Loading...
HomeMy WebLinkAboutContract 63591CSC No. 63591 CITY OF FORT WORTH CONTRACTOR SERVICES AGREEMENT This Agreement is entered into by and between the City of Fort Worth ("City") and HVAC ServicePro, LLC ("Contractor"). City and Contractor may be referred to individually as "Party" and collectively as "Parties." WHEREAS, City received grant monies from the United States Department of Housing and Urban Development ("HUD") through the Community Development Block Grant -Disaster Recovery Program ("CDBG-DR") to help communities recover from identified disasters; WHEREAS, on February 19, 2021, the President declared a disaster for all 254 counties in the state of Texas as a result of Winter Storm Uri (FEMA DR-4586); WHEREAS, as a result of the declaration, the City received $27,472,000 in grant funding to address the impacts of Winter Storm Uri and enhance resilience measures; WHEREAS, On January 28, 2025, City Council approved a Substantial Amendment to the City of Fort Worth's 2021 Community Development Block Grant - Disaster Recovery Action Plan that included an allocation of $6,795,400 to the Homeowners Assistance Repair and Rehabilitation Program (HARRP) to help alleviate the unmet need for single-family, owner -occupied rehabilitation related to Winter Storm Uri (Mayor & Council Communication (M&C) 25-0081); WHEREAS, prior to the substantial amendment, on September 14, 2024, City Council approved execution of non-exclusive JOC agreements with six identified contractors to provide home repair services for the City's Home Repair Program utilizing different state and federal grants awarded to the City (M&C 24-0817), including City Secretary Contract No. 62078 with Contractor; WHEREAS, the Neighborhood Services Department ("NSD") administers the Home Repair Program and has elected to add CDBG-DR as a funding source and HARRP as a funded activity to the non-exclusive agreements executed with the six contractors under M&C 24-0817; WHEREAS, this election was approved by Council on March 25, 2025 (M&C 25-0250) and the City amended the JOC agreements with the six identified contractors in order to incorporate CDBG-DR/HARRP related regulations, so that the contractors can provide home repair services for HARRP; and WHEREAS, the Parties acknowledge that some of the services and products required to be provided under CDBG-DR/HARRP regulations are not included as line items under the price schedule of the original JOC agreements; WHEREAS, the Parties desire to enter into a standalone agreement to incorporate the line items needed to provide services in compliance with CDBG-DR/HARRP regulations; WHEREAS, the Parties agree that the purpose of this Agreement is to allow for the purchase and billing of the additional line items required for CDBG-DR/HARRP program compliance only and the original JOC agreements, dictating the administration of the Priority Repair Programs and the services to be provided by Contractor thereunder, remain unaffected and in full force and effect. NOW, THEREFORE, the Parties, acting herein by and through their duly authorized representatives, enter into this following agreement: I. Vendor may provide goods or services as described in Exhibit A, Additional Green Building Retrofit Bid, in conjunction with CDBG-DR/HARRP services under CSC 62078 on an as -needed basis. Total annual compensation under this Agreement will not exceed Fifty Thousand Dollars ($50,000.00). II. This Agreement is effective as of March 25, 2025. ACCEPTED AND AGREED: HVAC ServicePro, LLC By: Albert Vasquez, Owner ATTEST: Jannette Goodall, City Secretary M&C: 24-0817; 25-0250 Date: 09/17/2024; 03/25/2025 1295 Certification No. 2024-1188033 RECOMMENDED: CITY OF FORT WORTH �'" ta' By: Kacey Bess, Neighborhood Services Director Z5� B�gGuJ� By: Dana Burghdoff (Jul �2025101 CDT) Dana Burghdoff, Assistant City Manager 07/02/2025 APPROVE AS TO FORM AND LEGALITY: By: Jessika Williams Assistant City Attorney CONTRACT COMPLIANCE ADMINISTRATOR: 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 Jerin Smith, Neighborhood Development Coordinator EXHIBIT A HVAC Service Pro: Additional Green Building Retrofit Bid Service Scope of Services Description Pest Control Seal all wall, floor, and joint penetrations with low-VOC caulking or other appropriate sealing methods to prevent pest entry. Spray House Bed Bug Treatment Termite