Loading...
HomeMy WebLinkAboutContract 56888-A4CSC No. 56888-A4 AMENDMENT No . 4 TO CITY SECRETARY CONTRACT No.56888 WHEREAS, the City of Fort Worth (CITY) and Graham Associates, Inc., (ENGINEER) made and entered into City Secretary Contract No. 56888, (the CONTRACT) which was administratively authorized on the 27th day of December, 2021 in the amount of $98,085.00; and WHEREAS, the CONTRACT was subsequently revised by: Amendment No. 1 in the amount of $2,479,025.00 which was authorized by M&C 22-0518 on June 28, 2022, Amendment No. 2 in the amount of $97,360.00 which was administratively approved on April 3, 2023, Amendment No. 3 in the amount of $125,124.45 which was authorized by M&C 23-1017 on November 28, 2023; and WHEREAS, the CONTRACT involves engineering services for the following project: WJ Boaz Road Widening Improvements, CPN 103299; and WHEREAS, it has become necessary to execute Amendment No.4 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 $72,160.00. (See Attached Funding Breakdown Sheet, Page -4-) OFFICIAL RECORD 2. CITY SECRETARY FT. WORTH, TX 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 City of Fort Worth, Texas WJ Boaz Road Widening Improvements Prof Services Agreement Amendment Template 103299 Revision Date: 03/08/2024 Page 1 of 3 the Contract, as amended, so that the total .fee paid by the City for all work and services shall be an amount of $2,871,754.45. 0 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, APPROVED: City of Fort Worth 00* Jesica McEachern Assistant City Manager DATE: Jan 7, 2025 ATTEST: �Foer�n a �F00000 o, �dp Od�4 nE6p5,00 Jannette Goodall City Secretary APPROVED AS TO FORM AND LEGALITY: i9� Douglas Black (Dec 31, 2024 10:58 CST) Douglas W. Black Sr. Assistant City Attorney ENGINEER Kasper/Graham ssociates, Inc. Mark Burckhard, P.E. Vice President DATE: 121011624 M&C No.#: N/A M&C Date: N/A OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort worth, Texas Prof Services Agreement Amendment Template Revision Date: 03/08/2024 Page 2 of 3 WJ Boaz Road Widening Improvements 103299 FUNDING BREAKDOWN SHEET City Secretary No. 56888 Amendment No. 4 Project CF1- CF2 - Fund Dept ID Account Bond Amount ID Activity Reference 30108 0200431 5330500 103299 002330 $72,160.00 Total: $72,160.00 City of Fort Worth, Texas WJ Boaz Road Widening Improvements Prof Services Agreement Amendment Template 103299 Revision Date: 03/08/2024 Page 3 of 3 Level of Effort Spreadsheet TASKIHOUR BREAKDOWN Design Services for W.J. Boaz Road, West Half City Project No. 103299 Amendment No 4 Task No. Task Description PrlrtclPal Sonlor En Inror 9 p y d 11 arol.alsr R 9� En Inner Sonlor Mn algn R Public Survey.En Pro oct g• I Laborl Pro act H rol. yd Yrl Survey Ma nager Project Coord. 7xh IV T,xh III Toth II Man Surv.Y 2 Man Su—y Cbrlcal Total Labor Coct Exponce-. Subconsuhant MWBE Roprod.ettom Tack Sub Total Rat. S375 $226 5226 $175 $226v 1 5226 mw 1 5175 5165 1140 $135 5726 Silo $700 $130 1 $70 2 evnt 7�n�( i�p;17 0 0 0 D 0 0 0 a 0 a 0 0 0 0 0 96% $49650 dl 2.t �AFs 9 G ftY�sam 2-2 alna.a om ErI on. 2 rwRnca U1111ty Enal—d—IRI-Gr. `{'�n/j�S��$I,.,111(�y�tlaalfOnIPOVCnl.n1 D.cign z s CP`1'pjgn �trhga�wln°°`Qq �.� l.uO1tt6t NCR Cl.11R1911! 1 I 549.650 9650 4.0 Final ,p 0 0 0:� a 0 0 0 0 0 0 0 a 0 0 $0 l0 000 $10 000 Con on iPsm¢nd Sj}(p/?Iacll1klau°ns <�12 Tmfflc n ana 4 11 U% PI II 0 C.naduc0on d ) a a di, Sp.dkkadcm ineudhg anothar —l— In 18 42 rh-th. Water and Sewer (100%)P.S. d E. Ueken 422 Eri—rh.l 4.3 Pro ea 0'-w Lo 100% I Sl0.ao0 SteooD E°ll,moiea if10g°R.V 4.4V7n-, 9.0D 0 0 0 0 0 0 0 0SD 950 0 i 950 e. Gaa 9.� �61 g`� f 11tSYn y�da Eocloov i} Mlndne Gaakl 9.6 . rntj yy j7 mn.1h1so?0ulttMttpy CoardhMori. ro —.1 r°.