Loading...
RES 2018-0929 - Agmt with Carollo Engineers for OPW 52931, 18th & Fort Sewer Improvements project t") F Ot"'al ,NEe .r CD � �,_, � t-1 Public Works Department ��`•1!' rR l H,;,�, Omaha/Douglas Civic Center zj�lf(��?«lam„ rri 4;41 4,on 1819 Farnam Street,Suite 601 o ="'`°ti^ "' -o Omaha,Nebraska 68183-0601 0 44 m N (402)444-5220 44D FEBRVr ,fin Fax(402)444-5248 OCT 1 6 2018 '-"rzi City of Omaha i=� Robert G.Stubbe,P.E. Jean Stothert,Mayor Public Works Director Honorable President and Members of the City Council, Transmitted herewith is a Resolution approving a Professional Services Agreement with Carollo Engineers to provide professional services on OPW 52931, being the 18th & Fort Sewer Improvements Project associated with the Capital Improvement Program Project No. 2007E504. This Agreement includes project management, agency and project coordination, and additional services as identified in the attached agreement. Carollo Engineers has agreed to perform these services for a fee not to exceed, $525,509.00, to be paid from the Sewer Revenue Improvements Fund 21124, Sewer Separation Organization 116912, year 2018 expenditure. Carollo Engineers has filed the required Contract Compliance Report Form (CC-1), and has submitted a responsive Economic Inclusion Plan. As is city policy, the Human Rights and' Relations Department will review the contractor to ensure compliance with the Contract - Compliance Ordinance. The Public Works Department requests your consideration and approval of the attached Resolution and Agreement. .,pectfully submitt-, 0 ,7 A roved: LILTTLIc4d. g-2414„e_ -R•,•ert G. Stubbe, P.E. Date Franklin T. Thompson Date Public Works Director Human Rights and Relations Director Approved as to Funding: Referred to City Council for.. Consideration: i ',_ 4 — ,i 4 . ----;„„,_. 6-tic)-12t41_, go/ ,..,----- Step en_B. Curtiss la / Date Mayor's Office Date Finance Director 2206Cgrp City Clerk Office Use Only: /� Publication Date (if applicable): RESOLUTION NO. l�I Agenda If) I141 g Date: Department: PubiiOc 'k.st CITY OF OMAHA - LEGISLATIVE CHAMBER Omaha, Nebraska • RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, professional engineering services are needed in conjunction with OPW 52931 being the 18th & Fort Sewer Improvements Project; and, WHEREAS, Carollo Engineers was selected by the Architects and Engineers Selection Process and has agreed to provide professional services as listed in the attached Professional Services Agreement, which by this reference is made a part hereof; and, WHEREAS, Carollo Engineers has agreed to perform these services for a fee not to exceed $525,509.00 to be paid from the Sewer Revenue Improvements Fund 21124, Sewer Separation Organization 116912, year 2018 expenditure. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, as recommended by the Mayor, the Professional Services Agreement with Carollo Engineers to provide professional services on OPW 52931 being the 18th & Fort Sewer Improvements Project, is hereby approved. BE IT FURTHER RESOLVED: THAT, the Finance Department is authorized to pay a fee not to exceed $525,509.00 from the Sewer Revenue Improvements Fund 21124, Sewer Separation Organization 116912, year 2018 expenditure. 2206grp APPRO ii A TO F RM TY ATTORNEY DATE • • Ado tea: OCT 16 20181 J •--D P Attest: - Approved: J AA& 51x- Mayor PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is hereby made and entered into this Rity of tkAisbey 74 6 , by and between the City of Omaha, a municipal corporation located in Douglas County,Nebraska(hereinafter referred to as the"City"), and Carollo Engineers, Inc. (hereinafter referred to as the"Provider"),on the terms,conditions and provisions as set forth herein below. All references to"Contractor"shall mean"Provider". PROJECT NAME AND DESCRIPTION OPW 52931, 18th & Fort Sewer Improvements, Includes preliminary and final design, including bidding phase services, of sewer improvements in the project area. The primary goal of the project is to reduce and potentially eliminate the surcharging of the combined sewer system along Fort Street between 16th and 20th Streets. The project will also include improvements to address two maintenance issues within the storm sewer system contributing to Carter Lake. II. DUTIES OF PROVIDER A. Provider agrees to perform professional services, as set out and more fully described in the Proposal attached hereto, for the City, relative to the above-referenced project which is illustrated in Exhibit`B" attached hereto. Such services shall be completed within a 240 day period after receipt of a purchase order from the City. B. Provider designates Weston Engel, whose business address and phone number is 11422 Miracle Hills Drive, Suite 115, Omaha,NE 68154, 402-496-4088 as its project manager and contact person for this project. C. Provider agrees to maintain records and accounts, including personnel, financial and property records, sufficient to identify and account for all costs pertaining to the project and certain other records as may be required by the City to assure a proper accounting for all project funds. These records shall be made available to the City for audit purposes and shall be retained for a period of five (5) years after the expiration of this Agreement. D. Provider agrees to prepare a schedule of compensation, detailing hourly rates for all compensated providers,employees,and subcontractors. E. Provider agrees to complete, within 240 calendar days of receipt of a purchase order from the City,the necessary services. The City recognizes that completion within this deadline is contingent upon timely response from utilities and City input. F. Provider agrees to have a current Contract Compliance Form (CC-1) on file with the City's Human Rights and Relations Department prior to signing the agreement. III. DUTIES OF CITY City designates Noma Borde, whose business address and phone number are 1819 Farnam St, Ste 604, Omaha,NE 68183, 402-444-7948 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. 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$525,509.00. Detailed breakdown of costs shall be shown in Exhibit"C". B. Reimbursable expenses shall be billed to the City by the Provider. C. INCREASE OF FEES The parties hereto acknowledge that, as of the date of the execution of the Agreement,Section 10-142 of the Omaha Municipal Code provides as follows: Any amendment to contracts or purchases which taken alone increase the original fee as awarded(a)by ten percent, if the original fee is one hundred fifty thousand dollars ($150,000) or more, or(b)by seventy-five thousand dollars ($75,000) or more, shall be approved by the City Council in advance of the acceptance of any purchase in excess of such limits. However, neither contract nor purchase amendments will be split to avoid advance approval of the City Council. The originally approved scope and primary features of a contract or purchase will not be significantly revised as a result of amendments not approved in advance by the City Council. The provisions of this section will be quoted in all future City contracts. Nothing in this section is intended to alter the authority of the Mayor under section 5.16 of the Charter to approve immediate purchases. V. OWNERSHIP OF 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 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 REOUIREMENTS 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 attomey'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. IX. TERMINATION OF AGREEMENT This Agreement may be terminated by the City upon written notice to the Provider of such termination and specifying the effective date at least seven (7) days prior to the effective date of such termination. In the event of termination, the Provider shall be entitled to just and equitable payment for services rendered to the date of termination, and all finished or unfinished documents,data surveys,studies,drawings,maps,models, reports or photographs shall become,at the City's option,its property. X. GENERAL CONDITIONS A. Non-discrimination. Provider