Loading...
HomeMy WebLinkAboutContract 49500-A1 Date: 07/24/20 Time: 9:29 am CSC No.49500-A1 AMENDMENT No.1 TO CITY SECRETARY CONTRACT WHEREAS, the City of Fort Worth (CITY) and Freese and Nichols, Inc. , (ENGINEER) made and entered into City Secretary Contract No. 49500 (the CONTRACT) which was authorized by M&C C-28317 on the 18t day of August, 2017 in the amount of $1,809,500.00; and WHEREAS, the CONTRACT involves engineering services for the following project: Village Creek WRF Thickening Modifications; and WHEREAS, it has become necessary to execute Amendment No. 1 to the CONTRACT to include an increased scope of work and revised fee. NOWTHEREFORE, 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 July 13, 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 $738,000 .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 $2.,547,500.00 . 3 . All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. OFFICIAL RECORD CITY SECRETARY Page -1- FT. WORTH, TX EXECUTED and EFFECTIVE as of the date last written by a signatory, below. APPROVED: ENGINEER City of Fort Worth Freese and Nichols, Inc. Dana Burghd off(Jul 24,20 7:22 CDT) Dana Burghdoff Rusty Gib , P.E. Assistant City Manager Vice-President Jul 24,2020 ^7 DATE: DATE: ! 2 APPROVAL RECOMMENDED: Christopher Nardor Christopher Harder(Jul 16,202016:14 CDT) Christopher Harder, P.E. Director, Water Department Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all perfor an a and reporting requirements. Tony S n J 4 �Or Farida S. Goderya, PE, PhD Project Manager APPROVED AS TO FORM AND LEGALITY: M&C: 20-0464 890EI -W Date: 06/23/20 ck(Jul DBIa 23,2020 23:01 CDT) 1295: 2020-626054 Douglas W. Black Senior Assistant City Attorney pd44Up4�ti ATTEST: �bOF EaRt00 add v�0 0J$d ~ Pvo °=G Mary J. Kayser �Pd a1 nExASap� City Secretary OFFICIAL RECORD CITY SECRETARY Page -2- FT. WORTH, TX FREESEInnovative approaches Practical results 112?N I C H 0 L S Outstanding service 4055 International Plaza,Suite 200 + Fort Worth,Texas 76109 + 817-735-7300 + FAX 817-735-7491 www.freese.com July 13, 2020 Farida S. Goderya, P.E., Ph.D. Senior Project Manager City of Fort Worth Water Department 200 Texas St Fort Worth,TX 76102 Re: Village Creek WRF Thickening Modifications City Project No. CO2647 Amendment No. 1—Construction Services Dear Farida: Freese and Nichols, Inc. (FNI) is providing the attached proposal to amend the Village Creek WRF Thickening Modifications project (City Project No. CO2647).The project design is complete and is moving into the construction phase.The proposal is for construction services support. A summary of the project fees to date is provided below. Study(CSC No.47018) $295,113.00 Design (CSC No.49500) $1,809,500.00 Total Fee to Date $2,104,613.00 Requested Amendment No. 1 $738,000.00 Revised Total Fee to Date $2,842,613.00 We appreciate the opportunity to continue to serve the City on this important project. If you have any questions or if I may be of further assistance, please contact me at 817-735-7305. Sincerely, Chad Simmons, PE, BCEE Freese and Nichols, Inc. Attachments: Scope of Work Detailed Cost Breakdown City of Fort Worth Village Creek WRF Thickening Modifications City Contract No. CO2647 Amendment No. 1 Description of Services:This Professional Services Agreement Amendment is an addition to the City of Fort Worth's Village Creek Water Reclamation Facility Thickening Modifications project. The amendment is for additional design and construction phase services.The OWNER has requested a change in scope for the ENGINEER to provide construction services in the form of General Representation for the construction of the Village Creek Water Reclamation Facility Thickening Modifications Project. The ENGINEER will endeavor to protect the CITY in providing these services. However, it is understood that the ENGINEER does not guarantee the Contractor's performance, nor is the ENGINEER responsible for supervision of the Contractor's operation and employees. The ENGINEER 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. The ENGINEER 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. 