RES 2001-0513 - Agmt with Black & Veatch Corporation for Burt-Izard pumping station es)
k[ #573
0�,1AHA,q.F R 1 V E
Public Works Department
U ,1 ►/' y��r K , �� 33 Omaha/Douglas Civic Center
41tt!1 'y l ^ 01 FEB 12 P 1819 Famam Street,Suite 601
71 �42 February 20, 2001 Omaha,Nebraska 68183-0601
°pA:d •ry • (402)444-5220
°�rFD Fe>jw�r4 CITY CLERK Telefax(402)444-5248
City of Omaha OMAHA, NESRASKA Don W.Elliott,P.E.
Public Works Director
Hal Daub,Mayor
Honorable President
and Members of the City Council,
•
Transmitted herewith is a Resolution approving a Supplement No. 1 to the Agreement for
Engineering Services with the Black & Veatch Corporation. The original Agreement was for a
preliminary design of the grit removal and odor control systems for the Burt-Izard Pumping
Station and was adopted by Resolution.No. 3243 on December 14, 1999.
The attached Supplement No. 1 authorizes Black•& Veatch Corp. to provide a final design,
prepare all bidding documents, and provide bid review and pre-award services. Details of the
supplement are included in Attachment "A"to the Agreement.
Black & Veatch Corp. has agreed to perform the engineering services detailed in the agreement
for a fee of$360,000.00. This cost will be paid from the year 2001 Sanitary Sewer Improvement
Organization 1489, Agency 140, Sewer Revenue Improvement Fund 544.
Black & Veatch has filed the required Annual Contract Compliance Report Form, CC-1, in the
Human Relations Department. As is City policy, the Human Relations Director will review the
consulting firm to determine its compliance.
The Public Works Department requests your consideration and approval of the attached
Resolution and Agreement. •
Respectfully submitted, Re to City o ncil for Co ideratio :
7:5241-. /3/0/ (/6 7, A / 6 , .
Don W. Elliott,P.E. Date ayor s Office/Title C, Date
Public Works Director
•
Approved as to Funding: . 'Approved:
0 ..-2/776/
Stanley P. z �y»^ Date Kellie Paris-Asaka Date
Acting Finance Direct r Human Relations Director
P:\PW\11474z.doc
V . .
SUPPLEMENT NO. 1
To
AGREEMENT FOR ENGINEERING SERVICES
Between
THE CITY OF OMAHA, NEBRASKA
And
BLACK & VEATCH CORPORATION
BURT-IZARD PUMP STATION IMPROVEMENTS
This Supplement No. 1 to the Agreement for Engineering Services between the City of
Omaha, Nebraska (Owner) and Black&Veatch Corporation (Engineer) dated December
17, 1999, defines and establishes contract terms and conditions for additional engineering
services the Owner desires the Engineer to provide in connection with modifications and
improvements to the Burt-Izard Pumping Station grit removal and odor control facilities.
Articles of the Agreement which are modified by this Supplement No. 1 are listed below.
Owner and Engineer agree that all terms of the Original Agreement not specifically
revised by this Supplement No. 1 shall remain unchanged and in full force.
ARTICLE 1 —EFFECTIVE DATE p
The effective date of this Supplement No. 1 shall be ,,:�/�A �i > �4/
ARTICLE 3—SERVICES TO BE PERFORMED BY ENGINEER
Engineer agrees to provide design and bid services, as described in Attachment A—
DESCRIPTION OF SCOPE OF DESIGN AND BID SERVICES,which is attached to
this Supplement No. 1.
ARTICLE 4—COMPENSATION
Owner agrees to pay Engineer for services provided under the terms of this Supplement
No. 1 in accordance with Attachment B, COMPENSATION FOR DESIGN & BID
SERVICES,which is attached to this Supplement No. 1.
ARTICLE 5 —OWNER'S RESPONSIBILITIES
Owner agrees to be responsible for all matters described in Attachment C—OWNER'S
RESPONSIBILITIES DURING DESIGN AND BID SERVICES,which is attached to
this Supplement No. 1.
S1 - 1
Omaha,NE
Burt-Izard Pump Station
mn01/23/01
•
r r
ARTICLE 15 —COMMUNICATIONS
The Owner's representative for all written communications relating to the agreement
shall be:
Public Works Department
Missouri River WWTP
5600 South 10th Street
Omaha, NE 68107
Attention: Mr. Kirk Pfeffer, P.E.
IN WITNESS WHEREOF, Owner and Engineer have executed this Supplement No. 1.
