HomeMy WebLinkAboutContract 56061-A2CSC No. 56061-A2
AMENDMENT No . 2
TO CITY SECRETARY CONTRACT No. 56061
WHEREAS, the City of Fort Worth (CITY) and Gannett Fleming, Inc.
(Previously known as DE Corp.), (ENGINEER) made and entered into City
Secretary Contract No. 56061, (the CONTRACT) which was authorized M&C 21-
0370 on the 8th day of June, 2021, in the amount of $371,985.00; and
WHEREAS, the CONTRACT was subsequently revised by: Amendment No. 1
in the amount of $97,205.00 administratively authorized by M&C 23-0131 on
February 14th, 2023;and
WHEREAS, the CONTRACT involves engineering services for the following
project:
Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch
Road, CPN 103122; and
WHEREAS, it has become necessary to execute Amendment No. 2 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 $288,760.00.
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 $757,950.00.
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 W&SS Ext. on Shoreview Dr. & Hatch Rd.
Prof Services Agreement Amendment Template CPN 103122
Revision Date: 12/08/2023
Page 1 of 2
EXECUTED and EFFECTIVE as
designated Assistant City Manager.
APPROVED:
City of Fort Worth
Jesica McEachern
Assistant City Manager
DATE: Apr 6, 2025
a� Il
4 FORT �B
o° O�.IdC
ATTEST: gas °aol
xa
° °*�a
� aau QezA5d4a
Jannette Goodall
City Secretary
APPROVAL RECOMMENDED:
n�pp y�� H11rdl-r
Christopher Hader (Mar 18, 2025 19:48 CDT)
Christopher Harder, P. E.
Director, Water Department
Contract Compliance Manager:
of the date subscribed by the City's
ENGINEER
Gannett Fleming, Inc.
(Previously known as DE Corp)
Charles E. Thomas II
Vice President
DATE: 18 March 2025
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.
Walter Norwood, P.E.
Project Manager
APPROVED AS TO FORM AND LEGALITY:
Douglas Black (Mar 31, 2025 22:45 CDT)
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
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
M&C No.#: 25-0191
M&C Date: March 11, 2025
Form 1295: 2025-1254190
W&SS Ext. on Shoreview Dr. & Hatch Rd.
CPN 103122
F=� GANNETT
FLEMING
March 14, 2025
Walter Norwood, P.E.
City of Fort Worth
Water Department
100 Fort Worth Trail
Fort Worth, TX 76102
2501 Parkview Drive
Suite 670
Fort Worth, TX 76102
P 817.763.8883 1 F 717.763.8150
gannettfleming.com
Re: Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road
Amendment No. 2
Gannett Fleming Project No. 080948 DEC Project No. 5314-01
Walter:
Gannett Fleming, previously DE Corp. (DEC), is pleased to provide the City of Fort Worth (CITY) with
Amendment No. 2 for Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road contract
(the PROJECT). Gannett Fleming is required to perform additional services under this contract that include:
Task Item
Item Description
1.0
Design Management
2.0
Conceptual Design (30 Percent)
3.0
Preliminary Design (60 Percent)
4.0
Final Design (90 and 100 Percent)
5.0
Bid Phase Services
6.0
Construction Phase Services
7.0
ROW/Easement Services
8.0
Survey
9.0
Electrical Engineering
10.0
Geotechnical Services
11.0
Environmental Investigations
The additional services required for the referenced Task Items are as follows:
1.0 Design Manaeement — The added services will require additional administration/ coordination by
Gannett Fleming
� GANNETT
FLEMING
2.0 Conceptual Design (30 Percent) —Additional conceptual design is required to:
• Provide conceptual site layout sheet for a duplex submersible pump lift station.
• Provide plan and profile sheets for approximately 3,800 LF of proposed 8" PVC gravity sewer
collection system with associated manholes.
• Provide plan sheets for the replacement of approximately 3,400 LF of 8" PVC water line.
• Provide plan sheets for approximately 700 LF of proposed 12" HDPE force main (dry).
• Provide conceptual OPCC's.
