RES 2022-0353 - PSA with Jacobs Engineering Group for OPW 54258 - MO River Inplant Lift Station Upgrade ProjectG.Standard of Care.The standard of care applicable to Provider's Services will be the degree of
skill and diligence normally employed by professional engineers or consultants performing the
same or similar Services at the time said services are performed.Provider will re-perform any
services as defined in Exhibit “B” not meeting this standard without additional compensation.
H.Subsurface Investigations.In soils,foundation,groundwater,and other subsurface investigations,
the actual characteristics may vary significantly between successive test points and sample
intervals and at locations other than where observations,exploration,and investigations have been
made.Because of the inherent uncertainties in subsurface evaluations,changed or unanticipated
underground conditions may occur that could affect total PROJECT cost and/or execution.These
conditions and cost/execution effects are not the responsibility of Provider.
I.Provider's Personnel at Construction Site (where applicable)
i.The presence or duties of Provider's personnel at a construction site,whether as onsite
representatives or otherwise,do not make Provider or Provider's personnel in any way
responsible for those duties that belong to City and/or the construction contractors or
other entities,and do not relieve the construction contractors or any other entity of their
obligations,duties,and responsibilities,including,but not limited to,all construction
methods,means,techniques,sequences,and procedures necessary for coordinating and
completing all portions of the construction work in accordance with the construction
Contract Documents and any health or safety precautions required by such construction
work.
ii.Provider and Provider's personnel have no authority to exercise any control over any
construction contractor or other entity or their employees in connection with their work
or any health or safety precautions and have no duty for inspecting the health or safety
deficiencies of the construction contractor(s)or other entity or any other persons at the
site except Provider's own personnel.
iii.The presence of Provider's personnel at a construction site is for the purpose of providing
to City a greater degree of confidence that the completed construction work will conform
generally to the construction documents and that the integrity of the design concept as
reflected in the construction documents has been implemented and preserved by the
construction contractor(s).Provider neither guarantees the performance of the
construction contractor(s)nor assumes responsibility for construction contractor's failure
to perform work in accordance with the construction documents.
For this AGREEMENT only,construction sites include places of manufacture for materials
incorporated into the construction work,and construction contractors include manufacturers of
materials incorporated into the construction work.
J.Construction Progress Payments.Where construction phase services are provided;
recommendations by Provider to City for periodic construction progress payments to the
construction contractor(s)will be based on Provider's knowledge,information,and belief from
selective sampling that the work has progressed to the point indicated.Such recommendations
do not represent that continuous or detailed examinations have been made by Provider to
ascertain that the construction contractor(s)have completed the work in exact accordance with
the construction documents;that the final work will be acceptable in all respects;that Provider
has made an examination to ascertain how or for what purpose the construction contractor(s)
2
Revised: 03/08/2021
have used the moneys paid;that title to any of the work,materials,or equipment has passed to
City free and clear of liens,claims,security interests,or encumbrances;or that there are no other
matters at issue between City and the construction contractors that affect the amount that should
be paid.
K.Record Drawings.Record drawings,if required,will be prepared,in part,on the basis of
information compiled and furnished by others,and may not always represent the exact location,
type of various components, or exact manner in which the PROJECT was finally constructed.
Provider is not responsible for any errors or omissions in the information from others
that is incorporated into the record drawings.
III.DUTIES OF CITY
A.City designates Keegan Bell,whose business address and phone number are 5600 S 10th
Street,Omaha,Nebraska 68107,402-444-3503 as its contact person for this project,who
shall provide a notice to proceed and such other written authorizations as are necessary to
commence or proceed with the project and various aspects of it.
B.City Furnished Data.Upon request,City will provide to Provider all available/known data in
City's possession relating to Provider's services on the PROJECT.Provider will reasonably
rely upon the accuracy, timeliness, and completeness of the information provided by City.
C.Access to Facilities and Property.City will make its facilities accessible to Provider as
required for Provider's performance of its services.
D.Advertisements,Permits,and Access.Unless otherwise agreed to in the Scope of Services,
City will obtain,arrange,and pay for all advertisements for bids;permits and licenses
required by local,state,or federal authorities;and land,easements,rights-of-way,and access
necessary for Provider's services or PROJECT construction.
E.Prompt Notice.City will give prompt written notice to Provider whenever City observes or
becomes aware of any development that affects the scope or timing of Provider's Services,or
of any defect in the work of Provider or construction contractors.
F.Asbestos or Hazardous Substances.
1)If asbestos or hazardous substances in any form are encountered or suspected,Provider
will stop its own work in the affected portions of the PROJECT to permit testing and
evaluation.
2)If asbestos is suspected,Provider will,if requested and if Provider has the knowledge,
skills and ability,manage the asbestos remediation activities using a qualified
subcontractor at an additional fee and contract terms to be negotiated.
3)City recognizes that Provider assumes no risk and/or liability for a waste or hazardous
waste site originated by other than Provider.
G.Litigation Assistance.The Scope of Services does not include costs of Provider for required
or requested assistance to support,prepare,document,bring,defend,or assist in litigation
3
Revised: 03/08/2021
undertaken or defended by City.All such Services required or requested of Provider by City,
except for suits or claims between the parties to this AGREEMENT,will be reimbursed as
mutually agreed.
IV.COMPENSATION AND PAYMENT
A.The cost of services as specified in the Scope of Service,shall be performed on an hourly
basis,but in no event shall it exceed $462,628.07.Detailed breakdown of costs shall be
shown in Exhibit “C”.
B.Reimbursable expenses shall be billed to the City by the Provider.Invoices billed to the City for
services by the Provider shall be limited to services performed within a single calendar year.For
agreements which span multiple calendar years,invoicing shall be separated between calendar
years.Year-end invoices (for services through December 31 of a given calendar year)shall be
submitted to the City no later than January 31 of the following calendar year.After review and
approval,City shall provide payment for reimbursable expenses on a monthly basis unless the
parties agree to some other schedule.Provider shall pay any suppliers or sub-contractors within
30 days of receipt of reimbursement from the City.
C.Errors and Omissions.Additional work that is required to be performed by Provider that is a
result of errors or omissions by Provider shall not be compensated by City.
D.INCREASE OF FEES
The parties hereto acknowledge that,as of the date of the execution of the Agreement,
Section 10-142 of the Omaha Municipal Code provides as follows:Any amendment to
contracts or purchases which taken alone increase the original fee as awarded (a)by ten
percent,if the original fee is one hundred fifty thousand dollars ($150,000)or more,or (b)by
seventy-five thousand dollars ($75,000)or more,shall be approved by the City Council in
advance of the acceptance of any purchase in excess of such limits.However,neither contract
nor purchase amendments will be split to avoid advance approval of the City Council.