shall not, in the performance of this Agreement,discriminate or permit discrimination in violation of federal or state laws or local ordinances because of race, color, creed, religion, sex, marital status, sexual orientation, gender identity, age, or disability as recognized under 42 USCS 12101 et seq. and Omaha Municipal Code section 13-89, race, color, creed, religion, sex, marital status,sexual orientation,gender identity,national origin,age,or disability. B. Captions. Captions used in this Agreement are for convenience and are not used in the construction of this Agreement. C. Applicable Laws. Parties to this Agreement shall conform with all existing and applicable City ordinances, resolutions, state laws, federal laws, and existing and applicable rules and regulations. Nebraska law will govern the terms and the performance under this Agreement. D. Interest of the City. Pursuant to Section 8.05 of the Home Rule Charter,no elected official or any officer or employee of the City shall have a fmancial interest,direct or indirect,in any City Agreement. Any violation of this section with the knowledge of the person or corporation contracting with the City shall render the Agreement voidable by the Mayor or Council. E. Interest of the Provider. The Provider covenants that he presently has no interest and shall not acquire any interest, direct or indirect, which would conflict with the performance of services required to be performed under this Agreement; he further covenants that in the performance of this Agreement,no person having any such interest shall be employed. F. Merger. This Agreement shall not be merged into any other oral or written agreement,lease,or deed of any type. This is the complete and full Agreement of the parties. G. Modification. This Agreement contains the entire Agreement of the parties. No representations were made or relied upon by either party other than those that are expressly set forth herein. No agent, employee, or other representative of either party is empowered to alter any of the terms hereof unless done in writing and signed by an authorized officer of the respective parties. H. Assignment. The Provider may not assign its rights under this Agreement without the express prior written consent of the City. I. Strict Compliance. All provisions of this Agreement and each and every document that shall be attached shall be strictly complied with as written, and no substitution or change shall be made except upon written direction from authorized representative. J. LB 403 Contract Provisions. - NEW EMPLOYEE WORK ELIGIBILITY STATUS - The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of new employees physically performing service within the State of Nebraska. A federal immigration verification system means the electronic verification of the work authorization program authorized by the Illegal Immigration Reform and Immigrant Responsibility Act of 1996, 8 U.S.C. 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 Entitlements (SAVE) Program. 3. The Contractor understands and agrees that lawful presence in the United States is required and the Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. K. Certificate of Authorization. If this Agreement contemplates the performance of professional architecture or engineering work by the Provider, the Provider shall provide to the City,and maintain in good standing, a current Certificate of Authorization from the State of Nebraska as required by Neb. Rev. Stat.section 81-3436. L. Debarment or suspension by any federal agency. (This section applies if any part of this Agreement is funded by a federal agency.) Office of Management and Budget (OMB) guidelines require that any individual or entity that has been placed on the Excluded Parties List System("EPLS"-available for review through www.sam.gov) may not be a participant in a federal agency transaction that is a covered transaction or act as a principal of a person participating in one of those covered transactions. These guidelines apply to covered transactions under a grant from any federal agency for which a recipient expects to receive reimbursement for expenditures incurred or an advance on future expenditures. The Contractor providing goods and/or services to the City of Omaha certifies, by acceptance and execution of this Agreement, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. The Contractor further agrees, by accepting and executing this Agreement, that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the Contractor or any lower tier participant is unable to certify this statement,it shall attach an explanation to this Agreement. M. Contract Compliance Ordinance No.35344.Section 10-192 Equal Employment Opportunity Clause During the performance of this contract,the Contractor agrees as follows: • 1) The Contractor shall not discriminate against any employee or applicant for employment because of race, color, creed, religion, sex, marital status, sexual orientation, gender identity, national origin, age, or disability. The Contractor shall ensure that applicants are employed and that employees are treated during employment without regard to their race,color,creed,religion,sex, marital status, sexual orientation, gender identity, national origin, age, or disability. As used herein, the word "treated" shall mean and include, without limitation, the following: recruited, whether by advertising or by other means; compensated; selected for training, including apprenticeship; promoted; upgraded; demoted; downgraded; transferred; laid off; and terminated. The Contractor agrees to and shall post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officers setting forth the provisions of this nondiscrimination clause. 2) The Contractor shall, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, creed, religion, sex, marital status, sexual orientation, gender identity,national origin,age,or disability. 3) The Contractor shall send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding a notice advising the labor union or worker's representative of the Contractor's commitments under the Equal Employment Opportunity Clause of the City and shall post copies of the notice in conspicuous places available to employees and applications for employment. 4) The Contractor shall furnish to the Human Rights and Relations Director all Federal forms containing the information and reports required by the Federal government for Federal contracts under Federal rules and regulations, and including the information required by Sections 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. N. 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. �h EXECUTED this // day of 5 -rp aO f Y/ . Carollo Engineers.Inc. Provider ‘144trett, By_11 -- ATTEST tt/ ` Ps:q•N t ii (Title) EXECUTED this I day of O( l0e4/ , act . ATTEST CITY OF OMAHA,A Municipal Corporation City Cler Mayor APPROVED AS TO FORM: Deputy City Attorney Revised: 11/2017 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 project, the following Certified Professional Service Provider(s) have been identified and contracted with to perform the identified project tasks: Scope of work or Projected project tasks to be commencement Name of small or performed and completion Agreed price with emerging small Address date of work SB/ESB Percentage(%) business RW Engineering and 6225 N 89th Circle,Omaha, Surveying,Civil Surveying g NE 68134Engineering/Drafting Oct 1,2018 thru $�00,555 g �o g Marl 5,2019 Big Muddy Workshop 4502 South 42nd Street, Public Outreach Jan 1,2019 thru $6 280 1 2% Omaha,NE 68107 Mar15,2019 ' Totals $106,835 20.3% CERTIFICATION The undersigned certifies that he/she is legally authorized by the Provider 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)at the price(s) set forth in this Exhibit conditioned upon execution of this Agreement by the Provider with the City of Omaha. The undersigned/Provider agrees that if any of the representations made regarding utilization of small and/or emerging small business by the Provider knowing them to be false, or if there is a failure by