Loading...
HomeMy WebLinkAboutContract 60597-A1CSC No. 60597-A1 AMENDMENT No . 1 TO CITY SECRETARY CONTRACT No. 60597 WHEREAS, the City of Fort Worth (CITY) and Freese and Nichols, Inc., (ENGINEER) made and entered into City Secretary Contract No. 60597, (the CONTRACT) which was authorized M&C 23-1023 on the 28th day of November, 2023, in the amount of $701,315.00; and WHEREAS, the CONTRACT involves engineering services for the following project: 16-inch to 42-inch Cast Iron Water Main Downtown Replacements, CPN 105064; 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 include the additional engineering services specified in proposal attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer totals $307,610.00.00. 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 $1,008,925.00. 3. All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas 16"to 42" Cast Iron water Main Replacement Downtown Prof Services Agreement Amendment Template CPN 105064 Revision Date: 12/08/2023 Page 1 of 2 EXECUTED and EFFECTIVE as of the date subscribed by the City's designated Assistant City Manager. APPROVED: City of Fort Worth William Johnson (D c 16, 202416:00 CST) William Johnson Assistant City Manager DATE: Dec 16, 2024 QQvoop a� F�Rl Il� ATTEST: v°°to o o-ado °ono o=o° A .L°sa �F- PAP %o nEXASopd Jannette Goodall City Secretary APPROVAL RECOMMENDED: Christopher Harder, P. E. Director, Water Department Contract Compliance Manager: ENGINEER Freese & Nichols, Inc. Nick Lester, P.E Vice President DATE: 12/11 /2024 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. Dena Johnson, P.E. Project Manager APPROVED AS TO FORM AND LEGALITY: Douglas Black (Dec 13, 2024 09:39 CST) Douglas W. Black Sr. Assistant City Attorney City of Fort Worth, Texas Prof Services Agreement Amendment Template Revision Date: 12/08/2023 Page 2 of 2 M&C No A : 24-1137 M&C Date: December 10, 2024 Form 1295: 2024-1237183 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 16"to 42" Cast Iron Water Main Replacement Downtown CPN 105064 801 Cherry Street, Suite 2800 + Fort Worth, Texas 76102 + 817-735-7300 + FAX 817-735-7491 www.freese.com November 11, 2024 Ms. Dena Johnson, P.E. Project Manager City of Fort Worth Water Department 311 West 10th Street Fort Worth, TX 76102 Re: Amendment 1 for the 16-inch to 42-inch Cast Iron Water Main Downtown Replacements City Project No. 105064 Dear Ms. Johnson: Freese and Nichols, Inc. (FNI) is providing this proposal to amend the Engineering Design Services and Construction Services for the 16-inch to 42-inch Cast Iron Water Main Downtown Replacements (City Project No. 105064). The following fee includes the cost of resident construction representation for 20 hours per week. FW Water Field Operations will provide the remaining inspection services. FNI records show that this proposal would serve as Contract Amendment No. 1. A summary of the additional costs is shown below: Item Fee Task 10 - Construction Resident Representation (RPR) 20 hr/week $307,610 Amendment No. 1 Total $307,610 Freese and Nichols, Inc. appreciates this opportunity and we would like to meet with you to discuss these additional services at your convenience. Original Contract Amount Amendment No. 1 Contract Amount to Date Sincerely, Amanda Johnson, P.E. Project Manager Attachments Scope of Work Level of Effort Summary Spreadsheet $ 701,315 $ 307,610 $ 1,008,925 L:\Client\OLCR\F\Fort Worth Water\Downtown Cast Iron Water Main Replace ments\Amendment #1 - RPR ATTACHMENT A DESIGN SERVICES FOR 16•INCH TO42•INCH CAST IRON WATER MAIN DOWNTOWN REPLACEMENTS AMENDMENT NO.1 CITY PROJECT NO.: 105064 ATTACHMENT A Scope for Enqineerinq Design Related Services for Water and/or Sanitary Sewer Improvements DESIGN SERVICES FOR 16-INCH TO 42-INCH CAST IRON WATER MAIN DOWNTOWN REPLACEMENTS AMENDMENT NO.1 CITY PROJECT NO.: 105064 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. Task Nos. 1-9 previously defined under the original contract and Amendment No. 1. The purpose of this amendment is to amend the original contract by including additional effort for providing resident project representation for construction. WORK TO BE PERFORMED Task 10. Resident Project Representation IIf-&-i26[1110*4197=164ki:9:Z6111*Qa =11:20 •4=I0kIF_A[Is] 611 The Engineer will have a part time Resident Project Representative on the Site. In performing these services, it is understood that FNI does not guarantee the Contractor's performance, nor is FNI responsible for the supervision of the Contractor's operation and employees. FNI shall not be responsible for the means, methods, techniques, sequences, or procedures of construction selected by the Contractor, or any safety precautions and programs relating in any way to the condition of the premises, the work of the Contractor or any Subcontractor. FNI shall not be responsible for the acts or omissions of any person (except its own employees or agents) at the Project site or otherwise performing any of the work of the Project. 