The originally approved scope and primary features of a contract or purchase will not be
significantly revised as a result of amendments not approved in advance by the City Council.
The provisions of this section will be quoted in all future City contracts.Nothing in this
section is intended to alter the authority of the Mayor under section 5.16 of the Charter to
approve immediate purchases.
V.OWNERSHIP OF INSTRUMENTS OF SERVICE
The City acknowledges the Provider ’s documents,including electronic files,as instruments of
professional service.Nevertheless,upon completion of the services and payment in full of all
monies due to the Provider,the final documents prepared under this Agreement shall become the
property of the City.The City shall not reuse on another Project or make any modifications to the
documents without prior written authorization of the Provider.The City agrees,to the fullest extent
permitted by law,to indemnify and hold harmless the Provider,its officers,directors,employees
and subconsultants (collectively,Provider)against any damages,liabilities or costs,including
4
Revised: 03/08/2021
reasonable attorneys’fees and defense costs,arising from or in any way connected with the
unauthorized reuse or modification of the documents by the City,regardless of whether such reuse
or modification is for use on this Project or another Project
VI.ADDITIONAL SERVICES
In the event additional services for the aforementioned Project not covered under this Agreement
are required, the Provider agrees to provide such services at a mutually agreed upon cost.
VII.INSURANCE REQUIREMENTS
The Provider shall carry professional liability insurance in the minimum amount of one half million
dollars and shall carry workers’compensation insurance in accordance with the statutory
requirements of the State of Nebraska.
VIII.INDEMNIFICATION
The Provider agrees,to the fullest extent permitted by law,to indemnify,defend and hold harmless
the City,its officers,directors and employees (collectively,City)against all damages,liabilities or
costs,including reasonable attorney’s fees and defense costs,to the extent caused by the Provider ’s
negligent performance of professional services under this Agreement and that of its subconsultants
or anyone for whom the Provider is legally liable;provided,that with respect solely to the said duty
to defend,such duty of the Provider to defend shall arise only if,and to the extent,such duty is
covered by Provider’s liability insurance.The City agrees,to the fullest extent permitted by law,to
indemnify and hold harmless the Provider,its officers,directors,employees and subconsultants
(collectively,Provider)against all damages,liabilities or costs,including reasonable attorney’s fees
and defense costs in connection with the Project,to the extent caused by the City’s negligent acts or
the negligent acts of anyone for whom the City is legally liable.Neither the City nor the Provider
shall be obligated to indemnify the other party in any matter whatsoever for the other party’s own
negligence.The Provider shall not be liable for any loss of profit,loss of business or any incidental,
special, indirect or consequential losses.
IX.TERMINATION OF AGREEMENT
Either party may terminate this Agreement without cause upon fifteen (15)days’notice in writing.
If either party breaches this Agreement,the non-defaulting party may terminate this Agreement
after giving seven (7)days’notice to remedy the breach.On termination of this Agreement,the City
shall forthwith pay Provider for the services performed to the date of termination and all finished or
unfinished documents,data surveys,studies,drawings,maps,models,reports or photographs shall
become, at the City’s option, its property.
X.GENERAL CONDITIONS
A.Non-discrimination.Provider shall not,in the performance of this Agreement,discriminate
or permit discrimination in violation of federal or state laws or local ordinances because of
5
Revised: 03/08/2021
race,color,creed,religion,sex,marital status,sexual orientation,gender identity,age,or
disability as recognized under 42 USCS 12101 et seq.and Omaha Municipal Code section
13-89,race,color,creed,religion,sex,marital status,sexual orientation,gender identity,
national origin, age, or disability.
B.Captions.Captions used in this Agreement are for convenience and are not used in the
construction of this Agreement.
C.Applicable Laws.Parties to this Agreement shall conform with all existing and applicable
City ordinances,resolutions,state laws,federal laws,and existing and applicable rules and
regulations. Nebraska law will govern the terms and the performance under this Agreement.
D.Interest of the City.Pursuant to Section 8.05 of the Home Rule Charter,no elected official or
any officer or employee of the City shall have a financial interest,direct or indirect,in any
City Agreement.Any violation of this section with the knowledge of the person or
corporation contracting with the City shall render the Agreement voidable by the Mayor or
Council.
E.Interest of the Provider.The Provider covenants that he presently has no interest and shall not
acquire any interest,direct or indirect,which would conflict with the performance of services
required to be performed under this Agreement;he further covenants that in the performance
of this Agreement, no person having any such interest shall be employed.
F.Authorization to Proceed.Execution of this AGREEMENT by City will be authorization for
Provider to proceed with the work, unless otherwise provided for in this AGREEMENT.
G.Force Majeure.Provider is not responsible for damages or delay in performance caused by
acts of God,strikes,lockouts,accidents,or other events beyond the control of Provider.In
any such event, Provider ’s contract price and schedule shall be equitably adjusted.
H.Intellectual Property.City acknowledges and agrees that in the performance of the
development service,Provider may utilize its proprietary data,concepts,methods,techniques,
processes,protocols,ideas,inventions,know-how,trade secrets,algorithm,software,works
of authorship,software and hardware architecture,databases,tools,other background
technologies and standards of judgment that Provider developed or licensed from third parties
prior to the Effective Date (the “Pre-Existing Technology”).
Subject to the terms and conditions of this AGREEMENT,Provider hereby grants to City a
non-exclusive,non-transferable,royalty-free license under Provider ’s Intellectual Property
Rights to utilize the Pre-Existing Technology for the purpose of the City Project.
City shall not,and shall not allow any third party to:(i)modify or otherwise create derivative
works of the Pre-Existing Technology;(ii)use the Pre-Existing Technology for any other
purpose,other than the City Project;(iii)make,have made,use,reproduce,license,display,
perform,distribute,sell,offer for sale,service,support,or import any product that
6
Revised: 03/08/2021
incorporates,embodies and/or is based upon the Pre-Existing Technology;(iv)sublicense,
distribute or otherwise transfer to a third party any of the Pre-Existing Technology by itself or
as incorporated into software or hardware;or (v)reverse engineer,disassemble,decompile or
attempt to derive the source code or underlying ideas or algorithms of the Pre-Existing
Technology. Any additional use of the Pre-Existing Technology shall require a separate
written license agreement.
I.Suspension,Delay,or Interruption of Work.City may suspend,delay,or interrupt the
Services of Provider for the convenience of City.In such event,Provider's contract price and
schedule shall be equitably adjusted.
J.No Third Party Beneficiaries.This Agreement gives no rights or benefits to anyone other
than City and Provider and has no third- party beneficiaries.
K.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.