• Provide electrical design sheets.
3.0 Preliminary Design (60 Percent) —Additional preliminary design is required to:
• Provide updated Lift Station, water line, force main, and gravity collection system sheets
with details and revisions based on City comments provided for the 30% design review.
• Provide updated OPCC for the Williams Springs Lift Station, water line, force main, and
gravity collection system.
4.0 Final Design (90 and 100 Percent) —Additional final design is required to:
• Provide typical paving section for full width pavement restoration within the limits of the
project for Shoreview Drive, Heron Drive, Hodgkins Road, Hatch Rd and Glenvar Road.
• Provide paving layout map showing limits of proposed full width pavement restoration.
• Provide top of pavement elevations on sewer profile sheets.
• Finalize the additional preliminary design.
5.0 Bid Phase Services — Additional Bid Phase Services for the Lift Station, water line, force main, and
gravity collection system is required to:
• Upload Documents to E-Builder.
• Attend Pre -Bid Meeting (Virtual).
• Provide Conformed Project Manuals (5 copies).
6.0 Construction Phase Services — Additional construction phase services for the Lift Statoin, water
line, force main, and gravity collection system is required to:
• Provide limited construction phase services associated with the construction of the Williams
Springs Lift Station, water line, force main, and gravity collection system.
• Attend one (1) preconstruction meeting.
• Attend one (1) preconstruction public meeting.
• Provide Conformed Construction Plans (5 copies)
21
� GANNETT
FLEMING
7.0 ROW/Easement Services — Additional ROW/Easement Services for the Lift Station, Water Line,
force main, and gravity collection system is required to:
• Prepare written easement descriptions for up to four (4) temporary and four (4) permanent
easements if required.
• Prepare exhibits for up to four (4) temporary and four (4) permanent easements if required.
• Assist City with acquiring up to four (4) temporary and four (4) permanent easements if
required.
8.0 Survey — Additional Survey for the Lift Station, Water Line, force main, and gravity collection
system is required to:
• Collect, compile, and prepare topographical data required to design and build the Williams
Springs Lift Station, water line, force main, and gravity collection system.
9.0 Electrical Engineering — Electrical Engineering services for the Lift Station is required to:
• Provide electrical design for the Williams Springs Lift Station.
• Provide assistance and coordination with required ONCOR electrical service requirements
for the Williams Springs Lift Station.
10.0 Geotechnical Services — Additional Geotechnical services for the Lift Station, Water Line, force
main, and gravity collection system is required to:
• Collect, compile, and prepare geotechnical data and recommendations required to design
and build the Williams Springs Lift Station, water line, force main, and gravity collection
system.
11.0 Environmental Investigations — Additional Environmental services for the Shoreview water line is
required for:
• 404 permitting review and cultural assessment.
31
� GANNETT
FLEMING
Gannett Fleming will perform/manage the work described in the preceding paragraphs for this
Amendment in accordance with the original Contract.
