Loading...
HomeMy WebLinkAboutContract 49049-A4 CSC No.49049-A4 O AMENDMENT No.4 C S pR�PR� TO CITY SECRETARY CONTRACT VVIMI REM, the City of Fort Worth (CITY) and CDM Smith, Inc. , (ENGINEER) made and entered into City Secretary Contract No. 49049, (the CONTRACT) which was authorized by M&C C-28213 on the 2nd day of May, 2017 in the amount of $1,570,965.00; and WHEREAS, the CONTRACT was subsequently revised by: Amendment Number 1 in the amount ' of $885,755.00 which was authorized by M&C C-28857 on September 18, 2018, Amendment No.2 in the amount of $71,993.00 administratively authorized on February 7, 2019 and Amendment No. 3 in the amount of $114,939.00.00 which was authorized by M&C 20-0159 on April 7, 2020; and NVIUMEAS, the CONTRACT involves engineering services for the following project: Village Creek Water Reclamation Facility Grit Removal Process. W minus", it has become necessary to execute Amendment No. 4 to the CONTRACT to include an increased scope of work and revised fee. NOW IWI REFORE, CITY and ENGINEER, acting herein by and through their duly authorized representatives, enter into the following agreement, which amends the CONTRACT: 1. Article I of the CONTRACT is amended to include the additional engineering services specified in a proposal dated April 20, 2020, a copy of which is attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer totals $705,000.00. 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 $3,348,652.00. OFFICIAL RECORD Page -1- CITY SECRETARY FT. WORTH,TX 3.J. 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 last written by a signatory, below. APPROVED: ENGINEER City of Fort Worth CDM Smith, Inc. A s�tia� Dana Burghdoff Douglas L. Varner, P.E. Assistant City Manager Senior Vice President DATE: May 29,2020 DATE: 05/21/2020. APPROVAL RECOMMENDED: r�iir0E9�16�fru��iEr Christopher (May 22,202013:25 COT) Christopher Harder, P.E. Director, Water Department Contract Compliance Manager: 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. 05/21/20 Farida Goderya, P.E. Senior Project Manager APPROVED AS TO FORM AND LEGALITY: M&C: 20-0346 je!sDate: 05/19/2020 o9I.�k(My 2".203 11 C.CDT) 1295 #: 2020-608805 Douglas W. Black Senior Assistant City Attorney ATTEST: 4 Mary J. Kayser City Secretary3 i OFFICIAL RECOU CITY SECRETARY Page -�- FT. WORTH,TX CDM Smith 801 Cherry Street,Unit 33,Suite 1820 Fort Worth,Texas 76102 tel:817 332-8727 April 20,2020 Farida Goderya,PhD,PE Fort Worth Water Department 200 Texas Street Fort Worth,Texas 76102 Subject: Village Creek Water Reclamation Facility Grit Removal Process Project City Secretary Contract 49049 Dear Farida: Enclosed please find CDM Smith proposal for additional electrical design effort and construction phase services. Additional Electrical Design As part of the Village Creek Water Reclamation Facility Grit Removal Process,the City requested an electrical design scope change that required additional design services.The Grit Removal Project electrical design includes new pad mounted switches that power two new pad mounted transformers PA 69 and PA 70 which will provide power to the new MCC1,MCC2 to be located in the existing electrical room of the Headworks Facility. The existing electrical feed to the Headworks Facility is fed from two separate 600 amp breakers at the HRC Facility.In order to do maintenance to the electrical gear at the HRC,power that feeds the Headworks Facility has to be shut off.Since the Headworks Facility needs to be operational at all times,this poses a problem and the plant has never maintenance the gear at either facility since they were installed. Proposed electrical design changes include powering the Headworks Facility from the new transformers PA69 and PA70 to give plant staff the ability to maintenance the electrical gear in a much more acceptable manner and allow portions of the facilities to be isolated and shut down for maintenance but not require full facility shutdowns.This will also take a portion of load off of the HRC so that when and if the plant ever puts a backup generator at the HRC,it would help with sizing and cost. The current electrical design requires PA69 and PA70 to be SOOkva transformers which would feed 800amp breakers in the new MCC1,MCC2 for the Grit Facility.By adding the Headworks Facility to these transformers,it would require the transformers PA60 and PA70 to be increased to 1200amp t� WATER+ENVIRONMENT+TRANSPORTATION+ENERGY+FACILITIES CDM Smith Farida Goderya,PhD,PE April 20,2020 Page 2 