RES 2013-0192 - Amendment 2 Agmt with Carollo Engineers for OPW 51941 - Sewer Seperation (70
OAHA'NF ; t 6 -. r
N1 ; � t,�'ublic Works Department
�' its {3 fir Omaha/Douglas Civic Center
�� .,, �_
Z ►� � .,a �•� �"� r�, �, ,„ 1819 Farnam Street,Suite 601
n® V.*57 O February 12, 2013 7" u J Omaha,Nebraska 68183-0601
ry (402)444-5220
0
+4T&D FEBR-A C t T y Fax(402)444-5248
City of Omaha 1''`'• �> ;j.' t e; Robert G.Stubbe,P.E.
Jim Suttle,Mayor Public Works Director
Honorable President
and Members of the City Council,
Transmitted herewith is a Resolution approving Amendment No. 2 to the Professional Services
Agreement with Carollo Engineers, Inc. to provide professional engineering services on the
Miller Park to Pershing Sewer Separation project, known as OPW 51941. The original
Engineering Services Agreement with Carollo Engineers, Inc. was approved by Council
Resolution No. 169 on February 15, 2011, and amended by Council Resolution No. 1288 on
November 1, 2011.
The attached Amendment to the Agreement authorizes Carollo Engineers, Inc. to provide
specific construction phase services. The exact scope of services is included in Exhibit B of the
Amendment. Carollo Engineers, Inc. has agreed to perform the services detailed in the attached
Amendment for a fee not to exceed $135,630.00, which is payable from the Sewer Revenue
Improvement Fund 21124, CSO Control Implementation Organization 116918; Sewer Revenue
Bonds will be issued to finance this project.
Carollo Engineers, Inc. has filed the required Annual 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 Amendment to the Engineering Agreement.
Respectfully submitted, Referred City Council for Consideration:
Robe G. Stubbe, P.E. Date Mayor's 0 ice Date
Public Works Director
Approved as to Funding: Approved:
-144"-de21-- be/Z/IL— /
� 1
Leslie A. Schaefer Date Human Rights Relations
-7� g is and R,.la.1 Date
Interim Finance Director Department
1664htp
AMENDMENT NO. 2
TO THE AGREEMENT FOR ENGINEERING SERVICES
FOR OPW 51941 —MILLER PARK TO PERSHING SEWER SEPARATION
PROJECT (CSO)
The Professional Services Agreement between the City of Omaha, Nebraska (OWNER) and
Carollo Engineers, Inc. (ENGINEER) dated February 15,2011 for professional services to provide
study phase services is hereby amended as follows:
ENGINEER is obligated to comply with the Utilization of Small and Emerging Small Businesses
as provided in Exhibit A.
Paragraph K of Section X. GENERAL CONDITIONS of the Professional Services Agreement is
hereby replaced with the following:
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:
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 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.
A detailed description of the scope of work and services to be performed is listed in Exhibit B. In
summary, this amendment incorporates additional services for Services During Construction for
the Miller Park to Pershing Sewer Separation Project (CSO) based on the Final Design phase
completed for the project.
Compensation for the services in the Amendment shall be on an hourly basis as outlined in
Section IV of the February 15,2011 Agreement. The estimated man-hours for this additional work
are shown in Exhibit C. The maximum amount for the services covered by this amendment shall
not exceed one hundred thirty five thousand six hundred and thirty Dollars ($135,630.00)
without prior written authorization by the City of Omaha. This amendment does not change any
of the provisions of the original contract.
In accordance with the provisions of the February 15, 2011 Agreement, this Amendment is
�executed on 15 ,2013.
"OWNER" "ENGINEER"
CITY OF OMAHA,NEBRASKA Carollo Engineers,Inc.