L.Modification.This Agreement contains the entire Agreement of the parties.No
representations were made or relied upon by either party other than those that are expressly
set forth herein.No agent,employee,or other representative of either party is empowered to
alter any of the terms hereof unless done in writing and signed by an authorized officer of the
respective parties.
M.Assignment.The Provider may not assign its rights under this Agreement without the
express prior written consent of the City.
N.Strict Compliance.All provisions of this Agreement and each and every document that shall
be attached shall be strictly complied with as written,and no substitution or change shall be
made except upon written direction from authorized representative.
O.LB 403 Contract Provisions.-NEW EMPLOYEE WORK ELIGIBILITY STATUS -The
Contractor is required and hereby agrees to use a federal immigration verification system to
determine the work eligibility status of new employees physically performing service within
the State of Nebraska.A federal immigration verification system means the electronic
verification of the work authorization program authorized by the Illegal Immigration Reform
and Immigrant Responsibility Act of 1996,8 U.S.C.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 Contractor is an individual or sole proprietorship,the following applies:1.The
Contractor must complete the United States Citizenship Attestation Form,available on the
Department of Administrative Services website at www.das.state.ne.us 2.If the Contractor
indicates on such attestation form that he or she is a qualified alien,the Contractor agrees to
provide the US Citizenship and Immigration Services documentation required to verify the
Contractor ’s lawful presence in the United States using the Systematic Alien Verification for
7
Revised: 03/08/2021
Entitlements (SAVE)Program.3.The Contractor understands and agrees that lawful presence
in the United States is required and the Contractor may be disqualified or the contract
terminated if such lawful presence cannot be verified as required by Neb. Rev. Stat. §4-108.
P.Certificate of Authorization.If this Agreement contemplates the performance of professional
architecture or engineering work by the Provider,the Provider shall provide to the City,and
maintain in good standing,a current Certificate of Authorization from the State of Nebraska
as required by Neb. Rev. Stat. section 81-3436.
Q.Debarment or suspension by any federal agency.(This section applies if any part of this
Agreement is funded by a federal agency.)Office of Management and Budget (OMB)guidelines
require that any individual or entity that has been placed on the Excluded Parties List System
(“EPLS”-available for review through www.sam.gov)may not be a participant in a federal
agency transaction that is a covered transaction or act as a principal of a person participating in
one of those covered transactions.These guidelines apply to covered transactions under a grant
from any federal agency for which a recipient expects to receive reimbursement for expenditures
incurred or an advance on future expenditures.
The Contractor providing goods and/or services to the City of Omaha certifies,by acceptance
and execution of this Agreement,that neither it nor its principals are presently debarred,
suspended,proposed for debarment,declared ineligible,or voluntarily excluded from
participation in this transaction by any federal department or agency.The Contractor further
agrees,by accepting and executing this Agreement,that it will include this clause without
modification in all lower tier transactions,solicitations,proposals,contracts,and
subcontracts.Where the Contractor or any lower tier participant is unable to certify this
statement, it shall attach an explanation to this Agreement.
R.Contract Compliance Ordinance No. 35344, Section 10-192 Equal Employment Opportunity
Clause.
During the performance of this contract, the Contractor agrees as follows:
1)The Contractor shall not discriminate against any employee or applicant for employment
because of race,color,creed,religion,sex,marital status,sexual orientation,gender
identity,national origin,age,or disability.The Contractor shall ensure that applicants are
employed and that employees are treated during employment without regard to their race,
color,creed,religion,sex,marital status,sexual orientation,gender identity,national
origin,age,or disability.As used herein,the word “treated”shall mean and include,
without limitation,the following:recruited,whether by advertising or by other means;
compensated;selected for training,including apprenticeship;promoted;upgraded;
demoted;downgraded;transferred;laid off;and terminated.The Contractor agrees to and
shall post in conspicuous places,available to employees and applicants for employment,
notices to be provided by the contracting officers setting forth the provisions of this
nondiscrimination clause.
2)The Contractor shall,in all solicitations or advertisements for employees placed by or on
behalf of the Contractor,state that all qualified applicants will receive consideration for
8
Revised: 03/08/2021
employment without regard to race,color,creed,religion,sex,marital status,sexual
orientation, gender identity, national origin, age, or disability.
3)The Contractor shall send to each labor union or representative of workers with which he
has a collective bargaining agreement or other contract or understanding a notice advising
the labor union or worker ’s representative of the Contractor ’s commitments under the
Equal Employment Opportunity Clause of the City and shall post copies of the notice in
conspicuous places available to employees and applications for employment.
4)The Contractor shall furnish to the Human Rights and Relations Director all Federal
forms containing the information and reports required by the Federal government for
Federal contracts under Federal rules and regulations,and including the information
required by Sections 10-192 to 10-194,inclusive,and shall permit reasonable access to
his records.Records accessible to the Human Rights and Relations Director shall be those
which are related to Paragraphs (1) through
(7)of this subsection and only after reasonable notice is given the Contractor.The
purpose for this provision is to provide for investigation to ascertain compliance with the
program provided for herein.
5)The Contractor shall take such actions with respect to any subcontractor as the City may
direct as a means of enforcing provisions of Paragraphs (1)through (7)herein,including
penalties and sanctions for noncompliance;however,in the event the Contractor becomes
involved in or is threatened with litigation as the result of such directions by the City,the
City will enter into such litigation as necessary to protect the interests of the City and to
effectuate the provisions of this division;and in the case of contracts receiving Federal
assistance,the Contractor or the City may request the United States to enter into such
litigation to protect the interests of the United States.
6)The Contractor shall file and shall cause his subcontractors,if any,to file compliance
reports with the Contractor in the same form and to the same extent as required by the
Federal government for Federal contracts under Federal rules and regulations.Such
compliance reports shall be filed with the Human Rights and Relations Director.
Compliance reports filed at such times as directed shall contain information as to the
employment practices,policies,programs and statistics of the Contractor and his
subcontractors.
7)The Contractor shall include the provisions of Paragraphs (1)through (7)of this Section,
“Equal Employment Opportunity Clause”,and Section 10-193 in every subcontract or
purchase order so that such provisions will be binding upon each subcontractor or vendor.
S.Conflict. In the event of any conflict between this Agreement and any of the exhibits attached
hereto, the terms of this Agreement shall take precedence.
9
Revised: 03/08/2021
EXHIBIT “A”
RESERVED
EXHIBIT “B”
SCOPE OF SERVICES
1
Exhibit “B”
SCOPE OF SERVICES
Missouri River Water Resource Recovery Facility In-Plant Lift
Station Modification Project
Jacobs Engineering Group Inc. (PROVIDER) agrees to provide the City of Omaha Public Works
Department (CITY) conceptual design services as outlined herein for a project generally
described as the Missouri River Water Resource Recovery Facility (MRWRRF) In-Plant Lift
Station Modification Project (PROJECT).