1. Additional Design Phase Services 1.1. The ENGINEER was scoped to convert one gravity thickener into a primary sludge holding tank. Between 30%and 60%,the CITY requested an additional gravity thickener be converted to a primary sludge holding tank.A visual structural inspection was conducted to confirm the cover of Gravity Thickener No. 1 could be removed. 60%drawings were updated to include removal of the cover, demolition of tank internals, addition of a mixing system, and addition of yard piping to accommodate the changes.The inclusion of a second converted gravity thickener into the design was carried through the 100%design. 1.2. Conduct smoke testing of the biofilter fans to determine if there is a leak in the duct system causing less flow than designed from the fans. Develop a written report of the test results. 1.3. Additional engineering for replacement of three biofilter fan differential pressure transmitters and two biofilter air duct flow transmitters, design of a H2S gas monitoring system at the Thickening Facility, and design of a consolidated lithium-ion uninterruptible power supply at the Thickening Facility. 2. Preconstruction Phase Services 2.1. Assist the CITY in conducting one (1) preconstruction conference with the Contractor. It is assumed the Resident Project Representative will prepare the agenda,facilitate the meeting, and produce a meeting summary. 3. General Representation Services 3.1. Monitor the processing of contractor's submittals. Produce monthly reports indicating the status of all submittals in the review process. Review contractor's submittals, including modification requests,shop drawings, O&M manuals,schedules, and quality submittals such as test reports and equipment installation reports in accordance with the requirements of the construction contract documents for the projects. Monitor the progress of the contractor in sending and processing submittals to see that documentation is being processed in accordance with schedules. It is assumed the CITY's document management system, BIM360, will be used for submittal and RFI reviews,tracking of response times, etc. and that appropriate BIM 360 workflows for tracking and processing submittals and RFIs have been developed by the CITY or Resident Project Representative.The estimated number of first round submittals to review is 228. 3.2. Interpret the drawings and specifications for the CITY and Contractor(s) by responding to up to 105 Request for Information (RFIs). Investigations, analyses, and studies requested by the Contractor(s) and approved by CITY,for substitutions of equipment and/or materials or deviations from the drawings and specifications is an Additional Service. 3.3. Make up to twenty-five (24) monthly visits to the construction site(as distinguished from the continuous services of a Resident Project Representative)to observe the progress and the quality of work and to attempt to determine in general if the work is proceeding in accordance with the Construction Contract Documents. Notify the CITY of non-conforming work observed on site visits. In this effort the ENGINEER will endeavor to protect the CITY against defects and deficiencies in the work of Contractors and will report any observed deficiencies to the CITY. Visits to the site in excess of the specified number are an Additional Service. The monthly site visits are assumed to coincide with monthly construction meetings. It is assumed the Resident Project Representative will prepare the agenda for the monthly meetings,facilitate the meetings,and prepare meeting summaries. 3.4. Process up to 50 contract modifications. Negotiate with the contractor on behalf of the CITY to determine the cost and time impacts of these changes, if needed. Prepare change order documentation for approved changes for execution by the CITY. Documentation of field orders,where cost to CITY is not impacted,will also be prepared. Receive and evaluate notices of contractor claims and make recommendations to the CITY on the merit and value of the claim on the basis of information submitted by the contractor or available in project documentation. Endeavor to negotiate a settlement value with the Contractor on behalf of the CITY if appropriate. Providing these services to review or evaluate construction contractor(s)claim(s),supported by causes not within the control of ENGINEER are an Additional Service. Investigations, analyses,studies or design for substitutions of equipment or materials, corrections of defective or deficient work of the contractor or other deviations from the construction contract documents requested by the contractor and approved by the CITY are an Additional Service. Substitutions of materials or equipment or design modifications requested by the CITY are an Additional Service. 