Loading...
HomeMy WebLinkAboutContract 54767-A1CSC No. 54767-Al AMENDMENT No . 1 TO CITY SECRETARY CONTRACT No. 54767 WHEREAS, the City of Fort Worth (CITY) and Kimley-Horn Associates, Inc., (ENGINEER) made and entered into City Secretary Contract No. 54767, (the CONTRACT) which was authorized by M&C 20-0773 on the 20th day of October, 2020 in the amount of $1,129,280.00; and WHEREAS, the CONTRACT involves engineering services for the following project: Westside Treatment Plant III 30" Water Transmission Main; and WHEREAS, it has become necessary to execute Amendment No. 1 to the CONTRACT to include an increased scope of work and revised fee. NOW THEREFORE, CITY and ENGINEER, acting herein by and through their duly authorized representatives, enter into the following agreement, which amends the CONTRACT: 1. Article I of the CONTRACT is amended to include the additional engineering services specified in proposal attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer totals $303,590.00. 2. Article II of the CONTRACT is amended to provide for an increase in the fee to be paid to Engineer for all work and services performed under the Contract, as amended, so that the total fee paid by the City for all work and services shall be an amount of $1,432,870.00. 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 [Westside TP III 30" Transmission Main] Prof Services Agreement Amendment Template [1026881 Revision Date: November 23, 2021 Page 1 of 2 EXECUTED and EFFECTIVE as of the date subscribed by the City's designated Assistant City Manager. APPROVED: City of Fort Worth haw &tYgG x0# DanaBurghdoff 2023 0 :47 CDT) Dana Burghdoff Assistant City Manager DATE: Mar 20, 2023 APPROVAL RECOMMENDED: �44n�on�� pF FOR o G�`o ° 9�d Pvoo a=d ��it nEXA?oAp Ck7Lj 0Rk70r HcJrder Christopher Harder (Mar 10, 2023 11:07 CST) Christoher Harder, P. E. Director, Water Department Contract Compliance Manager: ENGINEER Kimley-Horn Associates, Inc. W,P, /1., f, P,, E. Jcthn Atkins, P.E. Vice President DATE: 03/09/2023 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: M&C: 23-0184 DBlack (Mar 11, 202314:26 CST) Douglas W. Black Sr. Assistant City Attorney ATTEST: -&,« Jannette Goodall City Secretary City of Fort Worth, Texas Prof Services Agreement Amendment Template Revision Date: November 23, 2021 Page 2 of 2 Date: 02/28/2023 Form 1295: 2023-974196 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX [Westside TP III 301, Transmission Main] [1026881 Kimley>»Horn March 8, 2023 Mr. Walter Norwood Project Manager City of Fort Worth Water Department 200 Texas Street Fort Worth, TX 76102 Re: WESTSIDE III WATER TRANSMISSION MAIN Amendment No. 1 KHA No. 061018380 City Project No. 102688 / City Secretary No. 54767 Dear Walter: The City of Fort Worth (CITY) has requested that Kimley-Horn perform additional services under Amendment Number 1 forthe WESTSIDE III TRANSMISSION MAIN project. After Kimley-Horn designed the conceptual alignmentstudy portion of the transmission main for Westside III, the CITY determined that it would be beneficial to have Kimley-Horn assume the design of a parallel 36-inch Westside IV transmission main. In addition, the alignment selected by the CITY resulted in additional linear footage of 42-inch transmission main that wasn't included in the original contract. Property acquisition complications required Kimley-Horn to re -divide the project into separate phases and required alignment revisions and assistance with condemnation services. These improvements are further described as follows: TASK 1 — DESIGN MANAGEMENT: ($6,980) ENGINEER will complete Design Management in accordance with the Original Contractfor the following: • Eighteen (18) monthly meetings were included in the original contract. An additional seven (7) meetings have occurred and an additional six (6) are anticipated. TASK 4.0 — FINAL DESIGN: ($55,190) ENGINEER will complete Final Design in accordance with the Original Contract for the following: • The total contract included design for 24,000 linear feet of 30 to 36-inch transmission main. The CITY requested the ENGINEER to add a parallel 36-inch transmission main (Westside IV). The revised design package includes 28,200 linear feet of 42-inch main, 1,050 linear feet of 36-inch transmission main, and 160 linear feet of 16-inch water main, an excess of 5,410 linear feet of design. • The CITY requested a realignment of the water main from Walsh property to Bourke Harvey property requiring additional design and survey. • The CITY requested additional Surge Analysis to be performed for the Westside III Transmission main to the Markum Ranch Pump Station and additional pipe calculations to analyze vacuum conditions. Kim ey>>)Horn Page • During a coordination meeting on August 17, 2022, the CITY requested revised phasing of the project. 