mains.Consequently,the existing electrical room at the Headworks Facility is not large enough to house the new equipment sizes,therefore,requiring a dedicated electrical building to house the existing and new gear. Construction Phase Services CDM Smith proposed to provide construction phase services for the Grit Facility Project as defined in Attachment A. Summary of Contract Amount Below is a summary of the contract amount. Original Contract Amount $1,570,965 Approved Amendment No. 1 (Lift Station Design) $ 885,755 Approved Amendment No.2 (Grit Facility Physical Modeling) $ 71,993 Approved Amendment No.3 (Additional Grit Facility Design and Lift Station Physical Modeling) $ 114,939 Contract Amount To Date $2,643,652 Requested Amendment No.4 $ 705,000 Revised Contract Amount $3,348,652 If you have any questions or if I may be of further assistance,please contact me at(817) 916-2927. Sincerely, Amy Robinson,PE,BCEE Project Manager III CDM Smith Inc. A i� Amendment4 Proposal Letter.doa AMENDMENT NO.4 ENGINEERING SERVICES FOR VCWRF GRIT REMOVAL FACILITY PROJECT CONSTRUCTION PHASE SERVICES CITY PROJECT NO.:100075SA4 AMENDMENT NO. 4 Scope for Engineering Related Services for Wastewater Treatment Plant Improvements ENGINEERING SERVICES FOR VILLAGE CREEK WATER RECLAMATION FACILITY GRIT REMOVAL FACILITY PROJECT CONSTRUCTION PHASE SERVICES CITY PROJECT NO.: 100075-A4 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. PROJECT DEFINITION AND BACKGROUND The Fort Worth Water Department's Village Creek Water Reclamation Facility (VCWRF) Grit Removal Facility Project "the Project" includes proposed improvements to the plant's existing infrastructure and modifications/construction of additional infrastructure for grit removal of the influent flow. This construction phase services scope is based upon a 24- months construction period. The following scope of work clarifies and describes the project tasks to be performed and completed by the ENGINEER as part of Phase III Construction Phase Services for the Grit Removal Process at the Village Creek Water Reclamation Facility (VCWRF). Upon receipt of notice to proceed, ENGINEER will provide construction administration services during construction. WORK TO BE PERFORMED PHASE II — DESIGN PHASE Task 2.4 Final Design Electrical Design Changes TASK 2.4 FINAL DESIGN ELECTRICAL DESIGN CHANGES The Grit Removal Project electrical design includes new pad mounted switches that power two new pad mounted transformers PA 69 and PA 70 which will provide power to the new MCC1, MCC2 to be located in the existing electrical room of the Headworks Facility. The existing electrical feed to the Headworks Facility is fed from two separate 600 amp breakers at the HRC Facility. In order to do maintenance to the electrical gear at the HRC, power that feeds the Headworks Facility has to be shut off. Since the Headworks Facility needs to be operational at all times, this poses a problem, and the plant has never maintenanced the gear at either facility since they were installed. Proposed electrical design changes include powering the Headworks Facility from the new transformers PA 69 and PA 70 to give plant staff the ability to maintenance the electrical gear in a much more acceptable manner and allow portions of the facilities to be isolated and shut down for maintenance but not require full facility shutdowns. This will also take a Amendment No.4 Revision 4 04202020 Page 1 of 6 AMENDMENT4 ENGINEERING SERVICES FOR VCWRF GRIT REMOVAL FACILITY PROJECT CONSTRUCTION PHASE SERVICES CITY PROJECT NO.:100075.A4 portion of load off of the HRC so that when and if the plant ever puts a backup generator at the HRC, it would help with sizing and cost. The current electrical design requires PA69 and PA70 to be 500kva transformers which would feed 800amp breakers in the new MCC1, MCC2 for the Grit Facility. By adding the Headworks facility to these transformers, it would require the transformers PA69 and PA70 to be increased to 750kva transformers and the main breakers on MCC1 and MCC2 to be increased to 1200amp mains. Consequently, the existing electrical room at the Headworks Facility is not large enough to house the new equipment sizes, therefore, requiring a dedicated electrical building to house the existing and new gear. PHASE III — CONSTRUCTION PHASE SERVICES Task 3.1 Project Management Task 3.2 Construction Administration Task 3.3 Coordination with RPR Task 3.4 Standard Operating Procedure ENGINEER will support the construction phase of the