Loading...
RES 2017-0422 - Agmt with HDR Inc for OPW 53113, Old Leavenworth lift station emergency action plan structural supports OgvtAHA,NF6 �41,01 ' � � Public Works Department [6 sir` Omaha/Douglas Civic Center F^ f��j� «� March 2 g 2�17 1819 Farnam Street,Suite 601 ® f ' Omaha,Nebraska 68183-0601 try (402)444-5220 �4410 FE0°' Fax(402)444-5248 City of Omaha Robert G. Stubbe,P.E. Jean Stothert,Mayor Public Works Director Honorable President and Members of the City Council, Transmitted herewith is a Resolution approving a Professional Services Agreement with HDR, Incorporated to provide professional engineering services on OPW 53113, being the Old Leavenworth Lift Station Emergency Action Plan Structural Supports for Discharge Piping Project. The scope of services is included in the Agreement, and includes project management, information gathering, bidding document development, and additional services as identified in the attached agreement. HDR, Incorporated has agreed to perform these services for a fee not to exceed, $34,324.00; to be paid from the Sewer Revenue Fund 21121, Capital Asset Replacement Program Organization 116913. HDR, Incorporated has filed the required Contract Compliance Report, Form CC-1, in the Human Rights and Relations Department. The Public Works Department requests your consideration and approval of the attached Resolution and Agreement. Respectfully submitted, Approved: 111.6' )7(`---Lk1.1( al) 7 Robert G. Stubbe, P.E. Date Spencer K. Danner Jr. /2cd'Date Public Works Director Human Rights and Relations Director Approved as to Funding: Referred to City Council for Consideration: s-/ ,.4, a/ / 7 S eph n B. Curtiss ate Mayor's Office Finance Director 1668hra PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is hereby made and entered into this ...To" 'day of 6 , 20 i7,by and between the City of Omaha, a municipal corporation located in Douglas County,Nebraska(hereinafter referred to as the"City"), and HDR Incorporated(hereinafter referred to as the"Provider"),on the terms,conditions and provisions as set forth herein below. All references to"Contractor"shall mean"Provider". I. PROJECT NAME AND DESCRIPTION OPW 53113 Old Leavenworth Lift Station Emergency Action Plan Structural Supports for Discharge Piping. This agreement consists of work to design three structural supports for the lift station discharge pipe. II. DUTIES OF PROVIDER A. Provider agrees to perform professional services, as set out and more fully described in the Proposal attached hereto, for the City, relative to the above-referenced project which is illustrated in Exhibit `B" attached hereto. Such services shall be completed within a 42 day period after receipt of a purchase order from the City. B. Provider designates Bob Riede whose business address and phone number is 8404 Indian Hills Drive, Omaha, Nebraska 68114, 402-399-1271 as its project manager and contact person for this project. C. Provider agrees to maintain records and accounts, including personnel, financial and property records,sufficient to identify and account for all costs pertaining to the project and certain other records as may be required by the City to assure a proper accounting for all project funds. These records shall be made available to the City for audit purposes and shall be retained for a period of five(5)years after the expiration of this Agreement. D. Provider agrees to prepare a schedule of compensation, detailing hourly rates for all compensated providers,employees,and subcontractors. E. Provider agrees to complete, within 42 calendar days of receipt of a purchase order from the City, the necessary services. The City recognizes that completion within this deadline is contingent upon timely response from utilities and City input. F. Provider agrees to have a current Contract Compliance Form (CC-1) on file with the City's Human Rights and Relations Department prior to signing the agreement. III. DUTIES OF CITY City designates Rick Murch whose business address and phone number are 5600 South 1061 Street, Omaha, Nebraska 68107, 402-444-3915 ext. 204 as its contact person for this project, who shall provide a notice to proceed and such other written authorizations as are necessary to commence for proceed with the project and various aspects of it. N. COMPENSATION AND PAYMENT A. The cost of services as specified in the Scope of Service, shall be performed on an hourly basis,but in no event shall it exceed$34,324.00. Detailed breakdown of costs shall be shown in Exhibit"C". B. Reimbursable expenses shall be billed to the City by the Provider. C. INCREASE OF FEES The parties hereto acknowledge that, as of the date of the execution of the Agreement, Section 10-142 of the Omaha Municipal Code provides as follows: Any amendment to contracts or purchases which taken alone increase the original fee as awarded (a) by ten percent,if the original fee is one hundred fifty thousand dollars($150,000) or