Omaha/Douglas Civic Center 11422 Miracle Hills Drive
1819 Farnam St.,Suite 601 Suite 115
Omaha,NE 68183 Omaha,NE 68154
dir _
0. -;,. 4> ‘_. II I
iii2113
....._
or Vice President
Ooceree, /b/
Sr.Vice President
ATTEST: APPROVED AS TO FORM:
t‘,/ /‘4 . / A / -- y%�
City Clerk Deputy City Attorney
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:
Name of small or Address Scope of work or Projected Agreed price with Percentage(%)
emerging small project tasks to be commencement and SB/ESB
business performed completion date of
work
R. W. 6225 N 89th Circle Record Drawings January 2013 $1,600.00 1 %
Engineering Omaha, NE 68134 Thru
February 2014
$1,600.00 1 %
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 r, ?.�ewn'�j
Title Z,,t rC j-r'S.cL-0 2 Date of Signing //eyfi
Firm or Corporate Name Ca l p /o
Address If Y2 / 'i r c 7 // ,Dr i '' Telephone Number / (94"" / Yv'- `l't.J
Surf{ //1
01.1 4Ha NE G7(S y
EXHIBIT "B"
SCOPE OF SERVICES
AMENDMENT NO.2
OPW 51941
Miller Park to Pershing Detention Pond Conveyance Sewer(CSO)
ENGINEER shall provide services during construction to the CITY as outlined in the task
descriptions described herein. Services During Construction shall be based on the recently
completed Final Design phase documents, as approved by the CITY, along with all field
investigations results and utility coordination information.
ENGINEER shall perform the Services During Construction in accordance with CITY and CSO
Program Plans, Protocols, Procedures, Standards, and Guidance Documents. 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
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 05/26/2010
Plan
Risk Management Plan 04/12/2010
-
Environmental Plan April 2012
PROTOCOLS
Sewer Separation Protocol Rev. 0.01 Updated 07/30/2010
Construction Management Protocol 06/15/2012 w/ updates
PROCEDURES
City of Omaha Manhole and Lamping Inspection Procedure Revision 2 Updated
03/12/2012
City of Omaha Pipeline Inspection Procedure Using Closed Circuit Updated
Television Revision 2 03/12/2012
Public Information Procedure for CSO and RNC Projects Updated
12/12/2011
ROW Management and Property Acquisition Procedure for (Non- Updated
Federal) Projects 09/16/2010
Updated
Geotechnical Investigations Procedure for Sewer Separation Projects 06/30/2010
Updated
City of Omaha Smoke and Dye Testing Procedure (Revision 2) 03/12/2012
Utility Coordination Procedure Updated
07/19/2012
STANDARDS
03/15/2010
Omaha CSO Program CAD Standards with Update 04/26/2010 With 04/26/2010
Update
InfoWorks Modeling Standard Updated 06/24/2010
Interim Flow Monitoring Standard,Rev. 0 12/30/2011
Public Works Department Design Division Surveying Proposals 03/04/2011
Guidelines for Preparation and Presentation
GUIDANCE DOCUMENTS
Sewer Separation Deliverable Expectations Guidance Documents 05/19/2012
Sewer Separation Cost Estimate Template Guidance Updated 06/04/2010
Omaha Green Solutions Site Suitability Assessment and BMP Selection 12/21/2009
Process Guidance 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
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. City of Omaha Standard Specifications and Plates shall be used, where applicable,
unless special conditions require modification. Modifications are to be approved
by the CITY.
TASK 7-ENGINEERING SERVICES DURING CONSTRUCTION
Objective: Provide assistance to the City, on an as requested basis, for Engineering Services
during construction.
Deliverables: As identified by the City during the construction phase.
Scope:
7.1. Project Management
a. SDC Project Execution Plan: Scope includes the preparation of a Project Execution
Plan by the ENGINEER to provide guidance to the ENGINEER staff and sub-
consultants and should include: Purpose, Project Background and Description,
Team Composition and Contact Information, Scope of Services, Project Schedule,
Budget, Confidentiality, Project Administration, and coordination with the City
CM Plan.
b. Project Coordination PMT, City, CM and Subconsultants: Scope includes the
effort required to coordinate between all of the parties involved with the project.
7.2. Attendance at Pre-Construction Meeting: Scope includes attendance of up to two staff
from the ENGINEER's Project Team for a maximum duration of 4 hours each at the pre-
construction meeting with the Contractor to respond to questions related to the various
components of the project. No additional support hours needed as meeting will be led by
the CITY CM.
7.3. Pre-Construction Public Meeting:Scope for ENGINEER includes:
a. Develop postcard mailer to distribute to the neighborhood affected by the
construction project;mail postcard and pay for postage.
b. Coordinate and arrange for the location of the Public Meeting, as approved by the
Construction Manager. Provide sign-in sheets,etc.
c. Prepare Powerpoint presentation materials for the Public meeting,as reviewed and
approved by the Construction Manager. Provide handouts,displays,etc.
d. Attendance of up to three members from the ENGINEER's Project Team at the pre-
construction public meeting to respond to any design specific questions/inquiries
from the public that the CITY/PMT staff may not be able to answer.