project as follows. TASK 3.1 PROJECT MANAGEMENT ENGINEER will perform project management duties throughout the Construction Services Phase of the Project. ENGINEER will manage change, communicate effectively, coordinate internally and externally as needed, and proactively address issues with the CITY's Project Manager and others as necessary to make progress on the work. 3.1.1 General Project Management • Lead, manage and direct ENGINEER'S project team activities • Communicate internally among team members • Task and allocate team resources 3.1.2 Communications and Reporting • Prepare and submit invoices and progress reports monthly in the format requested by the CITY. • Complete Monthly M/WBE Report Form and Final Summary Payment Report Form at the end of the project. TASK 3.2 CONSTRUCTION ADMINISTRATION 3.2.1 Meetings ENGINEER will attend one pre-construction meeting with the CITY, Contractor, and their subcontractors. All disciplines will attend pre-construction meeting. ENGINEER will attend monthly construction progress meetings with the CITY, Resident Project Representative (RPR), Contractor and their subcontractors. ENGINEER's Project Manager will attend up to 24 monthly progress meetings. Each Amendment No.4 Revision 4 04202020 Page 2 of 6 AMENDMENT4 ENGINEERING SERVICES FOR VCWRF GRIT REMOVAL FACILITY PROJECT CONSTRUCTION PHASE SERVICES CITY PROJECT NO.:100075-A4 discipline will attend up to 6 monthly progress meetings. Monthly meetings shall be 2-hr in duration plus travel time. ENGINEER will attend up to 5 I&C coordination meetings with PCSS and Emerson. I&C coordination meeting will follow monthly progress meetings. Assumptions: ENGINEER assumes RPR will conduct meetings and prepare meeting minutes. 3.2.2 Site Visits and Inspections ENGINEER will make up to 6 site visits to the project site to observe the progress and quality of various aspects of the construction work for the Project. Site visits shall be 2-hr in duration plus travel time. ENGINEER will participate in substantial completion and final completion inspections with the CITY and Contractor and assist with preparation of final punch list. Each walkthrough shall be 2-hr duration plus travel time and punch list preparation. 3.2.3 Shop Drawing Submittal Review ENGINEER will review shop drawings, related data submittals, product samples, and O&M submittals. All shop drawing submittal review comments will be uploaded to City's preferred data management system. ENGINEER will perform technical and functional review of up to 264 shop drawings and other related submittals. ENGINEER will make every effort to review shop drawings and return within 14 days, except where review is delayed for coordination with subsequent submittals. The Contractor's CPM schedule shall include a review duration of 30 days per section 01 3300. Discipline Shop Drawings O&Ms General 50 Civil/Geotechnical 14 Architectural 7 Structural 65 Process/Mechanical 25 15 HVAC/Plumbing 22 7 Electrical 18+Proc/Mech&HVAC Equipment 6 Instrumentation 35+Proc/Mech&HVAC Equipment Assumption: ENGINEER assumes RPR will manage web based electronic document control and submittal management system and will distribute submittals to ENGINEER for review. ENGINEER will upload submittal review comments to web based electronic document control and submittal management system. Amendment No.4 Revision 4 04202020 Page 3 of 6 AMENDMENT 4 ENGINEERING SERVICES FOR VCWRF GRIT REMOVAL FACILITY PROJECT CONSTRUCTION PHASE SERVICES CITY PROJECT NO.:100075-A4 3.2.4 Test Reports ENGINEER will review construction material test reports submitted by the CONTRACTOR and notify CITY, RPR and CONTRACTOR of nonconformance with specifications. 3.2.5 Request for Information (RFIs) ENGINEER make clarifications and interpretations of the Contract Documents. ENGINEER will respond to up to 100 RFIs. All RFI responses will be uploaded to BIM 360. Assumption: ENGINEER assumes RPR will manage web based electronic document control and RFI management system and will distribute RFIs to ENGINEER for review. ENGINEER will upload RFI responses to web based electronic document control and submittal management system. 3.2.6 Field Order/Change Orders ENGINEER will review and comment on up to 25 Field Order/Change Orders requested by the Contractor. When clarifications or interpretations result in a change cost or schedule, ENGINEER will review cost estimates and prepare documentation for change orders. When clarifications or interpretations result in a no-cost change order, ENGINEER will prepare documentation for field order changes. Assumption: ENGINEER assumes RPR will manage web based electronic document control and field order/change order management system. 