more, or(b)by seventy-five thousand dollars ($75,000) or more, shall be approved by the City Council in advance of the acceptance of any purchase in excess of such limits. However, neither contract nor purchase amendments will be split to avoid advance approval of the City Council. The originally approved scope and primary features of a contract or purchase will not be significantly revised as a result of amendments not approved in advance by the City Council. The provisions of this section will be quoted in all future City contracts. Nothing in this section is intended to alter the authority of the Mayor under section 5.16 of the Charter to approve immediate purchases. V. OWNERSHIP OF INTRUMENTS OF SERVICE The City acknowledges the Provider's documents, including electronic files, as instruments of professional service. Nevertheless, upon completion of the services and payment in full of all monies due to the Provider, the final documents prepared under this Agreement shall become the property of the City. The City shall not reuse at another site or make any modifications to the documents without prior written authorization of the Provider. The City agrees,to the fullest extent permitted by law, to indemnify and hold harmless the Provider, its officers, directors, employees and subconsultants (collectively, Provider) against any damages, liabilities or costs, including reasonable attorneys' fees and defense costs, arising from or in any way connected with the unauthorized reuse or modification of the documents by the City,regardless of whether such reuse or modification is for use at the Project site or another site. VI. ADDITIONAL SERVICES In the event additional services for the aforementioned Project not covered under this Agreement are required,the Provider agrees to provide such services at a mutually agreed upon cost. VII. INSURANCE REQUIREMENTS The Provider shall carry professional liability insurance in the minimum amount of one half million dollars and shall carry workers' compensation insurance in accordance with the statutory requirements of the State of Nebraska. VIII. INDEMNIFICATION The Provider agrees,to the fullest extent permitted by law,to indemnify, defend and hold harmless the City, its officers, directors and employees (collectively, City) against all damages, liabilities or costs,including reasonable attomey's fees and defense costs,to the extent caused by the Provider's negligent performance of professional services under this Agreement and that of its subconsultants or anyone for whom the Provider is legally liable. The City agrees, to the fullest extent permitted by law, to indemnify and hold harmless the Provider, its officers, directors, employees and subconsultants(collectively,Provider)against all damages, liabilities or costs,including reasonable attorney's fees and defense costs in connection with the Project, to the extent caused by the City's negligent acts or the negligent acts of anyone for whom the City is legally liable. Neither the City nor the Provider shall be obligated to indemnify the other party in any matter whatsoever for the other parry's own negligence. IX. TERMINATION OF AGREEMENT This Agreement may be terminated by the City upon written notice to the Provider of such termination and specifying the effective date at least seven (7) days prior to the effective date of such termination. In the event of termination, the Provider shall be entitled to just and equitable payment for services rendered to the date of termination, and all finished or unfinished documents, data surveys, studies, drawings, maps, models, reports or photographs shall become, at the City's option,its property. X. GENERAL CONDITIONS A. Non-discrimination. Provider shall not, in the performance of this Agreement, discriminate or permit discrimination in violation of federal or state laws or local ordinances because of race, color, creed, religion, sex, marital status, sexual orientation, gender identity, age, or disability as recognized under 42 USCS 12101 et seq. and Omaha Municipal Code section 13-89, race, color, creed, religion, sex, marital status, sexual orientation, gender identity, national origin,age,or disability. B. Captions. Captions used in this Agreement are for convenience and are not used in the construction of this Agreement. C. Applicable Laws. Parties to this Agreement shall conform with all existing and applicable City ordinances, resolutions, state laws, federal laws, and existing and applicable rules and regulations. Nebraska law will govern the terms and the performance under this Agreement. D. Interest of the City. Pursuant to Section 8.05 of the Home Rule Charter,no elected official or any officer or employee of the City shall have a financial interest, direct or indirect, in any City Agreement. Any violation of this section with the knowledge of the person or corporation contracting with the City shall