Project Understanding:
The objective of this PROJECT is to identify and evaluate alternative strategies to address
operation and maintenance challenges at the MRWRRF In-Plant Lift station resulting from heavy
debris loading causing excessive wear and tear on the existing immersible pumps and high
energy flows within the upstream conveyance system resulting in the bulking of flow and the
occasional release of flow from the Ohern sewer into low lying areas during wet weather events.
ARTICLE 1 - Scope of Services:
The PROVIDER shall provide professional services to the CITY to complete the PROJECT scope
described below. It is understood that Keegan Bell will serve as the CITY’s representative
throughout project execution. Doug Simon will serve as the PROVIDER’s Project Manager.
The PROVIDER will provide the following services:
Task 1: Project Management and Data Review
1.1 Project Administration
PROVIDER will perform contracting, invoicing, and management of Project team, budget,
and schedule. PROVIDER will develop and implement a Health and Safety Plan and a Quality
Control (QC) Plan specific to the PROJECT work. PROVIDER will facilitate periodic progress
meetings and provide monthly progress reports and invoices in a format acceptable to the CITY.
QC efforts will be incorporated into the budget of individual tasks.
1.2 Kick Off Meeting
PROVIDER will facilitate one two-hour kick-off meeting with CITY staff to discuss goals, scope,
and schedule for the PROJECT. Up to six (6) PROVIDER team members will attend the Kick-Off
Meeting. PROVIDER will prepare the meeting agenda with input from the CITY, will prepare
and distribute draft meeting summary for review and comment by the attendees, and will
prepare and distribute final meeting summary.
2
1.3 Progress Meetings
PROVIDER’s PM will coordinate and conduct bi-weekly check in phone calls with CITY’s
representative to review and discuss progress, action items, upcoming work activities and other
project happenings. Key action items and/or decisions resulting from these discussions will be
documented via email and included on the Monthly Progress Report submitted monthly with
each invoice.
Task 2 - Data Gathering and Review
PROVIDER will gather and review record drawings, previous studies and reports, previous
inspections of the U Street and Ohern sewers and other applicable information to support the
identification and evaluation of alternatives considered. PROVIDER will coordinate with the
CITY to review and discuss current operational challenges associated with existing facility
operations. PROVIDER will also request information regarding existing utilities for use in the
subsequent tasks when evaluating the siting of improvements.
Task 3 – Condition Assessment of Ohern Grit Facility
PROVIDER will coordinate with CITY staff to conduct a condition assessment of the existing
Ohern Grit facility. It is assumed that the Condition Assessment Task will be coordinated to be
held in conjunction with the Task 1.2 Kick-off Meeting. This will include discussions with
MRWRRF operations staff to understand facility operations and challenges in the operation of
the facility. Up to three (3) PROVIDER staff will participate in the on-site condition assessment to
include a PROVIDER staff member from its Operations Management & Facility Service group.
PROVIDER will evaluate alternative strategies to improve facility operations.
Observations, findings and discussions with CITY staff will be summarized in a brief Ohern Grit
Facility Condition Assessment technical memorandum (TM). A draft copy of the summary TM
will be provided to the CITY electronically via mail in Microsoft Word format for review and
comment. PROVIDER will incorporate responses to CITY comments to prepare the final TM to
be provided to the CITY electronically via email in portable document (PDF) format.
Task 4 – U Street Sewer Evaluation
PROVIDER will evaluate alternative strategies for conveyance of the U Street sewer flows
to address the current hydraulic challenges associated with the high energy flows that
are likely resulting in the bulking of flow and a contributor to current surcharging of the
conveyance system during wet weather events. This will include the following options:
Rerouting the U Street to combine with Ohern sewer
Sewer separation upstream within the contributing basin to convey sanitary
sewer flows only
Energy dissipation of the existing U Street Sewer
3
The existing InfoWorks model will be used to evaluate system hydraulic performance for
each of the scenarios evaluated. Initial efforts will primarily focus on viability of options
to reroute the U Street sewer to combine with the Ohern sewer as well as upstream sewer
separation. However, if energy dissipation of the existing sewer is needed computational
fluid dynamic (CFD) modeling may be necessary to evaluate the system hydraulics and
support the identification of energy dissipation alternatives for consideration. It is
assumed that the analysis will include 2-year and 10-year design storms under high and
low Missouri River conditions and an assessment of potential Combined Sewer Overflow
(CSO) impacts.
Results of the evaluation will be summarized in a U Street Sewer Evaluation TM. A draft
copy of the summary TM will be provided to the CITY electronically via mail in Microsoft Word
format for review and comment. PROVIDER will incorporate responses to CITY comments to
prepare the final TM to be provided to the CITY electronically via email in portable document
format (PDF).
Task 5 – Equipment Evaluation
PROVIDER will coordinate with CITY staff to identify issues and concerns related to the debris
loading and operations of the In-plant lift station.
This will include evaluation of the various coarse screen equipment options, screenings transport
and processing equipment options, and configurations of equipment for sizing and siting of
screening facilities. This will also include an evaluation of the existing immersible pumps at the
In-Plant Lift Station and consideration of a potential alternative to replace with pumps similar to
the previous pumps.
Results of the evaluation will be summarized in an Equipment Evaluation TM. A draft copy of
the summary TM will be provided to the CITY electronically via mail in Microsoft Word format
for review and comment. PROVIDER will incorporate responses to CITY comments to prepare
the final TM to be provided to the CITY electronically via email as a PDF.
Task 6 –Alternatives Evaluation
PROVIDER will develop a matrix of alternatives for consideration to address the heavy
debris loading to the In-Plant Lift Station and the hydraulic challenges associated with
the upstream conveyance system. This will include identifying various potential sites for
screening facilities, configurations for the screening facilities, odor control considerations,
conveyance improvement strategies etc. This will also consider permitting considerations
that we be evaluated as part of Task 7. Operation, maintenance, and non-monetary factors
4
will be developed with CITY staff for consideration in the short listing of alternatives to
advance forward to conceptual design.
PROVIDER shall prepare AACE Class 5 cost estimates for each of the identified improvement
options that are included within the matrix of alternatives. Life cycle costs will not be estimated
as part of this effort but will consideration of the operation and maintenance impacts of the
alternative improvements.
PROVIDER will organize and facilitate a Workshop with CITY staff to review the matrix
of alternatives and collectively identify a short list of up to 5 alternatives for further
evaluation, one of which will be the Do Nothing alternative.