90% plans were already completed with the initial phasing requiring the plans, contract documents, and permits to be revised. TASK 6.OA —PHASE 1— CONSTRUCTION PHASE SERVICES: ($100,935) ENGINEER will complete Construction Phase Services in accordance with the scope of services attached and as follows: • The original contract did not include Construction Phase Services and is being added through this amendment. • Since the contract time for Phase 1 is 540 calendar days, 18 months of Construction Phase Services are assumed. In addition to the CITY's standard Construction Phase Contract language, the ENGINEER will complete the following additional tasks not included in the Original Contract: • Maintain Report Log ■ ENGINEER will maintain a log of test results as they are received. • Coordination with Testing Lab and CITY ENGINEER will coordinate with Testing Lab regarding any discrepancies as well as timing of proposed testing. ENGINEER will notify CITY of failed tests. • Review of Testing Reports ■ ENGINEER will review materials testing reports as they are received to determine conformance with the Construction Contract Documents, and whether further clarification is required from the Testing Lab. • Limitation of Responsibilities ENGINEER shall not be responsible for the acts or omissions of the CITY's testing lab. ENGINEER shall not have the authority or responsibility to direct the work of the CITY's testing lab. TASK 6.01B — PHASE 2 — CONSTRUCTION PHASE SERVICES: ($69,170) ENGINEER will complete Construction Phase Services in accordance with the scope of services attached and as follows: • The original contract did not include Construction Phase Services and is being added through this amendment. • Since the contract time for Phase 2 is 280 calendar days, 9 months of Construction Phase Services are assumed. In addition to the CITY's standard Construction Phase Contract language, the ENGINEER will complete the following additional tasks not included in the Original Contract: • Maintain Report Log ■ ENGINEER will maintain a log of test results as they are received. • Coordination with Testing Lab and CITY ENGINEER will coordinate with Testing Lab regarding any discrepancies as well as timing of proposed testing. ENGINEER will notify CITY of failed tests. Kimley»>Horn Page 3 • Review of Testing Reports ■ ENGINEER will review materials testing reports as they are received to determine conformance with the Construction Contract Documents, and whether further clarification is required from the Testing Lab. • Limitation of Responsibilities ENGINEER shall not be responsible for the acts or omissions of the CITY's testing lab. ENGINEER shall not have the authority or responsibility to direct the work of the CITY's testing lab. TASK 7.0 — ROW/EASEMENT SERVICES ($11,075) ENGINEER will complete ROW/Easement services in accordance with the Original Contract for the following: The original contract excluded services associated with condemnation assistance. Condemnation has been authorized for the Nazarian parcel requiring assistance from Kimley- Horn to compile documents for the City attorney's file package. In addition, supplemental coordination has been required with the City's Property Management Department. TASK 8.0 — SURVEY AND SUE SERVICES ($19,750) ENGINEER will complete Survey and SUE services in accordance with the Original Contract for the following: • The original contract included topographic survey along the transmission main alignment. Additional survey was required for the revised alignment across the Bourke Harvey property. • The original contract included Level A subsurface utility engineering along the transmission main alignment. Additional SUE will be performed at gas line crossings, due to alignment revisions. TASK 9.0 — PERMITTING ($10,860) ENGINEER will complete Permitting services in accordance with the Original Contractfor the following: • The original contract included services associated with Texas Antiquities Permitting for the transmission main alignment. Due to the alignment and re -phasing adjustments after the original Scope of Work was authorized by the Texas Historical Commission, two additional revised Scopes of Work were required to be prepared and approved by the Texas Historical Commission. • The original contract included TxDOTcrossing permitting for one crossing of 1-20 and one crossing of I-30. Due to the additional linear footage added to the contract for the 36-inch Westside IV Transmission Main, permitting is required to be obtained forone