10.1. The duties, responsibilities, and the limitations of authority of the Resident Project Representative, and designated assistants, are as follows: Resident Project Representative is Engineer's agent at the site, will act as directed by and under the supervision of Engineer, and will confer with Engineer regarding Resident Project Representative's actions. Resident Project Representative's dealings in matters pertaining to the on -site Work shall in general be with Engineer and Contractor, keeping Client advised, as necessary. Resident Project Representative's dealings with Subcontractors shall only be through or with full knowledge and approval of Contractor. Resident Project Representative shall generally communicate with Client with the knowledge of and under the direction of Engineer. 2. If General Conditions other than FNI's standard are used, the Client agrees to include provisions in the General Conditions that require Contractor to include FNI: (1) as an additional insured and in any waiver of subrogation rights with City of Fort Worth, Texas Attachment A PMO Release Date: 07.23.2012 Page 1 of 5 ATTACHMENT A DESIGN SERVICES FOR 16-INCH TO 42-INCH CAST IRON WATER MAIN DOWNTOWN REPLACEMENTS CITY PROJECT NO.: 105064 respect to such liability insurance purchased and maintained by Contractor for the Project (except workers' compensation and professional liability policies); and (2) as an indemnified party in the Contractor's indemnification provisions where the Client is named as an indemnified party. 10.2. Duties and Responsibilities of Resident Project Representative: 1. Schedules: Review the progress schedule and schedules of values prepared by Contractor and consult with Engineer concerning acceptability. 2. Conferences and Meetings: Attend meetings with Contractor, such as preconstruction conferences, progress meetings, job conferences and other project -related meetings, and prepare and circulate copies of minutes thereof. 3. Liaison: Serve as Engineer's liaison with Contractor, working principally through Contractor's superintendent and assist in understanding the intent of Contract Documents; and assist Engineer in serving as Client's liaison with Contractor when Contractor's operations affect Client's on -site operations. Representative will be onsite part time and will coordinate with the Contractor/Engineer/Client on timing visits to cover necessary work. b. Assist in obtaining from Client additional details or information, when required for proper execution of the Work. 4. Shop Drawings and Samples: a. Record date of receipt of Samples. b. Receive Samples which are furnished at the Site by Contractor, and notify Engineer of availability of Samples for examination. c. Advise Engineer and Contractor of the commencement of any Work requiring a Shop Drawing or Sample if the submittal has not been approved by Engineer. 5. RPR services for an average of 20 hours over 91 weeks is included. 6. Review of Work, Rejection of Defective Work, Inspections and Tests: a. Conduct part time on -site observations of the Work in progress to determine if the Work is in general proceeding in accordance with the Contract Documents. Due to the work being linear in nature, it is possible that work performed by the Contractor will be covered and not viewable during RPR site visits. The Resident Project Representative will strive to time visits for the best opportunities to see the work and review by other means such as photographs, reports, etc. b. Report to Engineer whenever Resident Project Representative believes that any Work will not produce a completed Project that conforms generally to the Contract Documents or will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated in the Contract Documents, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 2 of 5 ATTACHMENT A DESIGN SERVICES FOR 16•INCH TO 42•INCH CAST IRON WATER MAIN DOWNTOWN REPLACEMENTS CITY PROJECT NO.: 105064 made; and advise Engineer of Work the Resident Project Representative believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. c. Verify that tests, equipment, and systems start-up and operating and maintenance training are conducted in the presence of appropriate personnel, and the Contractor maintains adequate records thereof; and observe record and report to Engineer appropriate details relative to the test procedures and start-ups. d. Accompany visiting inspectors representing public or other agencies having jurisdiction over the Project, record the results of these inspections and report to Engineer. 