CITY O. 0 AHA BLACK&VEATCH CORPORATION
By: By: ,00.C344
. -stimot
Title: Vtivia, Title: -ait
Date: �' Jfc).\ Date:
d04/L 2.3 200 f'
APPROVED AS 0 FORM
ATTEST:
- �Cit;�r tad crk
e fa
1
S1 - 2
Omaha,NE
Burt-Izard Pump Station
mn01/23/O1
ATTACHMENT A
TO
CONTRACT FOR ENGINEERING SERVICES
Owner: City of Omaha
Engineer: Black&Veatch Corporation
Project: Burt-Izard Pump Station Grit Removal and
Odor Control Improvements—Design & Bid Services
DESCRIPTION OF SCOPE OF DESIGN AND BID SERVICES
The scope of services for this Supplement No. 1 includes engineering services in
connection with the design and bidding to contractors of a project to improve and modify
the grit removal, odor control, and electrical and heating ventilation systems at the Burt-
Izard Pump Station. The facilities to be designed are as described in the "Design
Memorandum for Burt-Izard Pumping Station Grit Removal & Odor Control
Improvements for Omaha, Nebraska,"dated November 2000. Major components of the
project include:
Grit Chambers
• Structural modifications to the 1978 grit chamber to convert the six existing grit
collection pockets into two aerated grit chambers. Two (2)new isolation slide gates
will be installed in these grit chambers.
• Construction of influent channels to divert wastewater flow through two (2)new
trash baskets and two (2)new "Channel Monsters"prior to entering the aerated grit
chambers, in both existing grit chambers.
• Installation of eight(8) submersible grit removal pumps.
• Installation or modification of effluent weirs in the grit chambers to increase the
depth of water and to provide flow splitting between chambers.
Grit Building
• Construction of new interior masonry walls to separate the grit removal room, the
grit processing room, and the electrical room within the grit building.
• Construction of new concrete mezzanine with aluminum stairs for grit processing
equipment.
• Construction of a new aluminum checkered plate walkway for access to the two
new slide gates.
• Installation of grit removal discharge piping and valves to grit processing
equipment.
• Installation of aeration piping with coarse bubble diffusers for the grit chambers.
• Installation of eight(8)grit concentrator cyclones and two (2) grit dewatering
screws.
A- 1
Omaha,NE
Burt-Izard Pump Station
mn01/23/01
• Modifications to existing odor control covers on the existing grit chambers as
necessary.
• Installation of a new odor control system to serve the grit processing room, the grit
chambers, and the lift station wetwell and screenings area.
• Modification and relocation of the existing hydraulic units. The existing restroom
will need to be demolished to make room for the hydraulic units.
• Installation of new positive displacement blowers with adjustable frequency drives.
• Installation of two (2)new jib cranes for removal of trash baskets and "Channel
Monsters".
The work is divided into three phases listed as follows:
PHASE 1 —DESIGN AND CONSTRUCTION CONTRACT DOCUMENTS.
PHASE 2—BID AND PREAWARD SERVICES.
PHASE 3—SUPPLEMENTARY SERVICES.
The following paragraphs describe work tasks to be completed during each phase of the
project. Work on Phase 1 will begin within 30 calendar days after the execution of this
Agreement.
PHASE 1—DESGN AND CONSTRUCTION CONTRACT DOCUMENTS
A. Preliminary and General Items
1. Provide administration and management of design phase. Review ongoing
activities. Monitor schedule and budget.
2. Meet with Owner to confirm Engineer's understanding of scope and
design parameters for the project.
3. Provide data which City staff will use to communicate with the Nebraska
Department of Environmental Quality of the design objectives and
schedule for the project.
4. Review with City staff other planned or proposed projects which could
affect the work.
5. Obtain available drawings or maps from Owner which will aid in the
design and interfacing of the project.
6. Provide Owner monthly status reports on the progress of the work.
A-2
Omaha,NE
Burt-Izard Pump Station
mn01/23/01
B. Initiation—Finalize Design Memorandum
1. Meet with Owner and obtain Owner's comments on the design
memorandum and preliminary drawings. Resolve any questions, revise
documents if necessary, and resubmit five copies to Owner.
C. Construction Contract Documents
Level 1—Civil/Architectural/Process/Control Systems
1. Prepare process control and instrumentation diagrams.
2. Finalize civil and architectural floor plans to illustrate equipment layout
and building arrangements.
3. Finalize functions for major items of equipment.
4. Coordinate grit removal process controls and communication with
Missouri River WWTP process control system. Information on Missouri
River control system will be made available by Owner.
