RES 2014-0994 - Agmt with CDM Smith Inc for OPW 52472, Burt Izard lift station improvements OF 0,,, �, ,FBA, !' E
�tiA 's� Public Works Department
C� CA( v Omaha/Douglas Civic Center
r�1Gt['- `� '. , 1819 Farnam Street,Suite 601
® r,.tt '�► � August 12, 2014 s?r
o ' a-� �-;. '' Omaha,Nebraska 68183-0601
°off_ 4�ro (402)444-5220
41'EI)FEBIt. 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 CDM
Smith Inc for field investigation and design engineering services on Project OPW 52472, being
improvements to the Burt Izard Lift Station. This project area is located east of Riverfront Drive,
north of Lewis and Clark Landing.
The attached agreement and resolution authorizes CDM Smith to proceed with the work, which
will be comprised of field investigation, conceptual design and preliminary design services, as
detailed in Exhibit B of the Agreement.
CDM Smith Inc has agreed to perform the services in the attached agreement for a fee not to
exceed $1,015,909.00 as detailed in Exhibit C, which is payable from the Sewer Revenue
Improvements Fund 21124, CSO Control Implementation Organization 116918; Sewer Revenue
Bonds will be issued to finance this project.
CDM Smith Inc. 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, Referred to City Council for Consideration:
(,,, -''' ., ,,,/,,ZA_.'
-1/7-Syt y
Robert G. Stubbe, P.E. Date Mayor's Office Date
Public Works Director
Approved as to Funding: Approved:
_.., A-'-s- 7;Z 5 • -1--0)s-_/,Z
tep . urtiss ate Human Rights and Relations Date
Finance Director Department
/zs/�v
1842htp
PROFESSIONAL SERVICES AGREEMENT
This AGREEMENT is hereby made and entered into this,P Nay of fi4d4trd , 2014, by
and between the City of Omaha, a municipal corporation located in Douglas County,
Nebraska (hereinafter referred to as the "CITY"), and CDM Smith Inc. (CDM Smith),,
(hereinafter referred to as the "ENGINEER"), on the terms, conditions and provisions as set
forth herein below.
I. PROJECT NAME AND DESCRIPTION
OPW52472 — Burt Izard Lift Station Improvements (CSO) (hereinafter referred to as
the"PROJECT":
Field Investigations shall mean the investigation and collection of field data which may
include, but not be limited to surveying, and geotechnical investigation.
Study shall mean the development of the project to the 10 percent design completion
including alternatives evaluation and design criteria.
Preliminary design shall mean the development of the project to the 30 percent design
completion including a Basis of Design Report and 30%design drawings.
Services beyond the preliminary design phase, including final design, bid phase
services, and construction phase services may be added by future amendment, as
determined by the CITY.
II. DUTIES OF ENGINEER
A. ENGINEER is obligated to comply with applicable standards of professional care
in the performance of the services. ENGINEER 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, as detailed in Exhibit "B"
attached hereto. Such services shall be started within 5 calendar days after
receipt of a purchase order or notice to proceed from the CITY.
B. ENGINEER designates Suzie Carpenter whose business address and phone
number are 9200 Ward Parkway, Suite 500,Kansas City, Missouri 64131,816-
444-8270 as its project manager and contact person for this PROJECT. A
personnel change of the project manager for the PROJECT is subject to written
approval of the CITY. ENGINEER shall not maintain a project manager that is
not acceptable to the CITY.
C. ENGINEER agrees to maintain records and accounts, including personnel,
financial and property records, sufficient to identify and account for 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.
1
D. ENGINEER agrees to prepare a schedule of compensation, detailing hourly rates
for all compensated providers, employees, and subcontractors.
E. ENGINEER agrees to complete, within 270 calendar days of receipt of a
purchase order or notice to proceed from the CITY,the necessary services listed as
Exhibit B. The CITY recognizes that completion of the design work listed in
Exhibit B within this deadline is contingent upon timely response from utilities
and CITY or their authorized representatives.
F. ENGINEER agrees to have a current Contract Compliance form (CC-1) on file
with the CITY's Human Rights and Relations Department prior to award of the
AGREEMENT. (PLEASE NOTE THIS REQUIREMENT)
G. ENGINEER shall be responsible to the CITY for services they provide and the
services of their subcontractors. ENGINEER shall not be responsible for the acts
or omissions of other parties engaged by the CITY nor for such other parties
construction means, methods, techniques, sequences, or procedures, or their health
and safety precautions and programs.
III. DUTIES OF CITY
A. CITY designates Eitan Tsabari whose phone number is (402) 444-3915 x249 and
whose business address is Omaha Public Works Dept., Omaha/Douglas Civic
Center, 1819 Farnam St., Omaha NE 68183 as its contact person and CITY
Project Manager for this PROJECT, who shall provide a notice to proceed and
such other written authorizations as are necessary to commence and proceed with
the PROJECT and various aspects of it.
B. CITY agrees to provide access to the PROJECT site; copies of available drawings
and reports; and copies of previous sewer investigation data including but not
limited to CCTV tapes,reports,and photographs.
C. CITY agrees to provide timely review of deliverables and timely responses to
written and oral requests.
IV. COMPENSATION AND PAYMENT
A. The services as specified in the Scope of Service shall be performed by
ENGINEER, and shall be paid for by the CITY, on an hourly basis, but the total
cost of services and reimbursable expenses shall not in any event exceed
$1,015,909 (absent written explicit authorization from the CITY). A detailed
breakdown of costs by services is included in Exhibit"C" attached hereto.
B. Reimbursable expenses shall be billed to the CITY by the ENGINEER.
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
2
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 INSTRUMENTS OF SERVICE
The CITY acknowledges the ENGINEER's construction documents, including electronic
files, as instruments of professional service. Nevertheless, upon completion of the
services and payment in full of monies due to the ENGINEER, the final construction
documents prepared under this AGREEMENT shall become the property of the CITY.
The CITY shall not reuse at another site or make any modification to the construction
documents without the prior written authorization of the ENGINEER. The CITY agrees,
to the fullest extent permitted by law, to indemnify and hold harmless the ENGINEER,
its officers, directors, employees and subconsultants (collectively, ENGINEER) 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
construction documents by the CITY, regardless of whether such reuse or modification is
for use at the PROJECT site or another site.
VI. ADDITIONAL SERVICES
ENGINEER agrees to provide additional services, if requested by the CITY, for the
completion of the PROJECT. The scope, schedule, and cost of the additional services
shall be mutually agreed upon by the CITY and the ENGINEER. ENGINEER shall not
proceed without prior written consent of the CITY.
VII. INSURANCE REQUIREMENTS
ENGINEER shall carry professional liability insurance in the minimum amount of five
hundred thousand dollars ($500,000.00) and shall carry workers' compensation insurance
in accordance with the statutory requirements of the State of Nebraska.
V III. INDEMNIFICATION
The ENGINEER 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 attorneys' fees and defense
costs, to the extent caused by the ENGINEER's negligent performance of professional
services under this AGREEMENT and that of its subconsultants or anyone for whom the
ENGINEER is legally liable. The CITY agrees, to the fullest extent permitted by law, to
indemnify and hold harmless the ENGINEER, its officers, directors, employees and
subconsultants (collectively, ENGINEER) against all damages, liabilities or costs,
including reasonable attorneys' 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 ENGINEER shall be
obligated to indemnify the other party in any manner whatsoever for the other party's
3
own negligence. Neither party shall be liable to the other for consequential damages,
including, without limitations, loss of use or loss of profits, incurred by one another or
their subsidiaries or successors.