Treatment Electrical Replace light fixture —Ceiling - Replace the light fixture with a new ULapproved 2 bulb L.E.D. minimum efficacy of 45 lumens/watt light fixture controlled by an existing wall switch. Replace light fixture —Wall - Replace the light fixture with a new UL approved 3-4 bulb L.E.D. minimum efficacy of45 lumens/watt light fixture controlled by an existing wall switch. Flooring Install flooring vinyl sheet - Install a one-piece vinyl floor covering. Clean floor before installation to ensure there are no air pockets, bubbles, ridges or voids when floor covering is finished. Install according to manufacturer recommendations and ensure adhesion of vinyl flooring to the sub floor. Make sure there are no gaps and seal with 1/4 round at the walls. Use environmentally preferable flooring, including the FloorScore certification. Install new carpet and pad. Unit of Cost of Cost of Measure Materials Labor Each Each Each Each Each Sq. Foot $1500.00 $1000.00 $1500.00 $1000.00 $1500.00 $1000.00 $50.00 $50.00 $50.00 $50.00 $5.00 $3.00 Total Cost Service (Materials + Labor) $2500.00 $2500.00 $2500.00 $100.00 $100.00 $8.00 Install new carpet and pad - Install pad and carpeting to cover the entire floor. Install according to manufacturer recommendations. Any carpet products Sq. Yard $25.00 $10.00 $35.00 used must meet the Carpet and Rug Institute's Green Label or Green Label Plus certification for carpet, pad, and carpet adhesives. Insulation Install R-19, foil faced, roll, fiberglass insulation to floor. 6-mil Vapor barrier must face heated space. Use strong wire, "tiger teeth" or mesh to hold insulation in place. Floor joist insulation R-19 Sq. Foot $1.25 $1.25 $2.50 Plumbing Toilet- 1.28-gallon flush - Complete install of Each $300.00 $250.00 $550.00 elongated toilet including tank new supply line and wax ring. Each $350.00 $250.00 $600.00 Toilet- 1.28-gallon flush handicap accessible - Complete install of elongated toilet including tank new supply line and wax ring. Roofing Tear off the area that is to be repaired down to the Each $450.00 $450.00 $900.00 decking. All roof work performed for this bid shall be ( Minor Roof warranted for a period of two years following payment. Repair) This warranty covers problems such as leaks, loose shingles and correcting, replacing or repairing the (repaired) area only. Standard roof work shall be bid to include installation of new 30 year 'three tab' or 'architectural shingles', 15# felt paper, code approved can venting, new drip edge, new vent pipe boots, starter shingles for eves and rakes, ridge and gable cap shingles, and code approved work includes proper disposal of scrap and waste. Roofs greater than 6/12 pitch will not be considered. When replacing or making a substantial repair to the roof, use radiant barrier sheathing or other radiant barrier material; if economically feasible, also use cool roofing materials. Weatherization Install a dryer vent kit including all labor and materials in order to vent to the exterior of the building and terminate properly using rigid -type duct work. Each 1 $90.00 $100.00 1 $190.00 3/31/25, 1:49 PM M&C Review ACITY COUNCIL AGEND Create New From This M&C DATE: 9/17/2024 REFERENCE NO.: **M&C 24- LOG NAME 0817 13P RFP 24-0151 HOME REPAIR SERVICES MC NS CODE: P TYPE: CONSENT PUBLIC NO HEARING: SUBJECT. (ALL) Authorize Execution of Non -Exclusive Agreements with Six Identified Vendors to Provide Specified Home Repair Services in an Initial Cumulative Five -Year Amount Up to $44,787,500.00 Using Various Federal and State Grants and City Funds for a Five -Year Term and Authorize Rollover of Remaining Purchase Contracts for the Neighborhood Services Department RECOMMENDATION: It is recommended that City Council: Official site of the City of Fort Worth, Texas FoR� WoRm 1. Authorize execution of non-exclusive agreements for identified home repair services in an initial cumulative five-year amount up to $44,787,500.00, which consists primarily of grant revenues, with the following vendors: GTO1 Construction Corporation; HVAC ServicePro, LLC; Camelot Roofing, LLC; G. A. Miller Enterprises, Inc; Angler's Insulation, LLC; and Pinnacle Project Partners, LLC for a five-year term for the Neighborhood Services Department; and 2. Authorize rollover of remaining purchase contracts for the Neighborhood Services Department. DISCUSSION: The