�ion C° I I I 15.950 I I 6950 T.M1.1 a 1 0 0 0 0 0 0 0 a 0 0 0 0 0 1 0 0 1 5o 566.6D0 City of Fort Worth, Taxes Attachment B - Level of Effort Supplemom PMO OfOdal R.l.oxa Del.: 5.19.2010 Prol..t Summary Total HOura 0 Tots! Lab.r s3.99 Total Exponle SOM MWBE Subcomultam 565,600.00 10% Sub M.rkup $6,580,00 MWBE P.rtidpad°n 90.91% 1 off Graham Associates, Inc. TBPE Firm F-1191 I TBPLS Firm 101538-00 GRAHAM ASSOCIATES October 15, 2024 Alexandra Ayala, P.E. Senior Project Manager City of Fort Worth 600 Six Flags Drive, Suite 500 1300 Summit Avenue, Suite 419 Fort Arlington, TX 76011 Worth, Texas 76102 817.640.8535 8k7.633.5240 fax 817.332.5756 Transportation And Public Works 200 Texas Street Fort Worth, Texas 76102 Re: W.J. Boaz Road (Boat Club Road to Elkins School Road) City Project No: 103299 Contract Amendment No 4 Dear Alex: Graham Associates, Inc. is preparing this letter of proposal to perform the following tasks:. TASK 1: Graham Associates, Inc. sub -consultant for Level "A" Subsurface Utility Engineering vacuum truck and survey work. Rios Group is asking for an additional $49,650.00 for these tasks. This is based on additional pot holes required by other departments for utility clearances. TASK 2: Graham Associates, Inc. sub -consultant dakan Engineering is asking for an additional $10,000.00 to perform design on 5 existing 16inch valve boxes that would be under future roadway pavement. This will require special details for removing and replacing the top of each valve box and cover. TASK 3: Graham Associates, Inc. sub -consultant Symonds Ecology is asking for an additional $5,950.00 to perform additional work to try to eliminate the $260,000.00 cost of mitigation credits recently required for the project. TASKS 1-3 are an additional $65,600.00 plus an additional 10% for Graham Associates of $6,560.00. In conclusion the maximum fee for contract amendment no. 4 would be $72,160.00. We Zook forward to working with you and your staff to complete this project. Sincerely, Mark Burckhard, P.E. Vice President i� THE Mos GRoup Mark Burckhard, P.E. Graliam Associates, Inc. 600 Six Flags Drive, Suite 500 Arlington, Texas 76011 RE: Subsurface Utility Engineering WJ Boaz Road -- Amendment I -- UTL24-403 Dear Mr, Burckhard: 7400 Sand Street I Fort Worth, Texas 76118 817.345.7500 p 1817.345.7505 f June 26, 2024 The Rios Group, Inc. (TRG) is pleased to submit a cost proposal for Subsurface Utility Engineering (SUE) required for the above referenced project, This proposal is based oil information contained in your email elated Tune 20, 2024. Introduction TRG will perform the SUE work required for this project in general accordance with the recommended practices and procedures described in ASCE Publication Cl/ASCE 38-02 (Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Da(a). As described in the mentioned ASCE publication, four levels have been established to describe (lie quality of utility location and attribute information used on plans. The four quality levels are as follows: • Quality Level D (QL"D") — Information derived from existing utility records; • Quality Level C (QL"C") - QL"D" information supplemented with information obtained by surveying visible above -ground utility features such as valves, Hydrants, meters, manhole covers, etc. • Quality Level B (QL"B") — Two-dimensional (x,y) information obtained through the application and interpretation of non-destructive surface geophysical methods. Also known as "designating" this quality level provides the horizontal position of subsurface utilities within approximately one foot. • Quality Level A (QL"A") — Three dimensional (x,y,z) utility information obtained utilizing non-destructive vacumiY excavation equipment to expose utilities at critical points which are Then tied down by surveying. Also known as "locating", this quality level provides precise horizontal and vertical positioning of utilities within approximately 0.05 feet. It is the responsibility of the SUE provider to perform due -diligence with regard to records research (QL "D") and acquisition of available utility records. The Clue -diligence provided for this project