7.4. Attendance at Weekly Meetings: Scope includes attendance of one person from the
ENGINEER's staff at the weekly meetings, as requested by the Construction Manager on
an on-call basis. (Assume a maximum of 24_ meetings related to the construction of the sewer
separation work described in the original Agreement, based on an average of two (2) meeting per
month for a maximum 4 hour duration for each meeting for the anticipated duration of the
construction. Additional assumptions are that the ENGINEER does not prepare the Agenda or
Meeting Minutes)
7.5. Shop Drawing Review: Engineer will review up to 11 shop drawings as requested by the
Construction Manager along with any submitted revisions or updates from the Contractor.
(Refer to the estimated list of shop drawings, located at the end of this scope of services which
identifies the 11 shop drawings. This list also includes the estimated time required to review each
shop drawing.. CITY CM will review typical submittals submitted for sewer separation projects.)
7.6. Request for Information (RFI) response: ENGINEER shall respond in a timely manner to
RFI's submitted by the Construction Manager to the ENGINEER that are related to the
sewer separation plans, specifications, procedures, and other Contract Documents.
(Assume ENGINEER effort shall be based on responding to up to 24 RFI's, based on an estimated 2
RFI's per month for the duration of construction and an average of 3 hours per RFI of ENGINEER
staff time.) ENGINEER will access RFI information from the Program Sharepoint website
and respond to the RFI via the Program Sharepoint website.
7.7. Site Visits: Scope includes a maximum of 12 site visits by one person from the
ENGINEER's staff during construction to address on-call questions or concerns initiated
by the Construction Manager or the RFI process. (Assume one (1) site visit per month for a
maximum 4 hour duration per site visit for the anticipated duration of the construction.)
7.8. Plan Change Assistance: ENGINEER shall provide necessary revised and sealed plan
sheets and/or specifications to address construction issues arising during construction, as
requested by the Construction Manager, that are related to the Project. (ENGINEER staff
effort associated with changes due to ENGINEER errors or omission, are not reimbursable
by the CITY.)
7.9. CADD As-Builts: After completion of construction and completion of CITY survey of the
completed work, the as-built information documented by CITY staff and the Contractor as-
built information will be provided to the ENGINEER. The ENGINEER shall update the
seven(7) plan and profile sheets in AutoCad 2009 format(or in a later AutoCad version) to
reflect the handwritten plan record and survey information furnished by CITY staff.
ENGINEER shall provide these as-built revisions to the plan sheets to the CITY Project
Manager in electronic format within 28 calendar days from receipt of the information from
the CITY. This work effort is based on making the changes in a 2-D format and not making
any changes to 3-D models.
7.10. Substantial/Final Completion Walk Through: Participate in the Substantial Completion
and Final walk through. (This effort shall be based on a maximum of 2 staff for a maximum of 4
hours duration for each of the substantial and final completion walkthroughs.)
TASK 8-ADDITIONAL SERVICES
Additional services shall be provided only if approved by the CITY.
These additional services may include,but shall not be limited to:
8.1. Microtunneling Construction Assistance - As requested by the CITY, the ENGINEER
shall provide the services of their microtunneling expert on site to address field issues
that may arise during the construction of the tunnel. The ENGINEER shall assume two
separate trips to the construction site, each trip for a maximum of two days on site.
This shall be a lump sum allowance for these additional services by the ENGINEER.
8.2. Geotechnical Assistance-As requested by the CITY,the ENGINEER shall provide the
services of their geotechnical engineer on site to address geotechnical issues that may
arise during the construction of the tunnel or other aspects o fhte project. The
ENGINEER shall assume two separate trips, at four each.
8.3. WCA No. 1 - Prepare a baseline summary specification. This work has already been
completed and the costs to cover these services shall be included in this amendment.
8.4. WCA No. 2 - Prepare 404 permit application. This work has already been completed
and the costs to cover these services shall be included in this amendment.
8.5. Reproduction of Bidding Documents - Provide 25 hard copies of the bid documents,
each shall include one full size drawing set (22x34, 45 sheets), one spec book (500pg),
and one spec appendix book (160pg). Provide 25 CDs that include plans, specs, and
additional information.