5. Review of Owner-drafted front-end documents.
6. Submit three sets of Level 1 drawings and specifications to Owner for
review.
7. Meet with Owner to resolve issues.
8. Prepare a preliminary opinion of probable construction cost for the
proposed work covered by the contract documents.
Level 2—Structural/Process Mechanical/HVAC Systems
1. Prepare detailed layouts of floor plans with equipment systems and piping
dimensions.
2. Prepare Level 2 specifications for equipment, structural systems, and
HVAC equipment.
3. Submit three sets of Level 2 drawings and specifications to Owner for
review.
4. Meet with Owner to resolve issues.
5. Update the Engineer's preliminary opinion of probable construction cost.
A - 3
Omaha,NE
Burt-Izard Pump Station
mn01/23/01
Level 3 —Electrical/Instrumentation/Finalize Drawings & Documents
1. Finalize detailed drawings, specifications, and other contract documents
for the proposed construction work and for the materials and equipment
required. Documents shall be prepared for selection of a single
construction contractor through a competitive bid process.
2. Update Engineer's opinion of probable construction cost.
3. Review the contract documents for completeness, bidability, and
constructability.
4. Provide four sets of the contract documents to Owner for review.
5. Coordinate with Owner's staff to obtain building code review of drawings
and documents by City building code officials.
6. Meet with Owner after documents have been reviewed to discuss them
and to resolve any questions.
7. After the conferences with Owner, make any necessary modifications and
submit three sets of revised contract documents for use by Owner in
obtaining state agency approval and two sets to Owner for the record.
8. After receipt of agency review comments and Owner's comments on final
documents, revise if necessary and resubmit, if necessary, three sets to
state agency and two sets to Owner.
9. Upon completion of the review of the contract documents, review the
opinion of probable construction cost and revise and expand as required.
10. Provide Owner with reproducible mylars of the drawings and original
specifications for reproduction of bidding documents.
11. Provide final project base drawings to Owner in AutoCAD format.
D. Permits Acquisition
1. Provide in the specifications a list of the permits which must be obtained
by the construction contractor. It is understood the construction
contractors must obtain the following permits for this project:
City of Omaha Building Permit.
A- 4
Omaha,NE
Burt-Izard Pump Station
mn01/23/01
PHASE 2—BID AND PREAWARD SERVICES
A. Advertise Project
1. Provide Owner with a list of contractors with relevant project experience.
2. Coordinate letting date, time, and place with Owner and prepare final
Invitation to Bid.
B. Prebid Conference
1. Conduct, at a date and time selected and a place provided by Owner, a pre-
bid conference to:
a. Instruct prospective bidders and suppliers as to the type of
information required by the contract documents and the format in
which bids should be presented.
b. Review special project requirements and contract documents in
general.
c. Receive requests for interpretations which will be issued by
addendum.
d. Prepare minutes of the conference and issue by addendum.
C. Respond to Questions and Prepare Addenda
1. Interpret construction contract documents. Prepare and issue addenda to
the construction contract documents when required.
D. Review Bids, Evaluate Bidders' Qualification, and Award
1. Prepare a tabulation of bids, and review questionnaires and bids for
completeness.
2. Examine the questionnaire following the bid opening to identify any
supplier whose equipment or materials may not conform to the
construction contract documents. This examination will be based on the
knowledge and experience of Engineer.
3. Review and evaluate the qualifications of the apparent successful bidder
and the proposed major or specialty subcontractors. The review and
evaluation will include such factors as work previously completed,
equipment that is available for the work, financial resources, technical
experience, and responses from references.
4. Prepare and distribute formal bid tabulation sheets, evaluate bids, and
make written recommendations to Owner concerning contract award.
A- 5
Omaha,NE
Burt-Izard Pump Station
mn01/23/01
PHASE 3—SUPPLEMENTAL SERVICES
A. Any work requested by Owner that is not included in one of the items listed in
any other phase will be classified as supplemental services.
A- 6
Omaha,NE
Burt-Izard Pump Station
mn01/23/01
ATTACHMENT B
TO
CONTRACT FOR ENGINEERING SERVICES
Owner: City of Omaha
Engineer: Black& Veatch Corporation
Project: Burt-Izard Pump Station Grit Handling and
Odor Control Improvements—Design & Bid Services
COMPENSATION FOR DESIGN & BID SERVICES
For the services covered by this Contract, the Owner agrees to pay the Engineer as
follows:
A. For DESIGN AND BIDDING SERVICES described in Attachment A—Scope of
Services, an amount equal to the Engineer's salary costs times 2.90,plus
reimbursable expenses and subcontract billings at cost. The maximum billed for
these services shall not exceed $360,000 without further authorization.