will consist of visually inspecting the work area for evidence of utilities and reviewing the available utility record information. Utilities that are not identified through these efforts will be Here forth referred to as "unknown" utilities. TRG personnel will scan the defined work area using electronic prospecting equipment to search for "unknown" utilities. However, TRG is not responsible for designating and locating these "unknown" utilities. SUBSURFACE UTILITY ENGINEERING I UTILITY COORDINATION www.rios-group.com Mr. Burcktlard M Boaz Road, COM June 26, 2024 Page 2 of Scoue of Work Based on information provided by Graham Associates, Inc. (GAI), TRG has developed a preliminary scope for the SUE work required for this project. The scope of work nlay be modified, with GAT's concurrence, during the performance of (lie SUE fieldwork if warranted by actual field findings, The scope of this proposal includes Quality Level "A". Twenty-three (23) QL "A" test holes will be included in the budget, Test hole locations will be determined by GAT and TRG once the QL "B" SUE deliverable has been reviewed. TRG will have all designating marks and test holes surveyed using project control point data provided by GAI. Any necessary Right -of -Entry (ROE) permits will be provided by GAI prior to the start of TRG fieldwork. Deslanating Procedures Prior to beginning field designating activities, TRG's field manager will review the project scope of work and available utility records. Once these initial reviews are complete, the field manager and technicians will begin designating the approximate horizontal position of known subsurface utilities within the specified project limits. A suite of geophysical equipment (electromagnetic induction, magnetic) will be used to designate metallic/conductive utilities (c.g, steel pipe, electrical cable, telephone cable). TRG will establish routine/ordinary traffic control (codes and free-standing signage, etc.) whenever required as part of our standard pricing. If non -routine traffic control measures are required (barricades, flag person, changeable message board, etc.), these services will be considered extra. Accurate collection and recording of designated utilities is a critical component of the SUE process. TRG utilizes a proven method of collecting and recording survey information once the utilities have been designated in the field. TRG's field manager will produce detailed sketches depicting each utility as well as relevant surface features such as roadways, buildings, manholes, fire hydrants, utility pedestals, valves, meters, etc. Each utility will be labeled with a unique ID code. For example, if two different water lines exist on the project, one will be labeled WI and the other W2. Paint and pin flags will be used to designate the utilities in the field. A labeled pin flag or paint mark will be used to mark each location where a survey shot is required. The locations will be numbered sequentially for each individual utility line. For example, if there are 10 shots required on water line WI, the points will be numbered WI-1 through W1-10. Locatine Procedures TRG will utilize non-destructive vacuum excavation equipment to excavate test holes at (lie required locations. Due to the rislc of damage, TRG will not attempt to probe or excavate test holes on any AC water lines unless approval is obtained from the owner in advance. Once each utility is located, TRG will record the utility type, size, material, depth to top, and general direction. Each test hole will be assigned a unique ID number and will be marked with a nail/disk. The test -hole ID number and other pertinent utility information will be painted at each test -hale location, SUBSURFACE UTILITY ENGINEERING I UTILITY COORDINATION www.rios-group.com Mr. Burckhard WJ 13oaz Road, COM June 26, 2024 Page 3 of 3 We have assumed that all test holes will be in areas that are accessible