SCHEDULE
The schedule of Services During Construction shall be coordinated with the CITY during the
construction phase.
OMAHA CSO PROGRAM _j_— I _ 1 1 '
MILLER PARK TO PERSHING DETENTION POND CONVEYNACE SEWER
PRIME-CAROLLO ENGINEERS _ 4, I'^x mu,-,*i.CAROLLO ENGINEERS _
SUB;1-FELSBURG HOLT&ULLEVIG -` „g y„gya GO) 'Hydraulk/ _
SUBS 1-BENNETT TRENCHLESS ---- ----- TASK TASK "Pu w A_Project Pact ' Project Senior Dew H dnxo�y CAD CAD DC Direct
SUBR3-ESA _ _ TOTAL TOTAL y✓ ,4 _ _M_a�_el 4 Emneer Pnnapol EnOmeer Enp ,aaer Modeler Manager Technician Ream., Clerical Expenses
SUBS 4-R.W EnglneoNng _ _— _ -_-_ 1-r ' r,t'^ 4225 4175 4 4240 4155 $120 $170 $135 5125 4215 $75
SUB*6-T.wacon 9 f
4
S1
SUBB- - $ HRS n t-
TASK 7-ENGINEERING SERVICES DURING CONSTRUCTION { I
_ +
71 a SDC Project Exacu6on Plan 42,110 14 4 A y° 4 s 2 4
_—8—- r _ _ -1
71 0 Project Coordination with PLAIT,CM,Clt�aod Sobeonoullani. - 410,800 66 c v 4' a 16 40" - - -
7 2 Attend...at Pre-Construction Meeting -- -� 41,620 8 r'. 4 _ t
-' _, 250
7 9 a _Doming Project Mailer - -- $2.000 19 L = 2{
7 3 b Coordlneta and Amrpefor ...ion for Public Meeting -_ M. 6 �4 ,,,7 _ _
7 3.c Prepare Paworpoln Prownla6on i2 for Public Meeting _ 4040 - 4 ,
_7.3 d Attendance for Three(3)EnginNn Team Members to Attend Public Mentlny --- - $1,420 12 ,'35 _ 4: 44 - l I- - - - 250
7 4 Attendance at w..Oy (Numon 24 Meeting.) _ $17,300 gi i-- _ _91- - 761 - --+-_- 750
7,6 Shop Drawing Renew for Submittal*Identified in M.Scope(11 Shop Orawinoa) 413,080 180it 81 80 _ 16 -� -
7 6 RF7 Response(Mourne.21 RF)J, — $13,600 72 �� IA _ 8r 32 - __ _ - l
_77 Sim 1MHa(Auunes 1z ska6 110( — - - - --- $8,860 81 ; 48 _ _ 150
7 8 Plan Chanps Apkmnce - - 610,320 64',t {,t' T I 8� 241 - - 8� 8 16 T
7 8 CADD As Built. --- - - '
710a SuWmnWl CompetionWelk Through _ _ --- - $1660 4 y: .� it a I -- — -- - 250
710 b Final Canpletion Walk Through -- - - - _- $1,860 8 t114" _-t -+- _ +-_- Ti_ _ 1 - -, - 250
-7144:
Task Hours - - - - 004 ''" �_ --62 316� 0i 24 8 0 8 0 0
Task Fee " 4102,770 �'. --
; 8 413 950 $55 300 50 i3 720 $960 60 $1,080 52 000� f0 50 51 900
TASK 8 ADDFDONAL SERVICES ' {µ east"`' '- _ -- r _— _ _ __
- _1 -- 1 -4
8 1 Mknamr 0000$Construction AH4mne0,Nsunwo Two TAM) - - $98,100 li e
8 2 G.omchnical A001010 (Assumes two visits et 4 hours each) -- 41,200 6 }, A _ - __—_ L - __� - - - - - * 5850
8.3 WCA No.1 _ 66,260 - be
84 WCA eta-1 _ -- _ _ 51,480 _ { - - _ - _ 2450