PROVIDER will prepare Workshop Agenda and Meeting summary documenting key
discussion topics and decisions. PROVIDER shall prepare a draft copy of the Alternatives
Evaluation Workshop Summary and provide to the CITY electronically via mail in Microsoft
Word format for review and comment. PROVIDER will incorporate responses to CITY comments
to prepare the final Alternatives Evaluation Workshop Summary to be provided to the CITY
electronically via email as a PDF.
A summary of the Task 6 evaluation will be included in the Summary Report to be
prepared as part of Task 9.1
Task 7 – Permitting
PROVIDER will review potential permitting requirements for the matrix of alternatives
developed for consideration in Task 6. The alternatives selected for further evaluation
will get an updated and more detailed assessment of the permitting requirements and
potential issues associated with obtaining them.
Permitting considerations for the alternatives will be incorporated into the Summary
Report outlined in Tasks 9.1.
Task 8 – Concept Design of Shortlisted Alternatives
8.1 Concept Design of Shortlisted Alternatives
Following the workshop in Task 6, PROVIDER shall prepare conceptual design documents of the
shortlisted alternatives. A Conceptual Basis of Design Report and Conceptual Design Drawings
for each of the shortlisted alternatives will be prepared. These alternatives will be ranked and
scored against the identified monetary, operation, maintenance, and non-monetary criteria and
relative weighting of the criteria. A do nothing alternative will also be considered.
5
8.2 Cost Estimating of Shortlisted Alternatives
PROVIDER shall prepare AACE Class 4 cost estimates for the shortlisted alternatives. Life cycle
costs shall be based on a 20-year service life for the cost comparison of alternatives.
8.3 Conceptual Design Workshop
Following submission of the conceptual design deliverables for the shortlisted alternatives,
PROVIDER shall organize and facilitate a 2-hour workshop with the CITY to review the
deliverable documents and identify the preferred alternative to advance forward to prepare a
Business Case Evaluation.
PROVIDER shall prepare a draft copy of the Conceptual Design Workshop Summary and
provide to the CITY electronically via mail in Microsoft Word format for review and comment.
PROVIDER will incorporate responses to CITY comments to prepare the final Conceptual Design
Workshop Summary to be provided to the CITY electronically via email as a PDF.
Task 9 – Documentation
9.1 Summary Report
PROVIDER will compile the TMs prepared as part of Tasks 3-8 and supplement, as appropriate,
with additional information to document the data, analysis, process, and methodology followed
to identify and evaluate the various alternatives as well as key decisions and considerations that
guided the shortlisting of alternatives and the selection of the preferred alternative. A draft
copy of the report will be submitted electronically via email in Microsoft Word format to the
CITY for review and comment. PROVIDER will incorporate responses to comments provided
by the CITY when finalizing the Summary Report and submitting electronically via email as a
PDF file.
9.2 Business Case Evaluation
PROVIDER shall prepare a Business Case Evaluation (BCE) for the selected alternative to support
informed and fiscally responsible decision making. A draft BCE will be submitted to the CITY
electronically via email in Microsoft Word format for review and comment. PROVIDER will
incorporate responses to CITY comments to update the BCE for submission to the CITY via email
as a PDF file. It is understood that the BCE is to be a living document and thus will not be
finalized.
Task 10 – Municipal Headworks Screenings Compaction System Review
PROVIDER will coordinate with CITY staff to identify issues and concerns related to the
Screenings and Compaction System at the Municipal Headworks.
This will include evaluation of the coarse screen equipment sluicing operations, the Parkson
compactor operations, and review of the ancillary facilities including electrical, washdown water,
and drain locations to identify the deficiencies in operations and equipment maintainability.
6
PROVIDER will conduct a walk-through and hold a meeting with engineering and operations
personnel to discuss potential improvements already investigated by the CITY and identified
data gaps. The intent is to conduct one meeting to discuss this Task as well as Task Nos. 11 and
12. PROVIDER will gather the information to fill in the data gaps to support the advancement of
design concepts. For improvements identified, PROVIDER will develop general layout drawings
for proposed improvements and budgetary level cost estimates. A second meeting will be held
with engineering and operations to select final improvements and contracting method.
Results of the discussion and investigation will be summarized in a Headworks Proposed
Improvements TM. The TM will identify a recommended path forward for implementation of the
improvements. A draft copy of the TM will be provided to the CITY electronically via email in
Microsoft Word format for review and comment. PROVIDER will incorporate responses to CITY
comments to prepare the final TM to be provided to the CITY electronically via email as a PDF.
Based on the improvements identified and contracting method, PROVIDER will develop the
necessary documents to construct the improvements.
Task 11 – Municipal Headworks Grit Washing/Dewatering System Review
PROVIDER will coordinate with CITY staff to identify issues and concerns related to the Grit
Washing/Dewatering System at the Municipal Headworks.
This will include evaluation of the Hydro International Surry Cup and Grit Snail operations to
identify the deficiencies in operations. As noted in Task No. 10, PROVIDER will conduct a walk-
through and hold a meeting with engineering and operations personnel to discuss potential
improvements already developed by the City and identified data gaps. PROVIDER will gather
the information to fill in the data gaps to support the advancement of design concepts. For
improvements identified, PROVIDER will develop general layout drawings for proposed
improvements and budgetary level cost estimates. A second meeting will be held with
engineering and operations to select final improvements and contracting method.
Results of the discussion and investigation will be summarized in a Grit Washing/Dewatering
System Improvements TM. The TM will identify a recommended path forward for
implementation of the improvements. A draft copy of the TM will be provided to the CITY
electronically via email in Microsoft Word format for review and comment. PROVIDER will
incorporate responses to CITY comments to prepare the final TM to be provided to the CITY
electronically via email as a PDF. Based on the improvements identified and contracting method,
PROVIDER will develop the necessary documents to construct the improvements.
Task 12 – SOIA Clarifier Grease Removal Systems Review
PROVIDER will coordinate with CITY staff to identify issues and concerns related to the grease
removal in the SOIA Clarifiers.
7
This will include evaluation of the existing spray bars, grease movement within the clarifiers,
central trough/wet well grease pump operations, and planned improvements for aerating the
grease ahead of the outside edge scum troughs to identify the deficiencies in operations.
PROVIDER will complete a walk-through of the clarifiers with operations to determine the
current conditions of the clarifiers. After the walk through and as noted in Task No. 10
PROVIDER will hold a meeting with engineering and operations personnel to discuss potential
improvements already developed by the City and identified data gaps. PROVIDER will gather
the information to fill in the data gaps to support the advancement of design concepts. For
improvements identified, PROVIDER will develop layout drawings or written descriptions for
proposed improvements and budgetary level cost estimates. A second meeting will be held with
engineering and operations to select final improvements and contracting method.