3.2.7 Instrumentation Witness Factory Test and Functional Demonstration Testing ENGINEER will provide instrumentation and control system coordination and testing during construction. Testing will include the Witness Factory Tests, Functional Demonstration Tests, and I&C assistance during construction. 3.2.8 Start-Up and Operations ENGINEER will review Contractor's commissioning, start-up, and testing plan and report to CITY ENGINEER will provide up to 120 hours for assistance during plant start-up to ensure the Project is functional and operating as designed. 3.2.9 Performance Testing ENGINEER will provide up to 120 hours for assistance during process performance testing for the stacked tray vortex grit separator and grit washer/classifiers. ENGINEER will preview performance testing protocol and coordinate with third party testing company. ENGINEER will witness performance testing and review third party testing report. ENGINEER will provide recommendation to CITY for performance testing acceptance. 3.2.10 Record Drawings Amendment No.4 Revision 4 04202020 Page 4 of 6 AMENDMENT4 ENGINEERING SERVICES FOR VCWRF GRIT REMOVAL FACILITY PROJECT CONSTRUCTION PHASE SERVICES CITY PROJECT NO.:100075-A4 ENGINEER will prepare Record Drawings from information provided by the Contractor depicting any changes made to the Final Drawings during construction. The following information will be provided by the Contractor: • As-Built Survey • Red-Line Markups from Contractor in electronic (PDF) format • Copies of Approved Change Orders and Field Orders ENGINEER will modify the Final Drawings electronically and will place a stamp on the plans indicating that they represent Record Drawings of the project as constructed. The following disclaimer will be included with the Record Drawing stamp: • These Record Drawings were prepared using information provided by others and represent the as constructed conditions to the extent that documented changes were provided for recording. The ENGINEER assumes no liability for undocumented changes and certifies only that the documented changes are accurately depicted on these drawings. ENGINEER will submit a set of Final Drawings, modified and stamped as Record Drawings for record storage. The ENGINEER may keep copies of the information provided by the CITY for their files, but all original red-lined drawings will be returned to the CITY with the mylars. Record Drawings will also be submitted in Adobe Acrobat PDF (version 6.0 or higher) format. There will be one (1) PDF file for the Project. Each PDF file will contain all associated sheets of the particular plan set. Sinqular PDF for each sheet of a plan set will not be accepted. PDF files will be uploaded to the project's Record Drawings folder in BIM360. 3.3 COORDINATION WITH RESIDENT PROJECT PREPRESENTATIVE ENGINEER assumes RPR services will be provided by others under separate contract with City. The CITY's RPR will serve as the project facilitator, coordinating the flow of information between ENGINEER, CITY, and the CONTRACTOR. ENGINEER shall coordinate with the RPR on the following items. - ENGINEER shall make clarifications and interpretations of the Contract Documents to the RPR. - ENGINEER shall coordinate with RPR and review CONTRACTOR's monthly payment applications. - ENGINEER shall coordinate and review with RPR CONTRACTOR's monthly progress schedule updates. 3.4 STANDARD OPERATING PROCEDURES (SOPS) ENGINEER shall prepare Standard Operating Procedures (SOP) for influent flow Grit Removal Facility. Influent Grit Removal Facility SOP will be independent document from the current primary sludge grit removal SOP. It will include the following sections. Amendment No.4 Revision 4 04202020 Page 5 of 6 AMENDMENT 4 ENGINEERING SERVICES FOR VCWRF GRIT REMOVAL FACILITY PROJECT CONSTRUCTION PHASE SERVICES CITY PROJECT NO.:100075-A4 Grit Removal Process Overview Operating Parameters - Regulatory and Permit Requirements PID drawings - Photos of Equipment MCC Layout - Equipment List ENGINEER shall update existing SOP for Headworks Odor Control Biofilter to include improvements to the Biofilter for the Grit Removal Facility foul air. Updated Sections will include: - Process Overview - Operating Parameters - Regulatory and Permit Requirements - PID drawings - Photos of equipment - MCC Layout - Equipment List Amendment No.4 Revision 4 04202020 Page 6 of 6 ! ! : 2l � » ; ; �lmlz{~! ! ` E ` ! ! r ! * a| 1 |„ 511lw \ � 21f| 2K �! ! ! „ ; ! »2I �;, 2 a . . e °� , - a -. as ` , -, ' , , « ;` £ E£ - - �_ . - ! If *! � , ! | ' � 10 ! |-1 E !! , m § ; � ® ■ & &! 