IX. TERMINATION OF AGREEMENT
This AGREEMENT may be terminated by the CITY upon written notice to the
ENGINEER 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
ENGINEER 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. ENGINEER 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, sex, age, or disability as
recognized under 42 USCS 12101 et seq. and Omaha Municipal Code section 13-
89,political or religious opinions, affiliations or national origin.
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 to all existing and
applicable city ordinances, resolutions, state laws, federal laws, and existing and
applicable rules and regulations. State of Nebraska law will govern the terms and
the performance under this AGREEMENT.
D. Interest of the City. Pursuant to Part I Charter, Article VIII, 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 contract. Any willful violation of this section
shall constitute malfeasance and shall be punishable by forfeiture of office or
position. Any violation of this section with the knowledge of the person or
corporation contracting with the city shall render the contract voidable by the
Mayor or Council."
E. Interest of the ENGINEER. The ENGINEER covenants that it 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; it 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
4
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 ENGINEER may not assign its rights under this AGREEMENT
without the express prior written consent of the CITY.
I. Compliance. All provisions of this AGREEMENT and the attached documents
shall be 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 ENGINEER is required and hereby agrees to use a federal
immigration verification system to determine the work eligibility status of new
employees physically performing services 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. 1324a, 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 ENGINEER is an individual or sole proprietorship, the following applies: 1.
The ENGINEER 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 ENGINEER indicates on such attestation form that
he or she is a qualified alien, the ENGINEER agrees to provide the US Citizenship
and Immigration Services documentation required to verify the ENGINEER'S
lawful presence in the United States using the Systematic Alien Verification for
Entitlements (SAVE) Program. 3. The ENGINEER understands and agrees that
lawful presence in the United States is required and the ENGINEER may be
disqualified or the contract terminated if such lawful presence cannot be verified
as required by Neb. Rev. Stat. §4-108.
K. Equal Employment Opportunity Clause. Annexed and made a part hereof by
reference are the equal employment provisions of this contract. All reference to
"Contractor" shall mean "ENGINEER". Refusal by the ENGINEER to comply
with any portion of this program as therein stated and described will subject the
offending party to any or all of the following penalties:
(1) Withholding of all future payments under the involved contracts to the
ENGINEER in violation until it is determined that the ENGINEER is in
compliance with the provisions of the contract;
(2) Refusal of all future bids for any contracts with the ENGINEER or any of its
departments or divisions until such time as the ENGINEER demonstrates
that they have established and shall carry out the policies of the program as
herein outlined.
Contract Compliance Ordinance No. 35344,Section 10-192
Equal Employment Opportunity Clause
During the performance of this contract, the Contractor agrees as follows:
5
1) The Contractor shall not discriminate against any employee or applicant
for employment because of race, religion, color, sex, age, sexual
orientation, gender identity, national origin, or disability as defined by the
Americans With Disabilities Act of 1990 and Omaha Municipal Code 10-
192 and 13-89. The Contractor shall ensure that applicants are employed
and that employees are treated during employment without regard to their
race, religion, color, sex, age, sexual orientation, gender identity, disability
or national origin. The Contractor shall take all actions necessary to
comply with the Americans With Disabilities Act of 1990 and Omaha
Municipal Code including, but not limited to, reasonable accommodation.
As used herein, the word "treated" shall mean and include, without
limitation, the following: Recruited, whether 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, religion,
color, sex, age, sexual orientation, gender identity, disability or national
origin.
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 of Omaha, Nebraska, and shall post copies of the notice
in conspicuous places available to employees and applicants for
employment.
4) The Contractor shall furnish to the contract compliance officer 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 Omaha Municipal Code sections 10-
192 to 10-194, inclusive, and shall permit reasonable access to his records.
Records accessible to the contract compliance officer 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 of 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 the 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 is necessary to protect the interests
6
of the City and to effectuate these 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 contract compliance officer. Compliance reports filed at such times as
directed shall contain information as to the employment practices,policies,
programs and statistics of the Contractor and its subcontractors.
7) The Contractor shall include the provisions of paragraphs (1) through (7)
of this section, "Equal Employment Opportunity Clause," and Section 10-
193 in every subcontract or purchase order so that such provisions will be
binding upon each subcontractor or vendor.
L. Opinions of Probable Construction Cost. ENGINEER'S opinions of probable
construction cost, as applicable to the services provided for herein, are to be made
on the basis of ENGINEER'S experience and qualifications and represent
ENGINEER'S best judgment as an experienced and qualified professional
engineer generally familiar with the construction industry. However, since
ENGINEER has no control over the cost of labor, materials, equipment, or
services furnished by others, or over the contractor's methods of determining
prices, or over competitive bidding or market conditions, or when the PROJECT
will be constructed, ENGINEER cannot and does not guarantee that proposals,
bids, or actual construction cost will not vary from opinions of probable
construction cost prepared by ENGINEER.
M. Force Majeure. ENGINEER shall perform the requirements of this
AGREEMENT within the time limits set forth herein unless the performance is
prevented or delayed by events which constitute a force majeure. A force majeure
event is defined as any event arising from causes not reasonably foreseeable and
beyond the control of the ENGINEER which could not be overcome by due
diligence and which delays or prevents performance as required by this
AGREEMENT. Force majeure events do not include unanticipated or increased
costs of performance, changed economic or financial conditions, or failure of a
contractor to perform or failure of a supplier to deliver unless such failure is, itself,
•
the result of force majeure. ENGINEER'S scheduled completion date may be
adjusted to account for any force majeure delay only if the CITY agrees it is a
force majeure AND agrees with the schedule adjustments, which may not
necessarily be a one-to-one tradeoff, AND only if ENGINEER has provided the
following supporting information in a timely manner:
1) Notification to the CITY as soon as it is found that a schedule item will be
missed or delayed;
2) Estimate of the anticipated length of delay, including any demobilization
or remobilization of contractors, subcontractors,or equipment;
7
3) Description of the cause of the delay;
4) Description of the measures taken or to be taken to minimize the delay and
the time frame for the implementation of these measures;
5) A revised schedule.
N. Small and/or Emerging Small Business Participation. ENGINEER is obligated
to comply with the policy of the City of Omaha that Small and Emerging Small
Businesses shall have the maximum practicable opportunity to participate in City
of Omaha projects, as provided in Exhibit A. All reference to "Contractor" in
Exhibit A shall mean "ENGINEER".
EXECUTED this /5 day of ).
, 2014.
Jct (c 15, 26 I 'f
EN IN j
B rL (9 ilt(
A ES
4Socia ie._.
(Title)
EXECUTED this I day of , tall--, 2014.
