Loading...
HomeMy WebLinkAboutContract 4002-A1C17Y SECRETARYL AMENDMENT No . CONTRACT N®. TO CITY SECRETARY CONTACT WHEREAS, the City of Fort Worth (CITY) and CH2M HILL, Inc., (ENGINEER) made and entered into City Secretary Contract No. 40002, (the CONTRACT) which was authorized by M&C C-24133 on the 9tn day of March, 2010 in the amount of $2,309,748.00, and WHEREAS, the CONTRACT involves engineering services for the following project: Storm Water Capital Project Management Services; 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 a proposal dated May 17th, 2012, 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 $783,004.03. 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 $3,092,752.03. 3. All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. OFFIC��L• R�GOR�. O# ly EEWRWWY PE WORTH, TX 07-10-12 PO4�21 IN page -1- EXECUTED and EFFECTIVE as of the date last written by a signatory, below. APPROVED: City of Fort Worth ENGINEER CH2M H Eng'neers, In . Fernando Costa Assistant City Manager DATE: Doug Dire Works AL RECOMMENDED: �ersig, P.E. )Transportation and Public APPROVED AS TO FORM AND LEGALITY: Douglas W. Black Assistant City Attorney d MtleyPE Edwaro, .. Vice President DATE : OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page -2- CH2MHILL City of Fort Worth Storm Water Capital Project Management Services Amendmenk 11 a H May 17, 2012 The tasks below outline additional services requested by the City of Fort Worth for the Storm Water Capital Project Management Services contract (City Secretary Contract 40002, C-24113). Task 1— Storm Water Project Management and Administrative Services The Storm Water Capital Project Management Services contract provides project management and administrative services to the Storm Water Management Department as an extension to City staff. The contract duration is 24 months, with an allowable two annual (12 month) contract extensions, based on satisfactory performance and City needs. The City has requested an amendment to carry the project management and administrative services through the end of the first annual extension, October 31, 2013. The contract fee was estimated assuming 12 active projects can be managed effectively by one full-time project manager, use of available staff at the time of contract negotiations, and an assumed number of projects to be managed over time as follows: • 7 total projects as of March, 2010 (month 0 - 3) • 9 total projects as of June, 2010 (month 4 - i) • 35 total projects as of October, 2010 (month 8 -10) • 39 total projects as of January, 2011 (month 11-19) • 42 total projects as of October, 2011 (month 20 - 24) Based on our historical labor burn rates, the assumption of 12 projects for one full-time project manager (FTE) is generally holding true and is also assumed for future cost projections. As a measure of efficiency. Exhibit 1 illustrates the assumed average $/project for each month in the original contract against the actual $/project. The graph indicates we are burning less than planned on a per project basis. Exhibit 2 shows the assumed project load over time against the actual projects. Exhibit 2 indicates the contract began with an additiona121 projects (1.8 FTE) and will exceed the upper limit of projects being managed by 13 projects (1.1 FTE). Exhibit 3 illustrates the actual and historical/projected cost curve for the project. Exhibit 3 highlights that the existing authorized funding is projected to be exhausted in 20 months, by late June 2012, rather than the original 24 month contract duration. An additional $508,364.30 is estimated to be needed to carry the contract through its 24 month duration. The additional fee is due to the greater number of projects being managed. CH2MHILL The projected cost for the first annual extension (November 2012 through October 2013) is $113451670.95. The total cost for Task 1 is summarized below: Additional Services Requested10 $508,364.30 First Annual Extension: $1,345,670.95 Total $1,854,035.24 1 —Additional services requested to carry the contract through its full 24 month duration. 