the Provider 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 undersigned/Provider will be subject to the terms of any future professional service awards, Signature Title //I'G.0 /3:5 104 G► Date of Signing /%-a04 Firm or Corporate Name Cal ••lea C ✓to,;n VP•e/c %Ale • Address//P/lot Mi rw c It H'It (Dr;up Telephone Number 4002-y96 -yot 5;4 4 //5 °WChe, NE 6Vsy • EXHIBIT "B" SCOPE OF SERVICES OPW 52931 18th and Fort Sewer Separation (RNC) ENGINEER shall provide 10% Study Phase coordination, 50% Design, Final Design, and Bidding Phase Services to the CITY as outlined in the task descriptions described herein. Preliminary Design shall be based on all field investigations results and utility coordination information. An additional amendment may be prepared if Services During Construction are needed, as determined by the CITY. • TASK 1 -- PROJECT MANAGEMENT Objective: Provide for the overall project management and administration, project coordination, public involvement and neighborhood coordination throughout the duration of the PROJECT. Deliverables: Quality Control Plan; Project Health and Safety Plan; Project Execution Plan; monthly invoices; monthly progress reports; monthly schedule updates; progress meeting and other meeting minutes. Scope: 1.1. Project Management and Administration. ENGINEER to provide project management and administrative activities including: 1.1.1. Project Management and Administration. ENGINEER shall monitor progress and schedule and facilitate coordination of the PROJECT design elements; Prepare monthly invoicing with estimated percentage of work complete by contract task; prepare monthly progress reports; scope, schedule, and budget tracking; provide staffing management and contract administration; maintain communication with City of Omaha Public Works ; maintain Quality Control; provide monthly PROJECT schedule updates; If not on schedule or budget, explain reasons for deviations and mitigation plan to rectify. . 1.1.2. Project Health and Safety Plan (HSP). The ENGINEER is responsible for the health and safety of its employees and confirming that ENGINEER's subcontractors have a good understanding of all PROJECT health and safety requirements. The CITY puts a high value on the safety of all personnel working on delivery of the CSO Program. ENGINEER will develop a project specific HSP to apply to employees working on this PROJECT. The HSP will address safety in the office, site visits, and field investigations, shall include OWNER requirements and shall be consistent with the CSO Program Protocols. 1.1.3. Monthly Meetings. ENGINEER will conduct monthly progress meetings with the City for the duration of the PROJECT to provide updates on project progress, budget and schedule status, current project issues, and public involvement activities. Anticipated future activities and City needs will be discussed. ENGINEER will be responsible for arranging the meeting, preparing an agenda, conducting the meeting, and taking and distributing meeting notes. Nine (9) progress meetings are assumed based on the preliminary schedule. 1.2. Agency and Project Coordination. ENGINEER will provide agency and project coordination activities including: 1.2.1. Utility Coordination. ENGINEER will provide for the communication with the utilities in the project area including notification of the project, requests for facility information, requests for clarifications, transmittal of drawings, 2 and meetings to discuss the project per the Utility Coordination Procedure. ENGINEER will send utility requests directly to the utility companies with copies of the requests to the City of Omaha Project Manager. ENGINEER will be responsible for setting up and updating a utility tracking log throughout the PROJECT, maintaining it throughout the PROJECT, and taking and distributing meeting notes and incorporating utility information into the design of the PROJECT. ENGINEER will be responsible for providing utilities with relevant project information to facilitate with any required design work for replacement or relocation of their existing infrastructure within the PROJECT area. The ENGINEER will identify one person from the Project Team who will act as the singular contact throughout the PROJECT to request information from the Utilities. 1.2.2. Agency Coordination and Permitting. Agency coordination will be conducted in conformance with the Environmental Plan and under the oversight of the City of Omaha Project Manager. Communication with the impacted agencies will be in conformance with the Environmental Plan. The impacted agencies may include, but are not limited to, the U.S. Army Corps of Engineers, the Nebraska Department of Transportation, the Nebraska Game and Parks Commission, United States Fish and Wildlife Service, the Nebraska State Historic Preservation Office,Nebraska Department of Natural Resources, the Nebraska Department of Environmental Quality and the CITY's Quality Control Division. ENGINEER will be responsible for taking and distributing meeting notes and incorporating Agency information into the design of the PROJECT. The following Agency coordination meetings are anticipated. 1.2.2.1. Nebraska Department of Transportation (Roadway Hydraulics Dept.): One (1)meeting is budgeted. 1.2.2.2. US Army Corps of Engineers (404 Permit): One (1) meeting is budgeted. 1.2.3. CITY Agency Coordination. ENGINEER will provide for meetings through the CITY Project Manager with CITY Agencies including other divisions within the Public Works Department, Planning Department, Sewer Maintenance and Parks, Recreation and Public Property Department. Meetings will be held as necessary to maintain open lines of communication, obtain feedback on design elements that may impact other departments and allow for design reviews/comments. Coordination with the City Planning Department regarding Urban Design Review Board approvals shall be in accordance with the Urban Design Review Board Guidance. It is assumed that a formal UDRB submittal will not be required and the project will only administrative notification. The following City Agency meetings are budgeted. 1.2.3.1. Sewer Maintenance Coordination: Two (2)meetings are budgeted. 1.2.3.2. Parks Department: One (1)meeting is budgeted. 3 1.2.4. GIS Coordination. This task includes GIS coordination work for the ENGINEER as well as coordination with the CITY to manage and update CITY GIS information for the PROJECT. This includes providing necessary electronic files and information developed as part of the PROJECT to the CITY for updating the CITY's GIS database. If any GIS deliverables are submitted as part of this project, all GIS deliverables (in any task) should be created in ESRI's ArcGIS ArcMap v10.2 software, be in a file geodatabase format (shapefiles or personal geodatabase formats are not acceptable), and the use of the City of Omaha's GIS metadata XML template to populate new data with required metadata. 1.2.5. Program Management and Technical Team Meetings. This task includes program management and technical team meetings anticipated during the course of the project. Meetings will be held between the ENGINEER, CITY, and SUBCONSULTANTS (2 meetings budgeted). 1.3. Public Involvement and Neighborhood Coordination. ENGINEER shall communicate with the impacted property owners, businesses, schools, and neighborhood associations affected by the PROJECT; organize and conduct meetings to discuss the PROJECT scope and schedule; develop correspondence regarding PROJECT; and prepare exhibits. ENGINEER shall be responsible for the following: 1.3.1. Conduct One (1) 50% Design Public Meeting. The ENGINEER will organize and conduct a public PROJECT 50% design level meeting in coordination with neighborhood associations and other stakeholders. The ENGINEER will determine the distribution list for the public meetings, prepare and distribute the public meeting notifications according to the Public Information Procedure, arrange for the meeting place, arrangements and logistics for the meetings and prepare the presentation, agenda, sign-in sheets, meeting notes and other items as necessary, and as reviewed by the City. The purpose of the meeting will be to review the overall PROJECT 50% design plans, including the proposed schedule, potential community enhancements identified by the Project Team, per the Community Enhancements Procedure, and invite discussions on other potential community enhancements, and opportunities for public input. ENGINEER will prepare presentation materials including Power Point presentations, hardboards, maps, design drawings and handouts to present at the meeting, and take minutes for the meeting and distribute electronically in Microsoft Word format for draft and PDF format for final. 