3.5. DCS, HMI, and PLC Programming Oversight and Testing: Provide programming oversight and Quality Assurance/Quality Control (QA/QC)for the Emerson Ovation Distributed Control System (DCS), Human-Machine Interface (HMI)and Programmable Logic Control (PLC) associated with this project. Services include the following: a) Review the Contractor's development and implementation submittals for general conformance to the standards and guidelines set forth in the Contract Documents.AES submittals include: • AES Control Narratives • AES Process Graphics • AES 1/0 List/Database Submittal • AES Controller Program • AES Historical Data • AES Software Maintenance Documentation • AES Coordination Meeting/Workshop Minutes b) Review the Contractor's development and implementation submittals for general conformance to the standards and guidelines set forth in the Contract Documents.AES submittals include: • AES Control Narratives • AES Process Graphics • AES 1/0 List/Database Submittal • AES Controller Program • AES Historical Data • AES Software Maintenance Documentation • AES Coordination Meeting/Workshop Minutes c) Attend up to three meetings at the project site with Contractor and Owner.The meetings will be for the following purposes: • One meeting to review HMI screens following development and prior to uploading. • Up to two days at Programmers Facility to perform Witnessed Factory Acceptance Test(FAT). • Up to two days,following input/output(1/0) point check-out,for Functional Demonstration Testing and field device 1/0 termination to verify performance d) Prior to functional demonstration test,verify that DCS and PLC function blocks are consistent with the final updated logic diagrams. e) Coordinate the implementation of the new programming per the Owner's Design and Construction standards.This will include attending AES tests as required by Section 40 61 21 with Contractor and Owner.The tests will be for the AES Witnessed Factory Test and the AES Functional Demonstration Test.The AES Functional Demonstration Test will follow field 1/0 point check-outs for site acceptance testing and field device 1/0 termination to verify control system performance. 3.6. Provide up to 80 hours of startup assistance for commissioning and performance testing of the various systems (Primary Sludge Holding Tank mixing system,WAS Holding Tank blowers, Blend Tank mixing system, RDTs,and GBT). 3.7. Conduct, in company with CITY's resident representative, a preliminary and final review of the Project for conformance with the design concept of the Project and general compliance with the Construction Contract Documents. Prepare a list of deficiencies to be corrected by the contractor before recommendation of final payment. Assist the CITY in obtaining legal releases, permits,warranties,spare parts,and keys from the contractor. Review and comment on the recommendation for final payment to the Contractor(s).Visiting the site to review completed work in excess of two (2)trips are an Additional Service. 3.8. Revise the construction drawings in accordance with the information furnished by construction Contractor(s) reflecting changes in the Project made during construction. Furnish CITY three (3)sets of printed half size (11x17) copies and one (1)electronic copy(.pdf format) of"Record Drawings! 