additional crossing of 1-20. With allocating $29,630 for Additional Services, we recommend that the CITY increase the budget by $303,590 for these additional services. The following tables summarize our recommended budget revisions, water design fees, and revised contract amount: 801 Cherry Street, Unit 11, Suite 1300, Ft. Worth, TX 76102 Kimley»>Horn Page 4 Description Water Total Task 1 —Design Management $6,980 $6,980 Task 4—Final Design $55,190 $55,190 Task 6A— Phase 1 — Construction Phase Services $100,935 $100,935 Task 6B — Phase 2 — Construction Phase Services $69,170 $69,170 Task 7—ROW/Easement Services $11,075 $11,075 Task 8—Survey Services $19,750 $19,750 Task 9—Permitting $10,860 $10,860 Task 10— Add itional Services $29,630 $29,630 Total $303,590 $303,590 The following breakdown forwater and sewer services is recommended: Water Fee Sewer Fee SurveyFee Total Original Contract $1,067,280 $0 $62,000 $1,129,280 Amendment No. 1 $293,590 $0 $10,000 $303,590 Total 1 $1,360,870 1 $0 1 $72,000 $1,432,870 801 Cherry Street, Unit 11, Suite 1300, Ft. Worth, TX 76102 Kimley>»Horn Page 5 The following table summarizes our recommended budget revisions and shows the revised contract amount: Task Number Original Contract Amend No.1 Revised Contract Task 1 $37,230 $6,980 $44,210 Task 1A $73,215 $0 $73,215 Task 2 $57,600 $0 $57,600 Task 3 $289,145 $0 $289,145 Task 4 $206,155 $55,190 $261,345 Task5A $16,195 $0 $16,195 Task 5B $16,195 $0 $16,195 Task 6A $0 $100,935 $100,935 Task6B $0 $69,170 $69,170 Task 7 $90,825 $11,075 $101,900 Task 8 $186,180 $19,750 $205,930 Task 9 $145,365 $10,860 $156,225 Task 10 $11,175 $29,630 $40,805 Total Project $1,129,280 $303,590 $1,432,870 We appreciate the opportunity to be of continued service to the CITY. Please contact us if we need to provide any further information. Very truly yours, KIMLEY-HORN AND ASSOCIATES, INC. 44.4; 1p•g• J,. Atkins, P.E. Vice President J RA/jrt Attachments: Level of Effort Summary Scope of Services for Additional Construction Phase Services K:\FTW Utilities\061018380-Wesisidelll-30-IN-WL\PPP\Post_NTPW,mendmentkl\202303-08_Amendl_WSIII_revperCouncilApprovedAmount.doc 801 Cherry Street, Unit11, Suite 1300, Ft. Worth, TX76102 .23 \!l,,,o,i±/6!&iE:°;S, / / $ :-� Cl) #®,\&[($}!:miss}/}]J3/})]{(& }((/(%} ~ - (- _ \/%:[JR wo = 'i§[\})&#\\2}}\o \ _ - )� __ ;) _ --� �!Tco5 o , ,30 o _ -- 2 < o _\�� U U J I \ m@mm@\ \ \ \\@@mmm \ @ M. @m\ \ m@mmmm\ o �\ \ m m ? @ @§ ! } � o o 1. M. J1. I o o a § 1,21 4 \\ /}\ ETxC) \2[7/[mo<E ® (§\ am}(\ / « ��� F.a \ )}\(oo ;«a= aSpt ` ~� \�} \ �� �� } �&\!& \ (} }j f�! ~ `- EL�\+\ - : - - G3 o:;_®;! o ! ! E o>§0uE£/eƒ.«,o o3 lR« 9 3 »I:x)y ;! /} �' /% (`�\®& §§ \$ \} § - �{o §; ! , ,o= } }f.�}/\»» 2/!3 §tea §■§�■■§��§�■■■■§■■§■■■�§■�■ ■■■�■■■�■■�■■■■■■■■■■■�■■�■■ ATTACHMENT A DESIGN SERVICES FOR WESTSIDE III WATER TRANSMISSION MAIN CITY PROJECT NO.:102688 ATTACHMENT A Scope for Engineering Design Related Services for Water and/or Sanitary Sewer Improvements DESIGN SERVICES FOR WESTSIDE III WATER TRANSMISSION MAIN CITY PROJECT NO.:102688 The scope set forth herein defines the work to be performed by the ENGINEER in completing the project. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. TASK 6. CONSTRUCTION PHASE SERVICES. ENGINEER will support the construction phase of the Westside III Transmission Main — Phase 1 project as follows. 6.1 Construction Support • The ENGINEER shall attend the preconstruction conference for each construction contract. • After the pre -construction conference, the ENGINEER shall provide project exhibits and attend each virtual public meeting to help explain the proposed project to residents. The CITY will schedule the meeting and send invitations to affected customers. Visits to Site and Observation of Construction. ENGINEER will provide monthly on -site construction observation services during the construction phase. ENGINEER will make visits at intervals as directed by the CITY in order to observe the progress of the Work. Such visits and observations by Consultant are not intended to be exhaustive or to extend to every aspect of Contractor's work in progress. Observations are to be limited to spot checking, selective measurement, and similar methods of general observation of the Work based on ENGINEER's exercise of professional judgment. Based on information obtained during such visits and such observations, Consultant will evaluate whether Contractor's work is generally proceeding in accordance with the Contract Documents, and ENGINEER will keep Client informed of the general progress of the Work. The purpose of ENGINEER's site visits will be to enable ENGINEER to better carry out the duties