1.3.2. Conduct Stakeholder Communications. Plan and implement one-on-one and small group meetings with impacted stakeholders (such as neighborhood associations, businesses, schools, churches, organizations, elected officials, community leaders in PROJECT area), and CITY agencies to coordinate proposed improvements, green infrastructure, community enhancements (if 4 applicable) and construction impacts. The following stakeholder meetings are budgeted. 1.3.2.1. Saratoga Elementary School: One (1)meeting budgeted. 1.3.2.2. •1823 Fort Street Residence: Two (2)meetings budgeted. 5 TASK 2 —CONCEPTUAL (10%) DESIGN Hydrologic and Hydraulic Modeling and Calculations Objective: This task consists of developing a new model or expanding upon previous models and developing a more detailed model for the Basin and performing hydrologic and hydraulic calculations for the project study area for the proposed sanitary and storm sewer system. Deliverables: The key deliverables will be hydrologic and hydraulic calculations and model files that support the proposed capacities for the project study area. Sanitary and Stormwater modeling will be performed for the area tributary to the project area using existing data where no topographic survey is included in the scope of services, however manholes and inlets will be surveyed for location and elevation information where included in the scope of services. Scope: 2.1. Previous Reports and Studies. Obtain and review previous models and reports. Review pertinent existing information including drawings, flow data, and reports related to the project study area. 2.2. H&H Modeling Approach, Modeling and Calculations. H&H Modeling and Calculations will be included in the Basis of Design Report. The H&H Modeling section in the report shall briefly summarize the review conducted in Task 2.1. The H&H Modeling section shall include discussion of modeling assumptions, strategies, and software to be used. InfoWorks CS has been used by the CITY to model the combined and sanitary sewer system, including hydrology in the area. XP-SWMM, HEC-HMS, HydroCAD, or other software, may be approved for design or comparison as indicated by the PROJECT data needs to model the H&H response of the existing and proposed sewer systems. The H&H Modeling section should make clear which software is to be used for the PROJECT. It is intended that for the H&H Modeling section include information found in other reports necessary to the model the proposed solution as well as assumptions and calculations. The rationale for deviation from any previous modeling information assumptions should be made clear in the H&H Modeling section. The model will be utilized to determine peak flow and volume from separated drainage areas and pipeline hydraulics. At a minimum, the 2- and 10-year design events will be simulated to determine the appropriate sizing for the conveyance sewers. A 50 year design event will be required if connections to NDOR right-of-way storm water system is determined to be an option. Design event durations that approximate the study basin's time of concentration should be selected. Design event depths and hyetograph distributions should be specified. Subcatchment boundaries will align with those in the most recent master InfoWorks model for the CSO Program, except in cases where the watershed and combined/sanitary sewershed do not convey flow in the same direction. It is 6 expected that subdivision of the subcatchments from InfoWorks to inlet-level subcatchments will be necessary to attain the degree of accuracy in hydrologic calculations necessary to support design efforts. Deviations from this approach, if any, are to be clearly discussed in the H&H Modeling Section and approved by the CITY. Hydrologic modeling will need to be detailed enough to address the complexity of simulating a 10-year storm. Subcatchments that are small in area, modeling of inlets, and similar details will need to be added. The downstream facility sizes may be sensitive to peak flow rates, so the shapes of the hydrographs need to be accurate for all storms modeled. Existing pipe infrastructure should be modeled so that travel times and any existing constrictions will be accurately represented by the model. Model shall include any updates to the existing pipe infrastructure information found during the field investigations. Unless directed otherwise by the CITY, new stormwater pipe design will be based on the Omaha Regional Storm Water Design Manual criteria. New stormwater piping that is included in the model will reflect that criteria. For sanitary flow calculations, the CSO Program Sanitary Sewer Design Basis and Methodology Guidance shall be utilized. 2.3. Hydrologic and Hydraulic Modeling and Calculations. Employ the approach outlined in the H&H Modeling Section to conduct the hydrologic and hydraulic calculations. Prepare the hydraulic calculations for the proposed storm sewer and combined sewer system evaluation based on the initial system layout, pipe sizes, and invert elevations. The calculations are to be developed in accordance with the Storm Sewer Design Basis and Methodology Guidance. Prepare and submit a hydrologic and hydraulic discussion of the results of modeling and the calculations. 7 Data Acquisition Objective: Receive and review the available project background data including any information related to locations of existing septic tanks, identification of vacant / distressed / abandoned properties, Geographic Information Systems (GIS) information, record drawings from previous projects, quarter section drawings, utility drawings, CCTV videos and data files, manhole condition assessment data, smoke and dye testing data, and technical memorandum review. Identify any field data gaps. Perform field investigations to acquire data sufficient to complete conceptual, preliminary, and final design of the project. Deliverables: The key deliverables for this task will be utility information, Manhole and Lamping inspection data (as described in the Manhole and Lamping Procedure), CCTV interim QC deliverables, and final CCTV database (as described in the Pipeline Inspection Using CCTV Procedure. Scope: 2.4. Previous Reports and Studies. Obtain and review available GIS information, Drawings and Maps of Area. Obtain and review copies of maps for the project area including quarter section maps, record drawings, and maps from previous studies. 2.5. CCTV, Manhole, and Smoke Testing Data Review. Review existing CCTV, manhole, smoke testing, and other sewer investigation information as requested by the ENGINEER and provided by City of Omaha Sewer Maintenance Division. 2.6. Sewer Backup and Street Flooding Backup Review. Obtain and review previous reports and studies, maintenance reports, rain related sewer back-up information. 2.7. Existing Infrastructure Condition. Obtain and review information on existing infrastructure condition in the project area that may influence placement of utilities. (Road condition assessment, surface structures, overhead utilities, etc.) 2.8. Environmental Data Resources, Inc. Report. Review the Environmental Data Resources, Inc. (EDR) report information and other available information. The review of the EDR report and other readily available information will consist of identifying sites of environmental concern noted in the EDR report which are located within and adjacent to the project area. 2.9. GIS Base Map. Generate a GIS base map for the project area utilizing information from GIS survey information, utility information and field investigations. 