7. Interpretation of Contract Documents: Report to Engineer when clarifications and interpretations of the Contract Documents are needed and transmit to Contractor clarifications and interpretations as issued by Engineer. 8. Request for Revisions: Consider and evaluate Contractor's suggestions for revisions to Drawings or Specifications and report with Resident Project Representative's recommendations to Engineer. Transmit to Contractor in writing decisions as issued by Engineer. a. Maintain at the job site orderly files for correspondence, reports of job conferences, Shop Drawings and Samples, reproductions of original Contract Documents, including all Work Change Directives, Addenda, Change Orders, Field Orders, Written Amendments, additional Drawings issued subsequent to the execution of the Contract, Engineer's clarifications and interpretations of the Contract Documents, progress reports, submittals and correspondence received from and delivered to Contractor and other Project related documents. 10. Reports: a. Furnish to Engineer periodic site visit reports as required of progress of the work and of Contractor's compliance with the progress schedule and schedule of Shop Drawings and Sample submittals. b. Consult with Engineer in advance of scheduled major tests, inspections or start of important phases of the Work. c. Draft proposed Written Amendments, Change Orders and Work Change Directives, obtaining backup material from Contractor and recommend to Engineer Written Amendments, Change Orders, Work Change Directives, and Field Orders. d. Report immediately to Engineer and Client the occurrence of any accident. When not onsite, maintain a direct line of communication with the Contractor to remain updated on any accidents. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 3 of 5 ATTACHMENT A DESIGN SERVICES FOR 16•INCH TO42•INCH CAST IRON WATER MAIN DOWNTOWN REPLACEMENTS CITY PROJECT NO.: 105064 11. Payment Requests: Review Applications for Payment with Contractor for compliance with the established procedure for their submission and forward with recommendations to Client, noting particularly the relationship of the payment requested to the schedule of values, Work completed and materials and equipment at the Site but not incorporated in the Work. 12. Certificates, Maintenance and Operation Manuals: During the course of the Work, verify that certificates, maintenance and operation manuals and other data required to be assembled and furnished by Contractor are applicable to the items actually installed and in accordance with the Contract Documents, and have this material delivered to Engineer for review and forwarding to Client prior to final payment for the Work. 13. Completion: a. Before Engineer issues a Certificate of Substantial Completion, submit to Contractor a list of observed items requiring completion or correction. b. Observe whether Contractor has performed inspections required by laws or regulations, ordinances, codes, or order applicable to the Work, including but not limited to those to be performed by public agencies having jurisdiction over the Work. c. Conduct a final inspection in the company of Engineer, Client and Contractor and prepare a final list of items to be completed or corrected. Cl. Observe whether all items on final list have been completed or corrected and make recommendations to Engineer concerning acceptance. 10.3 Limitations of Authority of Resident Project Representative: 1. Shall not authorize any deviation from the Contract Documents or substitution of materials or equipment (including "or -equal" items), unless authorized by Engineer. 2. Shall not exceed limitations of Engineer's authority as set forth in Agreement or the Contract Documents. 3. Shall not undertake any of the responsibilities of Contractor, Subcontractor, Suppliers, or Contractor's superintendent. 4. Shall not advise on, issue directions relative to or assume control over any aspect of the means, methods, techniques, sequences, or procedures of construction unless such advice or directions are specifically required by the Contract Documents. 