4. Standard Operating Procedures 4.1. Develop Standard Operating Procedures (SOPS)for: • Primary Sludge Holding Tank mixing system • RDTs(inclusive of polymer feed system, RDT feed pumps,thickened primary sludge pumps) • WAS Holding Tank mixing system • GBT(inclusive of polymer feed system, GBT feed pump,TWAS pump) • Sludge Blend Tank mixing system It is assumed the SOPS will use the VCWRF templates for SOPs and be similar in detail to SOPs the ENGINEER has previously prepared for the Deep Bed Media Filters 1-20 and the Scum Screen.An electronic(.pdf)copy of each draft SOP will be provided to the CITY for review.The ENGINEER will meet with the CITY to receive comments and incorporate comments into the final SOP.The final SOP will be delivered in electronic(.pdf)format. No hard copies will be provided. S. Additional Services 5.1. The ENGINEER will revise the Contract Plans to reflect changes to the Contract Plans for the mechanical,structural, electrical, and instrumentation sheets as necessary to accommodate the selected equipment for the rotary drum thickeners, gravity belt thickener,thickening unit feed pumps and thickened sludge pumps.The revised Contract Plans will be issued to the Contractor by a Field Order per the Contract Documents. It is assumed the Contract Plans will be revised and reissued during submittal review of the rotary drum thickener, gravity belt thickener, and associated thickening unit feed pumps and thickened sludge pumps. 6. Compensation Compensation shall be per the Agreement.Additional Services shall only be used upon written authorization from the City. A summary of the level of effort is below.A detailed breakdown is attached. Additional Design Phase Services $51,846 Preconstruction Phase Services $9,583 General Representation Services $585,418 Standard Operating Procedures $51,756 Additional Services $39,397 Total $738,000 Chy of Fort Worth Pra ecl Fee Summary VCWRF Thickening Improvements Basic services S J38000 512812020 Spedal services s Amendment NmI-Detailed Cost Breakdown Total Proj«t 6 738.000 Tasks Labor Phase Task Saadccio Task Description _ zi _ __ u, dam � Total Hours To Eff rtbor $234 3152 3200 3112 cro 1175 5200 12M 3172 5152 5200 Addtlhnal Design Phase Se".-- Na—Y sludge Hold TaNC Redesign 4D 20 40 16 116 $ 23,024 fla ler Fan Smoke Te_' $ - BiofiiterFanlnsNmertatbn:1125 Gas hlonilarkg;UPS 40 40 $ 9,360 $ P,—m.nslruclion Phase Services $ PrecorssbucBan Ake' 12 12 8 32 $ 6,504 $ General Re reuntadon Services S - Pr"ca lAai�agemW 160 1W 320 S 64,255 SLbmrttal Review 200 170 SO 12 130 48 /2 a 610 $ 128,115 R for Information 80 W 30 8 40 74 a 4 304 $ 61,950 Alan SOe Vs3s 120 48 18 8 32 16 8 4 252 $ 54,550 Cordract Modfioticns/Change Orders 120 20 40 45 16 a 249 $ 55,784 DCS,HMI,PLC Progammlrg Ove H $ - SmA AssistaM.e 24 m 12 24 BO $ 18,032 Pretan Ma Vh&ihrough 8 12 6 6 12 6 6 6 62 3 13,031 F I Wal h 6 a 6 4 6 4 4 4 42 $ 8,763 R—M Drax- s e 12 2 65 2 30 16 4 4 143 $ 29,094 StandardO—tin Pmetlures 54 I66 38 10 259 $ 51,709 AdtlBlonal Services 40 27 N 24 i 132 $ 2fi,272 Total Hours I Quanlily 872 728 190 163 40 417 ]SO 50 00 2,650 Total EOort f 212,J86 S 116,1]2 5 37,982 S 2],2J5 S - $ 8.422 $ 907,479 $ 32,]95 S 7,996 $ 6.3581 550,463 1 of3 LYEesoratts'gLCFirFFWWwtNFM1VtJ493 Vta9e—kv Ttkke,igDesgnWnd itwCSNlFTidkerig Fe-Amerd 1_—m 88202O City of Fort Worth Pre at Fee ary VCWRF Thickening Improvements Basic services 7.,. 512612020 Special Services Amendment No.2-Detailed Cost B reakd iTol.1 Project I 73M00 Tasks Ertpeh.. Phase Task Dasfe or Task Descripllon Tedt Charga Mges Tnai[Charge p.oI Total Expense Special Effort S Addkbnal0eslgo Phase Services $ Prbnary a tv,"N Tank Redesi n 116 5 Piofilter Fan Smoke Testw 5 @,filter Fan Ins{vnedOmn;N2S Gas Wndorkg;UPS 40 S - $ Preconstructhm Phase Services $ Preeonsimct[an lAeeWg 32 120 5 70 $ General Re re entation Services $ Pr`ert Marugemenl 320 $ Su6metaI Reviev 610 $ R uestrer hfonoa6on 304 $ I.b Ste Wsts 252 $ 1,T76 Contract ModfraCnnslCha eOrders 249 $ - OCS,NMI,PLC PrOgramMN Oversight $ - Start-u Assstanm 80 460 5 276 Pre0mina WaUNvough 62 I60 5 93 F I W Ddhrough 42 to $ 93 Record Drawings 143 686 5 721 5 StandardO tin Procedures 26B 91 $ 47 5 Addtlonal Services 132 $ - $ Total Reurs/puanmyj 2,650 ],201 686 Total EDon1S t,e57 f 721 S 2,577 2of3 L'Aeemaces`OL(Ya .WwW 1149a VA-Creek WRFTUckereg Das'griNnM 01\VCWRF Tlekervg Fee_Amerd1 S2b20 SRs=0 City of Fort Worth Pr eat Fee Summer VCWRF ThIckening Improvements Basic services 739,OOOI S28F20T0 Special Services AmendmentNal-Betelletl Cost Breakdo]vn Total PmJ.t 738,000 Tasks Subcwsultalts Total Phase Task Basic or Task Oescrip0on .f01 Jambs Signature Total Sub Tatal Effort Special Automation Effort Addit Oesign Phase Services 5 - $ - Pnma 5 e H"IN I" b 23.024 Biofilter Fan Smake Testing 5.635 - 5 5.917 S U17 BioFlter Fank stneneraatmn:H25 Gas Morulorki9:UPS 12,900 5 13,545 $ 22,9W Preconstrutlion Phase Services 5 $ Premnswctbn lleetixg SW 11143 743 5 3,0M 5 9,583 General Re resent In Services 1 5 S Pro1eH lAanagement - - 5 - $ 64,2% Submetel Review 11,450 15,235 9.3 5 37,788 S 165,903 R uesi for Information 11,450 12.004 3,421 $ =19 $ 90,10 1 58e Mists 7,844 5.6021 7.426 5 21.915 b 77,741 CaNaH AladhrationsM,lu Ordxrs f0,21)0 14- S 23.856 S 79,640 OCS,HMI,PLC Prog rammi Oversight - 15,600 5 16,380 5 76,380 Stars Assl_4arm S b 18.311 Pretinlw V7alMivaugh w 32521 - S 4,444 S 17,568 F I Waealsough 980 3.252 5 4.444 S 13.320 Record Oravrings 4,300 5,335 2,090 5 /Z.317 S 4Z I32 5 - S StandaMO ratio Procedures S b 51,755 Addillo.1 Services 5.000 7,500 5 13,125 S 39,397 I I I 5 S Total Hours I Quantity b b],785 S 6],9/7 6 59,020 TotalEHoM1 5 b5,8N b 67,tM 6 61,971 b 194,960 b 738,000 3 d 3 L3Eesaucas'ALCR'F'FM WwM'FTVJi749a V6aga G.kMFTHckarvg l 523�20 Y182020 City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, June 23, 2020 REFERENCE NO.: M&C 20-0464 LOG NAME: 60VCWRF THICKENING - EAGLEANDFNI SUBJECT: Authorize Execution of Amendment No. 1, in the Amount of$738,000.00, to an Engineering Agreement with Freese & Nichols, Inc. for the Village Creek Water Reclamation Facility Sludge Thickening Improvements, Authorize Execution of a Contract with Eagle Contracting Limited Partnership in the Amount of$17,480,000.00 for Village Creek Water Reclamation Facility Sludge Thickening Improvements, Provide for Project Costs for a Project Total in the Amount of$20,955,907.00, 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 execution of Amendment No. 1 to City Secretary Contract No. 49500, an Engineering Agreement with Freese & Nichols, Inc., in the amount of$738,000.00 for construction support services for the Village Creek Water Reclamation Facility Sludge Thickening Improvements project for a revised contract amount of$2,547,500.00 (City Project No. CO2647); 2. Authorize the execution of a contract with Eagle Contracting Limited Partnership in the amount of $17,480,000.00 for the Village Creek Reclamation Facility Sludge Thickening Improvements project; 3. Adopt the attached Resolution expressing official intent to reimburse expenditures with proceeds from future debt for the Village Creek Reclamation Facility Sludge Thickening Improvements project; and 4. Adopt the attached Appropriation Ordinance adjusting receipts and appropriations in the Water and Sewer Commercial Paper(W&S Commercial Paper) Fund by decreasing estimated receipts and appropriations in the Unspecified project(City Project No. UNSPEC) in the amount of $19,146,407.00 and increasing estimated receipts and appropriations in the Village Creek Water Reclamation Facility Thickener Process Improvement project for sludge thickening improvements. DISCUSSION: The Village Creek Water Reclamation Facility ("VCWRF"), a 166 million gallons per day (MGD) plant, comprised of primary, secondary and tertiary treatment, chlorine disinfection, and de-chlorination. The VCWRF produces anaerobically digested biosolids, which are processed at the Biosolids Dewatering and Processing Facility. The VCWRF currently uses three solids thickening processes; Gravity Thickeners ("GT") to thicken the primary solids from the primary clarifiers, Dissolved Air Flotation Thickeners ("DAFTs")to thicken the solids from the Aeration Basins/Final Clarifiers and Gravity Belt Thickeners ("GBTs") to thicken the solids from the high rate clarifiers. The existing GTs and DAFTs equipment are old, require a great deal of maintenance, are inefficient in producing required levels of treatment, use a high amount of energy and are sensitive to changes in flow characteristics. The proposed construction contract includes the installation of new rotary drum thickeners (RDTs) to thicken solids from the primary clarifiers and high-rate clarifier, the installation of new gravity belt thickeners GBTs and modification of the existing GBTs to thicken secondary solids, modification of two gravity thickeners into primary solids holding tanks, and retirement of the DAFTs. On August 25, 2015 (M&C