2 . First Annual Extension for services from November 2012 through October 2013, Assumptions: • The current workload of 55 projects being managed will remain consistent throughout the duration of the contract. Task 2 —Grant Compliance Scope of Services The City of Fort Worth has received federal funding in support of two capital improvement projects and seeks assistance to ensure compliance with the programmatic requirements for project implementation and reporting on the grant funds. The first appropriation will allow construction of high water warning signs, flashers and gauges throughout the City. The funding source is the Highway Trust Fund administered by the Federal Highway Administration. Funding for the project was appropriated by Congress as part of the FY2006 Federal Discretionary Program. The federal funds are passed through to the Texas Department of Transportation (TXDOT), which has the responsibility of managing and monitoring project development and use of the funds by the local project sponsors. Per Minute Order 110542, passed and approved on May 25, 2006, Texas Transportation Commission approved funding for the Fort Worth Flood Safety Project in the amount of $792,000. The second project, entitled the Fort Worth Lebow Channel -Dewey Street Crossing Drainage gation Project within the grant documents, received funding as part of the Legislative Disaster Mitigation Mitigation (LPDM) Program. Approval was granted by the Texas Department of Public Safety (DPS) and the Federal Emergency Management Agency (FEMA) and will be administered by the TX DPS. The award date for the $1,000,000 grant is May 11, 2011; the project must be completed no later than July 8, 2013; however, the City may request a one-year extension. The local cost share match is at least 25 percent of the total project cost, or $333,333.33. The purpose of this scope of work is to define those tasks to be conducted by CH2M HILL to provide grant implementation and compliance support to the City through August 1, 2014 (36 months), which coincides with the required completion date associated with the FEMA/DPS grant (assuming a one year extension is granted). CH2MHILL Task 2.1 —Grant Compliance and Reporting Procedures In this task, CH2M HILL will use guidance manuals and procedures related to the funding programs from the TXDOT and TX DPS, as well as federal programmatic requirements, to develop compliance flow charts, check lists and timelines for each of the projects based on the requirements of their respective funding programs. Further, CH2M HILL will develop reporting formats and procedures for document management and storage. Coordination with the City's Finance/Accounting, Legal and Project Management team will be required during procedure development. Additionally, CH2M HILL will provide a briefing to City staff regarding the requirements, procedures and applicable roles/responsibilities. These deliverables will be provided to the City in forms amenable to assisting the City with managing future grant compliance and reporting efforts. Assumptions: • Two trips to Forth Worth office for two people from Austin. • One meeting with the agency's Project Manager for each of the projects, one in Austin with the TX DPS and one in Fort Worth with the TXDOT. • The City of Fort Worth has already obtained the required permissions from the local floodplain administrator. • The draft compliance manual will be submitted electronically for comments. The City will provide consolidated review comments to CH2M HILL in one package, and CH2M HILL will respond to those comments in the final compliance manual. • Review comments will be provided by the City of Fort Worth within two weeks of receiving the draft compliance manual. Deliverables: • Draft and Final Compliance Manual identifying compliance requirements for each of the funding programs and including flow charts, check lists and compliance schedule. Files will be provided in both native and .pdf electronic format. Task 2.2 —Grant Reporting and Compliance Support This task provides for preparation and submittal of reports to TXDOT and the TX DPS. Specifically, CH2M HILL will perform the following services. • prepare draft report packages for review by the City and submittal of final reports to the agencies o quarterly submittals required for the Legislative Pre -Disaster Mitigation (LPDM) Program o monthly submittals during construction for the FY2006 Federal Discretionary Project Program • are confirmation of Excluded Parties List System check for both demolition and construction contractors and submit one copy to the TX DPS • prepare certificate of completion and submit one copy to the TX DPS • prepare, publish, and provide one copy of the public notice required to the TX DPS 3 CH2MHILL • review construction contract award packages for compliance with the funding program requirements and provide comments regarding grant compliance only • maintain project files related to grant compliance; financial and other data will be requested from the City at least monthly to facilitate quarterly reports Assumptions: • Effort is based on overseeing compliance for the duration