ATTEST CITY OF OMAHA,A Municipal Corporation
- __--,.. By X .„
--(4.--c,P,,sk
City Clerk Mayor
APPROVED AS TO FORM:
zi1/V j
Deputy City Attorney
Revised: 4/2012
8
EXHIBIT "A"
UTILIZATION OF SMALL AND EMERGING SMALL BUSINESSES
It is the policy of the City of Omaha that Small and Emerging Small Businesses shall have the
maximum practicable opportunity to participate in City of Omaha projects. With regard to this
AGREEMENT, the following Certified Professional Service Provider(s) have been identified
and contracted with to perform the identified project tasks:
Scope of work or Projected
project tasks to be commencement and
performed completion date of
Name of small or work Agreed price with
emerging small SB/ESB
business Address Percentage(%)
WLA Consulting, 4944 South 114`" Environmental September 2014 $4,720 0.5%
Inc. St., Omaha, NE Assessment July 2015
68137
R.W. 6225 North 89'" $15,280 1.5%
Engineering & Circle, Omaha, NE Site Survey and September 2014
Surveying, Inc. 68134 Utility Locates July 2015
Lovgren 809 North 96`" Public September 2014 $3,960 0.4%
Marketing Group Street, Omaha, Involvement July 2015
NE 68114
$23,960 2.4%
Totals
CERTIFICATION
The undersigned certifies that he/she is legally authorized by the ENGINEER to make the statements and representations
regarding small and/or emerging small business participation and that said statements and representations are true and correct
to the best of his/her knowledge and belief. The undersigned will enter into formal agreement(s) with the identified small
and/or emerging small business(es) (which are otherwise deemed by the City of Omaha to be technically responsible to
perform the work) listed at the price(s) set forth in this Exhibit conditioned upon execution of a AGREEMENT by the
undersigned with the City of Omaha. The ENGINEER agrees that if any of the representation made regarding utilization of
small and/or emerging small business by the ENGINEER knowing them to be false,or if there is a failure by the ENGINEER
to implement the stated agreements,intentions,objectives,goals,and comments set forth herein without prior approval of the
Public Works Director, such action shall constitute a material breach of the AGREEMENT, entitling the City of Omaha to
terminate the AGREEMENT for default. The right to so terminate shall be in addition to,and not in lieu of,any other rights
or remedies the City of Omaha may have for other defaults under the AGREEMENT, under City of Omaha's Contract
Compliance Ordinance or otherwise. Additionally,the ENGINEER will be subject to the terms of any future Professional
service awards.
Signature/ a4A- Cl 7' .a
Title /Y s 50c'.14 /C-- Date of Signing /J6/'tea!q'
Firm or Corporate Name
Address Telephone Number
10
EXHIBIT "B"
SCOPE OF SERVICES
CITY OF OMAHA PUBLIC WORKS DEPARTMENT
OPW52472 —Burt Izard Lift Station Improvements (CSO)
Exhibit B to the AGREEMENT between CDM Smith (ENGINEER), and the City of Omaha
(CITY), for a PROJECT titled OPW52472—Burt Izard Lift Station Improvements
ARTICLE 1. SCOPE OF SERVICES
This AGREEMENT provides for engineering services for conceptual (10%) and preliminary
design (30%) for improvements to the Burt Izard Lift Station including replacing equipment,
updating the facility per current code requirements, and providing improvements for grit
removal.
This PROJECT is located at the Burt Izard Lift Station located east of Riverfront Drive east of
the Century Link Center and railroad, west of the Missouri River, south of the Bob Kerry
Pedestrian Bridge and north of Lewis and Clark Landing.
The PROJECT will build upon the recommendations presented in the Lift Station Improvements
Preliminary Engineering Report dated May 2008; previously made available to the ENGINEER
on the Request for Proposals file transfer protocol (FTP) site.
Preliminary design shall, at a minimum, include design to an approximate 30% completion level
and include grit basin evaluation and modeling of the grit facility, pump wetwell modeling,
topographic survey of the PROJECT area, and lift station improvements, as necessary.
The PROJECT work will be performed as part of the overall Omaha CSO Control Program.
ENGINEER will be required to comply with the written Plans, Protocols, Procedures, Standards,
and Guidance documents developed for the CSO Program.
This scope of services is organized in categories of project assumptions, project management,
and major project design tasks. Major elements of work will include:
1
Task 1 —Project Management
Task 2—Grit Basin Evaluation
Evaluation of the grit in Grit Basin Nos. 1 and 2 at the Burt Izard Lift Station and
development of computational fluid dynamic (CFD) model of the basins and defining
the physical characteristics of the basins.
Task 3—Conceptual Design for Lift Station and Grit Basin Improvements
Review, confirmation, and updates of recommendations presented in the 2008 Lift
Station Preliminary Engineering Report, conceptual designs of recommended baseline
improvements to improve grit removal and preparation of a Conceptual Basis of Design
Technical Memorandum for improvements to the Burt Izard Lift Station and grit basin
improvements.
Task 4—Preliminary (30%) Design—Field Work and Data Acquisition
Field investigations to acquire data to sufficiently complete 30%design of the Project.
Task 5 —30% Design Deliverable
30%design deliverables for review and utility coordination providing a summary of the
recommended improvements to the grit basins and lift station summarized in a Basis of
Design Report
Task 6—Additional Services
The ENGINEER shall perform all work in accordance with the CSO Program Plans, Protocols,
Procedures, Standards, and Guidance Documents listed below and subsequent revisions:
These documents can be found on the CSO Web Portal in the following location:
http://www.omahacsopt.com/projects/Shared%20Documents/Forms/Document%20Group.aspx
2
The following documents are hereby included in this Scope of Services by reference:
Document Name Document Date
PLANS
Combined Sewer Overflow Control Program Quality
Management Plan O5/26/2010
Risk Management Plan 07/07/2010
Environmental Plan Updated May 2013
Construction Management Plan 06/27/2012
PROTOCOLS
Sewer Separation Protocol Rev. 0.01 Updated 07/30/2010
PROCEDURES
City of Omaha Manhole and Lamping Inspection Procedure Updated 03/12/2012
Revision 3
City of Omaha Pipeline Inspection Procedure Using Closed •
Updated 03/12/2012
Circuit Television Revision 3
Public Information Procedure for CSO and RNC Projects • Updated 12/12/2011
ROW Management and Property Acquisition Procedure for Updated 09/16/2010
(Non-Federal) Projects
Geotechnical Investigations Procedure for Sewer Separation Updated 06/30/2010
Projects
City of Omaha Smoke and Dye Testing Procedure (Revision
3) Updated 02/26/2013
Community Enhancement Procedure Updated 04/30/2013
Utility Coordination Procedure Updated 07/19/2012
STANDARDS
InfoWorks Modeling Standard Updated 06/24/2010
Interim Flow Monitoring Standard, Rev 0 12/30/2011
Public Works Department Design Division Surveying
Proposals Guidelines for Preparation and Presentation 03/04/2011
3
GUIDANCE DOCUMENTS
• Omaha Green Solutions Site Suitability Assessment and 12/21/2009
• BMP Selection Process Guidance Document
Omaha Green Solutions in Facility Design Guidance
4/20/2010
Document
Private Property Investigation Guidance Updated 07/12/2010
Sanitary Sewer Design Basis and Methodology Guidance Updated 06/27/2010
Storm Sewer Design Basis and Methodology Guidance Updated 06/27/2010
Sustainability Guidance Updated 01/04/2011
Urban Design Review Board Guidance Updated 12/20/2010
CSO Project Communication: PMT and Project Teams Update 10/2012
Technical Memorandum
Notes:
1. Any documents listed above may be updated during the duration of the project. In the
event that a change is made to a document that affects the scope of work included
herein, a contract change may be required.
2. Standard Specifications for Public Works Construction 2014 and most current
Standard Plates shall be used, where applicable, unless special conditions require
modification. Modifications are to be approved by the CITY.
MAJOR PROJECT ASSUMPTIONS
The following assumptions regarding the SCOPE OF SERVICES are hereby agreed to by the
ENGINEER and CITY, in addition to the assumptions stated throughout this SCOPE OF
SERVICES. Changes to these or other assumptions will represent a change of scope and may
require adjustment to ENGINEER's compensation and schedule as applicable. AGREEMENT
modifications including scope, compensation, and fee shall be addressed in accordance with the
Terms of the AGREEMENT.
1. Program Management Team (PMT) is defined as the specific employees of the CITY,
CH2M HILL, INC., HDR ENGINEERING, Inc., Lamp Rynearson and Associates, and
Lovgren Marketing Group responsible for the oversight of the CSO Program on behalf of
the CITY. PMT does not include all employees of the various CITY Departments that will
be involved in the PROJECT development.
2. ENGINEER will work directly with the PMT throughout the development of the
PROJECT.