and responsibilities specifically assigned in this Agreement to ENGINEER, and to provide Client a greater degree of confidence that the completed Work will conform in general to the Contract Documents. ENGINEER shall not, during such visits or as a result of such observations of Contractor's work in progress, supervise, direct, or have control over Contractor's work, nor shall ENGINEER have authority over or responsibility for the means, methods, techniques, equipment choice and usage, sequences, schedules, or procedures of construction selected by Contractor, forsafety precautions and programs incident to Contractor's work, norfor any failure of Contractor to comply with laws and regulations applicable to Contractor's furnishing and performing the City of Fort Worth. Texas AttachmentA PM Release Date 07.23.2012 Page 1 of 3 ATTACHMENT A DESIGN SERVICES FOR WESTSIDE III WATER TRANSMISSION MAIN CITY PROJECT NO.:102688 Work. Accordingly, ENGINEER neither guarantees the performance of any Contractor nor assumes responsibility for any Contractor's failure to furnish and perform its work in accordance with the Contract Documents. • Clarifications and Interpretations. ENGINEER will respond to reasonable and appropriate Contractor requests for information and issue necessary clarifications and interpretations of the Contract Documents to Client as appropriate to the orderly completion of Contractor's work. Any orders authorizing variations from the Contract Documents will be made by Client. • Change Orders. ENGINEER may recommend Change Orders to CITY, and will review and make recommendations related to Change Orders submitted or proposed by the Contractor. Shop Drawings and Samples. ENGINEER will review and approve or take other appropriate action in respect to Shop Drawings and Samples and other data which Contractor is required to submit, but only for conformance with the information given in the Contract Documents. Such review and approvals or other action will not extend to means, methods, techniques, equipment choice and usage, sequences, schedules, or procedures of construction or to related safety precautions and programs. • Substitutes and "or -equal." Evaluate and determine the acceptability of substitute or "or -equal" materials and equipment proposed by Contractor in accordance with the Contract Documents, but subject to the provisions of applicable standards of state or local government entities. Disagreements between Client and Contractor. ENGINEERwill, if requested by CITY, render written decision on all claims of CITY and Contractor relating to the acceptability of Contractor's work or the interpretation of the requirements of the Contract Documents pertaining to the progress of Contractor's work. In rendering such decisions, ENGINEER shall be fair and not show partiality to CITY or Contractor and shall not be liable in connection with any decision rendered in good faith in such capacity. Final Notice of Acceptability of the Work. ENGINEER will attend a final site visit conducted by the CITY to determine if the completed Work of Contractor is generally in accordance with the Contract Documents and the final punch list so that ENGINEER may recommend, in writing, final payment to Contractor. Accompanying the recommendation for final payment, ENGINEER shall also provide a notice that the Work is generally in accordance with the Contract Documents to the best of ENGINEER's knowledge, information, and belief based on the extent of its services and based upon information provided to ENGINEER upon which it is entitled to rely. • Limitation of Responsibilities. ENGINEER shall not be responsible for the acts or omissions of any Contractor, or of any of their subcontractors, suppliers, or of any other individual or entity performing or furnishing the Work. ENGINEER shall not have the authority or responsibility to stop the work of any Contractor. 6.2 Record Drawings City of Fort VUbrth, Texas AttachmentA PMO Release Date: 08.1.2014 Page 2 of 3 ATTACHMENT A DESIGN SERVICES FOR WESTSIDE III WATER TRANSMISSION MAIN CITY PROJECT NO.:102688 • The ENGINEER shall prepare Record Drawings from information provided by the CITY depicting any changes made to the Final Drawings during construction. • The ENGINEER shall modify the Final Drawings electronically and shall place a stamp on the plans indicating that they represent Record Drawings of the project as constructed. The stamp shall be signed and dated by the ENGINEER and shall be placed on each plan sheet, whether there are any revisions on the sheet or not. Each sheet shall clearly indicate all changes which apply to that sheet by clouding and numbering, or other