render the Agreement voidable by the Mayor or Council. E. Interest of the Provider. The Provider covenants that he presently has no interest and shall not acquire any interest, direct or indirect, which would conflict with the performance of services required to be performed under this Agreement; he further covenants that in the performance of this Agreement,no person having any such interest shall be employed. F. Merger. This Agreement shall not be merged into any other oral or written agreement, lease, or deed of any type. This is the complete and full Agreement of the parties. G. Modification. This Agreement contains the entire Agreement of the parties. No representations were made or relied upon by either party other than those that are expressly set forth herein. No agent, employee, or other representative of either party is empowered to alter any of the terms hereof unless done in writing and signed by an authorized officer of the respective parties. H. Assignment. The Provider may not assign its rights under this Agreement without the express prior written consent of the City. I. Strict Compliance. All provisions of this Agreement and each and every document that shall be attached shall be strictly complied with as written, and no substitution or change shall be made except upon written direction from authorized representative. J. LB 403 Contract Provisions.-NEW EMPLOYEE WORK ELIGIBILITY STATUS -The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of new employees physically performing service within the State of Nebraska. A federal immigration verification system means the electronic verification of the work authorization program authorized by the Illegal Immigration Reform and Immigrant Responsibility Act of 1996, 8 U.S.C. I324a,known as the E-Verify Program, or an equivalent federal program designated by the United States Department of Homeland Security or other federal agency authorized to verify the work eligibility status of a newly hired employee. If the Contractor is an individual or sole proprietorship, the following applies: 1. The Contractor must complete the United States Citizenship Attestation Form, available on the Department of Administrative Services website at www.das.state.ne.us 2. If the Contractor indicates on such attestation form that he or she is a qualified alien, the Contractor agrees to provide the US Citizenship and Immigration Services documentation required to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements (SAVE) Program. 3. The Contractor understands and agrees that lawful presence in the United States is required and the Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb. Rev. Stat. §4-108. K. Certificate of Authorization. If this Agreement contemplates the performance of professional architecture or engineering work by the Provider, the Provider shall provide to the City, and maintain in good standing, a current Certificate of Authorization from the State of Nebraska as required by Neb.Rev. Stat. section 81-3436. L. Debarment or suspension by any federal agency. (This section applies if any part of this Agreement is funded by a federal agency.) Office of Management and Budget (OMB) guidelines require that any individual or entity that has been placed on the Excluded Parties List System("EPLS" - available for review through www.sam.gov) may not be a participant in a federal agency transaction that is a covered transaction or act as a principal of a person participating in one of those covered transactions. These guidelines apply to covered transactions under a grant from any federal agency for which a recipient expects to receive reimbursement for expenditures incurred or an advance on future expenditures. The Contractor providing goods and/or services to the City of Omaha certifies,by acceptance and execution of this Agreement, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. The Contractor further agrees, by accepting and executing this Agreement, that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the Contractor or any lower tier participant is unable to certify this statement,it shall attach an explanation to this Agreement. M. Contract Compliance Ordinance No.35344,Section 10-192 Equal Employment Opportunity Clause During the performance of this contract,the Contractor agrees as follows: 1) The Contractor shall not discriminate against any employee or applicant for employment because of race, color, creed, religion, sex, marital status, sexual orientation, gender identity,national origin,age,or disability. The Contractor shall ensure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, religion, sex, marital status, sexual orientation, gender identity, national origin, age, or disability. As used herein, the word "treated" shall mean and include, without limitation, the following: recruited, whether by advertising or by other means; compensated; selected for training, including apprenticeship; promoted; upgraded; demoted; downgraded; transferred; laid off; and terminated. The Contractor agrees to and shall post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officers setting forth the provisions of this nondiscrimination clause. 