Neighborhood Services Department approached the Purchasing Division to solicit a bid for home repair services by category, which included installation, repair and services for: general construction and carpentry; bathrooms; electrical; flooring; foundation; heating; ventilation and air conditioning (HVAC); insulation; kitchen; lead hazard control; plumbing; roofing; and weatherization services. Purchasing issued Request for Proposal (RFP) No. 24-0151 for Home Repair Services which consisted of detailed specifications of the City's standards and expectations for all categories in order to provide the services to eligible Fort Worth residents. The Neighborhood Services Department administers a number of home repair programs that assist low-income residents; the primary funding sources are a variety of state and federal grants as well as City general fund money. The various grants and the anticipated funding amounts are included below. These programs include the Priority Repair, Lead Hazard Reduction Program, Healthy Homes Initiatives, Household Crisis Repair, Healthy Homes for Heroes, and Weatherization Assistance and are collectively referred to as the department's "Home Repair Program." Acceptance of the grants and budgeting of the City's Home Repair Program are handled in separate Mayor and Council Communications (M&Cs); the most recent being M&C 24-0113 (which authorized an increase in the program's contract authority to $37,823,303.53). The purpose of this M&C is to authorize agreements with the contractors who will provide home repair services under the Home Repair Program utilizing the federal, state, and city funding that has been or will be appropriated. The RFP was advertised in the Fort Worth Star -Telegram on April 24, 2024, May 1, 2024, May 8, 2024, May 15, 2024 and May 22, 2024. The Diversity & Inclusion Department set a 25\% Business Equity Goal for this solicitation and provided a list of 323 firms to notify of this bid opportunity. Invites to these firms were submitted via the Bonfire platform. The City received a total of seven (7) responses: Fathul Flooring LLC; GTO1 Construction Corporation; HVAC ServicePro, LLC; Camelot Roofing, LLC; G. A. Miller Enterprises, Inc; Angler's Insulation, LLC; and Pinnacle Project Partners, LLC. Fathul Flooring LLC, was deemed non -responsive for failing to submit all required documentation. It was also determined that self - performance was not sufficient due to the contractor not being a certified M/WBE firm. An evaluation panel, consisting of representatives from the Neighborhood Services, Diversity & Inclusion, and Property Management Departments evaluated and scored the remaining submittals using Best Value criteria. The individual scores were averaged for each of the criteria for each category included in the bid, and the final scores are listed in the bid matrix included as an attachment. Once the technical evaluation was completed, Purchasing staff allocated points associated with pricing to each vendor for each category for which the vendor submitted. The bid document specified the use of the following Best Value Criteria: a. Proposer's qualifications, experience and references b. Project approach and methodology to perform services c. Financial History d. Ability to meet the City's needs e. Cost, points allocated individually to each of the services by category. Based on the evaluation, it is recommended that awards be made to each of the listed vendors for the service(s) identified in the chart below. No guarantee was made that a specific amount of these services will be purchased. Staff certifies that the recommended contractors' bids meet specifications for the service(s) for which award is recommended. apps.cfwnet.org/council_packet/mc_review.asp? I D=32523&cou ncildate=9/17/2024 1 /4 3/31/25, 1:49 PM M&C Review Home Repair GTO1 HVAC Camelot G. A. Miller Angler's Pinnacle Service Type Construction ServicePro, Roofing, Enterprises, Insulation, Project Awarded Corporation LLC LLC Inc LLC Partners, LLC General v v v v Construction Bathroom v v v Electrical v v Flooring v v v Foundation v HVAC v v v v Insulation v v v Kitchen v v Lead Hazard v v Control Plumbing v v Roofing v v v Weatherization v v Under these non-exclusive agreements, the Neig iborhood Services Department will request services on a priority basis within each category based