Gannett Fleming recommends that the City increase the budget by $288,760.00 for these task items:
Contract Task Item & Description
1.0 Design Management
2.0 Conceptual Design (30 Percent)
3.0 Preliminary Design (60 Percent)
4.0 Final Design (90 and 100 Percent)
5.0 Bid Phase Services
Sub -Total Basic Services
6.0 Construction Phase Services
7.0 ROW/Easement Services
8.0 Survey
9.0 Electrical Engineering
10.0 Geotechnical Services
11.0 Environmental Investigations
Sub -Total Special Services
Total Contract
Current Budget thru
Amend No. 2
Revised Budget
Amend. 1
$
33,912.00
$
16,530.00
$
50,442.00
$
31,930.00
$
24,307.00
$
56,237.00
$
99,045.00
$
72,530.00
$
171,575.00
$
49,920.00
$
56,818.00
$
106,738.00
$
8,405.00
$
3,050.00
$
11,455.00
$
223,212.00
$
173,235.00
$
396,447.00
$
14,775.00
$
6,695.00
$
21,470.00
$
9,900.00
$
13,200.00
$
23,100.00
$
53,489.00
$
26,180.00
$
79,669.00
$
41,800.00
$
41,800.00
$
23,540.00
$
23,650.00
$
47,190.00
$
14,410.00
$
4,000.00
$
18,410.00
$
116,114.00
$
115,525.00
$
231,639.00
$
339,326.00
$
288,760.00
$
628,086.00
The following table summarizes original and amendment agreement dates, fee and scope for this
contract:
Contract Summary to date
Description Date Amount
Description
Original Agreement 7/21/2021 $ 371,985.00
W-SS extensions for Shoreview Dr and Hatch Rd sites
Amendment No. 1 2/28/2023 $ 97,205.00
Hatch Rd W-SS Re -design; Shoreview Dr Grading Plans;
Add. Constr. Ph. Svcs; FM Sizing Study
Amendment No. 2 Pending $ 288,760.00
Add Typ. Paving Section (All roadways) for full width
pavement restoration; Modify traffic control and SWPPP
Add Lift Station design with gravity collection system,
waterline design, and force main design on Williams Springs
Road. Include Geotechnical, additional survey and
easements as necessary. Include full electrical engineering
services to coordinate with ONCOR and lift station electrical
design. Include Environmental Investigation for 404
permitting review and cultural assessment.
Total $ 757,950.00
41
� GANNETT
FLEMING
A detailed level of effort (Exhibit B-2) for this work is attached.
We appreciate the opportunity to be of continued service to the City. Please contact us if we need to
provide any further information.
Regards,
Gannett Fleming, Inc.
r -
David Rankin, P.E.
Project Manager
DR/File
Attachments:
Digitally signed by
David Rankin
Date: 2025.03.14
12:21:48-05'00'
Exhibit B-2 —Amendment No. 2 Level of Effort (LOE)
I
GANNETT
dd FLEMING
Exhibit B-2 - Amendment No. 2 Level of Effort (LOE)
EXHIBIT B-2
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for
Water and Sanitary Sewer Extensions On Shoreview Drive and Hatch Road
City Project No. 103122
3/14/2025
AMENDMENT NO. 2
Task No.
Task Description
Labor(hours)
Total Labor
Cost
Expense
Project
Manager
Project
En ineer
EIT
CADD
QA/QC
Manager
Subconsultant
10% Sub
Travel
Rate
M/SBE
I Non-M/SBE
Markup
1.0
Design Management
23
42
01
5
12
$16,510
$0
$0
$21
1.1
Managing the Team
1.1.1
Internal Project Management/Coordination
16
$4,400
1.1.2
Submittal QA/QC-Constructability Reviews
12 $3,000
1.2
Communications and Reporting
1.2.1
Pre -Design Coordination Meeting
1
4
1
$1,030
1.2.3
Submittal Review Meetings (4 Ea.)
4
8
4
$2,880 $21
1.2.4
Prepare Baseline Schedule
2
4
$1,170
1.2.5
Prepare Monthly Progress Reports/Schedules
16
$2,480