2 � �( ! & . , |\ - . ` ;2 ! 2S k) &nqo§ & " \E ; Q ] ] mo =#; `,;,#;§ §f,2#.#e# . #222■ 2nn : ! / k 10 ; ; §§;!§. §2®§j§(k®�j2 !§(•§§| Ik!!}®;k;#{ m\ ® . !■;f■"2!§m;,ngg.;m-#tslia ,2;a«� §mm - , _ � e § #isi-69 fe.b � � ■ 2! § >! ■ : ` . \ � \ City of Fort Worth, Texas Mayor and Council Communication DATE: 05/19/20 M&C FILE NUMBER: M&C 20-0346 LOG NAME: 60VCWRF GRIT REMOVAL-CRESCENTCDM SUBJECT Authorize the Execution of Amendment No.4 in the Amount of$705,000.00 to an Engineering Agreement with CDM Smith, Inc.for the Village Creek Water Reclamation Facility Grit Facility&South Influent Pump Station Project,Authorize Execution of a Contract with Crescent Constructors, Inc. in the Amount of$25,797,000.00 for the Village Creek Water Reclamation Facility Grit Facility&South Influent Pump Station Project and Provide for Project Costs,for a Project Total in the Amount of$33,458,871.00,Adopt Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt,and Adopt Appropriation Ordinance(COUNCIL DISTRICT 5) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the execution of Amendment No.4 to City Secretary Contract No.49049, an Engineering Agreement with CDM Smith, Inc, in the amount of$705,000.00,for construction support services for the Village Creek Water Reclamation Facility Grit Facility&South Influent Pump Station project for a revised contract amount of$3,348,652.00(City Project No. 100075); 2. Authorize execution of a contract with Crescent Constructors, Inc., in the Amount of$25,797,000.00,for the Village Creek Water Reclamation Facility Grit Facility&South Influent Pump Station project; 3. Adopt the attached Resolution expressing Official Intent to Reimburse Expenditures with Proceeds from Future Debt for the Village Creek Water Reclamation Facility Grit Facility&South Influent Pump Station project;and 4. Adopt the attached Appropriation Ordinance increasing receipts and appropriations in the Water and Sewer Commercial Paper(W&S Commercial Paper) Fund in the amount of$27,422,151.00,from available funds,for the Village Creek Water Reclamation Facility Grit Facility&South Influent Pump Station. DISCUSSION: The Village Creek Water Reclamation Facility(VCWRF),a 166 million gallons per day(MGD) plant, is comprised of primary,secondary and tertiary treatment,chlorine disinfection and dechlorination.The VCWRF produces anaerobically digested biosolids,which are further processed at the Biosolids Dewatering and Processing Facility.The abrasive grit in the plant influent flow is causing expensive maintenance problems.The VCWRF currently has a very limited grit removal process.This construction contract will add a new grit removal process at VCWRF. On May 2,2017, by Mayor and Council Communication(M&C)C-28213,the City Council authorized an engineering agreement with CDM Smith, Inc.(City Secretary Contract No.49049), in the amount of$1,570,965.00 to evaluate and design the grit removal process at the VCWRF.The agreement was subsequently revised by Amendment No. 1,authorized September 18,2018(M&C C-28857), in the amount of$885,755.00 for the design of the South Influent Pump Station(PS),associated sewer,force main and ancillary improvement. Amendment No.2,administratively authorized February 7,2019 in the amount of$71,993.00 for physical modeling to investigate the grit facility influent splitter box configuration and the tie-in to the Headworks facility,and Amendment No.3,authorized April 7,2020(M&C 20-0159)in the amount of$114,939.00 for physical modeling for the South Flow Pump Station,additional odor control design and Grit Influent Splitter Box water jet system modifications. As part of Amendment No.4,the Engineer will perform basic construction support phase services, including shop drawings and submittals reviews,change order review, record drawings and update plant operational preparation. Construction of the project was advertised for bid on February 20,2020 and February 27,2020 in the Fort Worth Star-Telegram. On April 2,2020 the following bids were received: Bidder I Base Bid l Contract Time Crescent Constructors, Inc. $25,7_97,0_00_00I 730 Calendar Days Eagle Contracting LP $26,491,530_00� Archer-Western Construction LLC $27,638,330.00 _ BAR Contractors