4
3. Several TMs were prepared during the development of the LTCP phase of the PROJECT.
The TMs provide an overall conceptual project layout and assumptions with respect to the
PROJECT. PMT will provide an electronic copy of the applicable TMs.
4. The LTCP provides a general conceptual plan for the overall project. However, deviations
from this conceptual plan may be necessary.
5. PMT will provide relevant background information for the PROJECT including copies of
available quarter section drawings, record drawings, previously obtained utility drawings,
geotechnical and topographic survey reports, and documentation regarding previous
studies and investigations.
6. PMT will provide survey field books as necessary for the PROJECT development.
7. ENGINEER will provide survey field books, all survey computer data, drainage and pipe
sizing calculations, and drawings to the PMT upon completion of work if the ENGINEER
is not contracted to complete additional services associated with the PROJECT. All data
shall be provided in the applicable format for the respective plan, protocol, procedure,
standard or guidance.
8. PMT will identify primary points of contact within the PMT including, but not limited to, a
PMT Coordinator who will be responsible for coordination of the PROJECT for
conformance with CSO Program requirements, a PMT Compliance Coordinator who will
oversee PROJECT compliance with state, local and environmental requirements and
compliance with the LTCP, and a CITY Project Manager who will be responsible for
coordination of the PROJECT for conformance with CITY requirements that are in
addition to the requirements of the CSO Program.
9. PMT will provide, as needed, other points of contact with the PMT including, but not
limited to, utility and surveying coordinators; permitting coordinators; regulatory agency
coordinator; hydraulics lead; field services contact; and contacts within the other PMT
Teams (Compliance, Project Delivery, Sewer Separation, Construction Management,
Program Controls, and Assurance).
10. PMT will assist in establishing lines of communication and points of contact with other
design teams for adjacent projects that are related to the PROJECT tasks.
11. CITY Project Manager shall provide for coordination with other CITY Departments that
are not a part of the PMT.
12. ENGINEER will work with the PMT to develop project specific sustainability goals in
accordance with the CSO Program Sustainability Guidance.
13. Green infrastructure design will be incorporated in general accordance with the Green
Solutions for Major CSO Projects. The opportunities will be evaluated by CITY staff and
PMT to determine feasibility for incorporation into the final design as determined by the
CITY.
14. Community Enhancements are not anticipated for the project.
5
15. The ENGINEER shall, in conjunction with the PMT, review the risk items and proposed
mitigation strategies identified in the Project Delivery Plan (PDP) and implement the risk
mitigation strategy per the Sewer Separation Protocol in the completion of the work for the
Project.
16. The preliminary design will be based on the following data analysis:
• Assessment of previous TM's including data, Geographic Information System (GIS)
data, survey, field data, drawings, assumptions, analysis, alignments and costs. This
information as available would be used for the Burt Izard Lift Station site.
• Assessment of previous Preliminary Engineering Report, titled Lift Station
Improvements: Burt Izard, First and Leavenworth, Monroe, Transfer Lift.
16.1 Analyze at a minimum the following construction methods and requirements as
they apply:
• Excavation Support.
• Dewatering.
• Construction sequencing, scheduling.
16.2 Minimize permanent easement acquisition. It has been assumed that all work will
occur on the existing lift station property.
16.3 In collaboration with the PMT Compliance Team, incorporate permit requirements
as outlined in the Environmental Plan.
16.4 Incorporate preliminary design for structural and piping modifications that may be
required to existing structures or junction boxes.
16.5 Minimize inconveniences to area homes, and minimize disruption to residents,
businesses, and scheduled area events.
16.6 Investigate, address as needed, and possibly phase projects in regards to the
impacts of construction and timing on local area activities. PROJECT phasing and
sequencing will be in accordance of the overall CSO Program.
16.7 Perform quality control reviews as outlined in the Program Quality Management
Plan (QMP).
6
17. Additional information to be provided by CITY when requested by the ENGINEER, if not
provided in project background information:
• Quarter-section maps
• As-built drawings (request specific project numbers)
• Past Reports or Studies (request by report name and year)
18. PMT will endeavor to complete reviews of all PROJECT deliverables within a three week
time period; however, this will be dependent on workload at the time of the submittal.
Sufficient schedule float shall be included to allow a 4 week review time when necessary.
All review comments will be compiled in one document per deliverable and will be
submitted to the ENGINEER in a single standard design review form.
TASK 1 --PROJECT MANAGEMENT
Objective: Provide for the overall project management and administration, project
coordination, public involvement and business community coordination
throughout the duration of the PROJECT.
Deliverables: Quality Control Plan; Certification of a Project Health and Safety Plan; Project
Execution Plan; monthly invoices; monthly progress reports; monthly schedule
updates; progress meeting and other meeting minutes; meetings with business and
neighborhood representatives; review agency coordination, coordination with City
Agencies, uploading of documents to the Project page on the CSO Program
SharePoint website; coordination with PMT.
Scope:
1.1 Project Management and Administration. ENGINEER to provide project management
and administrative activities including:
1.1.1 Project Management and Administration. ENGINEER shall monitor progress
and schedule and facilitate coordination of the PROJECT design elements;
Prepare monthly invoicing with estimated percentage of work complete by
contract task; prepare monthly progress reports; scope, schedule, and budget
tracking; provide staffing management and contract administration; maintain
communication with PMT; maintain Quality Control; filing of documents on the
Project page on the CSO Program SharePoint website; provide monthly
PROJECT schedule updates; If not on schedule or budget, explain reasons for
deviations and mitigation plan to rectify. File project documents on the Project
page of the Program Web Portal and provide a hard copy of all deliverables to the
PMO Library. ENGINEER will prepare meeting summaries of all meetings led by
the ENGINEER and distribute to the CITY and PMT in Word format within 2
weeks of the meeting.
1.1.2 Quality Control Plan (QCP). ENGINEER will prepare and implement a QCP
that is consistent with the CSO Program Quality Management Plan (QMP).
Maintain QCP throughout the duration of the project.
7
1.1.3 Project Health and Safety Plan (HSP). The ENGINEER is responsible for the
health and safety of its employees and confirming that ENGINEER's
subcontractors have a good understanding of all PROJECT health and safety
requirements. The CITY and PMT put a high value on the safety of all personnel
working on delivery of the CSO Program. ENGINEER will develop a project
specific HSP to apply to employees working on this PROJECT. The HSP will
address safety in the office, site visits, and field investigations, shall include
OWNER and PMT requirements and shall be consistent with the CSO Program
Protocols.
1.1.4 Project Execution Plan (PEP). ENGINEER will develop and maintain a PEP in
accordance with the requirements set forth in the project delivery plan, protocols,
plans, procedures, standards and guidance documents prepared by the PMT. The
PEP will include project procedures, CAD drafting standards, filing standards,
public involvement coordination, project team organization, and a detailed project
schedule developed in Microsoft Project with associated deliverable dates.
Maintain PEP throughout the duration of the project.
1.1.5 Initial Project Kickoff Meeting. ENGINEER will conduct the initial project
kickoff meeting with PMT. The purpose of the meeting will be to review the
project approach, PEP, project goals/objectives and previous studies; establish
project communication procedures; and establish the project schedule.
ENGINEER will prepare minutes for the meeting and distribute electronically in
Microsoft Word format.
1.1.6 Monthly PMT Meetings. ENGINEER will conduct monthly progress meetings
with the PMT for the duration of the PROJECT to provide updates on project
progress, budget and schedule status, current project issues, review of
deliverables, and public involvement activities. Anticipated future activities and
PMT needs will be discussed. ENGINEER will be responsible for arranging the
meeting, preparing an agenda, conducting the meeting, and taking and distributing
meeting notes. Nine (9) progress meetings are assumed based on the preliminary
schedule.