1.2.6
Prepare Monthly MBE/SBE Reports
10
$1,550
2.0
lConceptual Design (30 Percent)
1 5.5 1
301
76
771
0 $24,157 $0 $0 $i
2.2
Public Notification/Distribution
2
4
$710
2.3
Data Collection/Research for Design
2.3.1
Gravity Sewer System
1
2
4
$985
2.3.2
Lift Station
1
2
4
$985
2.3.3
Water Line Replacement Williams Springs
1
2
5
$1,085
2.5
Conceptual Design Development
2.5.1
Gravity Sewer System
4
8
24
$4,660
2.5.2
Lift Station
4
8
16
$3,580
2.5.3
Water Line Replacement Williams Springs
1
4
8
27
$5,340
2.5.4
12" Dry Force Main
2
6
8
$1,990
2.6
Construction Estimate (OPCC)
2.6.1
Gravity Sewer System
0.5
2
8
$1,247
2.6.2
Lift Station
0.5
2
8
$1,247
2.6.3
Water Line Replacement Williams Springs
0.5
2
8
$1,248
2.6.4
12" Dry Force Main
1
5
$655
2.7
Submittal Coord/Prep/Transmit (4 Sets +OPCC)
1
2
$425
3.0
Preliminary Design (60 Percent)
14
104
190
246
0 $72,180 $0 $0 $i
3.1
Preliminary Design Development
3.1.2
Gravity Sewer System
2
12
20
60
$12,510
3.1.3
Lift Station
2
12
20
40
$9,810
3.1.4
Water Line Replacement Williams Springs
2
12
25
76
$15,170
3.1.5
12" Dry Force Main
2
2
8
24
$4,900
3.2
Traffic Control Plans
3.2.2
Gravity Sewer System
4
4
8
$2,100
3.2.3
Water Line Replacement Williams Springs
4
4
8
$2,100
3.2.4
12" Dry Force Main
2
2
4
$1,050
3.3
SWPPP Plans
3.3.2
Gravity Sewer System
4
4
8
$2,100
3.3.3
Lift Station
2
4
4
$1,250
3.3.4
Water Line Replacement Williams Springs
4
4
8
$2,100
3.3.5
12" Dry Force Main
2
2
4
$1,050
3.4
Utility Clearance Coordination
2
4
$710
3.5
,Specifications (2 Ea. Project Manual)
EXHIBIT B-2
Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for
Water and Sanitary Sewer Extensions On Shoreview Drive and Hatch Road
City Project No. 103122
3/14/2025
AMENDMENT NO. 2
Task No.
Task Description
Labor (hours)
Total Labor
Cost
Expense
Project
Manager
Project
En ineer
EIT
CADD
QA/QC
Manager
Subconsultant
10% Sub
Travel
Rate
M/SBE
I Non-M/SBE
Markup
4.0
Final Design (90 and 100 Percent)
17.5
66
168
175
4
$56,468
$0
$0
$1
4.1
Final Construction Plans (90%/100%)
4.1.1
Top of Pavement Profiles on Sewer Plans
4
4
12
4 $3,640
4.1.2
Pavement Layout Map
2
4
$740
4.1.3
Typical Pavement Section
4
6
$1,210
4.1.4
Gravity Sewer System
2
8
20
46
$10,000
4.1.5
Lift Station
2
8
20
34
$8,380
4.1.6
Water Line Replacement Williams Springs
2
12
24
51
$11,695
4.1.7
12" Dry Force Main
2
4
10
18
$4,600
4.2
Final Specifications (2 Ea. Project Manual)
4.2.1
Pavement Restoration
4
4
$1,020
4.2.2
Gravity Sewer System
1.5
4
14
$2,433
4.2.3
Lift Station
2
4
10
$2,170
4.2.4
Water Line Replacement Williams Springs
1.5
4
16
$2,633
4.2.5
12" Dry Force Main
0.5
2
8
$1,248
4.3
OPCC (90%/100%)
4.3.1
Pavement Restoration
2
4
$710
4.3.2
Gravity Sewer System
1
2
8
$1,385
4.3.3
Lift Station
1
2
8
$1,385
4.3.4
Water Line Replacement Williams Springs
1
2
8
$1,385
4.3.5
12" Dry Force Main
1
2
4
$985
4.4
Submittal Coord/Prep/Transmit (4 Sets +OPCCI
2
4
$850
5.0
Bid Phase Services (Lift Station, WL and Gravity System)
3
7
0
6
0
$2,720
$0
$0
$1
5.1
5.2
5.3
Upload Documents to E-Builder
Attend Pre -Bid Meeting (Virtual)
Conformed Project Manual (5 Ea.)
2
1
1
2
4
2
4
$425
$860
$1,435
6.0
Construction Phase Services (DEC) (LS, WL, and Gravity Sys)
6
6
12
14
0
$5,670
$0
$0
$2
6.1
6.2
6.3
Preconstruction Mtg & Conformed Constr Plan Sets (5 Ea.)
Preconstruction Public Meeting (1 Ea.)