2) The Contractor shall, in all solicitations or advertisements for employees placed by or on behalf of the Contractor; state that all qualified applicants will receive consideration for employment without regard to race, color, creed, religion, sex, marital status, sexual orientation,gender identity,national origin, age,or disability. 3) The Contractor shall send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding a notice advising the labor union or worker's representative of the Contractor's commitments under the Equal Employment Opportunity Clause of the City and shall post copies of the notice in conspicuous places available to employees and applications for employment. 4) The Contractor shall furnish to the Human Rights and Relations Director all Federal forms containing the information and reports required by the Federal government for Federal contracts under Federal rules and regulations, and including the information required by Sections 10192 to 10194, inclusive, and shall permit reasonable access to his records. Records accessible to the Human Rights and Relations Director shall be those which are related to Paragraphs (1) through (7) of this subsection and only after reasonable notice is given the Contractor. The purpose for this provision is to provide for investigation to ascertain compliance with the program provided for herein. 5) The Contractor shall take such actions with respect to any subcontractor as the City may direct as a means of enforcing provisions of Paragraphs (1)through(7) herein,including penalties and sanctions for noncompliance;however,in the event the Contractor becomes involved in or is threatened with litigation as the result of such directions by the City,the City will enter into such litigation as necessary to protect the interests of the City and to effectuate the provisions of this division; and in the case of contracts receiving Federal assistance, the Contractor or the City may request the United States to enter into such litigation to protect the interests of the United States. 6) The Contractor shall file and shall cause his subcontractors, if any, to file compliance reports with the Contractor in the same form and to the same extent as required by the Federal government for Federal contracts under Federal rules and regulations. Such compliance reports shall be filed with the Human Rights and Relations Director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the Contractor and his subcontractors. 7) The Contractor shall include the provisions of Paragraphs (1)through(7)of this Section, "Equal Employment Opportunity Clause", and Section 10193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. N. Allocation of Risks: Allocation of risks and limitations of remedies under this Agreement are business'understandings between the parties and shall apply to all theories of recovery, including but not limited to breach of contract or warranty(express or implied),tort(including but not limited to negligence), strict or statutory liability, or any other cause of action. Notwithstanding any other provision of this Agreement, and to the fullest extent permitted by law, the total liability, in the aggregate, of Consultant and Consultant's officers, directors, members, partners, agents, employees, and subconsultants to the City of Omaha and anyone claiming by, through, or under the City of Omaha for any and all claims, losses, costs, or damages whatsoever arising out of, resulting from, or in any way related to the Project or the Agreement from any cause or causes, including but not limited to the negligence,professional errors or omissions, strict liability, breach of contract, indemnity obligations, or warranty, express or implied,of Consultant or Consultant's officers,directors,members,partners,agents, employees, or subconsultants (hereafter"Claims"), shall not exceed the lesser of Consultant's fee under this Agreement or$1,000,000. O. Exclusion of Special, Incidental, Indirect, and Consequential Damages: To the fullest extent permitted by law, and notwithstanding any other provision in the Agreement, the Consultant and Consultant's officers, directors, members, partners, agents, subconsultants, and employees shall not be liable to the City of Omaha or anyone claiming by, through, or under the City of Omaha for any special, incidental, indirect, or consequential damages, including but not limited to lost profits or reduced revenues, whatsoever arising out of, resulting from, or in any way related to the Project or the Agreement from any cause or causes, including but not limited to any such damages caused by the negligence, professional errors or omissions, strict