1.2 Agency and Project Coordination. ENGINEER will provide agency and project
coordination activities including:
1.2.1 Utility Coordination. ENGINEER will provide for the communication with the
utilities in the project area including notification of the project, requests for
facility information, and meetings to discuss the project per the Utility
Coordination Procedure. ENGINEER will send utility requests directly to the
utility companies with copies of the requests to the PMT utility coordinator.
ENGINEER will be responsible for taking and distributing meeting notes and
incorporating utility information into the design of the PROJECT. ENGINEER
will be responsible for providing utilities with relevant project information to
facilitate with any required design work for replacement or relocation of their
existing infrastructure within the PROJECT area. The ENGINEER will identify
one person from the Project Team who will act as the singular contact throughout
the PROJECT to request information from the Utilities.
8
1.2.2 Agency Coordination and Permitting. Agency coordination will be conducted
in conformance with the Environmental Plan and under the oversight of the
PMT's Compliance Coordinator. Communication with the impacted agencies will
be in conformance with the Environmental Plan. The impacted agencies may
include, but are not limited to the Nebraska Department of Environmental Quality
and the CITY's Quality Control Division. ENGINEER will be responsible for
taking and distributing meeting notes and incorporating Agency information into
the design of the PROJECT.
1.2.3 CITY Agency Coordination. ENGINEER will provide for meetings through the
CITY Project Manager with CITY Agencies including other divisions within the
Public Works Department, Planning Department, and Parks, Recreation and
Public Property Department. Meetings will be held as necessary to maintain open
lines of communication, obtain feedback on design elements that may impact
other departments and allow for design reviews/comments (3 meetings budgeted).
Coordination with the City Planning Department regarding Urban Design Review
Board approvals shall be in accordance with the Urban Design Review Board
Guidance.
1.2.4 Public Involvement and Neighborhood Coordination. ENGINEER's public
involvement consultant shall attend the project kick-off and monthly progress
meetings to stay up-to-date with the project schedule and make recommendations
for contact with the neighboring property owners, businesses, and neighborhood
associations affected by the PROJECT. ENGINEER will update stakeholders via
phone call as determined necessary to let them know the project status.
TASK 2—GRIT BASIN EVALUATION
Objective: This task consists of reviewing data on the grit in Grit Basin Nos. 1 and 2 at the
Burt Izard Lift Station, development of a computational fluid dynamic (CFD)
Model of the basins and defining the characteristics of the basins.
Deliverables: The key deliverables will be a Grit Basin Evaluation Technical Memorandum
summarizing the expected grit in the basins and model output from CFD
Modeling .
Scope:
2.1 Previous Reports and Studies. Obtain and review previous reports developed by the
PMT. Review pertinent existing information including drawings, related to the grit
basins. Discuss available information following the project kick-off meeting with City
and PMT.
2.2 CFD Modeling and Assessment. Prepare a CFD model to determine low velocity zones
where grit is expected to accumulate. The CFD modeling results will be compared with
the evaluation of grit data to determine the most appropriate improveGrit Basin
Evaluation TM. ENGINEER will develop a draft Technical Memorandum, to
summarize the results of the grit characterization and distribution, basin physical
inspection, and modeling. Submit draft Technical Memorandum to the PMT and CITY.
9
2.3 Final Basin Evaluation TM. Finalize TM. Review comments to the TM with the City
and PMT at a monthly progress meeting. Revise TM to incorporate review comments.
Prepare memo to address review comments that were not incorporated and summarize
how the issue was reconciled. Submit the final TM and model results to the PMT.
TASK 3 — CONCEPTUAL DESIGN FOR LIFT STATION AND GRIT BASIN
IMPROVEMENTS
Objective: Review and confirm recommendations presented in the 2008 Lift Station
Preliminary Engineering Report and prepare a Conceptual Basis of Design
Technical Memorandum for improvements to the Burt Izard Lift Station. Prepare
Conceptual level plan sheets. Prepare conceptual designs of recommended
baseline improvements to the grit basins to improve grit removal and prepare a
Conceptual Basis of Design Technical Memorandum for the grit recommended
improvements summarizing the findings, calculations and assumptions developed
in these tasks.,.
Deliverables: The key deliverables will be the Conceptual Basis of Design Technical
Memorandum, wetwell model results (CFD), and the conceptual level plan sheets
for screens, screening discharge, pump installation, structural modification, new
electrical room, and baseline and optional improvements for grit improvements.
The deliverable shall include, at a minimum, the items identified in the 10 Percent
Deliverables Guidance. An electrical one-line will be provided.
Scope:
3.1 Wetwell CFD Model. Prepare a CFD model to determine improvements necessary to the
wetwell to meet current pump intake design guideline standards.
3.2 Surge Analysis. A limited scope surge analysis will be performed for the lift station and
discharge force main to recommend discharge valves and other means such as surge
control devices needed to protect the new pumps. Specifically for this project, the surge
analysis will be limited to the evaluation of the effects of transient caused from the power
failure of one or more of the pumps and start-up and shut down of the pumps at the lift
station. ENGINEER assumes a surge tank is not required as one of the surge control
devices. The surge analysis will consider the separate surge analysis and assumptions
already conducted for the S1FM for continuity in this project and for the hydraulic grade
line in the common force main; however, the existing SIFM and pump stations will not
be included and evaluated in the surge analysis for the lift.
3.3 Discipline Confirmation. Confirm recommended improvements for the lift station
including electrical, controls, structural, building mechanical, and process mechanical
improvements. Items reviewed will include:
3.3.1 Bar screen replacement. Re-evaluate and confirm replacement of the existing
manually cleaned bar screen with a mechanically cleaned bar screen and evaluate
replacement of the existing mechanically cleaned bar screen with a new screen for
long-term operations. Evaluate option to isolate each screen for maintenance.
10
3.3.2 Screenings discharge and handling improvements. Evaluate options for
replacement of the Serpentix conveyor currently used to convey screenings from
the bar screen discharge to a dumpster. The evaluation will consider two
mechanically cleaned bar screens discharging into a new conveyor.
3.3.3 Wetwell Gates. Re-evaluate and confirm replacement of the existing sluice gates
in the wetwell with stainless steel slide gates.
3.3.4 Pump and piping improvements. The capacity of the lift station will be designed
for 50 mgd with the intent to maintain current flows at 25 mgd. Re-evaluate and
confirm installation of three new dry-pit submersible pumps and associated valves
and piping. Confirm whether an actuated ball valve should be used for the pump
check valve based on results of the surge analysis.
3.3.5 Lift station junction manhole gate improvements (Manholes A, B, and C).
Evaluate replacement of the existing gates with new electric actuated gates
located above grade. The new gates shall be used to modulate flow between the
two grit basins.
3.3.6 Structural improvements. Re-evaluate and confirm addition of a new floor, access
hatch, and hoist to accommodate the new electrical room. The structural
evaluation assumes that there is no crack repair or corrosion repair needed.
3.3.7 Architectural improvements. Evaluate expansion of the grit building to the north
to allow trucks to be parked indoors when the grit basins are being emptied.
3.3.8 Odor Control. Evaluate odor control system sizing in the Grit Building to confirm
system capacity can handle increased building size.
3.3.9 Ventilation improvements for code compliance. Re-evaluate and confirm
improvements to the lift station ventilation system to meet current code
requirements.
3.3.10 Plumbing Improvements. Re-evaluate and confirm addition of a restroom in the
lift station.
3.3.11 Electrical improvements. Re-evaluate and confirm required improvements to the
electrical equipment including installation of two new VFDs and reuse of one
VFD, and installation of new 4160V switchgear.