5. Shall not advise on, issue directions regarding or assume control over safety precautions and programs in connection with the Work or any activities or operations of Client or Contractor. 6. Shall not accept shop drawing or sample submittals from anyone other than the Contractor. 7. Shall not participate in specialized field or laboratory tests or inspections conducted by others, except as specifically authorized by Engineer. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 4 of 5 ATTACHMENT A DESIGN SERVICES FOR 16•INCH TO 42•INCH CAST IRON WATER MAIN DOWNTOWN REPLACEMENTS CITY PROJECT NO.: 105064 8. Materials testing will be performed by others and is not included in this scope of work. City of Fort Worth, Texas Attachment A PMO Release Date: 08.1.2014 Page 5 of 5 EXHIBIT B-2 Level of Effort Spreadsheet TASK/HOUR BREAKDOWN Design Services for 16-INCH TO 42-INCH CAST IRON WATER MAIN DOWNTOWN REPLACEMENTS AMENDMENT NO. 1 City Project No. 105064 Labor Total Task Description (hours) Total Labor Ex-)ense Task No. Expense Task Sub Percent Budget RPR Cost Subconsultanf Travel Reproduction Cost Total Complete Remaining Rate $167 MWBE Non-MWBE 10.0 RESIDENT PROJECT REPRESENTATION 1820 $304,494 $0 $0 $3,116 $0 $3,116 $307,610 0% $3,116 10.1 RPR (20 Hours/Week) 1820 $304,494 $3,116 $307,610 $307,610 Totals 1820 $ 304,494 $ - $ - $ 3,116 $ - $ 3,116 $ 307,610 0% $307.610 Project Summary Total Hours 1,820 Total Labor $304.494 Total Expense $3.116 MBE/SBE Subconsultanf $0 Non-MBE/SBE Subconsultanf $0 10 % Sub Markup $0 MBE/SBE Participatior 0.0% Total Project Costi $307,610 City of Fort Worth, Texas Attachment B - Level of Effort Supplement Typical Water and Sewer Replacement FWWTR Official Release Date: 8.09.2012 City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, December 10, 2024 REFERENCE NO.: **M&C 24-1137 LOG NAME: 60WATER CASTIRON REPLACE DOWNT-CIRCLECANDFNI SUBJECT: (CD 9) Authorize Execution of a Contract with William J. Schultz, Inc. dba Circle C Construction Company in the Amount of $19,312,041.50 for 16-42 Inch Cast Iron Water Main Replacement in Downtown Fort Worth Project, Authorize Execution of Amendment No. 1, in the Amount of $307,610.00, to an Engineering Agreement with Freese & Nichols, Inc. for the 16-42 inch Cast Iron Water Main Replacement in Downtown Fort Worth Project, Provide for Project Costs for a Project Total in the Amount of $21,081,199.50 and Adopt Appropriation Ordinances to Effect a Portion of Water's Contribution to the Fiscal Years 2025-2029 Capital Improvement Program and Transportation and Public Works Department's Fiscal Years 2025-2029 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of a contract with William J. Schultz, Inc. dba Circle C Construction Company in the amount of $19,312,041.50 for the 16-42 inch Cast Iron Water Main Replacement in Downtown Fort Worth project; 2. Authorize execution of Amendment No. 1, in the amount of $307,610.00, to City Secretary Contract No. 60597, an Engineering Agreement with Freese & Nichols, Inc., for construction support services for the 16-42 inch Cast Iron Water Main Replacement in Downtown Fort Worth project for a revised contract amount of $1,008,925.00; 3. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water and Sewer Capital Projects Fund in the amount of $20,920,695.00, from available PayGo residuals in the Water and Sewer Capital Projects Fund, for the purpose of funding the 16-42 inch Cast Iron Water Main Replacement in Downtown Fort Worth project (City Project No. 105064), to effect a portion of Water's contribution to the Fiscal Years 2025-2029 Capital Improvement Program; 4. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the General Capital Projects Fund by increasing estimated receipts and appropriations for the purpose of funding the 16-42 inch Cast Iron Water Main Replacement in Downtown Fort Worth project (City Project No. 105064) in the amount of $160,505.00, and decreasing estimated receipts and appropriations in the Future City Hall Improvements project (City Project No. 105088) by the same amount; and 5. Amend the Transportation and Public Works Department's Fiscal Years 2025-2029 Capital Improvement Program. DISCUSSION: On November 28, 2023, Mayor and Council Communication (M&C) 23-1023 authorized an engineering agreement with Freese and Nichols, Inc., (City Secretary Contract No. 60597) in the amount of $701,315.00 for the preparation of plans and specifications for the 16-42 inch Cast Iron Water Main Replacement in Downtown Fort Worth project. Amendment No. 1 provides for construction management, resident project