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