3.3.12 Instrumentation and Control improvements. Re-evaluate and confirm
recommended instrumentation and control improvements including effluent flow
measurement, grit influent flow split, a new HMI, discharge pressure transmitters,
bubbler piping replacement, new hydrogen sulfide and methane detectors, new
sensors for ventilation system failure, smoke, and flood alarms, and remote
control and monitoring from the wastewater treatment plant
3.4 Baseline Grit Improvements. Baseline improvements include improvements to the
existing grit basins which will improve access and removal of grit accumulating in the
basins. The improvements that will be evaluated include the following:
11
3.4.1 Increase the capacity of the existing grit basins by removing the concrete fill
which was added in the early 2000s.
3.4.2 Improve clamshell access by removing unused equipment and platforms located
in the existing channels.
3.4.3 Change the clamshell operation to remote using a pushbutton operation and some
automation.
3.4.4 Add hydraulic lids or an alternate lid to Grit Basin No. 1 to provide easier access.
3.4.5 Evaluate hydraulics of the existing on-site diversion structure to decrease grit
accumulation.
3.5 Constructability. Constructability of the grit basin improvements and the lift station
improvements will be evaluated for consideration in the decision making.
3.6 Preliminary List of Potential Permits. In collaboration with the PMT Compliance
Team in accordance with the Environmental Plan, develop a preliminary list of the
potential permits and clearances needed for this PROJECT. A meeting will be held with
the compliance team to develop the list.
3.7 Conceptual Drawings. Prepare conceptual level drawings of the proposed alternatives at
an appropriate scale to show the level of detail required to convey the ideas presented.
The size of drawings will be 11" x 17" and have enough detail to show the proposed
plans.
3.8 Preliminary Project Sustainability Strategies. The ENGINEER will develop
preliminary sustainability strategies utilizing the portions of the Envisiontm Rating
System for Sustainable Infrastructure (www.sustainableinfrastructure.org) that are
applicable to the project. The Program Management Team will provide background
information on the rating system and will facilitate an approximate two-hour workshop to
brief the Project Team on the use of the rating system. The Program Management Team
will also provide program expectations regarding the level of achievement for applicable
objectives of the rating system. Engineer will provide meeting minutes from the
workshop and incorporate decisions into the conceptual design.
3.9 Conceptual Opinion of Probable Cost. Prepare a conceptual level Opinion of Probable
Cost (OPC) based on the conceptual layout and basis of design. The OPC is to be
developed in accordance with the Sewer Separation Cost Estimate Template Guidance.
3.10 Conceptual Basis of Design TM. Prepare a draft Conceptual Basis of Design Technical
Memorandum, to summarize the results of the lift station and grit basin improvements
evaluation. Submit draft Conceptual Basis of Design Technical Memorandum to the PMT
for distribution of review plans to the appropriate CITY departments, agencies, utilities
and other parties.
3.11 Responses to Comments on Conceptual Basis of Design TM. Review comments to
TM with the City and PMT during a monthly progress meeting. ENGINEER shall take
and distribute meeting notes. Prepare memo to address review comments that were not
12
incorporated and summarize how the issue was reconciled. Incorporate changes into the
30% design.
TASK 4—PRELIMINARY (30%) DESIGN—FIELD WORK AND DATA ACQUISITION
Objective: Perform field investigations to acquire data sufficient to complete 30% design of
the Project. Collected data will supplement field investigation results obtained
during the field investigation and conceptual design phases of the project.
Deliverables: Survey Data (both field books and electronic)
Scope:
4.1 Topographic Survey. Perform a site survey in sufficient detail to prepare construction
documents. The survey shall include the property for the Burt Izard Lift Station. Survey
shall be performed in accordance with the Public Works Department Design Division
Survey Standards. Survey field book and survey digital data shall be given to the CITY
upon completion of final design. Features include edge of pavement, edge of gravel,
culverts, pipes, boxes, structures, drives, fences, and utilities, trees and landscaping. The
survey will also include pipe invert elevations for Manhole A, B, and C, and elevations in
the existing distribution structure. The survey includes potholing three locations.
4.2 Utility Input into CADD. Based on information obtained from record drawings and staff
knowledge, input utility locations into CADD not picked up by the topographic survey.
Up to six utility locations utilizing potholing have been included.
TASK 5—30% DESIGN DELIVERABLE
Objective: Develop 30% design deliverables for review and utility coordination. The 30%
design deliverable is meant to provide a summary of the recommended
improvements to the grit basins and lift station and confirm the design elements.
Prepare a 30% Basis of Design Report that summarizes the findings, calculations,
assumptions, and phasing plan, based on the preliminary design.
Deliverables: Preliminary drawings of the proposed improvements. Copies will be provided in
printed and electronic format in accordance with the Sewer Separation Protocol.
Deliverables shall be based on the 30% Deliverables Guidance document for the
Basis of Design Report and 30% Design Drawings and will be include a list of
specifications and probable construction cost. The 30% Urban Design Review
Board submittal is also included.
Scope:
5.1 Site Plan and Civil/Site Design Criteria. Prepare a site plan based on the topographic
survey showing the building footprint, location of gate actuator for Manholes A, B, and C,
and other site improvements.
5.2 Process Mechanical Plans. Prepare plans showing installation of new equipment
including screens, screening handling, gates, pumps and valves, wetwell modeling
recommendations, and grit improvements.
13
5.3 Structural Plans. Prepare a plan showing locations and dimensions of structural
improvements.
5.4 HVAC. Prepare layout of new HVAC equipment.
5.5 Plumbing. Prepare dimensions of new restroom.
5.6 Electrical. Prepare one-line diagram, elevation of new switchboard, and layout of new
electrical room.
5.7 Instrumentation and Controls. Prepare P&ID for grit system, bar screens, and lift
station.
5.8 Architectural. Prepare architectural plans for expansion of the grit building, new
restroom, and new electrical room.
5.9 Preliminary List of Potential Permits. Engineer will review the preliminary list of
potential permits developed during conceptual design with the PMT Compliance Team.
Communications with permitting agencies needs to be done in conformance with the
Environmental Plan. ENGINEER shall fill out all permit applications for any governing
agency or other entity related to performance of field investigations and surveying for
preliminary and final design services. ENGINEER shall coordinate with the PMT and
CITY to get required permit applications submitted and approved.
5.10 Project Phasing and Scheduling. Develop a project phasing and sequencing and discuss
in the Basis of Design Memorandum.
5.11 Constructability. Evaluate the constructability of the recommended improvements
including allowable time to complete the work, shut-downs required, pump-around
locations, and other necessary coordination required for construction.
5.12 Opinion of Probable Construction Cost. Prepare an opinion of probable costs (OPC)
based on the (30%) preliminary drawings and level of design. The OPC is to be developed
in accordance with the PMT Protocol and provided in the technical memorandum.
5.13 Risk Mitigation Strategy. The ENGINEER shall develop an initial risk assessment and
mitigation strategy for the risk factors identified in the Sewer Separation Protocol. The
Risk Mitigation Strategy TM shall include an identification of risks that should be carried
forward to construction contractors as the controlling entity.
5.14 Preliminary List of Specifications. Include a preliminary list of specifications for final
design.
5.15 Basis of Design Report. The 30% Basis of Design Report shall summarize the
development of the preliminary plans including field data, hydrologic and hydraulic
calculations; system sizing; utility coordination; potential community enhancements,
neighborhood coordination; sustainability, risk mitigation strategy, green infrastructure;
agency coordination; environmental issues, permits; and recommendations for final
design including phasing and sequencing.
14
5.16 Plan Distribution. Coordinate with the PMT for the distribution of the 30% deliverables
to the review agencies, permitting agencies, utilities, and CITY departments for review
and comment.