liability, breach of contract, indemnity obligations, or warranty, express or implied, of Consultant or Consultant's officers,directors,members,partners,agents,employees,or subconsultants. EXECUTED this /3 day of/4-44r , ZC) I . c -JProvider ATTEST y\a-1, \I Li Lrz' xil�& (Title) 67— EXECUTED this 3/ day of , ,�1. ATTES CITY OF OMAHA,A Municipal Corporation BY1iTZi � '�lj l City Clerk Mayor APPROVED AS TO FORM: -/PZ7 —7'17 Deputy City Attorney Revised: 2/2017 •r Original Leavenworth Lift Station Pipe Supports 2-7-17 TASK SERIES 100—PROJECT MANAGEMENT 11.0—Team Management and Project Control 120—Quality Control TASK SERIES 200—INFORMATION GATHERING 210—Disciple Site Visits TASK SERIES 300—BIDDING DOCUMENT DEVELOPMENT 310—Ninety Percent Drawing Development 320—Ninety Percent Specification Development • 330—Review of Ninety Percent Documents 340—Completion of Bidding.Documents 3 S0—Development of Opinion of Probable Construction Cost TASK SERIES 400—BIDDING AND CONSTRUCTION PHASE SERVICES. To Be Negotiated The following scope defines the work elements associated with development of structural pipe supports to be installed on the piping discharge header at the original Leavenworth Lift Station.The intent of these supports is to assist in mitigating catastrophic collapse of the pump header vertical discharge piping in the event there is a piping failure at the currently leaking location or other unpredictable events occur that may apply additional forces to the weakened piping. TASK SERIES 100—PROJECT MANAGEMENT Objective: Provide management activities over the Project duration including planning, organizing and monitoring Project team activities,preparing and monitoring deliverable development,attending meetings and Project cost control. HDR Activities 110—Team Management and PrtlectControl • Project initiation including development of Project Management Plan. • Resource management and allocation based on Project schedules and activities. • Schedule,budget and invoice management • Production coordination activities and quality control. 120—Ouality Control • Provide and coordinate a team of HDR review professionals not associated with the Project design to review the documents at the ninety percent milestone. Meetings/Travel: Local travel Task Deliverables: Monthly invoicing. Key Understandings and Assumptions: -HDR's Project Manager will be responsible for coordinating management and production activities. -Activities covered by this scope are estimated to be completed within six weeks after Notice-To-Proceed is given. -Activities will start the first quarter of 2017. • -For the purpose of this Scope of Services,local travel is defined as travel in Omaha and the Project site. -Invoicing procedures and level of detail will be per HDR's standard invoicing practices used on similar HDR projects done for the City. B-1 • Original Leavenworth Lift Station Pipe Supports 2-7-17 Information and Services Provided by Others: -CITY will participate in meetings and provide access to the lift station as required by the Engineer to gather information and review ninety percent design documents against field conditions. -CITY will provide agendas and meeting minutes for all meetings unless specifically assigned to the engineer in this scope. • • TASK SERIES 200—INFO1MAT1ON GATHERING AND PIPE SUPPORT DESIGN • Objective: Gather information required for design development and•design supports. HDR Activities: 210—Site Visits • HDR will visit the lift station to gather information concerning the piping • layout,potential support interferences and other relevant information for the design of the supports. • • HDR.will conduct a second site visit with ninety percent drawings to cross check design against existing construction elements. TASK SERIES 300:BIDDING DOCUMENT DEVELOPMENT Objective: Develop documents to bidding document level. HDR Activities: 310-Ninety Percent Draw Vevelotimeflt • Develop drawings to ninety percent level. -Design three pipe supports,;two on the ground floor level and one on the lower level floor.Upper floor supports will be a frame supported design and will provide support for the vertical header piping.The lower pipe support will provide lateral support above the base elbow that resists the eccentric loading carried by the upper level support.Support will be through framing tied horizontally to the pump station walls. 320—Ninety Percent Specification Development •- Develop technical-specifications to ninety percent level. • • Work in conjunction with the CITY to develop Notice-To-Bidders, Information for Bidders,Bid Form,Agreement and Supplemental General Conditions. 30_Review of Ninety Percent Documents • Submit ninety percent documents to the CITY for review and comment. • • Meet with the CITY at the MRWWTP site to discuss and resolve review comments. 340—Completion of.Bidding Documents • Incorporate the CITY and HDR internal QC comments into the final Bidding Documents. 