suitable means. • The following disclaimer shall 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. • The ENGINEER shall submit a set of sealed Final Drawings, modified and stamped as Record Drawings, on mylar for record storage for each construction contract. The ENGINEER may keep copies of the information provided by the CITY for their files, but all original red -lined drawings shall be returned to the CITY with the mylars. PDF files shall be uploaded to the project's Record Drawings folder in BIM360. ASSUMPTIONS • ENGINEER will provide up to two (2) exhibits for one (1) virtual public meeting and prepare a listing of names and addresses of residents and businesses affected by the project. • Five (5) RFI's are assumed for each contract. • Two (2) Change Orders are assumed for each contract. • 45 Shop Drawings reviews are assumed for each contract. • 18 Site Observation Visits are assumed. • One (1) PDF copy of full size (22"x34") record drawing plans will be delivered to the CITY for the construction contract. DELIVERABLES A. Public meeting exhibits B. Response to Contractor's Request for Information C. Review of Change Orders D. Review of shop drawings E. Record Drawings on PDF City of Fort Worth, Texas AttachmentA PMO Release Data 08.1.2014 Page 3 of 3 City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, February 28, 2023 REFERENCE NO.: M&C 23-0184 LOG NAME: 60WESTSIDE III WATERMAINP1- THALLE KHA SUBJECT: (CD 3 / Future CD 3) Authorize Execution of a Contract with Thalle Construction Company, Inc. in the Amount of $19,873,823.75 for Westside Treatment Plant III 30" Water Transmission Main Project, Authorize Execution of Amendment No. 1 in the Amount of $303,590.00 to an Engineering Agreement with Kimley- Horn Associates, Inc., for Westside Treatment Plant III 30" Water Transmission Main Project, Provide for Total Project Costs in the Amount of $21,125,743.00, Adopt Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt, and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to the Fiscal Years 2023-2027 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of a contract with Thalle Construction Company, Inc. in the amount of $19,873,823.75 for the Westside Treatment Plant III 30" Water Transmission Main project (City Project No. 102688); 2. Authorize execution of Amendment No. 1 to City Secretary Contract No. 54767 in the amount of $303,590.00, an Engineering Agreement with Kimley-Horn Associates, Inc., for construction support services for Westside Treatment Plant III 30" Water Transmission Main project (City Project No. 102688) for a revised contract amount of $1,432,870.00: 3. Adopt the attached resolution expressing official intent to reimburse expenditures with proceeds from future debt for the Westside Treatment Plant 111 30" Water Transmission Main project; and 4. Adopt the attached appropriation ordinance adjusting appropriations in the W&S Commercial Paper Fund by increasing appropriations in the Westside Treatment Plant III 30" Water Transmission Main project (City Project No. 102688) in the amount of $21,125,743.00 and decreasing appropriations in the W&S Commercial Paper project (City Project No. UCMLPR) by the same amount to effect a portion of Water's Contribution to the Fiscal Years 2023-2027 Capital Improvement Program. DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize execution of a contract with Thalle Construction Company, Inc. in the amount of $19,873,823.75 for the Westside Treatment Plant III 30" Water Transmission Mainproject (City Project No. 102688) and the execution of Amendment No. 1 to City Secretary Contract No. 54767 in the amount of $303,590.00, an Engineering Agreement with Kimley- Horn Associates, Inc., for construction support services for Westside Treatment Plant III 30" Water Transmission Main project (City Project No. 102688) for a revised contract amount of $1,432,870.00. On October 20, 2020, M&C 20-0773, the City Council authorized an engineering agreement with Kimley- Horn Associates, Inc., (City Secretary Contract No. 54767), in the amount of $1,129,280.00 to prepare plans and specifications for the construction of Westside Treatment Plant III 30" Water Transmission Mainproject. As part of Amendment No. 1, the Engineer will provide construction phase services, additional pipeline design, additional survey services, surge analysis for the Westside III water transmission mains and dividing the project into two parts to accelerate completion of the project. The funding for this M&C is contingent upon an M&C being submitted by Financial Management Services on the 02/14/2023 council agenda. That M&C will increase the Water Department's authorized Callable