86 Contra.Documents Raproduction - - $4Y60 d . '' T __ _- _ - - 2 3750 Task Noun .:, Z4E _2 0- Ol 0 O, 0
Task Fee ..0 � _ 0— 0� 2
: @�' SO $350 30 $O SO $01 f0 50 $0, $150 412 060
- - TOTAL - 3 A.£ _� --_F - --' - __' - T -- -
Hours 44(1 �..my #1- 62' 318 0y 2� 8 0 8 16 _ 0 2
F. - - - $I20Op0 .,, �,p..,.,.ti�6139W 565,850 $0( 53720 $980 40� 41o0U, $20001 50I 2150 $13960
Summe_ Flnn - J, - -_I — L __-i - - _ - - -
HRe
CAROLED ENGINEERS F i31A70 40 67%i T _ -- -- — - ------` -
FELBBURG HOLT&ULLEVIG _ i8AS0 6% 1 i -_ i _ _ _ - T
BENNETT TRENCHLESS - - -- -- 59$800 16Q 24%, ^ - —
R W Enginwring - - _ -- _ - 01,6W PO 1% + - _ _
Tema00n _
__ _—Total Labor Hours _ 1 666
Total Fes 4136,1330 1 r
—
1 ---- 4- ' I
_'_
--I ——t —r --- -
OMAHA CSO PROGRAM _ _�_ -_ ' _ •
I
MILLER PARK TO PERSHING DETENTION POND CONVEYNACE SEWER T I I L m , f
PRIME CAROLLO ENGINEERS _ _ ' ""i FELSBURG HOLT S ULLERG _ " BENNET TRENCHLESS _
SUB.1 FELSBURG HOLT A ULLEVIG ...1,s T s _
SUB S2 BENNETTTRENCHLESS aft 5 -Project I Sr Env Env ~Senior
SUB.3 ESA Ma2Dal Scce99 500000-En E5 r(Magner CM10N �� ,. Y.'h '_ a* P50100 I fIncM L Imam Engineer
cap_ Duna rt
SUB el RR W**wring f180� f105 E1 _�— ague �' _Mar$23 Eryv11 PIb ml E�pJIl Ergr�wr Techn014 EO�ena
ErgONe 1q $130 fe0 5110 $70 � t _ 12301 Sno s22sf s+e0j s+Os ius 4
SUB.. Tamcon -
.. _ - - . ___ _ F - -,-
SUBTAEK7 ENGINEERING SERVICES OURNO CONSTRUCTION
-_-- w ..- T , - - rt
71A EDC Pro�MM Ewacutbn PNn - -- _ - - _ r -f
i+A PtalactCeoIde0505WINPMT CM CNy,and Subcunau0MMs - py 1- _ _
73 **me.at PreConsucton Meek --_ �p ex�'' 1 _T_ -_-7 _ a I 50 Ja - t _ i
7 3.a Oavalo6 Protect Mails Rt h-a q 4 8 1 a 500 i- -L - T
73A Coen...to and Amny.for Lo00500lr Public Meeting _ _ - 7'�4 5 - 1 t:*
73c Paapor.Moor M PraNWtlan Mr Public Wed* ' ,- _ _ `- 8 IV 0 100
7id AMmdanee for TM*(3)En.Moan Team Members to Attend MOAN Mutiny _ N _.�.j,• i __ -- _ 0 ! --� I
7A AWiManea M W.d$y U.Mirpa fAaueaa L MaaMpa) _t w C _ -. 1 8 50 •1 —__ —- _-fi _
7A Eho"DrwD--di Ee0Pa(+I Shop OnMnpal : p. � "� 06
7. RFI Novo*jAasonaa 25RFl al I _ I _ a .1. * 2. + y L -
77 MN VNb)Meumea 12 SIN VI.NL �4 Ss r ; l- 'IC.
`0 .
7. PMn CMr�e Am/Mance 9 . 1. -- �,T,. . 1 - -- T - 1 -
73 CADOAsBo.b - - - - - . __ F _ �� la,' - -
710A Su eland C12 Ion MA TIVoapn _ .-. ` 5..zy, -- Y - { -- _
]t0A FMM Completion Walk Thn�1� ry ., c:. Y - ,'j I__-I_- - 1
Took Hour -- 4 g%. 0 0 0 21 0 ' * { ," '1§ 60 0 0 0 _ 0 or 1
TOM Fee - P'- So W- $0 f5070 $1800I $0 *COI 1800� $13800f SO, SO $0I� $
0 $0, $0?