of the grants and is not tied to the current contract initial phase end date of October 31, 2012. • Financial information required for reporting will be provided by the City (e.g., staff salary and benefit information, other cost -share expenditures). • Quarterly reports required for the LPDM Program will be prepared and submitted for 36 months, through August 1, 2014. • Monthly reports required during construction for the FY2006 Federal Discretionary Project Program will be provided for an assumed pre -bid and construction period total of 21 months, through May 1, 2013. Deliverables: • Four (4) draft Quarterly Reports (to include invoices) per year will be provided electronically to the City for review prior to submittal to the TX DPS. • Four (4) Final Quarterly Reports (to include invoices) per year will be submitted to the TX DPS, with electronic copies submitted to the City. • Twelve (12) draft monthly progress reports (to include invoices when applicable) per year will be provided electronically to the City for review prior to submittal to the TXDOT, up to 21. • Twelve (12) final monthly progress reports (to include invoices when applicable) per year submitted to the TXDOT, with electronic copies submitted to the City, up to 21. • Review comments regarding compliance aspects will be provided for no more than five construction contracts. Schedule Task 2.1 Develop Draft Compliance Manual 6 weeks after Notice to Proceed Staff briefing and submittal of Final Compliance 2 weeks after comments Manual received on Draft Task 2.2 Department of Public Safety Report Reports due Oct 15, Jan 15, April 15 and July 15 TX Department of Transportation Reports due monthly CH2MHILL s Task 3 — iSWM Plan Review The City of Fort Worth has requested assistance in the review of iSWM Plans and approval of grading permits on capital projects. Assumptions: • iSWM plans will be reviewed and approved for capital projects only. • Capital projects will be reviewed for iSWM compliance. • The requirement for iSWM plan review on capital projects will become in effect on June 1, 2012 and applies to all departments. • Effort associated with review of iSWM plans has been calculated through the end of the first annual extension of October 31, 2013. • Effort for up to 100 iSWM plan reviews for stormwater capital projects has been assumed. This corresponds to all 60% and 90% consultant design deliverables anticipated from June 1, 2012 through October 31, 2013. • Effort for up to 80 iSWM plan reviews for other City departments has been assumed. • Each review will take an average of 1 hour. • Up to 48 hours is assumed to assist the City in the implementation of the review process across all departments and to become familiar with Permits Plus. • Grading permit approval will be handled electronically through the City's Permit Plus software. Deliverables • Approved iSWM plans and grading permits or rejected plans/permits with appropriate comments why they are deficient. Task 4 — P&D Department Project Management Services The Storm Water Capital Project Management Services contract provides capital project management services to the Planning and Development (P&D) Department as an extension to City staff. The contract duration is 24 months. The City has requested an amendment to continue the project management services of on -going active projects through project construction and closeout. Scope items under Task 4 are to be completed by the consultant as requested by the assigned Planning and Development Department project manager. Assumptions • Six active projects will be managed by a single project manager. The projects include: 1. West Berry Streetscape Improvements 2. Magnolia Village Streetscape Improvements 3. Hemphill Berry Urban Village Phase 2 Streetscape Improvements 5 CH2MHILL 4. Berry Riverside Urban Village Phase 2 Streetscape Improvements 5. Near East Side Urban Village Phase 2 Streetscape Improvements 6. Hyde Park/Ninth Street Pedestrian and Streetscape Enhancements • The duration of the amendment is through closeout of the projects listed above and is estimated to be complete within 18 months beyond the original contract duration of 24 months. Scope The scope is presented below. • Act as the City's primary point of contact. • Assist in scheduling meetings as needed with City staff from all departments. • Obtain and review monthly consultant status reports and schedules. Report project status to the program manager by providing detailed monthly reports. • Assist in tracking project's progress in the City's PM/Program Manager dashboard. • Assist in updating the City's overall