Results of the discussion and investigation will be summarized in a SOIA Clarifier Grease
Removal System Improvements TM. The TM will identify a recommended path forward for
implementation of the improvements. A draft copy of the TM will be provided to the CITY
electronically via email in Microsoft Word format for review and comment. PROVIDER will
incorporate responses to CITY comments to prepare the final TM to be provided to the CITY
electronically via email as a PDF. Based on the improvements identified and contracting method,
PROVIDER will develop the necessary documents to construct the improvements.
Task 13 – PDIF Improvements Development and Implementation
PROVIDER has previously met with the City on December 2, 2021 to discuss improvements and
developed and distributed a list of potential improvements for PDIF. The list was developed into
a spreadsheet that was previously distributed and will be updated as needed to track progress of
the various improvements. The most recent version of the spreadsheet is included as Attachment
1 but is subject to modification as work progresses. PROVIDER will continue to implement
planned improvements as identified and assigned to them in the spreadsheet. PROVIDER will
work with CITY engineering and operations to develop contracting methods for services needed.
PROVIDER will specifically develop an agenda and meet with the CITY to define the
requirements for Item No. 17 Analyzer Panel Weather Protection and Item No. 18 Vault
Groundwater Leaks. The remaining tasks identified and agreed to as part of the larger meeting
require coordination with various CITY personnel but does not require formal meetings. City
staff will be engaged, as needed, to complete the work and develop the documents for work to
be performed by others (e.g., Huffman, Erikson, others) under separate contract with the City.
PROVIDER will provide Chlorine Contact Basin (CCB) start-up assistance to include the review
of performance data resulting from up to 10 wet weather events in calendar year 2022. The level
of effort assumed for this start-up assistance is 96 hours to review data, provide a brief summary
of results for each event and prepare a year end summary.
PROVIDER will perform a hydraulic evaluation to identify alternatives to mitigate current
challenges related to air entrainment within the influent flow meter and back flow from SHC
8
Vertical Mixer No. 1 (M-1015-010-01). PROVIDER will prepare schematic drawings of
improvement recommendations to the City for consideration. PROVIDER will prepare a brief 1-
2 page summary of the evaluation and recommendations. Detailed design of the selected
improvements is not included within this scope and fee estimate but could be added as part of a
mutually agreeable contract modification.
PROVIDER will provide support to complete the design and construction phase services for
mitigation wetlands required to offset wetland impacts associated with the construction of
Schedule B2 and CSO 102 improvements. It is understood that continued support will be split
between the CSO 102 Improvements Project and this project at a ratio of 60/40. A total of 24 hours
is assumed for this scope of services.
Project Assumptions
The following assumptions are included in this scope of work.
Initial and follow-up meetings identified with the scope of services for Tasks 10, 11, and
12 will be held concurrently.
No survey or geotechnical investigations will be completed as part of this scope of
services. It is assumed that the PROVIDER will primarily utilize the CITY’s
www.dogis.org/sewer website to obtain one foot topographic and CITY utility
information.
In the event there is a reasonable assessment as to the safety or health of personnel because
of the COVID-19 or related virus, PROVIDER reserves the right to revise pricing,
resourcing or schedule accordingly. Additionally, in the event travel is required, the
pricing and schedule set out in the scope assumes there are no travel
restrictions. PROVIDER would directly coordinate with the CITY to mitigate and
minimize delays, costs and other impacts.
In providing opinions of cost, financial analyses, economic feasibility projections, and
schedules for the PROJECT, PROVIDER has no control over cost or price of labor and
materials; unknown or latent conditions of existing equipment or structures that may
affect operation or maintenance costs; competitive bidding procedures and market
conditions; time or quality of performance by operating personnel or third parties; and
other economic and operational factors that may materially affect the ultimate PROJECT
cost or schedule. Therefore, PROVIDER makes no warranty that the CITY's actual
PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from
PROVIDER’s opinions, analyses, projections, or estimates.
No specifications will be prepared.
With the exception of Mitigation Wetlands improvements identified in Task 13, final
design (including preparation of specifications) and construction phase services are not
included in this scope of services.
The scope of services does not include an investigation into the potential source(s) of
debris loading into the system.
9
The scope of services does not include a condition assessment of the existing conveyance
system.
A two-week City review period for deliverables is assumed.
Services to be provided by Huffman Engineering, Inc. are to be contracted separately
and are not included within this scope of services and fee estimate.
Project Deliverables
The following deliverables will be provided as part of this Scope of Services.
Workshop Meetings
Task 1 - Kick-Off Meeting Agenda and Summary
Task 6 – Matrix of Alternatives
Task 6 - Alternatives Evaluation Workshop Agenda and Summary
Task 8 - Conceptual Design Workshop Agenda and Summary
Summary Report shall include:
Executive Summary
Task 3 – Draft and Final Ohern Grit Facility Condition Assessment TM
Task 4 - Draft and Final U Street Sewer Evaluation TM
Task 5 - Draft and Final Equipment Evaluation TM
Task 6 - Alternatives Evaluation Summary with Class 5 Estimates
Task 8 - Conceptual Basis of Design Report and Conceptual Design Drawings with Class
4 Estimates
Task 9 – Summary Report, Business Case Evaluation for selected alternative
Task 10 – Draft and Final Headworks Proposed Improvements TM, drawings and
specifications, as appropriate, for the construction of the recommended improvements
Task 11 – Draft and Final Grit Washing/Dewatering System Improvements TM,
drawings and specifications, as appropriate, for the construction of the recommended
improvements
Task 12 – Draft and Final SOIA Clarifier Grease Removal System Improvements TM,
drawings and specifications, as appropriate, for the construction of the recommended
improvements
Task 13 – Drawings and specifications, as appropriate, to implement the recommended
improvements.
10
ARTICLE 2 - Schedule
The PROJECT will be completed within eight (8) months of receipt of a Notice to Proceed from
the CITY. A more detailed schedule will be developed during Project Initiation. It is assumed that
the scope of services contained herein will be completed within Calendar Year 2022.
ARTICLE 3 - Compensation
Compensation by CITY to PROVIDER for the proposed services described above will be as
described in attached Exhibit C.
Attachment 1
Missouri River Water Resource Recovery Facility In-Plant Lift Station Modification Project
Primary Disinfection Improvements Plan
Prior to 2022 Disinfection Season
Printed:2/16/2022
Item
No.Description Lead
Additional
Resources
Contracting
Method Proposed Action
Estimated
Cost* Status Comments
1 Potable Water to Analyzer Panels - Plumb potable water to chlorine
analyzer panels.Keegan Bell Eriksen
Change Order to
existing contract.