representative, and construction support services including shop drawings, submittal reviews, change order review, archeological monitoring tracking, and record drawings. The project provides for Water and/or sanitary sewer main replacements and sidewalk improvements as indicated on the following streets and easement: Street 11 From 11 To 11 Scope of Work 1N. loth Street Summit Avenue W. 5th Street Henderson Street W 2nd Street Fournier Street I'W. Lancaster IAvenue 0911IT,11[%M W. 5th Street Summit Henderson venue Street II W. 5th Street * 2nd Streetll Henderson 'Burnett Street Street Water Water/Sewer Water/Sidewalk Improvement Water Water Easement between Summit Texas Street and W. Penn Street Avenue Water Lancaster Avenue W Lancaster Collier Street Texas Street I Water Avenue 1N. Lancaster Avenue (Summit lorence I Itreet Water (Avenue 1N. 13th Street I Henderson I Florence I Water Street , treet "W• Lancaster W. 13th Florence Street IAvnue e Street Water This project also provides for the abandonment of existing large diameter water mains that are currently located on private property and not in public right-of-way or dedicated easements as shown on the attached location map. Construction of the project was advertised for bid on September 19, 2024 and September 26, 2024 in the Fort Worth Star -Telegram. On October 24, 2024 the following bids were received: Bidder William J. Schultz, Inc. dba Circle C Construction Company Jackson Construction Ltd. S.J. Louis Construction of Texas, LTD Amount $19,312,041.50I $26,642,068.88 1 $30,087,967.00�I Contract Time 640 Calendar Days The Water Department's share of the contract is $19,176,936.50 and Transportation and Public Works Department's (TPW) share of the contract is $135,105.00. In addition to the contract amount, $951,572.50 (Water: $907,191.50; Sewer: $32,492.00; TPW: $11,889.00) is required for project management and inspection and $509,976.00 (Water: $473,743.00; Sewer: $22,722.00; TPW: $13,511.00) is provided for project contingency. The sanitary sewer component of this project is part of the Water Department's Sanitary Sewer Overflow Initiative Program. Approximately 10,612 linear feet of cast iron water pipe will be removed and replaced as part of this project. This project will have no impact on the Water or the Transportation & Public Works Departments operating budgets when completed. Funding for this project was not included in the FY2025-2029 Capital Improvement Program (CIP) because Transportation & Public Works Department amounts for the project were unknown at the time of CIP development. The action of this M&C will amend the FY2025-2029 Capital Improvement Program as approved in connection with Ordinance 27107-09-2024. It is the practice of the Water Department to appropriate its Capital Improvement Program (CIP) plan throughout the Fiscal Year, instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bond covenants. The actions in the M&C will appropriate funds in support of the Water's portion of the City of Fort Worth's Fiscal Years 2025-2029 Capital Improvement Program. Funding for 16-42 inch Cast Iron Water Main Replacement in Downtown Fort Worth is depicted below: 60WATERMAIN CASTIRON REPLACE DOWNT-CICRLECANDFNI Capital project FY2025 CIP Budget Change Revised Fund Name Appropriations Authority (Increase/Decrease) FY2025 Budget Name 56002 - 105064-16 to W&S Capital 42-in Cl WM $0.00 This M&C Projects Downtown Fund Repl. 30100 - 105064-16 to General 42-in CI WM Capital Downtown $0.00 This M&C Projects Repl. Fund $20,920,695.00 $20,920,695.00 $160,505.00 $160,505.00 Funding for the 16-42 inch Cast Iron Water Main Replacement in Downtown Fort Worth project is depicted below: Fund W&S Capital Projects - Fund 56002 General Capital Projects - Fund 30100 Project Total Existing I Additional I project Total's Appropriations Appropriations $972,490.00 $20,920,695.00 $21,893,185.00 $0.00 $160,505.00 $160,505.00 $972,490.0011 $21,081,200.00 $22,053,690.00 Numbers rounded for presentation purposes. Funding is available Unspecified All -Funds Project within the W&S Capital Projects Fund and the Future City Hall Improvements project within the General Capital Projects Fund for the purpose of the 16-42 inch Cast Iron Water Main Replacement in Downtown Fort Worth. DVIN/BE OFFICE: The Business Equity Division placed a 10.67 percent business equity goal on this solicitation/contract. William J. Schultz, Inc. dba Circle C Construction Company, has agreed/ committed to utilize 10.67 percent business equity subcontractor participation for the scope of work, meeting the City's Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division. DVIN/BE OFFICE: The Business Equity Division placed a 12.90 percent business equity goal on this contract. Freese and Nichols, Inc. submitted a Prime Waiver Form, which is in accordance with the City's Business Equity Ordinance. Freese and Nichols, Inc., will be self -performing the entire scope of the contract. The project is located in COUNCIL DISTRICT 9. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the Unspecified All -Fund project within the W&S Capital Projects Fund and in the Future City Hall Improvements project within the General Capital Project Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinances, funds will be available in the W&S Capital Projects Fund and in the General Capital Projects Fund for the 16 to 42-in Cl WM Dwntwn Repl project to support the above recommendations and execution of the construction contract and amendment to the engineering agreement. Prior to any expenditure being incurred, the Water Department and the Transportation & Public Works Department have the responsibility to validate the availability of funds. FUND IDENTIFIERS (FIDs),: TO Fund Department ccount Project ctivity Budget Reference # mount ID ID �Program 1 ( Year I (Chartfield 2) 1 FROM Fund Department ccoun Project ctivity Budget Reference # i mount ID 1 ID �Program I Year I (Chartfield 2) CERTIFICATIONS: Submitted for City Manager's Office by_ William Johnson (5806) Originating Department Head: Chris Harder (5020) Additional Information Contact: Dena Johnson (7866) ATTACHMENTS 1. 60WATER CASTIRON REPLACE DOWNT-CIRCLECANDFNI funds availabilitv.pdf (CFW Internal) 2. 60WATERMAIN CASTIRON REPLACE DOWNT-C I RCLECANDFN I Updated FID.xlsx (CFW Internal) 3. 60WATERMAIN CASTIRON REPLACE DOWNT-CIRCLECANDFNI.ndf (Public) 4. Cicrlc C Compliance Memo.pdf (CFW Internal) 5. FNI Compliance Memo.pdf (CFW Internal) 6. Form 1295 Certificate FNI.pdf (CFW Internal) 7. Form 1295 Circle C.pdf (CFW Internal) 8. ORD.APP 60WATER CASTIRON REPLACE DOWNT-CIRCLECANDFNI 30100 A025(r4) (3).docx (Public) 9. ORD.APP 60WATER CASTIRON REPLACE DOWNT-CIRCLECANDFNI 56002 A02%r3).docx (Public) 10. PBS CPN 105064.pdf (CFW Internal) 11. SAM.aov search Circle C Construction.pna (CFW Internal) 12. SAM.gov search FNI.pdf (CFW Internal) 60WATERMAIN CASTIRON RE-CIRCLEANDFNI FID Table 1 3 56002 0700430 4956001 105064 2025 1 1 $282,434.001 3 56002 0600430 105064 I 2025 3 56002 0700430 105064 I 2025 4 I 30100 I 0200431 4910100 I 105088 I 2025 4 I 30100 0200431 4910100 105064 I 2025 4 30100 I 0200431 I I 105088 I 2025 I I ($160,505.00) 4 I 30100 0200431 I I 105064 I 1 2025 1 $160,505.00 1 $20,638,261.00 1 $282,434.001 1 ($160,505.00) $160,505.00 1 56002 0600430 4956001 UNSPEC UNSPEC 9999 $ 20,920,'95.00 56002 0700430 4956001 105064 001780 9999 ($282,434.00) 56002 0600430 4956001 105064 I 001780 I 9999 ($20,638,261.00) 30100 0200431 4910100 105088 E07280 I 2025 I $160,505.00 (Move Revenue Actuals 30100 I 0200431 4910100 105064 E07280 2025 I I ($160,505.00) 1 Move Revenue Actuals 3 56002 0600430 5110101 105064 001780 9999 $174,811.50 Water Staff Costs 3 56002 0600430 5550102 105064 001780 9999 $4,000.00 Public Outreach 1 56002 0600430 5740010 105064 001730 9999 $307,610.00 Pay to Engineering Company 1 I 56002 0600430 5740010 105064 001780 9999 I $18,949,716.50 Pay to Contractor 3 I 56002 I 0600430 5740010 I 105064 I 001780 I 9999 I I $473,743.00 Contract Contingency 3 I 56002 I 0600430 5330500 I 105064 I 001784 I 9999 I I I $174,811.00 I Soil Lab Consultant 3 I 56002 I 0600430 I 5310350 I 105064 001784 9999 I I I $67,982.00 Lab TPW Staff Cost 3 I 56002 I 0600430 15110101 I 105064 I 001785 I 9999 I I (Soil $485,587.00 TPW Inspection Staff 3 I 56002 I 0700430 I 5110101 I 105064 I 001780 9999 I I I $12,497.00 I Water Staff Costs 1 56002 I 0700430 I 5740010 I 105064 001780 9999 I $227,220.00 Pay to Contractor 3 I 56002 0700430 I 5740010 I 105064 I 001780 I 9999 I I $22,722.00 Contract Contingency 3 56002 0700430 5330500 105064 3 56002 0700430 5310350 105064 3 I 56002 0700430 15110101 105064 56002 I 12060000 I 105064 30100 12060000 I 105064 1 l 30100 0200431 15330201 I 105088 1 l 30100 0200431 5330201 I 105088 1 30100 0200431 5330201 105088 001784 9999 001784 9999 001785 9999 RETAIN RETAIN E07280 I 9999 E07280 I 9999 E07280 9999 $7,498.00 Soil Lab Consultant $2,499.00 Soil Lab TPW Staff Cost $9,998.00 Water Inspection Staff Retainage FID Retainage FID $135,105.00 (Pay to Contractor $13,511.00 (Contract Contingency $11,889.00 W5th Street Sidewalk Construction