematic DELIVERABLES • Revised Roadway Schematic with 1" = 100' Horizontal Scale and 1" = 10' Vertical Scale to include additional mainlane, frontage road, cross street and intersection profiles and cross sections. • Large Guide Sign Schematic TASK 4. ROADWAY AND BRIDGE MODIFICATIONS. ENGINEER will perform additional roadway design, bridge design and traffic control to modify the 60% PS&E to reflect the following requested revisions from TxDOT Fort Worth District and the City of Fort Worth. 4.1 Roadway and Bridge Modifications including: • Modifications to the recently constructed single slope concrete barriers (SSCB) along the shoulders of the IH35W northbound and southbound main lanes • Revise traffic control plans to accommodate construction of SSCB modifications • Illumination design and detailing for underpass lighting on IH 35W main lanes on both existing and proposed Garden Acres Bridges • Illumination design and detailing for overpass lighting on both existing and proposed Garden Acres Bridges with light standards to be placed in the bridge rail • Bridge design and detailing to provide for the replacement of the existing bridge rail on the North Side of the existing Garden Acres Bridge • Bridge design and detailing to prepare a complete Bridge Layout for the existing Garden Acres Bridge Modifications for rail replacement on both sides of the existing overpass and to provide for illumination in the new rail on the South side of the bridge • Additional topographic survey and roadway modifications to accommodate construction of new 7-11 store on Northwest corner of McPherson Boulevard and IH 35W Southbound Frontage Road City of Fort Worth,Texas Attachment A PMO Release Date:08.27.2010 Page 3 of 7 • Additional traffic control plan revisions and construction phase revisions to accommodate replacement of both rails on the existing Garden Acres Bridge and to provide for illumination in the new rail on the South side of the bridge • Revise project quantities ASSUMPTIONS: 1. It is assumed that illumination design will use standard TxDOT standards for rail attachment and underpass lighting. 2. A roll plot showing lighting contours for bridge lighting and underpass lighting for TxDOT District/Division review will be provided with the 95% PS&E. 3. The second submittal will be 100% signed and sealed. 4. The third and final submittal will be for bid. 5. Service locations will be provided for electrical connections. 6. Light levels will be consistent with AASHTO recommended levels or to be provided by City. 7. It is assumed light fixtures will be HPS 250W for intersection and bridge lighting; HPS 150W for underpass lighting. DELIVERABLES • Revised Roadway, Bridge, TCP and Illumination plans and details • Revised estimates of probable construction cost • Revised quantities TASK 5. BICYCLE LANE MODIFICATIONS FOR EXISTING BRIDGE ENGINEER will revise schematic and permanent traffic control plans to incorporate a shared use lane on the existing bridge to accommodate bicycle traffic. DELIVERABLES • Deliverables shall revised schematic and permanent traffic control plans. TASK 6. SOUTHBOUND SERVICE ROAD LEFT TURN LANE. ENGINEER will perform additional roadway design and traffic control to modify the 60% PS&E to reflect the following requested revisions from TxDOT Fort Worth District and the City of Fort Worth. 6.1. Left Turn Lane Design: • Design left turn lane for southbound service road • Revise traffic control plans to accommodate construction of southbound left turn lane • Revise quantities to include southbound left turn lane DELIVERABLES • Left turn lane plans and details City of Fort Worth,Texas Attachment A PMO Release Date:08.27.2010 Page 4 of 7 • Revised quantities TASK 7. RECONSTRUCT EASTBOUND MCPHERSON BLVD. AT SOUTHBOUND SERVICE ROAD. ENGINEER will perform additional design services to prepare construction documents to reconstruct existing eastbound McPherson Blvd. at the southbound service road to remove the existing grade break at the junction of the two roadways as requested from TxDOT Fort Worth District and the City. 7.1. Roadway Design: • Revise roadway construction drawings to include removal and reconstruction of approximately 100 linear feet of existing McPherson Blvd. to remove the existing grade break at its intersection with the existing southbound service road • Revise drainage system construction drawings to accommodate the removal and reconstruction of approximately 100 linear feet of existing McPherson Blvd. to remove the existing grade break at its intersection with the existing southbound service road DELIVERABLES • Revised roadway plans and details • Revised drainage plans and details • Revised quantities TASK 8. CATEGORICAL EXCLUSION (CE) MODIFICATIONS: 8.1. Modify the CE document to reflect new Scoping Process using modified