C-27433), the City Council authorized an Engineering Agreement with Freese & Nichols, Inc. (CSC No. 47018), in the amount of$295,113.00, for study, evaluation and conceptual design of thickening processes at VCWRF. On August 1, 2017 (M&C C-28317), the City Council authorized an Engineering Agreement with Freese & Nichols, Inc., (CSC No. 49500), in the amount of $1,809,500.00 to evaluate and design the Sludge Thickening Processes at the VCWRF. As part of Amendment No. 1, the Engineer will perform basic construction support 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 April 16, 2020 and April 23, 2020 in the Fort Worth Star-Telegram. On May 21, 2020 the following bids were received: Bidder Base Bid Base Bid with Contract Alternate Time Eagle Contracting 730 Limited Partnership $17,480,000.00 $17,503,000.00 Calendar Days Alltech Engineering $31,055,948.00]1 No Bid -� In addition to the contract cost, $622,507.00 is required for project management and inspection and $305,900.00 is provided for project contingency. Construction is anticipated to commence in August 2020 and be completed by December 2022. This project will have no impact on the Water Department operating budget when complete. Funding for VCWRF Sludge Thickening Improvements is depicted below: Existing dditional Fund Appropriations 1�ppropriati7ons �Project Total* 2017 Water & Sewer Revenue Bonds Capital $315,113.00 $0.00 $315,113.00 Project Fund 56007 Water & Sewer $2,109,500.00 $0.00 $2,109,500.00 DPN Fund 56011 WS Capital Project 2020A $0.00 $19,146,407.00 $19,146,407.00 Fund 56019 Project Total $2,424,613.00 $19,146,407.00 $21,571,020.00 *Numbers rounded for presentation purposes. This project is anticipated to be included in a future revenue bond issue for the Water and 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 adopted the Water Department's Fiscal Year 2020-2024 Five-Year Capital Improvement Plan on September 17, 2019. This City Council adopted 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 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. M/WBE OFFICE: Eagle Contracting LP is in compliance with the City's BDE Ordinance by committing to 10 percent MBE participation on this project. The City's MBE goal on this project is nine percent. M/WBE OFFICE: Freese & Nichols, Inc. is in compliance with the City's BIDE Ordinance by committing to 15 percent SBE participation on this Amendment No. 1. The City's goal on the Amendment No. 1 is seven percent. The project is located in COUNCIL DISTRICT 5, VCWRF services 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(W&S Commercial Paper) Fund for the VCWRF Thickener Process Improvement project to support the approval of the above recommendation and execution of the amendment to the engineering agreement and construction contract. Prior to an expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. FUND IDENTIFIERS (FIDs): TO Fund Department JAccoun Project rogamActivity Budget Reference # Amoun ID _ ID Year I (Chartfield 2) FROM "ctivityl Fund Department Accoun Project Budget Reference # mounID ID ___L Year (Chartfield2) CERTIFICATIONS: Submitted for City Manager's Office by: Dana Burghdoff (8018) Originating Department Head: Chris Harder (5020) Additional Information Contact: Farida Goderya (8214) ATTACHMENTS 1. 60LALS-BARCANDFNI Reimb Resolution (NN 06.05.20).docx (Public) 2. 60VCWRF THICKENING - EAGLEANDFNI Eagle Compliance.pdf (CFW Internal) 3. 60VCWRF THICKENING - EAGLEANDFNI Eagle Form 1295.pdf (CFW Internal) 4. 60VCWRF THICKENING - EAGLEANDFNI Eagle SAM.pdf (CFW Internal) 5. 60VCWRF THICKENING - EAGLEANDFNI FID Table (NN 06.01.20).xlsx (CFW Internal) 6. 60VCWRF THICKENING - EAGLEANDFNI FNI Compliance.pdf (CFW Internal) 7. 60VCWRF THICKENING - EAGLEANDFNI FNI Form 1295.pdf (CFW Internal) 8. 60VCWRF THICKENING - EAGLEANDFNI FNI SAM.pdf (CFW Internal) 9. 60VCWRF THICKENING - EAGLEANDFNI funds avail.docx (CFW Internal) 10. 60VCWRF THICKENING - EAGLEANDFNI Map.pdf (Public) 11. 60VCWRF THICKENING - EAGLEANDFNI 56019 A020(R4).docx (Public) CL M el on In In _ � n _ 5 CL CA Y � « r � , ! / ! !$ ■ ` kk ( § Pf| § n9 � )§s � ! ®;; & ! a« ! . &; ; . � q } � � � ` !| �| JLn �{ � }\ 4E � \/ � � ( � |§ }/ !& ;& !! � � \ ; q E � E . \! i§ \f !£ (k