TASK. ADDITIONAL SERVICES ..6 -_ _ ^-- - F >>d �. +- t_ T _
, - `gy^
I Nkrotunaal*Comb 1Ion Ambiance(Amon*TWO THpa1 , _ �- l _.,_ - '. f0 72 —� 4 25CO�
Fz Oaoamedcal A.aaMnuywam*mums two waaa.nuns n) t p,S.,,�1144 v F; h �
.3 WCA No H y+-_-� - - 1 _ §.+ 1 3l L
IA WCA
Contract Documanb Reproduction _ -_-- ... Y _ -- - -- { I- 1 Y 7* --L - r - -y- -
It
Noun -- , ".. CA o 0 _ 0 . o _G 0 _ t+, ro �$,3r 72i CI 0' 0� _. — U-
TaMFea d 'v@,emn •- SO S0 f0 i0. SO so E3I 30 ?:` $16580 0 501 S0 $01 $2540
TOTAL - 1 - '- - - — a a4_ 1 I -
---- ,o.. - 1--� - 1- —_" 1- — - �— r
0 0 _0I 304 21 0 10 q j' ASB,' 132 D� a G 0I -CO 4
Fee jh„. ,7.a4 g "i�l S0 f0 so, 85070, $1600I S0 $7001 $800 t: 3 S30380 W $0 f0 t0 $0, 32,S/OI
—_ - - - - __-1 + - -I- - _ _ _` _ -I-
Summ�.Y RN. - - - ,- - r - -_ - -r _t- T t -L
CAROLLO ENGINEERS —k _- _ __ �- F I
FELSBURO HOLT ISULLEVIG - _ - _ - 1 - __ - I I- _ Y ---T- -
BENNETTTRENCHLESS _
R W EnpMaMrp __+---_ _- 1_ -I - _ -
-
b
TNal la.or Noun - _ - t _'-- -j_ -_I _ _ __I - -_ - - t -
TolFea _ -I T
- - — r ----}- _ I . 7�- - }
i
OMAHA CSO PROGRAM — _— i {_
MILLER PARK TO PERSHING DETENTION POND CONVEYNACE SEWER
PRIME-CAROLLO ENGINEERS R W Enpinaering,� y '"K-f3=: '�-`1 'Torracon j
SUB#1-FELSBURG HOLT&ULLEVIG TT- '� +
SUB#2-BENNETT TRENCHLESS _ _ t, Iles r Pro ect Protect Survey Survey CAD Direct s t Pnnapal' Project Staff Draft$m� Admm Direct
SUB*3-ESA l '� x; Mona. r 1 Engineer 1 Mangier Crew Tech , nses ,, " ,�. H Engineer Engineer Engineer Expenses
SUB#4 RW Engineering_ - ' $120fi $100 $110 $125 $75� f150 $115 $95 $051 $50
SUBS 8 Terracon --- - �, ` n
_SUB#8- _ _ ir as y, 7 .e +
TASK 7 ENGINEERING SERVICES DURING CONSTRUCTION -- - ��.�.,l+�" ,d — - __�- a„ , , v'F I I
7 1 a SDC Project Execution Plan -- - r T---— - —_4 •, -
71 b Project Coordination with PMT,CM,City,and Subconaultants - ,)n,A'. _ 1 --- L,$3 ` -
7 2 Attendance at Pre-Construction Meeting �, 4, A I Its i x%�, _ _
7 3 a Develop Pro ect Moller t
7 3 b Coordinate and Arrange for Location for Public Meeting �3 E - - - - -�
7 3 c Proper.,Powerpolnt Presentation for Public Meeting 1 ' _-- t r-
7 3 d Attendance for Three(3)Engineers Team Member to Attend Public Meeti4g x y:t Yr _ - w ek 4- t I
7 4 Attendance at Weektyeetings(Mimes 24 Meetings) '' 4 - y-Q4.r L
7 6 Shop Drawing Review for Submittals Identified In the Scope(11 Shop Drawings) _ v • n tit* ?. - -y 1 I l
7 6 RFI Response(Assumes 24 RR') y`, 41 - t 7 it - _
7 7 Site VIelts�Assumes 12 Slte Visits) _ $ -1 z x4,.`,- _rt___ I J
Change Assistance _ _ - - r
7 9 CADD As Bullts _ _ _ ,�. 4, ___l6 s.z 4 _ 1
710 a Substantial Competlon Walk Throujh ,,ly, _ _ y 'T+_ ;
710 b Final Completion Walk Through - 1 1 -` 4 4�r t y -
Task Hours _ " '^A'IS 8 si^ , 0_ 4 0 Of 18 ', - 0, 0 _DJ, 0 0
Task Fee ` a ,a $400 $O $0 $1 200 $0 *'„ + $0 5Sf f0 Sul $0 $0
TASK 8•ADDITIONAL SERVICES
81 MlcrotunnelingConstruction Assistance!Assumes Two Trips) } ± t itA,;. �.. "d q I 1
82 Geofechnlcal Assistance(Assumes two visits at 4 hours each) ;k,-4 - # - aka fi'�,,,;i„ g _ —- + _ F