to truck -mounted equipment, and that routine traffic control (tortes and free-standing signage, etc.) will be required during the performance of the QL "A" SUE work. Deliverables TRG will produce a utility Zile, in AutoCAD format, depicting the type and horizontal location of the designated utilities. The size of each utility will be presented in (lie utility file if (Iris information is indicated on available record drawings. TRG will also provide a summary sheet of the test hole coordinate data and depth information. GAT will provide TRG with base maphopographic tiles for use in preparing the utility file. Schedule Field work can commence within approximately 2 weeks after receipt ofNTP. TRG estimates that the work can be completed in approximately G weeks, Promsed Tees TRG proposes to provide the services as described above for a cost of Forty -Nine Thousand Six Hundred Fifty Dollars & 00/100 ($49,650.00). A breakdown of cost is included as "Table I" for this proposal. Please mole that this estimate is based on an assuny)tion of quantities. TRG will only invoice far quantities actually pe) formed. This is a trot -to -exceed amount, If it appears that quantities will be erceederl, TRG will notify GAI and request authorization to submit a supplemental agreement to iucl ease the fee prior to proceerliug with adilitional wog k. We look forward to working with you on this project. If you have any questions or require additional information, please contact nte. Sincerely, The Rios Group, Ine. Lt t V6111,- Eric Webb, P.E. Dallas Bratich Manager SUBSURFACE UTILITY ENGINEERING I UTILITY COORDINATION www.rios-group.com `I HIE 1MS'GROUP (a Estimate for Subsurface Utility Engineering WJ Boaz Road, COFW - Addendum I Table I Direct Expenses ------------------- Rate Units Unit aescri01q!l Sub Total Dotes Admin./Permit $ -- - Spp.00 -------- -- 0 LS ___. ...._._._..._.__..._.... _ - Traffic Contra $ --` 2�000.00 5 ]__$ 10,000.00 Survey - - 2,500.00 1 -DAY _ _ RAY $ 2,5oo.op Sub -Total $ 12,500.00 QL "B","C&D" Rate Units __ Unit description Sub -total .............. . QL °B" Daily $ 2,506.00 1 0 1 DAY ( $ - Sub -Total $ - QL "A" (Ha lap) .SUE .Test -_--•-----..n.nn Depth ........... . .. Rate - ----------- Assumed ------------------ Unit Descripllan ------------------------------ Sub -total quaritily 0.4 ft. .-$-------- 60 -----i'3------ ------- EA $ 4,7.QO- 4 8 ft. ----------- 190=0- ______-----.-----__ EA. --------................... $ 1 00 j......... 8-12 ft. $ ---...----- 1?550.00_ . 7._ _ .--. _----- --EA- - ------ — $ __ 101850.00_ fl. 2,300.00 ii EA $--- Pavement Coring - -- $ 200.00 -- - - - 15 -- EA $ - - -------2,300.00 3 000.00 QL "A" Sub -Total ------------------------- ---------------------- 26 ..... •-------------------...-------- $ 37 150.00 Total Estimated Cost -- 49,660.00 SUBSURFACE UTILITY ENGINEERING I UTILITY COORDINATION 7400 Sand St. Fort Worth, TX 7I3118 1 817-345-7600 www.rtos-group.com JAKAN ENGINEERING, PLLC EiY01 EERInd September 5, 2024 Mark Burckhard, PE Vice President Graham Associates, Inc. 600 Six Flags Drive, Suite 500 Arlington, Texas 76011 STRUCTURALAND MIL ENGINEERING P.Q. pox 391 Frisco, TX 75034 TOPE Registered Firm No. F-13414 • HUD Vendor 46945 Subject: City of Fort Worth WJ Boaz Road From Boat Club Road to 600' East of Elkins School Road CON Water Vault Structural Design Dear Mr. Burckhard: We appreciate the opportunity to provide you with this proposal for our professional services for the traffic Intersection study and light design. The following are our fees for the associated scope of work requested. 