8 Conceptual Design Objective: Prepare a conceptual design of the proposed sewer separation systems with GIS based concept drawings, including development of the pipe sizing necessary for the proposed storm sewer system (new pipe or existing separated sewer pipe, or a combination of both). Deliverables: Alignment analysis and Conceptual Plan Drawings to clarify the proposed separation plan. The analysis shall include alternatives,new storm sewers, new sanitary sewers, minimum and maximum velocities in new and existing lines and similar data. Scope: 2.10. Conceptual Drawings. Prepare conceptual level drawings of the proposed sewer separation plan, hydraulic isolation alternatives for the Fort Street combined sewer, and storm maintenance improvements at the detention pond and the Carter Lake Stormwater outfall. Hydraulic isolation alternatives for the Fort Street combined sewer shall be limited to gate-type technologies at the sewer connection to the North Interceptor. Present sanitary and storm sewers at an appropriate scale to show the level of detail required to convey the proposed alignments and relationships to other facilities. These drawings should have enough detail to show the proposed separation, maintenance structures, and hydraulic isolation structures. Drawings shall include currently available utility information and conceptual manhole invert elevations and pipe slopes and green infrastructure layout drawings, if applicable. Drawings shall be developed for sewer separation including converted and new sanitary and storm sewer systems. Include in the drawings will be combined sewer converted to sanitary sewer, combined sewer converted to storm sewer, new sanitary sewer and new storm sewer. Storm sewer system pipe layout shall be based on the Omaha Regional Stormwater Design Manual. 2.11. Assign Pipe Sizes and Inverts. Assign initial pipe sizes and inverts based on the results of the hydrologic and hydraulic calculations. 2.12. System Refinement. Review the proposed system for conflicts with existing utilities, routing limitations, and constructability issues. Adjust the proposed storm and sanitary sewer system as necessary to eliminate conflicts including selecting and evaluating alternate alignments; revising inlet locations; and adjusting pipe inverts. Verify hydraulic performance of selected pipe sizing and pipe slopes. 2.13. Sanitary and Storm Sewer Rehabilitation Schedules. Provide sanitary and storm sewer rehabilitation schedules and associated location maps will be developed. The rehabilitation schedules will identify the location of repairs recommended in the manhole structure or sewer pipes. Rehab schedules will focus on significant I&I sources and external frame seals for existing manholes. This 9 project is not intended to be a rehabilitation project. Schedules will be utilized to develop 50% design. 2.14. Conceptual Design Review. Review drawings and findings with City staff during monthly progress meetings. Decisions made during these meetings will be utilized for development of preliminary design. No conceptual technical memorandum is included in the scope. 10 TASK 3—50% DESIGN Field Work Objective: Perform field investigations to acquire data sufficient to complete 50% design of the Project. Deliverables: Survey Data(both field books and electronic), Geotechnical Report Manhole condition assessments CCTV Smoke and Dye testing Scope: 3.1. Topographic Survey. Perform a site survey in sufficient detail to prepare construction documents. The survey shall follow the proposed pipe routing defined in conceptual design. Survey for the sewers within the neighborhood shall extend from the street centerline to the house. The survey of the route through undeveloped areas shall extend 50 feet on each side of the proposed centerline. Survey shall be performed in accordance with the Public Works Department Design Division Survey Standards. Survey field book and survey digital data shall be given to the CITY upon completion of final design. Features include edge of pavement, edge of gravel, culverts, pipes, boxes, structures, drives, fences, and utilities, trees and landscaping will be located in the improved areas. See Figure 1 and 2 for limits of topographic survey area. Prepare informational door hanger letter to residents before starting any surveying work. Door hangers will be hand delivered to all homes within the limits of the topographic survey area. Copies of the letter will be kept with the surveyors and handed out to residents that approach with questions. 3.2. Utility Input into CADD. Based on information obtained from the utilities at the Utility Coordination Meeting, input utility locations into CADD not picked up by the topographic survey. 3.3. Geotechnical Investigations. A subsurface exploration shall be performed in accordance with the Geotechnical Investigation Procedure for Sewer Separation Projects. Geotechnical investigations will include seven (7) test borings located at locations as shown on the attached map. The boring locations will be adjusted based on equipment access, site conflicts, utility clearance issues and sites of environmental concern noted in the EDR report and identified during the conceptual phase. At boring location sites in areas of environmental concern, sampling will be done for any substances that could be present based on the review 11 of the EDR and other relevant data. Where no information is available or the area is believed to be clean, a photoinonization detector(PID) shall be used to check for indications of potential petroleum hydrocarbons. The geotechnical investigations will include the use of a PID on two (2) test borings. If detectable PID readings are identified during the PID screening, sample contamination analysis in accordance with sampling requirements denoted below. Water samples will also be obtained if in sufficient quantity to sample in borings where detectable PID readings are identified. Right of entry will be obtained by the CITY and all boring locations must be readily accessible. Perform test borings to obtain geologic information and samples of the soils, and laboratory tests to determine the relevant engineering properties of the various soil strata. Boring depths are intended to extend 5- to 10- feet below excavation level to permit assessment of excavation stability and possible shoring. If trenchless installation techniques are anticipated, this investigation shall evaluate and provide design criteria/parameters for this construction. Groundwater quality assessment monitoring shall be conducted from the bore hole at 17th and Fort Street. Groundwater samples shall be tested for contamination as indicated below. Depths of the groundwater table shall be noted. See Figures 1 and 2 for proposed boring locations. Ground Water Screening Constituents and Methods Constituent Method Quantity Total Extractable Hydrocarbons (TEHs) Iowa Method OA-2 1 Volatile Organic Compounds (VOCs) EPA 624 1 Semi-volatile Organic Compounds EPA 625 1 (SVOCs) Herbicides and Pesticides EPA 525.2, 608, 8141B, 8151A, 1 8270D Target Analyte Metals+Mercury EPA 6020A, 7470A 1 Polychlorinated Biphenyls (PCBs) EPA 608 1 Cyanide E 335.4 1 Sulfide SM 4500 S2 F 1 Sulfate EPA 300.0 1 pH SM 4500 H+B 1 BOD & COD SM 5210B, 5220D 1 Total Suspended Solids (TSS) I-3765-85 1 Oil and Grease HEM and SGT-HEM 1 Total Hardness (as CaCO3)by SM 2340B 1 calculation Nitrogen, Ammonia EPA 350.1 1 Chromium Trivalent& Hexavalent SM 3500 CR B, EPA 218.6 1 12 Uranium D5174-91 1 Soil Sample Screening Constituents and Methods An allowance of one (1) soil samples (and a water sample, if obtained) for laboratory analysis of petroleum compounds is included. The soil samples will be submitted for laboratory testing of benzene, toluene, ethylbenzene, hexane (BTEX), MTBE, naphthalene, and n-Hexane by Method 8260B and total extractable hydrocarbons (TEH) by Method OA-2. The test results will be incorporated