B. For supplemental services as described in Attachment D, an amount equal to the
Engineer's salary costs times 2.90 plus reimbursable and subcontract expenses at
cost. Each item of supplemental services shall be specifically authorized by the
Owner, and a maximum billing limit shall be established before the work is started.
The amount billed for each item of supplemental services shall not exceed the
amount established for it without further authorization. Additional amounts for
supplemental services may be authorized, if necessary, as the work progresses.
C. The following expenses are reimbursable at cost, as incurred on the project:
1. Travel, subsistence, and incidental costs.
2. Use of motor vehicles on a mileage basis or rental cost basis for vehicles used
for short periods. Mileage basis shall be 34-1/2 cents per mile.
3. Reproduction of drawings and specifications for bidding purposes.
4. Postage and shipping charges for drawings and documents to bidders.
5. Rental charges for use of equipment, including equipment owned by the
Engineer.
6. Cost of acquiring any other materials or services specifically for and
applicable to only this project.
B - 1
Omaha,NE
Burt-Izard Pump Station
mn01/23/01
7. Subcontract costs including those for soils and geotechnical investigations
and reports, testing laboratory services, surveying and mapping services,
assistant engineers, and other subcontract services.
8. Charges of special consultants requested or authorized by the Owner.
9. Special insurance coverage required by the Owner, including the cost of
naming the Owner as an additional insured. -
10. Local taxes or fees applicable to the engineering work or payments therefor.
11. Charges for review of drawings and specifications by government agencies, if
any.
12. Cost of acquiring any other materials or services specifically for and
applicable to only this project.
D. The following reimbursable expenses shall be paid at a fixed rate of$7.50 per billed
hour charged to the project:
1. Telegraph costs and long distance telephone costs.
2. Miscellaneous reproduction of documents, reports, drawings, and
specifications.
3. Postal and shipping charge for miscellaneous project-related materials.
4. Information technology systems and use of computer programs.
E. The Engineer agrees to use its best efforts to perform the services within the billing
limits stated above and in accordance with the agreed upon performance schedules.
If, at any time, the Engineer has reason to believe that the cost of the services will
be greater or substantially less than the billing limits, the Engineer shall promptly
notify the Owner to that effect, giving a revised billing limit for performance of the
services.
F. Periodic payments shall be made to the Engineer by the Owner based on the
Engineer's statement. The statement shall be itemized to indicate the amount of
work performed and the associated reimbursable expenses and subcontract costs.
Each invoice shall be accompanied by a progress report prepared by Engineer's
Project Manager. The report shall describe in narrative form the work
accomplished during the period covered by the invoice and present a summary of
the status of the project to date. The summary shall address the project schedule,
budget, and any significant changes in the scope of the work. The entire amount of
B - 2
Omaha,NE
Burt-Izard Pump Station
mn01/23/01
each statement shall be due and payable upon receipt by the Owner. Carrying
charges of 1-1/2 percent per month from the billing date shall be due for accounts
which are not paid within 60 days after the billing date.
G. It is understood and agreed that the maximum billings are based on the start of the
services being authorized not later than the dates given below. If start of services is
not authorized by the dates given, it is understood and agreed that the fixed fees and
total costs will be adjusted accordingly by a supplement to this Agreement. The
authorization dates are as follows:
Item Date
PHASE I—DESIGN SERVICES June 1, 2001
H. It is understood and agreed that if the project, after being started in any phase, is
stopped in that phase for the Owner's convenience for more than 30 days, but not
more than 60, the Owner will pay the Engineer a fee equal to the payroll cost plus
15 percent plus expenses of the project team assigned to that phase, so that Engineer
can maintain the project team. If delay extends beyond 60 days then, at the
Owner's option, either this basis of payment will be extended without further notice
from the Owner, or upon written notice from the Owner to disband the project team,
the project team will be disbanded. If the team is disbanded and the work is
restarted at a later date, the Owner will pay the Engineer a restart fee equal to 10
percent of the original contract amount for that phase. All payments for project
suspension and restart will be in addition to the original contract amount.
I. It is understood and agreed that the Engineer shall start the performance of the
design and preaward services within ten days of receipt of notice to proceed and
submit review drawings to the Owner for review within 180 net calendar days from
the start of services.