1.0 Scope of Basic Services Jakan Engineering proposes the following basic scope of services: • Special Water Vault Design and Signed and Sealed Details (5 locations) • Bidding support phase • Coordination with design team including Traffic Engineer 2.0 Scope of Additional Services The following are not included In the Basic Services and will be considered as Additional Services, If required or requested: • Geotechnical investigation. • Construction observations and report. • Any other services not specifically included In Basic Services. Additional services, if requested will be based on an hourly rate of $200 per hour, 3.0 Compensation Page 1 of 2 ENGINEERING Jakan Engineering proposes to perform the Basic Services outlined In section 1 on the basis of Lump Sum amount of $10,000. 4.0 Authorization Please Indicate your approval by signing one copy of the proposal and returning it to us. We thank you for considering Jakan Engineering for this project. Should you have any questions please feel free to call. Yours truly, JAKAN ENGINEERING, PLLC Aizreed & Accepted By: Name: Son Ngo, P.E., MLSE, CFM Title: President Date: Page 2 of 2 Ar.-4F(Olmands �� y �(�: ,tune 27, 2024 Mr. Mark Burckltard, P.E. Graham Associates 600 Six Flags Drive Suite 500 Arlington TX 76011 2920.Cee St., x-( ffoor Greennli(tc, rexas7S40, (972) 496-4701 Re: Additional Services for Section 404 Nationwide Permit Application for Boaz Rd. from Elkins School Rd., West to Seth Barwise St. Located in Ft. Worth, Tarrant County, Texas Dear Mr. Burckltard: Purpose The purpose of the following scope is to continue coordination with the USACE attd the client concerning the completion of mitigation and Nationwide Permit submittals for the proposes{ work within jurisdictional waters. Scope of Services The tasks outlined in the Scope of Services presented below are those normally undertaken for compliance with Sections 404 and 401 of the Clean Water Act. This Act and the regulation promulgated from it define jurisdictional areas and regulate most activities within tltent, The USACE and the Texas Commission on Environmental Quality (TCEQ) are Ilse lead agencies for the enforcement of these regulations. Task 1- Nationwide Permit for Proposed Remaining Work This task includes the completion of an U.S. Army Corps ofCnginecrs Section 404 Natiomvide Permit application for the proposed work. As part of this effort, the following ittay be necessary: ltliliui�al ---c� 04 appliot}tion • Reevaluation of water features • Develop au impact analysis of the proposed project and reasonable alternatives to avoid or ntinitnize impacts to jurisdictional areas t�ui�nl raItTes Op --Q lt4lt BHiee9�aer ir�atlati TasV2 , ' i ation Coordinatlon/ mpliance Work under this tas coordination efforts with the USACE attd the Client regarding Ettitigatiott effoi,ts f oa�dinatm ation completion and negotiating USACE approval. Fee and Billing The following budget is based on estimated man-hours for each task according to assumptions described above. Should additional effort be required above and beyond that described in the above scope, Symonds Ecology will bill the client for additional effort according to the attached rate schedule. Additional Services for mitigation an w Hotmty (according to attached rate schedule) NTH , ,5�,qsv Met As to these tasks, direct reasonable reimbursable expenses for express mail fees, ATV expenses, and mileage will be billed at 1.10 times cost. An amount will be added to each invoice to cover the reasonable costs of in-house duplicating, local mileage, and postage. Closure In addition to the matters set forth herein, our Agreement shall include and be subject to, and only to, the terms and conditions in the attached Standard provisions, which are incorporated by reference. As used in the Standard Provisions, the term "the Consultant" shall refer to Symonds Ecology, Ltd. and the term "the Client" shall refer to Graham Associates. If you concur in all the foregoing and wish to direct us to proceed with the set -vices, please have authorized persons execute both copies of this Agreement in the spaces provided below, retain one copy, and return (lie other to us. Fees and times stated in this Agreement are valid for sixty (60) days after the date of this letter. 