Inc. ]1$28,413,730.0011 CSA Construction Inc. $35,840,000.00 In addition to the contract cost, $587,688.00 is required for project management and inspections, and$332,463.00 is provided for project contingency. Construction is anticipated to commence in July 2020 and be completed by December 2022.This project will have no impact on the Water Department's operating budget when complete. Funding for the Village Creek Water Reclamation Facility Grit Facility&South Influent PS Project is depicted below: Existing Additional Fund Appropriations Appropriations Project Total* Water&Sewer Bond 2017A Fund $1,870,965.00 $0.00 $1,870,965.00 56011 WS Capital Project $1,035,755.00 $0.00 $1,035,755.00 2019 Fund 56016 W&S Commercial $130,000.00 $27,422,151.00$27,552,151.00 Paper Fund 56017 Project Total 11 $3,036,720.00 $27,422,151.00 $30,458,871.00 *Numbers rounded for presentation. This project is anticipated to be included in a future revenue bond issue for the Water&Sewer Fund.Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under the Callable Commercial Paper Program(CP)will be used to provide interim financing for this project until debt is issued.To the extent resources other than the Water and Sewer portfolio are used to provide interim financing,the Water and Sewer Fund will be charged interest that is equivalent to the overall rate of return being earned by the City portfolio(currently approximately 2.3 percent annually).Should the City's portfolio not support the liquidity needed to provide an interim short-term financing source,another funding source will be required,which could mean issuance of securities under the CP Program or earlier issuance of Water and Sewer revenue bonds than is currently planned.Once debt associated with this project is sold,bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached Reimbursement Resolution. The City Council approved the Water Department's Fiscal Year 2020-2024 Five-Year Capital Improvement Plan on September 17,2019.This City Council approved plan includes this specific project,with funding identified through the CP program to be reimbursed with future revenue bonds. In accordance with the provisions of the Financial Management Policy Statements,Staff anticipates presenting revenue-supported debt issuances to the City Council for consideration within the next three years.This debt must be issued within approximately three years to provide reimbursement for these expenses.If that does not occur,the costs will no longer be reimbursable by issuing tax-exempt debt and the funding source will have to be made a whole through other budgetary methods.Adoption of this resolution does not obligate the City to sell bonds,but preserves the ability to reimburse the City from tax-exempt bond proceeds. MWWBE OFFICE: Crescent Constructors, Inc.is in compliance with City's BDE Ordinance by committing to six percent MBE participation and documenting good faith effort.Crescent Constructors,Inc.identified several subcontracting and supplier opportunities. However,the firms contacted in the areas identified did not respond or did not submit the lowest buds.The City's MBE goal on this project is 14 percent. MWBE OFFICE:CDM Smith, Inc. is in compliance with the City's BDE Ordinance by committing to eight percent SBE participation on this Amendment No.4.The SBE goal on this Amendment No.4 is eight percent. The project is located in COUNCIL DISTRICT 5,VCWRF serves all COUNCIL DISTRICTS,Mapsco 90J,90Q,and 90S. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies upon approval of the above recommendations and adoption of the attached appropriation ordinance,funds will be available in the Water&Sewer Commercial Paper Fund(W&S Commercial Paper)Fund. Prior to an expenditure being incurred,the Water Department has the responsibility of verifying the availability of funds. Submitted for City Manager's Office bk Dana Burghdoff 8018 Originating Business Unit Head: Chris Harder 5020 Additional Information Contact: Farida Goderya 8214 T T T C C C CL v v v • . . m m m m 'a 'a n n tDi n n n • • • • M 3 T � � • • • • • rt Q v v v n M n eDi • • • • • G M G .G Z G G m m c -1 m e m e • 010 m X m m m In In ,n (n T 0 T v 11111.111 N ' 1111111'1 ND111111111 Nc C o f+ ? r, C OR X O 01 m (p O1 CI Ol Ph 3 0 3 3 r m D f+ D D 3 �. 3 3 0 (p 0 0 c (p c c 3 : 3 • rr Z ,r .► • .. - - ma c� a -o V c c c 0 0 0 m m m x x x m = f }$| |/k ! e » / $7§ ) e777 ; � }� \� p%ET §\\ � G !; � k7 � )£ - }k , $} � ! }\ � - \k !I » (i �■ \ � s k, §, f! �} ! \! }