project schedule monthly. Review invoices for reasonableness, accuracy, and appropriate charges. • Proactively manage change on the project. • Coordinate CPMS project and financial tracking • Provide exposure to specific project management skills during the normal course of work to address capacity building for P&D staff. • Document project activities, decisions and milestones maintained in hard copy form and electronic form on the City's Buzzsaw site. • Support P&D staff to coordinate with the City's Real Property group staff and acquisition consultants, if used. Be the primary point of contact with Real Property for the consultant and acquisition consultants. • Review easement/ROW and property acquisition documents against the requirements of the design for appropriateness and accuracy. • Coordinate with Real Property so appraisals are completed in a timely manner. Review appraisals for completeness. • Coordinate with the City's Utility Coordinator for utility relocations. • Review the Notice to Bidders and Comprehensive Notice to Bidders for accuracy and advertise the project. • Lead pre -bid meeting, if one is required. • Attend bid opening. • Review consultants bid tab summary for completeness and accuracy. • Review contractor's bid package for conformance with the contract requirements. • Recommend successful bidder for contract award. • Assist in the preparation of the M&C for authorization to award contract. CH2MHILL • Issue the Notice to Proceed. • Act as the City's Construction Manager and be the point of contact between the contractor, inspector, and consultant. Respond to Requests for Information and submittal reviews. Coordinate with the design consultant's response if they are involved. Maintain hard copies of these documents and ensure consultant is tracking them. • Coordinate site visits and meetings with the inspector, consultant and contractor as appropriate. • Ensure contractor and inspector are maintaining as -built mark-ups. • Review contractor and consultant invoices for reasonableness, accuracy, and appropriate charges. • Once the construction is deemed complete, initiate the project close out process and coordinate with the inspector and consultant. • Coordinate and attend a final walk through with the consultant, inspector, and contractor. • Verify final punch list is completed by the consultant. • If part of the consultant's scope, coordinate completion of Record Drawings and deliver to the City's record storage (the "vault") in electronic form and in hard copy mylar drawings. i Review consultant and contractor final invoices for reasonableness, accuracy and appropriate charges. • Assist in reconciling the budget if any negatives exist. • Recommend final project closure and complete the City's "green" sheet. • Purge the files of any unnecessary documents and archive the project. Documentation of the above and other project activities, decisions and milestones maintained in hard copy form and electronic form on the City's Buzz Saw site. Compensation Summary Tasks in Amendment No. 1 will be performed on a time and materials basis with a rate schedule per Attachment B, Compensation, included herein. Exhibit 4 summarizes of the hours and fees for each task included in Amendment No. 1. The anticipated M/WBE participation for Amendment 1 is $598,884 or 28%. The M/WBE goal for this contract is 15 % and the original commitment is 38 %. We request a separate goal for Amendment No. 1. CH2MHILL w A summary of the Contract is as follows: Original Agreement (SWMD PM and in Services) $2,009,748.00 Original Agreement (Planning and Development) $ 300,000.00 Amendment No.1 (SWMD PM and Admin Services) $11969,580015 Amendment No.1 (Planning and Development) $ 159,094.83 Total $4,438/422*98 Due to internal restructuring, CH2M HILL requests the assignment of the Contract from CH2M HILL, Inc. to CH2M HILL Engineers, Inc. Thank you for the opportunity to submit this amendment for support services. We appreciate the opportunity to serve you. Sincerely, C1-12M HILL, Inc. Ken C. Hall, P.E. Vice President Chad M. Simmons, P.E. Project Manager u U U U � U � UJ � 4J U 4� U_ O w U w ro � � U O •7 Q •L �O O O vi ■ Zi-das Zi-Ony Zi-Inf ZZ-un f v Zi-/yew Zi-add •v c ZT-Jew W O c Q I ZT-qaj v � ZZ-uef an Q C IQj ZZ-aaQ 2 I I TT-nON W •� i a ZT-das a i TOny cr IL-Inf X I TT-un f `' I ii-ady I ii-aew ii-uef I 0�-aaQ OZ-nON 0 0 0 0 0 0 o Lrn o LO o Ln M N 1:)afOad/$ u L c O U to (0 by 7 a-+ L U O{ Q N I C Lu p IMM LL .1 �b Cl4? � cl�ll �b 9d y rrJ dO r� 02 rr�J� rra d3, rr� ryb r� ab r� � rr9e 0 rl o �rml *4m OrJ O �O O O O O O O O 2 to Ln lqt M s;:)afoad 10 ## ow M 9 .