on the lowest unit prices, availability, and contractor's proximity to the designated work site. Prior to each requested service being executed, a funds availability verification confirming that funding is available and appropriated will be performed by the Neighborhood Services Department. CONTRACT AMOUNT AND FUNDING AVAILABILITY: The Home Repair Program is funded through different state and federal grants awarded to the City as well as City General Funds. The estimated current and future total amount of all grants and City funds under the Home Repair Program is $44,787,500.00 across a period of five years, FY24-FY29. The City funds represent 22.33\% of the total funds available for this program. The allocation of funding will vary by program year and grant source. Additional grant funds are allocated to the City from time to time based on emergencies, availability, and various other reasons. Although an initial up to amount has been approved through this M&C, this amount is not intended to serve as a maximum amount that can be used by the Home Repair Program in the event additional grant funds are received. In the event that additional grant funds are received, an M&C will be brought to the City Council for approval to include those funds for the Home Repair Program. In order to ensure the City has contractor capacity to fully utilize these variable grant sources and make repairs as quickly as possible, the contract authorization requested under this M&C is tied to the cumulative available funding each year as reflected in the adopted and amended Home Repair Program budget. Staff will monitor services based on grant funding source, applicable limitations, and allowable services to ensure funds are expended in accordance with the terms of the grants at issue. Program & Funding Sources LEAD: Community Development Block grant Match LEAD: U.S. Department of Housing and Urban Development grant LEAD: Healthy Homes grant Priority Repair: Community Development Block grant Priority Repair: City of Fort Worth - General Fund Year 1 Year 2 Year 3 Year 4 Year 5 (2024-2025) (2025-2026) (2026-2027) (2027-2028) (2028-2029) 5-Year Total $ 187,500.00 $ 187,500.00 $ 187,500.00 $ 187,500.00 $ 187,500.00 $ 937,500.00 $ 1,250,000.00 $ 1,250,000.00 $ 1,250,000.00 $ 1,250,000.00 $ 1,250,000.00 $ 6,250,000.00 $ 175,000.00 $ 175,000.00 $ 175,000.00 $ 175,000.00 $ 175,000.00 $ 875,000.00 $ 2,100,000.00 $ 2,100,000.00 $ 2,100,000.00 $ 2,100,000.00 $ 2,100,000.00 $10,500,000.00 $ 1,600,000.00 $ 2,000,000.00 $ 2,000,000.00 $ 2,000,000.00 $ 2,000,000.00 $ 9,600,000.00 apps.cfwnet.org/council_packet/mc_review.asp?ID=32523&councildate=9/17/2024 2/4 3/31/25, 1:49 PM M&C Review Healthy Homes for Heroes: Texas Veterans Commission grant $ - $ 300,000.00 $ 300,000.00 $ 300,000.00 $ 300,000.00 $ 1,200,000.00 Healthy Homes for Heroes: Community Development Block grant $ 300,000.00 $ - $ - $ - $ - $ 300,000.00 Weatherization : Texas Association of Community Action Agencies grant $ 1,050,000.00 $ 1,050,000.00 $ 1,050,000.00 $ 1,050,000.00 $ 1,050,000.00 $ 5,250,000.00 Weatherization: Texas Department of Housing and Community Affairs - Low Income Housing Energy Assistance $ 700,000.00 $ 700,000.00 $ 700,000.00 $ 700,000.00 $ 700,000.00 $ 3,500,000.00 Program grant Weatherization: Texas Department of Housing and Community Affairs - U.S. Department of Energy grant $ 350,000.00 $ 350,000.00 $ 350,000.00 $ 350,000.00 $ 350,000.00 $ 1,750,000.00 Weatherization: Texas Department of Housing and Community Affairs - U.S. Department of Energy Bipartisan Infrastructure Law grant $ 1,225,000.00 $ - $ - $ - $ - $ 1,225,000.00 Weatherization: City of Fort Worth - General Fund $ 400,000.00 $ - $ - $ - $ - $ 400,000.00 Household Crisis: Texas Department of Housing and Community Affairs - Comprehensive Energy Assistance Program grant $ 600,000.00 $ 600,000.00 $ 600,000.00 $ 600,000.00 $ 600,000.00 $ 3,000,000.00 Total $ 9,937,500.00I $ 8,712,500.00 $ 8,712,500.00 $ 8,712,500.00 $ 8,712,500.00 $ 44,787,500.00 Since Fort Worth has historically been efficient in getting these types of grant funds put to work and expended quickly, the City periodically is awarded additional funding to utilize dollars that might otherwise sit dormant. Because additional funding sources and/or additional dollars from a previously identified source may become available during