Record Drawings (1 LS)
2
2
2
2
2
2
121
14
$860
$860
$3,950
$
$21
7.0
ROW/Easement Srvices (Yellow Rose) (LS, WL, and Gravity
0
0
0
0
0
$0
$12,000
$0
$1,200
$1
7.1
ROW/Esmt Prep./Submittal (4 Perm./4 TC Esmts)
$0
$12,000
$1,200
8.0
Survey (Yellow Rose)(LS and Gravity Sys)
0
0
0
0
0
$0
$23,800
$0
$2,380
$1
8.1
Design Survey
$0
$23,800
$2,380
9.0
Electrical Engrng (Baird Giroy & Dixon)(Lift Station)
0
0
0
0
0
$0
$0
$38,000
$3,8001
$1
9.1
Plans and Specifications (Assume 6 sheets)
$0
$0
$38,000
$3,800
10.0
Geotechnical Investigation (AGG)(LS, WL and Gravity Sys)
0
0
0
0
0
$0
$21,500
$0
$2,150
$1
10.1
Geotechnical Investigation and Report
$0
$21,500
$2,150
11.0
Environmental Investigation (Shoreview Dr)
0
26
0
0
0
$4,000
$0
$0
$1
11.3
404 Permitting Review/Cultural Assessment
26
$4,000
15.0
As Requested Additional Services (DEC)
$0
Subtotals (Basic Services)
63
249
434
509
16
$172,035
$0
$0
$21
Subtotals (Special Services)
6
321
121
14
0
$9,670
$57,300
$38,000
$9,530
$21
Totals
69
2811
4461
523
16
$181,705
$57,300
$38,000
$9,530
$4
Notes: I (A) Total Fee = $288.7601 Water Line Footaoe=l 3.4001 47%
City of Fort Worth, Texas
Mayor and Council Communication
DATE: Tuesday, March 11, 2025 REFERENCE NO.: **M&C 25-0191
LOG NAME: 60WSSSHOREVIEWHATCHA2-GANNETTF
SUBJECT:
(CD 7) Authorize Execution of Amendment No. 2 in the Amount of $288,760.00 to an Engineering
Agreement with Gannett Fleming, Inc. (Previously known as DE Corp.) for the Water and Sanitary Sewer
Extension on Shoreview Drive and Hatch Road Project and Adopt Appropriation Ordinance to Effect a
Portion of Water's Contribution to the Fiscal Years 2025-2029 Capital Improvement Program
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize execution of Amendment No. 2 in the amount of $288,760.00, to City Secretary Contract
No. 56061 an Engineering Agreement with Gannett Fleming, Inc. (Previously known as DE Corp.)
for the Water and Sanitary Sewer Extension on Shoreview Drive and Hatch Road Project for a
revised contract amount of $757,950.00; and
2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the
Water & Sewer Capital Projects Fund in the amount of $288,760.00, from available PayGo residuals
in the Water & Sewer Capital Projects Fund, for the purpose of funding the Water and Sanitary
Sewer Extension project (City Project No. 103122) to effect a portion of Water's contribution to the
Fiscal Years 2025-2029 Capital Improvement Program.
DISCUSSION:
On June 8, 2021, Mayor and Council Communication (M&C) 21-0370, the City Council authorized an
engineering agreement in the amount of $371,985.00 with Gannett Fleming, Inc. (Previously known as DE
Corp.) (City Secretary Contract No. 56061) for Water and Sanitary Sewer Extension on Shoreview Drive
and Hatch Road Project. The agreement was subsequently revised by Amendment No. 1, in the amount of
$97,205.00, which was administratively authorized on February 28, 2023, that primarily provided for
elevation adjustments to the proposed water, sanitary sewer and force mains on Hatch Road to
accommodate paving improvements on Hatch Road by the Meadow Lakes 2 Addition project.
Amendment No. 2 provides for the following additional design on the project: lift station gravity collection
system, water and force main design on Williams Springs Road. The amendment will also allow for
additional survey and easements, geotechnical investigations, electrical engineering services with
ONCOR, and coordination and environmental investigation for United States Army Corps. of Engineers for
404 permits and cultural assessments.