�d L U :O LLI O U U N Q O 'u O v � � v � Y L � � Y � u C a Y f0 U � C f0 4J OJ N U (YO fY0 f0 U cr w i C c i C O > > > O III 00 m [o u 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o o Ln o Ln o L Ln Ln � � rq v vas vli 44i 1 An vim f EZ-/yew £T-aew £Z-uef ZT-noN ZT-das ZT-Inf ZZ-Aew ZZ-aew Zti-uef TT-noN as TT-Inf w TZ-aew ef OZ-noN Ln LnN ro co to rmi rNi 00 Ql °7 m� o � � v 0) um rn r*� 00 O LD Ln �� W Ln�m 4a 00 in• in i^ Ti ri I0 c I N i/} I�t O 00 LD O 00 L L� O n m O 00 G V Ln O ri rl O 00 M Ol Vl- Ln m V), � L 3 CY m ri Ol Lm C NN O m V), U imm/} tmR/? 7 Ln L m CD 00 LD 00 w U Ln V), ri rl Ol 00 Q1 Ln m O 00 i 4+ C CY) N N Ln (3) O m in in ri Ln U Vm� i� � N GJ O. X Lrii 0 00) rm-I LSD Lin O ° � Rt � 0 LLnn L00n Ct r� d- ri 00 C z 0 0 0 C 0 C o Ln Ln o 0 0 m ri rn r� V)m ri ri N m N O CO n N Ln ri L LOLL rl r-L d' i/? 00 i/} i/} L ri ri J O O O mt co N m h N rl m L r-1 ri 7 r-L r{ S J Fa. 'O 0 O Q = 0 CL 0) E 4� Ln � c t6 E () t r6 O LL0 O - (0 O_ fl_ C 0) N O u 0) "6 U F U O O L to CL N qA O O O C > 0) u E au :p n Ln 0 o ° E aj a Q U W G. •� a v o E a)c 5 U O O 06 N 0 N Q (D D_ (D to D_ Ln Y f6 m � m d In" N N ATTACHMENT B COMPENSATION Services for Storm Water Capital Project Management Services City Project No. SWM-003 Amendment No. 1 Time and Materials with Rate Schedule Project Compensation A. The CONSULTANT shall be compensated for personnel time, non -labor expenses, and subcontract expenses in performing services enumerated in Attachment A Scope of Work as follows: i. Personnel Time. Personnel time shall be compensated based upon hours worked directly in performing the PROJECT multiplied by the appropriate Labor Category Rate for the CONSULTANT's team member performing the work. Labor Category Rate as presented in the rate schedule table below is the rate for each labor category performing the work and includes all direct salaries, overhead, and profit. Labor Category (CH2M HILL Staff Only) 2012 Rate $/hour 2013 Rate $/hour Task 1 — PM and Admin Services On -site Project Manager 125 125 Off -site Project Manager 140 140 Administrative Staff 75 75 Task 2 — Grant Compliance Services Sr. Project Manager 170 170 Project Manager 140 140 Sr. Staff 210 210 Jr. Technical Staff 100 100 Administrative Staff 75 75 Task 3 — iSWM Plan Review Sr. Project Manager 170 170 ii. Non -Labor Expenses. Non -labor expenses shall be reimbursed as Direct Expenses at invoice or internal office cost. Direct Expenses (non -labor) include, but are not limited to, mileage, travel and lodging expenses, mail, supplies, printing and reproduction services, other direct expenses associated with delivery of the work; plus applicable sales, use, value added, business transfer, gross receipts, or other similar taxes. Subcontract Expenses. Subcontract expenses shall be reimbursed at cost to CONSULTANT plus a markup of ten percent (10%), with the exception of Task 4 services which will have no markup. IIA ATTACHMENT B COMPENSATION iv. Budgets. CONSULTANT will make reasonable efforts to complete the work within the budget and will keep the City informed of progress toward that end so that the budget or work effort can be adjusted if found necessary. CONSULTANT is not obligated to incur costs beyond the cated budgets, as may be adjusted, nor is the City obligated to pay CONSULTANT beyond these limits. If CONSULTANT projects, in the course of providing the necessary services that the PROJECT cost presented in Amendment No. 1 will be exceeded, whether by change in scope of the project, increased costs or other conditions, the CONSULTANT shall immediately report such fact to the City and, if so instructed by the City, shall suspend all work hereunder. When any budget has been increased, CONSULTANT's excess costs expended prior to such increase will be allowable to the same extent as if such costs had been incurred after the approved increase. B. The CONSULTANT shall be paid monthly payments as described in Section II - Method of Payment in the Agreement. Method of Payment A. The CONSULTANT shall be paid by the City based upon an invoice created on the basis of statements prepared from the books and records of account of the CONSULTANT, based on the actual hours and costs expended by the CONSULTANT in performing the work. B. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the CONSULTANT. C. Payment of invoices will be subject to certification by the City that such work has been performed. Summary of Total Project Fees Description Contract Amendment No. 1 TOTAL Amendment No. 1 Total Fee Not to Exceed City M/WBE Goal = 280/1 $2,3092748.00 $211289674.98 $41438,422.98 Consultant Committed Goal = 28% City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved As Corrected on 6/12/2012 DATE: Tuesday, June 12, 2012 LOG NAME: 20SWM AMEND1 CH2MHILL V2 REFERENCE NO.: C-25663 SUBJECT: Authorize Increase to City Secretary Contract No. 40002, an Engineering Services Agreement with CH2M Hill, Inc., in the Amount of $2,128,674.98 for Stormwater and Streetscape Project Management Services and Consent to Assignment of the Agreement from CH2M Hill, Inc., to CH2M Hill Engineers, Inc., for a Revised Total Contract Amount of $4,438,422.98 (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council: 1. Authorize an Increase to City Secretary Contract No. 40002, an Engineering Services Agreement with CH2M Hill, Inc., in the amount of $2,128,674.98 ;and 2. Consent to the assignment of the contract from CH2M Hill, Inc., to CH2M Hill Engineers, Inc. DISCUSSION: This contract with CH2M Hill, Inc., provides Staff augmentation for accelerated delivery of Stormwater and Streetscape capital projects. Contract services began in November 2010 for an initial Phase 1 time period of 24 months ending October 31, 2012 with two 12 month time extension options. During Phase 1, CH2M Hill, Inc., Staff has been responsible for accelerating the delivery of capital stormwater projects and currently is managing 50 projects. To expedite project delivery during Phase 1, additional projects were assigned to CH2M Hill, Inc., resulting in faster expenditure of allocated contract funds. This increase to the contract will continue accelerated delivery schedules through the remaining duration of Phase 1 —October 31, 2012 and execute a continuation of delivery services for an additional 12 month period —Phase 2. By the end of Phase 2 —October 31, 2013, peak work activities will have passed and project management services will be fully transitioned to Staff and no further extension of this contract is anticipated. A breakdown of the $2,128,674.98 increase in the contract amount recommended by this action is as follows: 783 0�4. �� • $623,909.20 for additional Phase 1 capital project management services; • $1,345,670.95 for implementation of Phase 2 of the Agreement for continuing project management services for approximately 50 Stormwater capital projects; and • $159,094.83 for project management for six Planning and Development Department streetscape projects (West Berry, Magnolia Village, Hemphill Berry Urban Village, Berry Riverside Urban Village, Near East Side Urban Village, and Hyde Park/Ninth Street). All figures cited above are ceiling amounts with charges accruing based on actual services rendered at agreed upon hourly rates. Staff finds the above figures are fair and reasonable for the scope of services proposed to be provided. Logname: 20SWM AMENDI_CH2MHILL_V2 Page 1 of 2 CH2M Hill Inc., proposes to perform these additional project management services on an hourly basis �eai-+q-i=a�es the total amount not to exceed the amount of $�53;88��63 $2,128,674.98. A Request for Proposal (RFP) for capital project management services was issued by the City in October of 2009 and CH2M Hill, Inc., was determined to be the most qualified consultant. On March 9, 2010, (M&C C-24133) the City Council authorized an Agreement in the amount of $2,309,748.00 with CH2M Hill, Inc., for SWMD and Planning and Development Department capital project management services. CH2M Hill, Inc., has requested this contract be assigned to CH2M Hill Engineers, Inc., because of internal restructuring. Consent to this assignment must be granted before it can take place. Approval of this Mayor and Council Communication will authorize CH2M Hill, Inc., to assign its rights and duties under the original Agreement and its amendments and renewals to CH2M Hill Engineers, Inc. Staff recommends approval of the assignment. CH2M Hill Engineers, Inc., is in compliance with the City's M/V1/BE Ordinance by committing to an additional 28 percent on this Amendment No. 1. This project serves ALL COUNCIL DISTRICTS. FISCAL INFORMATION /CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Storm Water Capital Projects Bond Fund and the 2004 New Development Fund. FUND CENTERS: TO Fund/Account/Centers FROM Fund/Account/Centers P227 539120 20 -VARIOUS $1,969,580.15 C202 531200 20 -VARIOUS $159.094.83 CERTIFICATIONS: Submitted for City Manager's Office bv: Fernando Costa (6122) Originating Department Head: Douglas W. Wiersig (7801) Additional Information Contact: Linda S. Young (2485) ATTACHMENTS 1. Amend Not Ch2M Hill Engineers Inc Compliance Memo.pdf (CFW Internal) Logname: 20SWM AMENDl_CH2MHILL V2 Page 2 of 2