the life of the agreements, it is recommended that City Council authorize the City Manager or their designee to increase the initial agreements with the contractors up to the amount allowed by relevant law and the Fort Worth City Code, not requiring specific City Council approval, as long as sufficient funds have been appropriated. FUNDING ROLLOVER: This variation in awards, costs and expenditures for the various programs and home repair service types creates difficulty in forecasting exact amounts needed for each program and each contractor for future years. Therefore, staff requests that Council authorize the transfer and rollover of remaining Purchase Order balances to new Purchase Order allocations based on total current funding levels in order to ensure effective continuation of the Home Repair Program across fiscal and grant funding program years. This approach will allow staff to utilize purchasing authority remaining from completed years, as well as accommodate for future variations in funding awards from the multiple funding sources. M/WBE OFFICE: The Business Equity Division placed a 25\% business equity goal on this solicitation/contract. Angler's Insulation, LLC, Camelot Roofing, LLC, Glenn's A/C & Heating, HVAC ServicePro, Pinnacle Project Partners, and GTO1 Construction Corp, have all agreed/committed to utilize 25\% business equity subcontractor participation for the scope of work, meeting the City's Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division. AGREEMENT TERMS: Upon City Council approval, the non-exclusive agreements will begin upon execution and shall expire five years from that date. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that upon approval of the recommendations, funds are and will be available in the current and future capital & operating budgets for the various Home Repair Program projects within the Grants Operating Federal, Grants Operating State and General Capital Projects Funds to support the approval of the above recommendations and execution of the agreements. Prior to an expenditure being incurred, the Neighborhood Services Department has the responsibility to validate the availability of funds. BQN\\ apps.cfwnet.org/council_packet/mc_review.asp?ID=32523&councildate=9/17/2024 3/4 3/31/25, 1:49 PM M&C Review TO Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) Submitted for City Manaaer's Office bv: Oriainatina Department Head: Additional Information Contact: Reginald Zeno (8517) Fernando Costa (6122) Reginald Zeno (8517) Kacey Bess (8187) Jo Ann Gunn (8525) Maria Canoura (2526) ATTACHMENTS 13PRFP 24-0151 HOME REPAIR SERVICES NS MC Undated FID.xlsx (CFW Internal) Home Repair Proaram Contract Matrix Fundina Proiections.xlsx (CFW Internal) RFP 24-0151 - Bid Matrix.xlsx (CFW Internal) RFP 24-0151 HOME REPAIR SERVICES comDliance memo NS.Ddf (CFW Internal) apps.cfwnet.org/council_packet/mc_review.asp?ID=32523&councildate=9/17/2024 4/4 M&C Review Page 1 of 3 A CITY COUNCIL AGEND Create New From This M&C Official site of the City of Fort Worth, Texas FORTWORTH REFERENCE **M&C 25- 13PAMEND M&C 24-0817 DATE: 3/25/2025 NO.: 0250 LOG NAME: TO ADD HARRP TO RFP 24- 0151 MC NS CODE: P TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (ALL) Amend Mayor and Council Communication 24-0817 to Incorporate the Homeowners Assistance Repair and Rehabilitation Program (HARRP), Funded Through the Community Development Block Grant - Disaster Recovery Program, into the Neighborhood Services Department's Home Repair Program and Authorize Related Amendments to the Non - Exclusive Agreements Executed with Awarded Vendors for Home Repair Services RECOMMENDATION: It is recommended that City Council authorize an amendment to Mayor and Council Communication 24-0817 to incorporate the Homeowners Assistance Repair and Rehabilitation Program (HARRP), funded through the Community Development Block Grant - Disaster Recovery Program, into the Neighborhood Services Department's Home Repair Program and authorize related amendments to the non-exclusive agreements executed with the awarded vendors for Home Repair Services. Q6'T�i111*11I*]Zto The Neighborhood Services Department approached the Purchasing Division to request assistance into incorporating the Homeowners Assistance Repair and Rehabilitation Program (HARRP), funded through Community Development Block Grant - Disaster