Checklist Procedure and new TxDOT Environmental Review process. • ENGINEER to perform additional documentation effort with TxDOT to modify the site surveys and other CE work previously completed to be reformatted using TxDOT's new Checklist procedure. • Revise CE documentation to conform to new TxDOT Environmental submittal and review process. • ENGINEER to perform additional documentation effort with TxDOT to modify the CE work previously completed to reflect the addition of Federal funds to the project in the form of CMAQ funds which have been recently allocated to the project. DELIVERABLES • Modified CE Document reflecting TxDOT's new Checklist Procedure and reflecting allocation of CMAQ funds which introduces federal funding component to the CE. City of Fort Worth,Texas Attachment A PMO Release Date:08.27.2010 Page 5 of 7 ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existing Scope of Services — CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks above. However, ENGINEER can provide these services, if needed, upon the CITY's written request. Any additional amounts paid to the ENGINEER as a result of any material change to the Scope of the Project shall be agreed upon in writing by both parties before the services are performed. These additional services include the following: • Negotiation of easements or property acquisition. • Services related to development of the CITY's project financing and/or budget. • Services related to disputes over pre-qualification, bid protests, bid rejection and re-bidding of the contract for construction. • Construction management and inspection services • Performance of materials testing or specialty testing services. • Services necessary due to the default of the Contractor. • Services related to damages caused by fire, flood, earthquake or other acts of God. • Services related to warranty claims, enforcement and inspection after final completion. • Services to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. • Performance of miscellaneous and supplemental services related to the project as requested by the CITY. • USACE consultation or coordination; formal Wetland Delineation and/or Preliminary Jurisdictional Determination; Pre-Construction Notice to USACE for a NWP; or, an Individual Permit application in accordance with Section 404 of the CWA. • Consultation or coordination with the local floodplain administrator; or, a revised CLOMR/LOMB; and/or, floodplain permit application. • Formal presence/absence survey for threatened and endangered species; and/or other TPWD or USFWS consultation/coordination or permitting. • City of Fort Worth Urban Forestry Permit application. • Historic-age resources research design and/or reconnaissance survey. • Archeological resources background study and/or field survey. • Consultation, coordination or permitting with agency or tribal representatives for historical and/or archeological resources. • Air quality monitoring and/or modeling. • Noise or vibration monitoring and/or modeling. • ASTM E1527 Phase I Environmental Site Assessment; and/or, Phase II environmental sampling/coordination; and/or, Phase III remediation/ coordination. "Notwithstanding any other term or condition in this Agreement,the City and the Engineer agree that the terms "ensure," "best," and/or"assure" shall only require Engineer to perform the Services in accordance with the same degree of care and skill ordinarily exercised by members of Engineer's profession practicing at the same City of Fort Worth,Texas Attachment A PMO Release Date:08.27.2010 Page 6 of 7 time and in the same general location;and that the use of such terms shall in no way alter or enlarge the standard of care applicable to Engineer." City of Fort Worth,Texas Attachment A PMO Release Date:08.27.2010 Page 7 of 7 N Q O N M O O a n rn r Q °r n° o_ c m �dno _ ri _ _ _ _ _o°n°m vo ��oee n°ao° v� mci mw m» m ���w�m»u,:nom w m� a w rn w N Y A r N o °2532 N °2°M 2 S 2 E°M°� N 2°f f i oA d o w W 0 m _U 0 r 0 u D 0 a m ° 0 0 t > O uo r v 0 LL 3 u » O c m c 0 Vo 0 0 0 0 0 W w » N w C in m F O LM X a minor �.1 c°o °o 0oomoor amq ao emu' Lq nn � N� J V p ^1. ..NW�M..NM t2 1. a U 0 -O r - 7 $ O N O O Qo001 ¢ Y y - 2W V �n O VJ � > NZ m N U OIS fn y Na Q d o Ndo m Qm 100d 10 dO�dt7d m dd Q d m lL O d =F cZ mm O = y Q > t W o W N > y ° ov N mmmmm Ndu c Z a` C N W-a CO Q d d d d N N N Q d d 1 N m M R a cn a d u a m o`p N m O t IL r r 0 0 go °o Q ar ar d m� _ a = o m. m.c- F 3u) g - u c F o o D 0 o o o u o °N c.E D.� o �`o.mu o N o A m o D c.m w W •- O 0 fn E m °N O ._ m C m ¢ m J C =t c�� - vmEi �o�-m ,.�o` D5 ym > U J o r N {O{pp 0 U N O N ¢D N O O N O 0 0 0 0 6 vmi `fn U DO O m c D- U N o> . m mro m m °°1. c o m E o '-°w.� w E b c °8 A u D°¢ c m m U O Q D j c d.`-''o.o.o.o °°o N D A o f°N or -.� ° E o .