Commercial Paper Program from $150,000,000.00 to $225,000,000.00. The project was advertised for bid on November 10 and 17, 2022, in the Fort Worth Star -Telegram. On December 15, 2022, the following bids were received: 11 Bidders 11 Total Bid 11 Contract Time 11 TTh`alle Construction Company, Inc. $.19,873 823.75 550 Calendar Days Reyes Group, Ltd. 1$20,999,999.00 McKee Utility Contractors, Inc. Mountain Cascade of Texas, L $23,475,000.00 1$23,645,987.00 S.J. Louis Construction of Texas, Ltd. $25,935,531.70 In addition to the contract cost, $600,537.25 is required for project management and inspection and $347,792.00 is provided for project contingency. M&C 20-0773 authorized $1,715,825.00 for project management, real property acquisitions, and utility coordination in relation to Kimley-Horn and Associates, Inc.'s original engineering contract. This project will have no impact on the Water Department's operating budget when complete. Funding is budgeted in the W&S Commercial Paper project within the W&S Commercial Paper Fund for the purpose of funding the Westside Treatment Plant III 30" Water Transmission Main project. 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 the debt is issued. 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. Under federal law, the debt must be issued within approximately three years in order for these expenses to be reimbursable. Adoption of the attached resolution does not obligate the City to sell bonds but preserves the ability of the City to reimburse itself from tax-exempt bond proceeds. It is the practice of the Water Department to appropriate its CIP plan throughout the fiscal year, instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bond covenants. The actions in the M&C will amend the City of Fort Worth's Fiscal Year 2023- 2027 Capital Improvement Program as follows: 60WESTSIDE III WATERMAINP1- THALLE & KHA Capital Fund Project Name FY2023 CIP Appropriations Authority Budget Change (Increase/Decrease) Revised FY2023 Budget Name 56021- 102688 — W&S WS Treatment $0.00 This M&C $21,125,743.00 $21,125,743.00 Commercial Plant III Paper p 30 WTM Funding for the WS Treatment Plant III 30" WTM project is depicted below: Existing Additional * Fund Appropriations Appropriations Project Total W&S 11 Commercial $0.00 $21,125,743.00 $21,125,743.00 Paper -Fund 56021 W&S Rev Bonds Series 2021 - $2,845,105.00 $0.00 $2,845,105.00 Fund 56019 Project Total $2,845,105.00 $21,125,743.00 $23,970,848.00 *Numbers rounded for presentation purposes. Business Equity: Thalle Construction Company, Inc. is in compliance with City's Business Equity Ordinance by committing to 10\% Business Equity participation on this project. The City's Business Equity goal on this project is 10\%. Business Equity: Kimley-Horn and Associates, Inc. is in compliance with the City's BDE Ordinance by committing to 5\% SBE participation on this project. The City's SBE goal on this project is 5\%. The project is located in COUNCIL DISTRICT 3/ FUTURE CD 3. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are currently available in the W&S Commercial Paper project within the W&S Commercial Paper Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the W&S Commercial Paper Fund for the WS Treatment Plant III 30" WTM project to support the approval of the above recommendations and execution of the amendment to the engineering contract and the 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 ccount Project Program ctivity Budget Reference # mount ID ID Year (Chartfield 2) FROM Fund Department ccount Project Program ctivity Budget Reference # Amount ID ID Year I (Chartfield 2) CERTIFICATIONS: Submitted for City Manager's Office by., Originating Department Head: Additional Information Contact: Dana Burghdoff (8018) Chris Harder (5020) Walter P Norwood (5026) ATTACHMENTS 1. 60WESTSIDE III WATERMAINP1- KHA Compliance Memo.pdf (CFW Internal) 2. 60WESTSIDE III WATERMAINP1- THALLE & KHA FID Table (WCF 01.19.23).xlsx (CFW Internal) 3. 60WESTSIDE III WATERMAINP1- THALLE & KHA Form 1295 KHA.pdf (CFW Internal) 4. 60WESTSIDE III WATERMAINP1- THALLE & KHA From 1295 for Thalle.pdf (CFW Internal) 5. 60WESTSIDE III WATERMAINP1-THALLE & KHA Map.pdf (Public) 6. 60WESTSIDE III WATERMAINP1- THALLE Compliance Memo.pdf (CFW Internal) 7. 60WESTSIDE III WATERMAINP1- THALLE KHA funds availability_pdf (CFW Internal) 8. ORD.APP 60WESTSIDE III WATERMAINP1- THALLE KHA 56021 A023(r4).docx (Public) 9. PBS CPN 102688.pdf (CFW Internal) 10. Resolution 60WESTSIDE III WATERMAINP1-THALLE & KHA.docx (Public) 11. SAM.goy KHA.pdf (CFW Internal) 12. SAM.gov Thalle Construction Companypdf (CFW Internal) 0 y c y t1 �z 'd H C" t" Y h7 ., C m a