350-Devitognteni of Opinion otProbable Construction Cost • • Develop Opinion of Probable Construction Cost to reflect bidding documents. Meetings/Travel: Local travel. • B-2 Original Leavenworth Lift Station Pipe Supports • 2-7-17 Task Deliverables: Three sets of hard copy,stamped documents of the designed pipe supports. Key Understandings and Assumptions: -Design shall not include any welded construction due to area classification of lift station. -Drawings titled"Interceptor Sewers&Sewage Disposal,West Bank of the Missouri River,Omaha,Nebraska,Phase 3 South Interceptor Sewer No.2182" were used in the development of this Project's deliverables. -Weights for piping,tape wrap and heat exchanger tubes were estimated from best available information.Suitable structural safety factor will be used to compensate for lack of exact information. -For estimating thrust loads,it is assumed a maximum of two pumps will be operating at any one time. -It is assumed the physical integrity of the pipe and flanges currently in place is sufficient to accommodate the forces and loads applied by the new pipe supports. -Where available,HDR's master specifications will be used for development of technical specifications. -A maximum one-week period will be provided to the CITY to complete its review and comment period on the ninety percent design documents. After that period,the HDR will meet with the CITY staff in a single meeting to discuss and resolve CITY comments. -The Opinion of Probable Construction Cost will be developed using Excel spreadsheet with the format of the estimate being broken down using the Construction Specification Institute(CSI)breakout. -Drawing size for the Project is set at 22 x 36 IN. - -HDR drafting standards will be used to produce all drawings. -HDR will utilize AutoCAD Version 2016 for production of Project drawings. - -This scope does not include preparation or execution of a Stormwater Pollution Protection Plan(SWPPP). -HDR will utilize the CITY modified 2013'E3CDC front end documents available at the time of this scope development as applicable. Information and Services Provided By Others: -Timely,organized review comments on deliverables issued for the CITY review. -CITY Project Manager will transmit front-end documents to CITY legal review and comment. TASK SERI4 400—CONSTRUCTION PHASE SERVICES Objective: Provide bidding and/or construction phase services. HDR Activities: -To Be Negotiated. 8-3 _ flggg 0 I9! I i �' -` iiii 1 � 1 T � o * C oo V r iIlco fig; g a P �. r.. _ 319 0 • F Pii i ' -1 0,5 g If 43% 8 1 ', .4 I y i / ; a a • m . . r. W O r iN N Ks A N N J O IQ ,0 iA 1` i 0 r:- r 3 N3 N O t0oaoo O o N MO g 1 , L W - c i. 3 • 1 i- • - •g X • 0149° 0000e o es 8 o 00 0 • 00_ o, 1 , O N O to 0 so es O t g g i 1 [ : 1 . 1. i. o,' !; w o ,o-ow"a a c w ow A II - J per pip p~�, 1 .4 J. ...I. i 24. J ~ I i 1:91 fkg tr n 1 s��f ,� i c 2sA CITY OF OMAHA LEGISLATIVE CHAMBER Omaha, Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, a Professional Services Agreement with HDR, Incorporated to perform design engineering services on OPW 53113, being the Old Leavenworth Lift Station Emergency Action Plan Structural Supports for Discharge Piping Project; and, WHEREAS, HDR, Incorporated was selected by the Architects and Engineers Selection Process and has agreed to provide design engineering services as listed in the attached Professional Services Agreement, which by this reference is made a part hereof; and, WHEREAS, HDR, Incorporated has agreed to perform these services for a fee not to exceed, $34,324.00, which will be paid from the Sewer Revenue Fund 21121, Capital Asset Replacement Program Organization 116913. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, as recommended by the Mayor, the Professional Services Agreement with HDR, Incorporated to provide professional services on OPW 53113, being the Old Leavenworth Lift Station Emergency Action Plan Structural Supports for Discharge Piping Project, is hereby approved. BE IT FURTHER RESOLVED: THAT, the Finance Department is authorized to pay a fee not to exceed $34,324.00 to be paid from the Sewer Revenue Fund 21121, Capital Asset Replacement Program Organization 116913. APPROVED AS TO FORM: 1667hra // /> ATTORNEY DATE By 4,o I #47.- CounciImember Adopted... ..MAR..2..8... IT City Clerk 3/EV/V/7 Approv :4,4%.���J Mayor NO 'V;; Resolution by Res. that, as recommended by the Mayor, the Professional Services Agreement with HDR, Incorporated to provide professional services on OPW 53113, being the Old Leavenworth Lift Station Emergency Action Plan Structural Supports for Discharge Piping Project, is hereby approved; and that, the Finance Department is authorized to pay a fee not to exceed $34,324.00 to be paid from the Sewer Revenue Fund 21121, Capital Asset Replacement Program Organization 116913. 1667Bhra Presented to City Council MAR 2 8..201T Adopted /L. v el /i'ou'2 City Clerk