5.17 Utility Coordination Meeting. ENGINEER will conduct a utility coordination meeting
per the Utility Coordination Procedure. ENGINEER will be responsible for taking
meeting notes and distributing meeting notes. The meeting will be coordinated with the
PMT.
5.18 Finalize Basis of Design Report. Address review comments. PMT will endeavor to
complete reviews of all PROJECT deliverables within a three week time period;
however, this will be dependent on workload at the time of the submittal. Sufficient
schedule float shall be included to allow a 4 week review time when necessary. CITY and
PMT review comments will be compiled in one Quality Review Form (QRF) document
per deliverable and will be submitted to the ENGINEER. ENGINEER will incorporate
comments from the QRF into the design. Address/resolve QRF comments. Submit the
final TM and drawings to the PMT in accordance with the Sewer Separation Protocol.
5.19 30% Walkthrough. Coordinate field review and walkthrough using 30% preliminary
design plans. The focus of this walkthrough will be on planning, green infrastructure
and overall constructability. The CITY and PMT will identify staff to attend the field
review. Document walkthrough comments and outcomes for incorporation into the
60%design.
5.20 Urban Design Review Board (UDRB) Submittal. The ENGINEER shall prepare the
Urban Design Review Board application and the 30% review submittal package required
by the UDRB and the City Planning Department for review by City Planning. In general,
the UDRB submittal package will include plan-view drawings that clearly show impacts
to neighbors, bicycle routes, areas of civic importance (ACI), etc., as identified by the
PMT as well as the proposed mitigation of those impacts, showing sufficient details to
convey the proposed work, but in a non-technical way. The submittal may require the
services of a landscape architect to meet UDRB expectations. Examples of UDRB
submittals will be provided to the ENGINEER for reference. A UDRB submittal to the
Planning Department will be required (3 copies). Urban Design Review Board (UDRB)
review comments shall be addressed by the ENGINEER and incorporated into the 60%
plans and specifications.
TASK 6 -ADDITIONAL SERVICES
ENGINEER's contract maximum upper limit for compensation includes a total allowance
amount of$123,569 for Additional Services not yet authorized by City that may be required
throughout the course of the work. This allowance amount shall not be utilized by ENGINEER
unless specifically authorized in writing by the City. Additional Services will not be performed,
nor is the ENGINEER approved to utilize any of the allowance amount, unless the City provides
written authorization to ENGINEER that includes the scope of work for each Additional Service
to be performed and a maximum billing limit for compensation that has been mutually agreed
upon. The allowance fee amount was based on completing Tasks 6.1 through 6.4 only.
15
These additional services may include, but shall not be limited to:
6.1 Wetwell Physical Model. Prepare a physical model of the lift station wetwell to
determine whether baffling or other modifications are required to meet current Hydraulic
Institute Standards for pump intake design.
6.2 Geotechnical Investigations. A subsurface exploration shall be performed in accordance
with the Geotechnical Investigation Procedure for Sewer Separation Projects.
Geotechnical investigations will include two (2) test borings located at locations north of
the existing grit building to consider expansion of the grit building. The boring locations
will be adjusted based on equipment access, site conflicts, utility clearance issues and
sites of environmental concern noted in the EDR report and identified during the
conceptual phase. At boring location sites in areas of environmental concern, a
photoinonization detector (PID) shall be used to check for indications of potential
petroleum hydrocarbons. The geotechnical investigations will include the use of a PID on
two (2) test borings. If detectable PID readings are identified during the PID screening,
sample contamination analysis in accordance with additional services in Section 7.4 will
be implemented. Water samples will also be obtained if in sufficient quantity to sample in
borings where detectable PID readings are identified. Perform test borings to obtain
geologic information and samples of the soils, and laboratory tests to determine the
relevant engineering properties of the various soil strata. Boring depths are intended to
extend 5- to 10-feet below excavation level to permit assessment of excavation stability
and possible shoring. Depths of the groundwater table shall be noted. A workplan will be
prepared for submittal to United States Army Corps of Engineers due to the proximity to
the levee.
6.3 Geotechnical Report. A geotechnical report shall be prepared and will discuss the
general soil and ground water conditions underlying the site; results of any groundwater
testing; provide an estimate of the dewatering flow rate anticipated at the boring locations
for use in preparing the dewatering permit; present the relevant engineering properties of
the existing soils [and PID results, if applicable]; provide excavation and earthwork
recommendations including minimum setbacks from adjacent structures; and recommend
design criteria and parameters for the building expansion. ENGINEER shall provide the
CITY with electronic files of all geotechnical test boring locations (and identification
numbers referenced in the geotechnical report) created while preparing the Geotechnical
Report. ENGINEER shall coordinate with the PMT to assure that minimum data
attributes are provided with the electronic data.
6.4 Environmental Assessment. PMT shall provide data on any known environmental
concerns in the area including soil sampling previously conducted to confirm that there
will be no impacts to expansion of the grit building. A desktop assessment or sampling
can also be provided as described in Task 6.9.
6.5 Subsurface Utility Exploration. Perform Subsurface Utility Exploration (SUE) for key
utilities based on information obtained from the utility companies. An allowance of 3
individual potholes of SUE work is included for areas that are not performed by the
utilities themselves. A cost allowance of $2600 per pothole is included to employ a
Contractor to perform potholing including surface restoration. Proposed SUE work will
be reviewed with CITY and PMT, and proceed only upon authorization by the CITY.
16
6.6 Contaminated Soil Analysis. Submit one soil sample (and a water sample, if obtained)
representing the highest PID reading from each boring with a detectable PID reading for
laboratory analysis of petroleum compounds. The soil samples will be submitted for
laboratory testing of benzene, toluene, ethylbenzene, hexane (BTEX), MTBE,
naphthalene, n-Hexane by Method 8260B and total extractable hydrocarbons (TEH) by
Method OA-2, lead and other metals. The test results will be incorporated into the
geotechnical report. The report will contain an indication of boring/sampling locations, a
summary of field and laboratory analytical results and boring logs.
6.7 Environmental Testing. Develop a sampling protocol, collect and test samples, and
prepare a report of the findings if soil sampling for lead and TCLP is determined
necessary from the Environmental Assessment.
6.8 Identification of Potential Community Enhancements (If Applicable). Identify
potential community enhancements that may be compatible with the proposed project.
The Project Team shall follow the Community Enhancement Procedure process. The
opportunities will then be evaluated by CITY staff and PMT to determine feasibility for
incorporation into the final design as determined by the CITY.
6.9 Desktop Environmental Evaluation. An ASTM 1527 Environmental Assessment will
be conducted on the Project Site, focusing on a review of previous soil sampling
performed during the ASARCO/Riverfront redevelopment project. As part of this
assessment, applicable agreements and deeds will be reviewed to determine if any
institutional controls exist that may impact this project. Based upon the history of the site,
it is likely that soil sampling for total lead and TCLP will be necessary if the building
footprint or grit basin volume is expanded. If it is determined that soil sampling is
necessary and excavation work is anticipated, a sampling protocol will be developed,
samples will be collected and tested, and a report of the findings will be prepared under
Additional Services.
6.10 Public Involvement and Neighborhood Coordination. Plan and implement public and
stakeholder meetings. Provide meeting materials and minutes of the meetings.