Route non-potable water line
to the cabinets from the Chem
Bldg In Progress Layout of the line nearly complete.
2
84" Accusonic Influent Flow Meter Air Entrainment - Install grate or
baffle per SME recommendation to reduce or eliminate air
entrainment from drop over Gate No. 24.
Kent
Bienlien Jacobs SME Continue work
Depending on the solution additional
resources may be needed for installation.
3
84" Accusonic Influent Flow Meter Back Flow - Eliminate the
backflow from of the mixer using a stem wall or stop log system.
Determine the balance between stopping the backflow and
minimizing the hydraulic impact.
Kent
Bienlien Jacobs SME Continue work
Check on reversing mixer rotation.
Depending on the solution additional
resources may be needed for installation.
4
Ammonia Analyzer -Rebuild the analyzer and replace required
parts. Run ethernet cable and required wires from analyzer to PLC.
Provide termination at analyzer only.
John
Borcher In house Rebuild.In Progress
4A
Ammonia Analyzer Liquiline Data Transmission Via Ethernet/IP -
Provide ethernet connection to communicate with SCADA.
Terminate wires at PLC only. Huffman TBD
Install ethernet connection to
SCADA.
Scope
Development
5
Ammonia Analyzer Sample Point - Determine a location to add a
second sample point for the analyzer to be used between events.
Determine if primary effluent (PDIV) or potable water should be
the source.
Kent
Bienlien Josh Dodson Continue work
Plumb potable water to the
analyzer and set it up to switch
between the sources.
Determine if the unit can read the ammonia
in the potable water. Additional resources
may be needed for installation.
6 SBS Pumps - Determine if hoses need replaced and replace as
needed.
Jeff
Saltzman In house
7 Chemical Building Valve Tags - Relabel valves both the physical tags
as well as update the PLC programming and O&M documentation.
Kent
Bienlien
Curtis
Weiland &
Huffman In-Plant LS Project In Progress
P&ID with the new valve tag names has
been developed. Need to discuss with
Huffman and develop a price.
8 Chemical Building Boiler - Replace fan.
Jeff
Saltzman Local Supplier In house
9
SHC Tank Recycle Valve - Reprogram the recycle valve to open at
the end of an event to relieve gas pressure that could build in the
discharge line.
Kent
Bienlien Huffman Continue work
10 Review SBS set points, delays, and switching between modes logic.
Rewrite or update the loop description to improve performance.
Curtis
Wieland Continue work
Will need to fine tune control loops during
events.
11
Automate Truncating of Overflow Events - Review operational
procedure for ending an event when low flow occurs. Develop a
loop description for use in developing the PLC programming.
Kent
Bienlien
Curtis
Weiland &
Huffman Continue work
Check air gap gate ability to feed back
intermediate postion.
12
SHC Feed System Improvements - Develop a loop description to
provide a more robust and responsive SHC feed system. Develop
and deploy the PLC programming to implement the change in logic.
Address the SHC flow control valve not showing open issue as part
of the reprogramming.
Kent
Bienlien
Curt Wieland
& Huffman Continue work
13
SBS high high alarm - Reprogram the PLC set point and revise the
PLC programming to eliminate dosing system shutdown when this
alarm is triggered.
Kent
Bienlien Huffman Continue work
14
Warning Sign for SBS Fumes - When the SBS system initially starts,
fumes can cause irritaton. Install a warning sign on east side of the
disinfection basin to provide notification of noxious fumes in the
area.
Jeff
Saltzman In house
15
Effluent Grab Sampler Draw Off - Reconfigure the sample piping
draw off location so that the sample is being pulled from the
vertical riser.
Jeff
Saltzman In house
16
West chlorine Panel Discharge Point - Relocate the flow through
discharge point of the west chlorine analyzer panel from Pass No. 1
to the dewatering pit in Pass No. 2.
Jeff
Saltzman TBD
17 Analyzer Panel Weather Protection - Review and select an
alternative method to protect operations staff when working in the
panels during rain events.
Kent
Bienlien In-Plant LS Project
Additional resources may be needed for
installation of the proposed alternative.
18
Vault Groundwater Leaks - Determine a remedy for groundwater
leaking into the vaults. Determine the best method of dealing with
the water by either adding a sump and/or sump pumps, developing
an SOP for dewatering the vaults, or additional crack sealing.
Kent
Bienlien In-Plant LS Project
East and North Vault SOP to
dewater. West and Flowmeter
vault add small sump pump.Need to estimate leakage rate.
* Cost estimates will be developed and updated as information is available.
EXHIBIT “C”
BREAKDOWN OF COST
EXHIBIT “C”
COMPENSATION
Compensation by City of Omaha (CITY) to Jacobs Engineering Group Inc. (PROVIDER) for the proposed services
described in Exhibit B, Scope of Services will be as follows:
A. COST REIMBURSABLE-MULTIPLIER (TIME AND EXPENSE)
For services enumerated in the Scope of Work above, PROVIDER’s Salary Costs multiplied by a factor of 2.13
Salary Cost Multiplier, plus Direct Expenses, plus a service charge of 10 percent on Direct Expenses and 10
percent on subcontracts and outside services, plus applicable sales, use, value added, business transfer, gross
receipts, or other similar taxes.
B. BUDGET
Compensation for this Project will be billed on a time and materials basis with a not a not exceed the maximum
total amount of four hundred sixty-two thousand six hundred twenty-eight dollars ($462,628 USD) unless
approved in writing by the CITY through a contract amendment to this agreement.
PROVIDER is not obligated to incur costs beyond the indicated budgets, as may be adjusted, nor is CITY
obligated to pay PROVIDER beyond these limits. When budget has been increased, PROVIDER’s excess costs
expended prior to such increase will be allowable to the same extent as if such costs had been incurred after
the approved increase.
C. DIRECT EXPENSES
Direct Expenses are those necessary costs and charges incurred for the PROJECT including, but not limited to:
(1) the direct costs of transportation and equipment and supplies; (2) PROVIDER’s current standard rate
charges for direct use of PROVIDER’s vehicles, laboratory test and analysis, and certain field equipment; and (3)
PROVIDER’s standard project charges for computing systems, and special health and safety requirements of
OSHA.
A summary of PROVIDER’s anticipated staff involvement and hourly billing rates is included in Tables C-1 and C-1.1.