8 4 WCA No 2 ;',` - �..'t ^r`Fh $ _
8 5 Contract Documents Reproduction
4-4
_ Task Hours 5. �, f, 0 0 0t _0r 0 .t �'.,k.+,k `,) 9 0 _ 0 _ 0 0
Task Fee r' 4 ' s0 50 $0 $0 $0 $0 'v- v
_ I � >i f12001 $0 $0 f0� f01 $0
-
TOTAL k�- /, ,Alit-°'r e t _-i
Hours - _ _---- _ ^v` Y
£ ` 0 41 0 OI 16 �->^` 3 8 0 - Ott - _01
Fee :,'y v ,. r'. $0 $400 $tit $0 $1 200 $0 1 {,,,t, $1 2001 $0l 801 $01 $01 $0
Summary h1r Firm _ - - I - __ __Y t
,CAROLLO ENGINEERS
FELSBURG HOLT&ULLEVIG _-_ _ _ - - - -- - `- -- i - 1__
BENNETT TRENCHLESS
R.W Engineering_ + - 1- I _ .
ITarracon _ - _ I- - _ _ ,
( L
-_ - _ ( —_ i I
Total Labor Hours --- - - ---- -- - - -
ITotal Fee i
rt T r
C-25A CITY OF OMAHA
LEGISLATIVE CHAMBER
Omaha,Nebraska
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA:
WHEREAS, a Professional Services Agreement with Carollo Engineers, Inc. to provide
engineering design services for the Miller Park to Pershing Sewer Separation project, known as
Project OPW 51941, was approved by Council Resolution No. 203 on February 23, 2010, and
amended by Council Resolution No. 418 on April 12, 2011; and
WHEREAS, additional services not included in the scope of the original contract or
previous amendment are required for the provision of construction phase services for the project;
and,
WHEREAS, Carollo Engineers, Inc. has agreed to perform the services needed as
detailed in the attached Amendment No. 2 to the Agreement, which by this reference is made a
part hereof, for an additional fee not to exceed $135,630.00 to be paid from Sewer Revenue
Improvement 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, Amendment No. 2 to the Engineering Agreement
with Carollo Engineers, Inc. to provide professional engineering services for the Miller Park to
Pershing Sewer Separation project, known as Project OPW 51941, is hereby approved.
BE IT FURTHER RESOLVED:
THAT, the Finance Department is authorized to pay the additional fee not to exceed
$135,630.00 for these engineering services from the Sewer Revenue Improvement Fund 21124,
CSO Control Implementation Organization 116918; Sewer Revenue Bonds will be issued to
finance this project.
1663htp APPROVED AS TO FORM:
)CITY ATTORNEY DATE
By `e
19.1144
Cou cil lember
Adopted F B 1 2 2013 ��Q
Clerk pi/511-3
Approved
Mayor
e
NO.
Resolution by
Res. that, as recommended by the Mayor,
Amendment No. 2 to the Engineering
Agreement with Carollo Engineers, Inc. to
provide professional engineering services the
Miller Park to Pershing Sewer Separation
project, known as Project OPW 51941, is
hereby approved; further that the Finance
Department is authorized to pay the additional
fee not to exceed $135,630.00 for these
engineering services from the Sewer Revenue
Improvement Fund 21124, CSO Control
Implementation Organization 116918; Sewer
Revenue Bonds will be issued to finance this
project.
1663Ahtp
/1
Presented to City Council
.........FEB...1..2..20.13
Adopted 7-G'
&Liter grown
City Clerk