17
EXHIBIT "C" BREAKDOWN OF COSTS
OPW52474-Burt Izard Lift Station Improvements
Schedule of Billing Rates and Charges
Classification Billing Rate ($per hourl
Project Officer/Senior Technical Specialist $230
Project Manager $200
Senior Engineer $180
Project Engineer $160
Design Engineer $135
Senior CADD Technician $120
CADD Technician $90
Administrative Assistant $80
Other Direct Costs:
■ Mileage-Varies per Federal Rate
■ Travel and other costs-Per Invoice
■ Outside Professionals (Sub consultants) - Per Invoice
■ In-House Printing:
• B/W(8 1/2 x 11 and 11 x 17) - 104 per copy
• Color(81/2x11 and 11x17) - 504 per copy
• Full size plots B/W-$3.00 per copy
• Full size plots Color-$7.00 per copy
EXHIBIT C-BREAKDOWN OF COSTS
OPW 52402-Burt hard Lift Station Improvements
PRELIMINARY DESIGN SERVICES June 26.
2014
111.5 DSttpk.
TOTAL ''AL ii: o K.. c [on.. & i'A h � � - a
sP11�� ,I.TA nsa szw :;.,'0 s w s,zs s rzo sw szw sea $,]s s,ss srzs ses ns
s n.s �* ;
USN 1 wsNt.T � b.
....m.,m.,m°.,°° MIKAtrZ a a° a,
sso,o,..�. n '° as
e
o
,
AM.- Ni]w as sz 000 4A 'c.T ---- ..
ss o„
inn Pons 0 0
T..v r.. t+xztw *WA* .,].,° 553 000 ,c.,rzo 623 W° ss.,ro w t° 5..070 i].°,° i„o.o ,t •._ w w s0 w s to w w s0
pn .. t„sw .6N5 41
T WA. 44. a m a ua
124333
n.sr..
tss000 '. s,eao s„zoo s,szoo. s,z,w saoaoo. :o s,oao sazao szz,o. s,.soo ro :o :o. :o. :o :o SO SO so . .0,
r 8-s
30
.az tnuu rot zs.cwT e.Rxixvt iN,>l4 .
tie]w ,
wnwr tios.eb $ IN n 00
tt p
M --.. tN oso '� N- z za h IR
D - __-- --_ ,` >• s. a P\ .'fit
° +uu 2D
y a ,0
s],ss0
�NNSM ,4 � a R2
w s° s0 SO z°
T.sx, .tE a Isov.l osalDx xesD wo.x.wTn,Du9 t $ M
r r�"
.c w a a , w , ,
y c.o n.,eo ` {IAs ,. , 80 , a v Sa
ow i N
0 m �
:>o ° °
s i,x so i, ° i° i.,° .0 i° is :a ,-._ SO SO =a =o --- 50 w]w iszo sz„o Nam T.
:K� K
« of
t,00 71 6
Nt�
.sw Y3
iw e z0 rz
M _..
N w r
,
MIS
SS 140,.w,..,�.M.. ,
14 2 e 0 rzo Ooo
f>X 46 ,tea+' , ] , �c as
...F»
. ,
t3,.s.. .s+ua w so w w w
M s.s sn ',pll�gq m _za. ,a za o „„or,
,.em,aJ 14 420 t H 9 a 9 Eo
n,uv
u tx ,ss aa e" s °
tit:::ate' z, o . a o 0 0 0 v
° ° 0 a °. ° ° e
8�20.. sa io- So- io s0- { "M:h Si sw sazo-. a w ssoa- so w w So. w- so
03. ST 9g z°G�
. 3,33 4
�d � ro
WON sta rms. :saow s,a,. s,a sz.ow s].a 0 414 so s„T,m
s,x,m.r M n,m
EXHIBIT C-BREAKDOWN OF COS'
OPW 52472-Burt Izard Lift Station Impro
PREUMINARY DESIGN SERVICES
2014
SUL, R.ElgtnewIng TASK TASK Ledo .9,1P1 Aarnin Expenses TASK TASK Engineer Engineer Expense0
s.e tne.cm.m ,00P ISSO TOT.1 MRs 5 5 5 RAS
TASK I-PS PROJECT MANAGEMENT
u�xryc vxn Mmini°nnien
t.zf o emrel w SO
1.t.t.4 PEP
1.14 v w w
w w
:i:5ln oykt ion_Ilwn'g _ 15to i _.. w
_IEEE
z5:�emHrRYiY°nny°.. w - w
so
.2.5:na°uq coeea'mtw.avnminm5 w --- --- ----
so
SS 960 SO SO SO SO SO SO SO
TASK 2 arm BASIN evaivancor
SG 10 so w w w w so•
TASKS CONCEPTUAL DESIGN FOR LS A GMT RASIR
3.1 a CFO Yolk. 30
♦B° mvro w
w
---z7C mTA SO so
17
ze w Conceptual 09in.of
p° Ae
3.9 Coat w w
xto cn nMn eg TY so so
>_tt Rrveme°�e temmem°en tox.em�mlmiY w w -
n.xs.. w w So so se w w w
TASKS PRELIM.130%,DESIGN-FIELDWORK 4 DATA AQUI,
w w. w. SO w w w w w
Ym PYm W
Plam2bingsoSO
SO
SO
SO SO
w:R name 9.Imaeia wSO
- w
AlltIgation Strategy SO SOso
x IEEE.so so
Lot outillininoinn
tr tmlmr COorelineson Nun, • SO
so so
LH son Wididnraugh SO SO
SO SO
•
SO SO SO SO SO 10 SO 10.
TASK S _ADO:DONAL SERVICES
»oP12,:«wi ael Da.,>r...a e.lx.tm w _
v;595 40 10 SO
TOTAL
>5,.5 ( so Z. w Bo. snm _--Si.. $cow s
-stamen elr
COY mmnam.l
C-25A CITY OF OMAHA
LEGISLATIVE CHAMBER
Omaha,Nebraska
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA:
WHEREAS, professional engineering services are required for field investigation
and design work on Project OPW 52472, being the Burt Izard Lift Station Improvement ; and,
{Nr
Cra
WHEREAS, CDM Smith Inc. was selected by the Architects 'end Engineers
Selection Process and has agreed to perform the services listed in the attached agreement, which
by this reference is made a part hereof; and,
WHEREAS, CDM Smith Inc. has agreed to perform these services for a fee not to
exceed $1,015,909.00, which will be paid from the Sewer Revenue Improvements Fund 21124,
CSO Control Implementation Organization 116918; Sewer Revenue Bonds will be issued to
finance this project.
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
CDM Smith Inc. for field investigation and design engineering services on Project OPW 52472,
being the Burt Izard Lift Station Improvements, located east of Riverfront Drive, north of Lewis
and Clark Landing, is hereby approved.
BE IT FURTHER RESOLVED:
THAT, the Finance Department is authorized to pay a fee not to exceed
$1,015,909.00 for these professional services from the Sewer Revenue Improvements Fund
21124, CSO Control Implementation Organization 116918; Sewer Revenue Bonds will be issued
to finance this project.
184 lhtp APPROVED AS TO FORM:
CITY ATTORNEY DATE
By
Councilmember
L -- )
Adopted AUG 1 Z.
Z.
City Clerk gAyMz
Approve 7C
Mayor
/ .L
<S'
NO. 9q .
Resolution by
Res. that, as recommended by the Mayor, the
Professional Services Agreement with CDM
Smith Inc. for field investigation and design
engineering services on Project OPW 52472,
being the Burt Izard Lift Station .-
Improvements, located east of Riverfront
Drive, north of Lewis and Clark Landing, is
hereby approved; and that the Finance
Department is authorized to pay a fee not to
exceed $1,015,909.00 for these professional
services from the Sewer Revenue
Improvements Fund 21124, CSO Control
Implementation Organization 116918; Sewer
Revenue Bonds will be issued to finance this
project.
1 84 1 Ahtp
Presented to City Council
AUG 1 22014
Adopted
gutter grown
City Clerk