Gannett Fleming, Inc. proposes to provide the necessary services for a fee not to exceed $288,760.00.
Staff considers the proposed fee to be fair and reasonable for the scope of services proposed.
It is the practice of the Water Department to appropriate its CIP plan throughout the Fiscal Year (FY),
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.
60WSSSHOREVIEWHATCHA2-GANNETTF
Capital Budget project FY2025 CIP AuthoritChange Revised
Fund Name Appropriations y Increase/ FY2025
Name Decrease) Budget
Fund 103122 —
56002 W&SS
— W&S Shoreview $0.00 This M&C $288,760.00 $288,760.00
Capital &Hatch
Projects Rd.
Funding for the Water and Sanitary Sewer Extension on Shoreview Drive and Hatch Road project is
depicted below:
Fund Existing
Appropriations
W&S Capital
Projects - $1,232,309.00
Fund 56002
Project Total 11 $1,232,309.001
Additional project Total*
Appropriations
$288,760.00 $1,521,069.00
*Numbers rounded for presentation purposes.
$288,760.00 r$1,521,069.00
Funding is available in Water Department's Unspecified -All Funds Project within the Water & Sewer
Capital Projects Fund for the purpose of funding the Water and Sanitary Sewer Extension on Shoreview
Drive and Hatch Road project.
Business Equity: Gannett Fleming, Inc. agrees to maintain its initial SBE commitment of 19.00\% that it
made on the original agreement and extend and maintain that same SBE commitment of 19.00\% to this
amendment. Therefore Gannett Fleming, Inc. remains in compliance with the City's BDE Ordinance and
attests to its commitment by its signature on the Acceptance of Previous SBE Commitment form executed
by an authorized representative of its company.
The project is located in COUNCIL DISTRICT 7.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are currently available in the Unspecified -All Funds project
within the W&S Capital Projects Fund, and upon approval of the above recommendations and adoption of
the attached appropriation ordinance, funds will be available in the W&S Capital Projects Fund for the
W&SS Ext Shoreview & Hatch Rd. project to support the execution of the amendment. Prior to any
expenditure being incurred, the Water Department has the responsibility to validate the availability of
funds.
FUND IDENTIFIERS (FIDs):
TO
Fund Department Account
Project ProgramActivity
Budget
Reference # Amount
ID
ID
Year
(Chartfield 2)
FROM
Fund Department Account
Project ProgramActivity
Budget
Reference # Amount
ID
ID I i
Year
(Chartfield 2)
CERTIFICATIONS:
Submitted for Citv Manager's Office by:
Originating Department Head:
Additional Information Contact:
William Johnson (5806)
Chris Harder (5020)
Walter Norwood (5026)
ATTACHMENTS
1. 103122 Acceptance of Previous SBE Commitment Form (APCF) 2021 SBE (1) - Amendment 2
Signed.pdf (CFW Internal)
2. 60WSSSHOREVIEWHATCHA2-GANNETTF FID Table (WCF 02.04.25).xlsx (CFW Internal)
3. 60WSSSHOREVIEWHATCHA2-GANNETTF fund avail.docx (CFW Internal)
4. 60WSSSHOREVIEWHATCHA2-GANNETTF Map.pdf (Public)
5. Form 1295 Certificate 101308875.pdf (CFW Internal)
6.ORD.APP 60WSSSHOREVIEWHATCHA2-GANNETTF 56002 AO25(r2).docx (Public)
7. PBS CPN 103122.pdf (CFW Internal)
8. SAM.aov search Gannett Flemina.pdf (CFW Internal)
60WSSSHOREVIEWHATCHA2-GANNETTF FID Table
2 56002 0700430 4956001 103122 2025 $152,401.00
2 56002 0600430 103122 2025 $136,359.00
2 56002 0700430 103122 2025 $152,401.00
56002 0600430 4956001 UNSPEC UNSPEC 9999 $136,359.00
56002 0700430 4956001 103122 001730 9999 ($152,401.00)
56002 0600430 4956001 UNSPEC UNSPEC 9999 $152,401.00
1