into the geotechnical report. The report will contain an indication of boring/sampling locations, a summary of field and laboratory analytical results and boring logs. Lead Sampling and Testing. If the project is located within the EPA lead remediation area collect and test soil samples for total lead and toxicity characteristic leaching potential (TCLP). The sampling locations shall be a maximum of 400-feet intervals along the potential alignments and shall generally be located along the proposed alignment of the sewers. The ENGINEER shall (1) identify the proposed sampling locations (generally a combination within street pavement and behind the curb) and coordinate necessary utility locates, (2) Collect and test samples per EPA Methods SW-6010 and 6010/1311, providing the necessary traffic control, street coring and street patching permitting, if required, and (3) provide a GPS coordinate for the sampling location along with a unique sample numbering See Figure 1 and 2 for proposed sampling locations. Sampling shall consist of 5-point composite samples. Create a Map for the Project Area identifying the sampling locations along with the Sample Number. Provide a summary table of the test results. Identify the Sampling Number, the result of the 5-point composite sample lead level, and the TCLP number for each sampling location. The summary table should note whether the sample was collected in a street pavement area, in a grassed lawn area, in a sidewalk area, or other surface type. A comment column should also be included to identify any other conditions that might have affected the result of the test. 3.4. Geotechnical Report. A geotechnical report shall be prepared and will discuss the general soil and ground water conditions underlying the site; results of any groundwater testing; provide an estimate of the dewatering flow rate anticipated at the boring locations for use in preparing the dewatering permit; present the relevant engineering properties of the existing soils and PID/soil sampling results, if applicable; provide excavation and earthwork recommendations including minimum setbacks from adjacent structures; evaluate feasibility of pipe boring/tunneling, if required; and recommend design criteria and parameters for pipe bedding, pavements, and other earth supported improvements. ENGINEER shall provide the CITY with electronic files of all geotechnical test boring locations (and identification numbers referenced in the geotechnical report) created while preparing the Geotechnical Report 13 3.5. Manhole Condition Assessment. Perform Level 4 — Complete Condition Assessment manhole inventories, condition assessments and connectivity determination within the project area, as required, per the Manhole and Lamping Inspection Procedure if necessary. Approximately 9 total structures will be investigated as shown in Figure . 3.6. Street Corings. Perform street coring to determine composition and thickness of existing street surfacing and street base materials. Coring of the street section will include six (7) proposed locations that are in line with the proposed boring within paved surfaces. Perform analysis of existing materials to determine bearing capacities and suitability for long term reliability. Investigation shall also address adjacent streets that may be used for access routes to the construction area. This information will help to determine which streets will or will not hold up to construction activities (especially if the pavement is cut into) so the ENGINEER can properly determine pavement removal/replacement areas in coordination with existing street and curb conditions and utility impacts. Include results of investigations and evaluations in the geotechnical report. 3.7. CCTV Investigation. Perform additional CCTV as necessary. The CCTV allowance includes cleaning, televising and review of existing piping in the project area, as required, and is based on an estimated 500 feet (2 Segments) of sewer performed in accordance with the Pipeline Inspection Using CCTV Procedure, as shown in Figure 4. 3.8. Smoke and Dye Testing. Perform smoke and dye testing within the project area as necessary in accordance with the Smoke and Dye Testing Procedure. Utilize the smoke and dye testing results to confirm connection of suspected inflow sources. The smoke and dye testing is based on approximately 17,000 linear feet as shown in F, 'gure Approximately 7,000 linear feet of sewer has not been smoked and 10,000 linear feet was previously smoked by the City but limited field data is available. 3.9. Wetland Delineations. Wetlands will be delineated at the three areas shown in the Figure entitled, "Wetland Delineation Needed." This will include a review of existing data such as National Wetland Inventory maps, NHDS streams, NRCS soil survey data, and aerial photographs. The field investigation will follow methodology of the US Army Corps of Engineers (USACE) Wetlands Delineation Manual (1987), including investigation of hydrology, vegetation, and soils. Wetlands boundaries will be identified using GPS equipment, and a map will be developed showing the extent of wetlands and other waters of the U.S. A wetland delineation report will be prepared and will include photographs of the site, wetland determination data sheets, mapping, and if required, a discussion of permitting and mitigation requirements. See Figure 6 for proposed wetland delineation areas. 3.10. Rehabilitation Recommendations. The CITY is NOT looking for manhole or pipe rehabilitation or replacement recommendations as part of these plans and 14 specifications UNLESS it is needed to immediately make the existing sewer separation function properly as designed. Examples include: Cured-in-Place (CIPP) lining to provide structural integrity to an unstable sewer line that is to be converted to a storm or sanitary sewer, OR replacement of a highly unstable existing sewer or manhole that could not withstand construction of the proposed new facilities due to the close horizontal and vertical proximity. The ENGINEER shall discuss possible recommendations early on with the CITY staff to get confirmation or obtain direction on what rehabilitation to proceed with and incorporate into the PROJECT, if any. 15 Private Property Investigations Objective: This task will consist of performing initial investigations at private properties in the PROJECT area to identify additional inflow sources into the system not identified through smoke testing, to further investigate inflow sources identified through smoke testing, as well as to identify service lateral locations for key properties. The private property investigations will help identify critical elevations to be served, and will help determine routing and prioritize phasing for the project area. Deliverables: The key deliverables will be private property inspections, smoke and dye testing results (as required in Smoke and Dye Testing Procedure), and a map summarizing results. Site visit forms and sketches will be developed. Scope: 3.11. Property Owner Notification. Private property investigations shall be in accordance with the Private Property Investigation Guidance and proper notification shall be provided to the property owner prior to the start of the private property investigations. 3.12. Inflow Source Investigations. Investigate properties in the project area for external inflow sources, including downspouts directed underground, driveway drains, or other area drains according to Smoke and Dye Testing Procedure. Three (3)inflow source investigation sites are budgeted. 