Recovery Program, into its Home Repair Program as defined under Mayor and Council Communication (M&C) 24-0817. City Council approved M&C 24-0817 on September 17, 2024. The M&C authorized the execution of non-exclusive agreements with six vendors awarded under Request for Proposal (RFP) 24-0151 to provide home repair services for the Neighborhood Services Department's Home Repair Program. The Neighborhood Services Department administers a number of home repair programs that assist low-income residents; the primary funding sources are a variety of state and federal grants as well as City general fund money. The various grants and the anticipated funding amounts included in M&C 24-0817 included the following programs: Priority Repair, Lead Hazard Reduction Program, Healthy Homes Initiatives, Household Crisis Repair, Healthy Homes for Heroes, and Weatherization Assistance and were collectively referred to as the department's "Home Repair Program". Because additional grant funds are allocated to the City from time to time based on emergencies, availability, and various other reasons, M&C 24-0817 stipulates that in the event that additional grant funds are received, an M&C would be brought to City Council for approval to include those additional funds in the Home Repair Program. At this time, the Neighborhood Services Department is requesting to add one additional funding source to the Home Repair Program: the Homeowners Assistance Repair and Rehabilitation Program (HARRP). The total amount of anticipated grant funding for HARPP is $6,795,400.00. In order to ensure the City has contractor capacity to fully utilize this additional funding source and make repairs as quickly as possible, staff is requesting that City Council approve amendments to the non-exclusive agreements with GTO1 Construction Corporation; HVAC ServicePro, LLC; Camelot Roofing, LLC; G. A. Miller Enterprises, Inc; Angler's Insulation, LLC; and Pinnacle Project Partners, LLC. The vendors are limited to the services they bid under the original RFP. The table below shows the service categories they were awarded: http://apps.cfwnet.org/council_packet/mc review.asp?ID=33114&councildate=3/25/2025 6/24/2025 M&C Review Home Repair GTO1 HVAC Camelot G. A. Miller Angler's Service Type Construction ServicePro, Roofing, Enterprises, Insulation, Awarded Corporation LLC LLC Inc LLC General Page 2 of 3 Pinnacle Project Partners, LLC Construction v v v Bathroom v v Electrical v v Flooring v v Foundation v HVAC v v v Insulation v v v Kitchen v v Lead Hazard Control v v Plumbing v v Roofing v v v Weatherization v v At this time staff is not seeking to increase the initial spending capacity or term period approved through M&C 24-0817. If additional capacity is determined to be needed in the future before the expiration of the initial five-year term for these or any previously approved housing rehabilitation programs, an M&C will be brought back to the City Council for approval. Staff will monitor services based on grant funding source, applicable limitations, and allowable services to ensure funds are expended in accordance with the terms of the grants at issue. v v v v FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that approval of this recommendation will have no material effect on City funds. BQN\\ TO Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project Program Activity Budget Reference # Amount ID ID I Year (Chartfield 2) Submitted for Citv Manager's Office bv: Oriqinatinq Department Head: Additional Information Contact: Reginald Zeno (8517) Jesica McEachern (5804) Reginald Zeno (8517) Kacey Bess (8187) Brandy M. Hazel (8087) Maria Canoura (2526) http://apps.cfwnet.org/council_packet/mc review.asp?ID=33114&councildate=3/25/2025 6/24/2025 M&C Review Page 3 of 3 ATTACHMENTS 1295-GA Miller Enterprises. Inc.r)df (CFW Internal) 1295-GTO1 Construction Corporation.Ddf (CFW Internal) 1295-Pinnacle Proiect Partners, LLC.Ddf (CFW Internal) SAMs GTO1-Entitvinfo 20250217-125047.Ddf (CFW Internal) SAMs Pinnacle Proiect.ma (CFW Internal) SAMs-GA MillerEntitvinfo 20250217-125333.gdf (CFW Internal) TX SOS -GA Miller Enterprises. Inc.Ddf (CFW Internal) TX SOS-GTO1 Construction Comoration.pdf (CFW Internal) TX SOS -Pinnacle Proiect Partners. LLC.pdf (CFW Internal) http://apps.cfwnet.org/council_packet/mc review.asp?ID=33114&councildate=3/25/2025 6/24/2025