2 ,AT �q onds �r {I �: puqq We appreciate the opportunity to provide these services to you. Please contact me if you have any questions. Very truly yours, Symonds Ecology, Ltd. ,it�d77UKJ By: Terri Symonds, REP Environmental Biologist Attachment --Standard Provisions Agreed, to this day of Graham Associates By: Name: Title: Standard Rate Schedule (Hourly Rate) Senior Review Senior Professional Professional Technical Staff Support Staff /Technician Effective December I, 2022 Exhibit "A" $200 $175 $130 $ 120 $ 90 4 103299-EPAM-Professional Services Agreement Amendment No. 4 Final Audit Report 2024-12-24 Created: 2024-12-23 By: Andrea Munoz (Andrea. M unoz@fortworthtexas.gov) Status: Filled Transaction ID: CBJCHBCAABAADIcYRc6U8PQ1811Hsx_yBOMN-MgpOPGE "103299-EPAM-Professional Services Agreement Amendment N o. 4" History Document created by Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) 2024-12-23 - 10:38:59 PM GMT- I address: 204.10.90.100 Form filling automatically delegated to Jaylyn Harrelson (Jaylyn.Harrelson@fortworthtexas.gov) by Wendi Hedlund (wend i.hedlund@fortworthtexas.gov) 2024-12-23 - 10:40:05 PM GMT Document emailed to Wendi Hedlund (wendi.hedlund@fortworthtexas.gov) for filling 2024-12-23 - 10:40:05 PM GMT Document emailed to Jaylyn Harrelson (Jaylyn.Harrelson@fortworthtexas.gov) for filling 2024-12-23 - 10:40:05 PM GMT &o Form filled by Wendi Hedlund (wendi.hedlund@fortworthtexas.gov) Form filling Date: 2024-12-24 - 1:43:38 PM GMT - Time Source: server- IP address: 204.10.90.100 Q Agreement completed. 2024-12-24 - 1:43:38 PM GMT FORTW❑RTHg I Paw m"Y Adobe Acrobat Sign FORTWORTH. Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: Professional Services Agreement Amendment No. 4 M&C: CPN: 103299 CSO: 56888 DOC#: Date: 11/14/2024 To: Name Department Initials Date Out 1 Mark Burkhardt — Graham Consultant— signature q4,P, 6• 11ligleo2, MBurckhard@grahamcivil.com 2 Wendi Hedlund — Bus. Support TPW — review - y Dec 24, 2024 3 Alejandra Ayala — PM TPW - review 011t of office 4 Raul Lopez — Program Mngr. TPW — review kppvd via vloft. m: 1635 5 Lissette Acevedo — Sr. CPO TPW — review " " 6 Patricia Wadsack — AD TPW — review " " 7 Lauren Prieur — Director TPW - signature " " 8 Doug Black — Legal Legal - signature 7A— Dec 31, 2024 9 Jesica McEachern — ACM CMO - signature im Jan 7, 2025 10 Jannette Goodall - CSO CSO - signature 4L Jan 8, 2025 11 TPW Contracts TPW DOCUMENTS FOR CITY MANAGER'S SIGNTURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review and take the next steps NEEDS TO BE NOTARIZED: ❑ Yes X No RUSH: ❑ Yes X No SAME DAY: ❑ Yes ❑ No NEXT DAY: ❑ Yes ❑ No ROUTING TO CSO: X Yes Action Required: ❑ As Requested ❑ For Your Information X Signature/Routing and or Recording ❑ Comment ❑ File FEW ❑ Attach Signature, Initial and Notary Tabs i ICPN: Project Name: 1 Consultant: l Contract CSN 56888 Administratively Approved 12/27/2021 Amendment No. 1 CSN 56888-A1 M&C 22-0518 6/28/2022 Amendment No. 2 CSN 56888-A2 Administratively Approved 4/3/2023 Amendment No. 3 CSN 56888-A3 M&C 23-1017 11/28/2023 Amendment No. 4 CSN 56888-A4 JUSTIFICATION OF CONTRACT CHANGES 103299 WJ Boaz Road Widening Improvements Graham & Associates Contract Change Total to Date Justification $98,085.00 Original contract to expedite design services. $ 2,479,025.00 $ 2,577,110.00 Amendment for full engineering design services. $ 97,360.00 $ 2,674,470.00 Added utility relocation services and right-of-way acquisition services. $ 125,124.45 $ 2,799,594.45 Additional right of way revisions needed after review of roundabout. Add Environmental Assessment for TxDOT LOSA approval. Add relocation services for parcels (4) that contain homes that will be rendered unconforming structures after right of way acquisition. $ 72,160.00 $ 2,871,754.45 Additional Level A Test Holes are needed, design 5 underground valve boxes, and additional work needed for the Nationwide Permit