3.13. Service Lateral Locations. Schedule and investigate key properties (corner lots, multi-family residential properties, commercial properties) for service lateral location in areas where new sanitary sewers are proposed and multiple service lead discharge locations are possible. As the anticipated separation plan includes potential new sanitary sewers, it is important to identify the location of service laterals for these properties to effectively design the proposed sewers. Investigations generally will consist of dye testing or line locating. This allowance includes dye testing at three (3) residential properties. Effort associated with this task work will be reviewed with the CITY and only performed upon authorization by the CITY. 3.14. Investigation Results. Note inflow locations and service lateral locations on the base map to be incorporated into design. Provide City with smoke and dye testing results (as required in Smoke and Dye Testing Procedure). Per deliverables, a GIS file geodatabase identifying work performed and findings at each location (include associated CITY required metadata) and a map summarizing results shall be provided. 16 50% Design Deliverable Objective: Develop 50% design deliverables for review and utility coordination. The 50% design deliverable is meant to provide a determination of alignment and depth of proposed storm and sanitary sewers and/or conversion of the existing combined sewer to either storm or sanitary, in relationship to existing utilities and street features based on the level of information available. Deliverables: Drawings of the proposed sewer improvements including known utilities. Copies will be provided in printed and electronic format in accordance with the Sewer Separation Protocol. Scope: 3.23. Hydrologic and Hydraulic Modeling and Calculations. Update the hydrologic and hydraulic calculations based on layout of the proposed sewer system. The final storm sewer layout will be set after completion of the topographic survey, field investigations, and review of potential conflicts. The proposed pipe system will be adjusted as necessary to maintain the sewer flow without surcharging the pipes or manholes beyond acceptable design limits. 3.24. Detention Pond Storage Analysis. Perform detention pond storage analysis to confirm storm outlet maintenance improvements do not prematurely engage the existing emergency spillway during the 10-yr storm event. Include head losses due to screening and blinding of screen. 3.25. Hydraulic Isolation and Backup Storage Analysis. Estimate the duration of gate closure at the North Interceptor. Based on duration and estimated flows, perform a backup storage analysis on the Fort Street sewer and determine maximum surcharging elevation. 3.26. System Refinement. Review the proposed storm and sanitary systems for conflicts with existing utilities, routing limitations, and constructability issues. Adjust the proposed storm and sanitary sewer systems as necessary to eliminate conflicts wherever reasonably possible including selecting and evaluating alternate alignments; revising inlet locations; and adjusting pipe inverts. 3.27. Hydraulic Performance. Verify the capacity and performance of the adjusted storm and sanitary sewer systems, proposed storm maintenance structures, and hydraulic isolation structures to ensure infrastructure is within acceptable design limits. Adjust as needed to meet this criterion. Sanitary sewer system shall be designed in conformance with the Sanitary Sewer Design Basis and Methodology Guidance. Storm sewer design shall be in conformance with the Storm Sewer Design Basis and Methodology Guidance. 3.28. Finalize Routing and Sizes. Update the system layout based on the topographic survey. Evaluate for conflicts and adjust accordingly. Evaluate, the hydraulic performance and adjust the pipe sizes and inverts accordingly. 17 3.29. Structural Plans and Plan & Profile Sheets. Import the topographic survey and develop the plan/profile sheets. Some clean-up of survey data is generally necessary so that the plan sheets are not overly cluttered as per the CAD Standards. Import available utility drawings. Show proposed storm sewer improvements. Develop structural plans of storm sewer maintenance structures. Section views will be provided. Reinforcement will not be shown. Strutural plans will not be included for the hydraulic isolation. Five (5)plan and profile drawings and two (2) inlet lead line profile drawings are assumed. 3.30. Utility Relocation Coordination. Coordinate utility relocation requirements with affected utilities. Minimize utility relocation and design utility crossings by field verifying critical elevations, including locations of existing manholes, utilities, and sewer infrastructure along preferred alignments. 3.23. Pavement Removal and Replacement. Identify and incorporate pavement removal and replacement limits along with anticipated intersection radii modifications and sidewalk and handicap ramp construction (conservative estimates at this stage). Determine preliminary pavement removal and replacement areas while taking into consideration existing street and curb conditions, and potential utility impacts to the City right-of-way and pavement due to relocations and replacements. Intersection improvements will include incorporation of minimum 25-foot radii upgrades at intersections identified by the CITY along arterial and collector street intersections along the proposed construction alignments. Updated ADA curb ramps will generally be designed for all four corners at every intersection affected along the project alignment. Intersection and ramp improvements shall be designed in accordance with guidance the CITY will provide during final design. Estimated costs for the potential pavement removal and replacements and intersection radii and curb ramp requirements should be included in the 50% construction cost estimates. In addition, where possible instead of placing the inlet at the end of return, as is suggested in the Stormwater Design Manual, provide a 10-foot setback from the end of return (EOR). It's understood that many other factors may not allow for this setback, such as driveway location, utility conflicts, or other site constraints. This is meant to be implemented where possible, and will likely be a project-specific and even intersection-specific decision made by the ENGINEER and CITY. It is assumed that only 2 blocks of street improvements will need full width pavement removal and replacement, requiring a complete paving plan and profile. All other streets will include half street pavement removal and replacement without profile. 3.24. Sewer Rehabilitation Recommendations: Findings and recommendations will be summarized for City review based on sewer televising and field investigation results from previous tasks. • This task will recommend sanitary sewer and manhole rehabilitation and I/I removal construction required to provide a serviceable sanitary sewer system for the tributary area for City review. Recommendations 18 for follow up on non-critical sanitary sewer defects will also be provided. • A Sewer Rehabilitation Database will be prepared that identifies recommendations and associated construction cost, if any, for each sewer reach and shall be incorporated into the Addendum to the Basis of Design Report. The Database will be developed in Microsoft Excel/Access that identifies each reach, anticipated future use, and potential and recommended rehabilitation options. An associated colored map identifying the recommended rehabilitation shall be included. • Inflow/Infiltration Reduction Requirements. All sewer separation projects will include a minimum amount of rehabilitation and new construction measures to minimize and eliminate some direct sources of storm and ground water inflow and infiltration in both sanitary and storm sewer manholes, whether in pavement or in non-paved areas. These measures include: (1) installing external frame seals and solid manhole covers on all new manholes; (2)installing external frame seals on all existing manholes exposed during construction, which may include rebuilding risers; (3) cut out, expose, rebuild risers if necessary, and install external frame seals on all existing manholes which are on sanitary sewers or on pipes that are being changed from combined to sanitary sewers; (4) replace existing perforated manhole covers with solid covers (and new frame if necessary) on all existing sewers which are changed from combined to sanitary sewers, AND on any existing sanitary sewers (especially upstream branches that feed into these renovated sewers). This work will be included in the project plans and specifications for the direct project area at a minimum, and to the extent of the system outside of the project area as determined through discussions with the City PM. • Data will be review with the CITY to determine the sewer rehabilitation that will be incorporated into the design drawings. One (1)manhole rehabilitation plan sheet is assumed. 