�d Z v � m m o m m �r m N d �-- t°� °off Ewa�'�w H>:o yr oO_oa �5 ` �pL` N m aN -a 'N -a m .- dL mLm.�wo ��oU m �o uUUUU d o�(7 mooF� � 'N°aH AU<n in gcno um m m J r o m r in c- m = m m m m m m H D m m 3 d >y c y a y y a m o m a ° m `c°o m m m m m m m d o`m > >A E E v m U> > m u m > v O > m m w m o m a`v�O U m ¢in¢fL o 0 0 0 0 o a o"¢ ._=°m`m`¢r¢¢O °._ ¢ o ¢¢O x'o c� rr vo ¢¢ v mo �� Form EEFI N N N N N N N(V fV N(V lV N �C)f�l m t7 of O N O CS 0 0 Q O N O IG m N LL O" O m d ° E O O �2 ciao \ \ j\� ( \\\ \ \\\\� \ ; ;!cc _ o � - \ /[( [( ,eGmm cc [553;5 \7777\ ci & } ( ` \ \\ )7777 2 Ew+e+« - |)±.Q&& § cli C ca a § \ |. \� \\\ - - _ 2 - in I ƒ 2 (n Z -- co r,a � � � ¥ � E� f e® - o . IL :_ US- § ° ) § ; \ � Cl)0 _ ? ƒ�)) k § / E ! / k § G § lo _ - \)\\ 7777 \ \\{{ \\\\\ \) \\\ {2! \)/ M&C Review Page 1 of 2 Official site of the City of Foit Worth,Texas CITY COUNCIL AGENDA FoRTWORTII COUNCIL ACTION: Approved on 1212/2014 DATE: 12/2/2014 REFERENCE NO.: **C-27095 LOG NAME: 20GARDEN ACRES BRIDGE II AMEND 3 CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of Amendment No. 3 to City Secretary Contract No. 43361, an Engineering Services Agreement with URS Corporation, in the Amount of$125,500.00 for Design of the Garden Acres Bridge Over Interstate Highway 35W Phase 2, Thereby Increasing the Total Contract Amount to $714,592.58 (COUNCIL DISTRICT 6) RECOMMENDATION: It is recommended that the City Council authorize the execution of Amendment No. 3 to City Secretary Contract No. 43361, an Engineering Agreement with URS Corporation, in the amount of $125,500.00 for design of the Garden Acres Bridge over Interstate Highway 35W Phase 2, thereby increasing the total contract amount to $714,592.58. DISCUSSION: This Agreement provides for the design of a three-lane bridge at Garden Acres Drive and McPherson Boulevard over Interstate Highway 35W to ultimately help accommodate a six-lane divided principal arterial. Phase 1 of the Project has been completed. This Amendment applies to the design of Phase 2. The 2008 Bond Program included $6,000,000.00 for capacity improvements for the Garden Acres Bridge. It was originally planned that City funds would fund the bridge improvements. The 2014 cost estimates are approaching $9,000,000.00 to complete the project. Staff, working with the North Central Texas Council of Governments and TxDOT, created a funding partnership to fully fund the Garden Acres Bridge. As a result of the additional funding, the construction phase of the project will now be managed by TxDOT. Therefore, additional features are being incorporated into the design plans as well as modifications to the construction contract bid documents. These features/services include utilization of TxDOT standards and construction specifications for the design of the new bridge and upgrading the existing bridge; additional street lighting; bridge railing and modifications to the freeway signage. Under this proposed Amendment, URS Corporation will perform additional engineering design, surveying, and design plan modifications as necessary. Funds for this Amendment will be provided from the 2008 Capital Improvements Program Fund. The following table summarizes previous contract actions and amendments: http://www.fortworthgov.org/council_packet/mc_review.asp?ID=20372&councildate=12/... 12/3/2014 M&C Review Page 2 of 2 Amount Project M&C No. _Approved Description Initial Contract $485,932.58 Design of Garden C-25611 May 15, 2012 Acres Bridge over Interstate 35W, a 3-lane section parallel to the existinq brid e Amendment No. 1 $ 28,660.00 Add sidewalks to Approved January 2013 the plans, Administratively specification and cost estimates Amendment No. 2 $ 74,500.00 Additional C-26487 October 7, 2013 engineering required for Level of service Analysis, preparation of design schematic and surveying Amendment No. 3 $125,500.00 Additional bridge Pending Pending design as required by TxDOT for the new and existing bridges. Total $714,592.58 URS Corporation proposes to complete Amendment No. 3 for a fee not to exceed the amount of $125,500.00. Staff considers this fee to be fair and reasonable for the additional scope of services. M/WBE Office - URS Corporation is in compliance with the City's M/WBE Ordinance by committing to an additional two percent M/WBE participation on this Amendment No. 3. This project is located in COUNCIL DISTRICT 6, Mapsco 119A and 119B. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Street Improvements 2008 Fund. TO Fund/Account/Centers FROM Fund/Account/Centers C204 531200 206230180230 $125.500.00 Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: Douglas W. Wiersig (7801) Additional Information Contact: Wilma Smith (8785) ATTACHMENTS 01802 20 GARDEN ACRES BRIDGE PHASE 21.pdf http://www.fortwoithgov.org/council_packet/mc_review.asp?ID=203 72&councildate=l2/... 12/3/2014