B - 3
Omaha,NE
Burt-Izard Pump Station
mn01/23/01
ATTACHMENT C
TO
CONTRACT FOR ENGINEERING SERVICES
Owner: City of Omaha
Engineer: Black& Veatch Corporation
Project: Burt-Izard Pump Station Grit Handling and
Odor Control Improvements—Design & Bid Services
OWNER RESPONSIBILITIES DURING DESIGN & BID SERVICES
Owner agrees to furnish information and have work done without cost to the Engineer, as
follows:
1. Furnish copies of all drawings, equipment specifications, records,
correspondences, and other data that are available in Owner's files and which may
be useful in the work involved under this Agreement.
2. Provide a list of existing HVAC and raw wastewater pumping equipment in the
pumping station with manufacturer, model number, serial number, and equipment
ratings identified.
3. Prepare all bidding and contract documents except drawings and technical
specifications.
4. Issue copies of bidding documents to prospective bidders.
5. Furnish the services of at least one Public Works employee who is knowledgeable
about the Burt-Izard Pumping Station to assist the Engineer during field
investigations.
6. Perform all odor control samplings as agreed to with Engineer.
C - 1
Omaha,NE
Burt-Izard Pump Station
mn01/23/01
.
ATTACHMENT D
TO
CONTRACT FOR ENGINEERING SERVICES
Owner: City of Omaha
Engineer: Black & Veatch Corporation
Project: Burt-Izard Pump Station Grit Handling and
Odor Control Improvements—Design &Bid Services
SUPPLEMENTAL SERVICES
Any work requested by the Owner that is not included in Attachment A—Scope of
Services will be classified as supplemental services. Supplemental services, which may
be performed only after development and approval of a mutually agreeable scope and
cost.
D - 1
Omaha,NE
Burt-Izard Pump Station
mn01/23/01
Ala, •
•
BURT-IZARD PUMP STATION IMPROVEMENTS
SUMMARY OF ENGINEERING SERVICES/FEE
DESIGN & BID SERVICES
Activity/Tasks Days Labor Expenses
Finalize Conceptual Design/ 10 6,000 $300
Design Memo
Preparation of Construction 460 291,500 $41,500 *
Drawings &Documents
Bid Services 20 10,500 $3,000
Project Administration & Control 10 7,000 $200
TOTAL 500 315,000 $45,000
TOTAL BUDGET PROJECT $360,000
* Includes $10K allowance for geotechnical and surveyor subcontract services.
mn01/23/2001
C-25A CITY OF OMAHA
LEGISLATIVE CHAMBER
Omaha,Nebr February 20, 2001
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA:
WHEREAS, the Black & Veatch Corporation was authorized by Resolution No.
3243 on December 14, 1999 to prepare a preliminary design for the grit removal and odor
control systems for the Burt-Izard Pumping Station; and,
'WHEREAS, Supplement No. 1 to the original Agreement authorizes Black &
Veatch to provide a final design, prepare all bidding documents, and provide bid review and pre-
award services; and,
WHEREAS, the Black & Veatch Corporation has agreed to perform the
engineering services in Attachment "A" to the Agreement, which by this reference becomes a
part herein; and,
WHEREAS, Black & Veatch will perform the services listed for the fee of
$360,000.00 which will be paid from the year 2001 Sanitary Sewer Improvement Organization
1489, Agency 140, Sewer Revenue Improvement Fund 544.
NOW, THEREFORE BE IT RESOLVED BY THE CITY COUNCIL OF THE
CITY OF OMAHA:
• THAT, the Supplement No. 1 to the Agreement for Engineering Services with
Black & Veatch Corporation to provide engineering services for the Burt-Izard Pumping Station
is hereby approved.
BE IT FURTHER RESOLVED:
THAT, the Finance Department is authorized to pay the sum of$360,000.00 from
the year 2001 Sanitary Sewer Improvement Organization 1489, Agency 140, Sewer Revenue
Fund 544.
APPROVED AS TO FORM:
Y ATTORNEY DATE
PAPW\11475z.doc
By
-;� Ceuncilmember
Adopted 2 0 290�1
- -
` - Clerk
3///Approve
Mayor
z 0 N CAD N 0 N G •
cit
VI O CO erg �. $ Copo
�/ o O O w C UQ
v 0. 0 O
"yri to +--` 194) N Z CDp* •e
C. �4 c7 Et, A' � {vs
d c n• '"� LI,
O
y ON 0 a' n pri
I.
0 J z cr rye,8 O ✓
to f CD O CD J\ ,
a+ N. C7 0 CD p �D `C O O cD
►•e P O .1.-t G., CD G. CD
`b
r
C-
/ J f