Table C-1: Missouri River Water Resource Recovery Facility In Plant Lift Station Modification Project DEN Calgary Allentown,PA DEN
To
m
H
e
i
n
e
m
a
n
n
Do
u
g
S
i
m
o
n
Ke
n
t
B
i
e
n
l
i
e
n
Pe
r
r
i
n
N
i
e
m
a
n
n
Jo
e
l
R
i
f
e
Ro
b
e
r
t
M
a
g
a
l
l
o
n
Ni
c
k
S
u
t
k
o
No
m
a
B
o
r
d
e
Sc
o
t
t
C
h
a
m
p
l
i
n
Ma
t
t
C
r
o
w
l
e
y
Es
t
e
l
l
J
o
h
n
s
o
n
Ed
M
e
y
e
r
Ja
s
o
n
R
y
s
a
v
y
Ki
m
F
r
i
e
s
Bi
l
l
H
a
b
e
r
s
t
r
o
h
Al
P
a
q
u
e
t
St
e
v
e
P
o
l
s
o
n
Ad
a
m
N
i
e
l
s
e
n
Ke
v
i
n
N
i
e
l
s
e
n
St
e
v
e
T
a
m
b
u
r
i
n
i
Pa
t
N
e
l
s
o
n
Da
v
e
C
u
r
r
a
n
Mi
c
h
e
l
l
e
M
c
H
e
n
r
y
Jo
n
a
t
h
a
n
J
a
m
e
s
De
n
n
i
s
T
h
o
m
a
s
Ja
c
k
W
o
o
Ja
m
e
s
W
a
l
k
e
r
Da
n
i
e
l
M
o
r
s
e
Ta
l
i
a
A
s
s
i
St
e
v
e
G
r
a
z
i
a
n
o
Ca
r
l
a
A
r
s
e
n
a
u
l
t
Da
v
a
K
a
i
t
a
l
a
Jo
h
n
S
i
c
z
k
a
Ex
p
e
n
s
e
s
To
t
a
l
L
a
b
o
r
&
E
x
p
e
n
s
e
2021 Raw Rate 127.88$ 91.87$ 80.25$ 83.53$ 85.88$ 35.14$ 68.20$ 51.96$ 79.33$ 78.61$ 78.15$ 88.19$ 53.75$ 94.20$ 69.78$ 98.86$ 73.64$ 72.13$ 70.85$ 75.87$ 69.29$ 45.75$ 46.78$ 30.04$ 135.96$ 84.37$ (hours) ($)($)($)
2021 Billing Rate 408.57$ 293.52$ 256.41$ 266.88$ 274.37$ 112.28$ 217.91$ 166.00$ 253.45$ 251.16$ 249.68$ 281.76$ 171.73$ 300.98$ 222.94$ 315.86$ 235.28$ 230.47$ 226.36$ 242.41$ 221.39$ 146.19$ 149.48$ 95.96$ 434.40$ 269.57$
2022 Raw Rate 94.62$ 81.86$ 87.59$ 82.50$ 90.83$ 87.37$ 94.50$ 66.46$ 97.92$ 76.15$ 97.03$ 47.24$ 64.31$ 41.05$
2022 Billing Rate 418.79$ 302.32$ 261.53$ 276.49$ 279.86$ 115.64$ 224.44$ 171.81$ 263.59$ 261.20$ 257.17$ 290.22$ 279.16$ 301.92$ 212.34$ 312.85$ 243.30$ 176.88$ 310.00$ 229.63$ 328.50$ 244.70$ 237.38$ 233.15$ 248.47$ 228.03$ 150.94$ 205.47$ 131.14$ 156.95$ 99.80$ 445.26$ 280.90$
Task Description
Project Management 8 152 16 40 216 58,113.71$ 58,113.71$
Kickoff Meeting 16 12 12 12 16 12 80 19,636.48$ 3,300.00$ 22,936.48$
Data Collection and Review 16 16 8 16 24 8 88 20,282.39$ 20,282.39$
Condition Assessment of Ohern Grit Facility 4 8 8 16 36 9,719.64$ 9,719.64$
U Street Sewer Evaluation 8 8 12 24 40 8 100 22,145.09$ 22,145.09$
Equipment Evaluation 16 24 16 8 16 12 12 16 4 124 30,288.57$ 30,288.57$
Alternatives Evaluation 16 68 12 12 64 8 12 40 232 53,237.49$ 53,237.49$
Permitting 40 4 44 14,921.04$ 14,921.04$
Conceptual Design of Shortlisted Alternatives 28 108 8 8 224 16 20 12 4 20 100 12 16 8 8 20 80 692 139,689.08$ 2,200.00$ 141,889.08$
Summary Report 4 12 4 4 40 4 4 72 13,557.69$ 13,557.69$
Business Case Evaluation 2 4 2 2 16 4 30 5,525.94$ 5,525.94$
PDIF
Wetlands 26 26 6,799.89$ 6,799.89$
CCB Startup Assistance 40 66 106 19,116.91$ 19,116.91$
Permitting 10 10 2,615.34$ 2,615.34$
PDIF 8 110 10 35 163 41,478.81$ 41,478.81$
8 254 454 58 86 424 56 60 28 48 28 140 0 0 0 0 0 0 10 0 44 20 32 20 20 24 80 35 66 16 0 4 4 2019 457,128.07$ 5,500.00$ 462,628.07$
Table C-1.1: Missouri River Water Resource Recovery Facility In Plant Lift Station Modification Project
Task 10 Municipal HW Screenings Compaction System 2 8 4 16 4 8 4 8 54 11,475.99$ 11,475.99$
Task 11 Municipal HW Grit/Dewatering 2 8 4 16 4 8 4 8 54 11,475.99$ 11,475.99$
Task 12 SOIA Clarifier Grease Removal 2 8 4 16 4 8 8 8 58 11,967.03$ 11,967.03$
Task 13 PDIF Improvements Development 20 6 12 48 86 19,507.15$ 19,507.15$
Site Visit and Alternatives Strategizing 16 20 24 24 24 24 24 156 43,334.96$ 4,500.00$ 47,834.96$
QA/QC 8 20 28 7,368.76$ 7,368.76$
Total 22 64 0 36 54 0 0 0 0 0 12 48 32 32 32 20 0 12 0 0 0 0 0 0 0 24 0 0 0 0 436 105,129.88$ 4,500.00$ 109,629.88$
Less Jacobs Contribution in Revenue Terms (109,629.88)$
Cost to City for Tasks in Table C-1.1 $0.00
Total Fee (sum of Table C-1 and C-1.1)462,628.07$
Mileage Rate Current IRS audit rate at time of service
Other related consumable supplies (field equipment and
supplies, etc.)Actual + 10 percent
Postage, freight Actual + 10 percent
Travel costs (airfare, hotel, care rental, meals, etc.)Actual + 10 percent
Subcontractors and Outside Services Actual + 10 percent
Total Labor
Non-Labor Rate Items