3.25. Permits. In collaboration with the City PM in accordance with the Environmental Plan, develop a preliminary list of the potential permits and clearances needed for this PROJECT. Communications with permitting agencies need to be done in conformance with the Environmental Plan. ENGINEER shall fill out all permit applications for any governing agency or other entity related to performance of field investigations and surveying for preliminary and final design services. ENGINEER shall coordinate with the CITY to get required permit applications submitted and approved. Prior to completion of the 50% BODR, the ENGINEER shall meet with the City of Omaha PM to review the list of possible permits and agree on those permits that will be carried forward into the BODR report. 19 • 3.26. Project Phasing and Scheduling. Develop a project phasing and sequencing, if applicable, and discuss in the technical memorandum. Two (2) detour/barricading plan sheets and one (1)construction phasing plan sheet is assumed. 3.27. Right-of-Way Requirements. Prepare right-of-way requirements for the construction of the new sewer system per the ROW Management and Property Acquisition Procedure. The right-of-way requirements are to be shown on the plans and discussed in the technical memorandum. Summarize potential properties impacted by the project on the ROW Table with current property information and show locations on project area map. City ROW will obtain titles to properties based on the areas identified. A total of 6 tracts are assumed. 3.28. Opinion of Probable Construction Cost. Prepare an opinion of probable costs (OPC) based on the 50% drawings and level of design. The OPC is to be developed in accordance with the Sewer Separation Protocol and provided in the technical memorandum. • 20 Basis of Design Report Objective: Prepare a Basis of Design Report that summarizes the findings, calculations, assumptions, and phasing plan, based on the preliminary design. Deliverables: The key deliverables will be the Basis of Design Report and 50% design drawings. Scope: 3.29. Preliminary Permit List. Include a preliminary list of the permits needed for this PROJECT. 3.30. Risk Mitigation Strategy. The ENGINEER shall develop an initial risk assessment and mitigation strategy for the risk factors identified in the Sewer Separation Protocol. The Risk Mitigation Strategy TM shall include an identification of risks that should be carried forward to construction contractors as the controlling entity. 3.31. Basis of Design Tech Memo. The 50% Basis of Design TM shall discuss project background, field work, project development/approach, hydraulics, permit list, project cost, and construction schedule. 3.32. Plan Distribution. Coordinate with the City PM for the distribution of the 50% deliverables to the review agencies, permitting agencies, utilities, and CITY departments for review and comment. City Traffic will be provided a plan overview map sheet with impacted streets shown to assess potential areas of conduit/signal wire opportunities. 3.33. Utility Coordination Meeting. ENGINEER will conduct a utility coordination meeting per the Utility Coordination Procedure. ENGINEER will be responsible for taking meeting notes and distributing meeting notes. The meeting will be coordinated with the City. 3.34. Finalize TM. Address review comments. City will endeavor to complete reviews of all PROJECT deliverables within a two week time period; however, this will be dependent on workload at the time of the submittal. Sufficient schedule float shall be included .to allow a 2 week review time when necessary. CITY review comments will be compiled in one Quality Review Form (QRF) document per deliverable and will be submitted to the ENGINEER. ENGINEER will incorporate comments from the QRF into the design. Address/resolve QRF comments. 21 • TASK 4 - FINAL DESIGN 90% Design Deliverable Objective: Develop 90% deliverables for review and utility coordination. The 90% design submittal is meant to be a complete, bid-ready set of construction documents. The purpose of the 90% design submittal is to provide the CITY the opportunity to review the plans, specifications, and appurtenant material prior to submitting for regulatory review and bidding the project for construction. Deliverables: 90% Design Drawings, Specifications and Final Design TM, final bid item list and quantities, Draft cover letter to NDEQ to cover changes from the LTCP, final drafts of all necessary permit applications and cover letters, Draft Construction Permit Application, Final Design Report, Final Drainage Report, SB/ESB Construction Utilization Memorandum; Updated List of Permits and Environmental Clearances, ROW Strip Maps and Tract maps, updated ROW Table, and updated OPC. Scope: 4.1. Prepare 90% Design Drawings. The 90%Design Drawings are meant to be final, bid-ready plans,. Final quantities on some of the major items (such as pavement, rock, etc.) shall be measured quantities with an additional percentage to cover typical potential overruns due to constructing in an aged, urbanized area, as identified in the Cost Estimate Template Guidance. The CITY will provide a list of typical items and percentage increases to use. 4.2. Temporary and Permanent Easement Descriptions and Access Easements. ENGINEER shall prepare final documents for easement acquisition as soon as possible. CITY personnel will provide title and negotiate the acquisition of the easements / properties. Identify easements and acquisitions necessary for construction and provide information required per the ROW Management and Property Acquisition Procedure. Update properties impacted by the project on the ROW Table with current property information. Prepare final strip / Tract maps without an aerial background. 4.3. Finalize Contract Documents. Finalize the contract documents, per the 90% Specifications Guidance Document including cover sheet, Project Contact Information Page, specification section discipline lead sheets, table of contents, Division 00 Specifications, Division 01 Specifications, Supplemental Technical Specifications, bid item narrative of what the bid item includes, including measurement and payment, and construction constraints. Incorporate utility relocation work schedules as part of the specifications. 4.4. Prepare Final Design Tech Memo (FDTM). The FDTM is a final compilation of the Basis of Design TM. 22 4.5. Risk Management. The ENGINEER shall update the mitigation strategy for the risk factors identified and identify methods to mitigate the risks identified. The Risk Mitigation Strategy TM shall include an identification of risks that should be carried forward to construction contractors as the controlling entity. 4.6. Prepare a Stormwater Pollution Prevention Plan (SWPPP). Prepare the final SWPPP drawings and narrative in accordance with City of Omaha regulations, NDEQ Stormwater Construction Permit and the Environmental Plan. 4.7. Prepare Post-Construction Stormwater Management Plan. It is assumed that the submittal will only include documentation that denotes that a plan is not required. 4.8. Maintenance Plan: Prepare a draft maintenance plan for any Green Infrastructure incorporated into the design which includes frequency and type of maintenance, special equipment needs and other necessary equipment. 4.9. Prepare Drainage Report. Prepare Drainage Report and submit with 90% submittal. Prepare Drainage Report in accordance with the. Environmental Plan and as identified in Task 5. Submit to the City of Omaha Permix System. 4.10. Utility Coordination Meeting. ENGINEER will conduct a utility coordination meeting. ENGINEER will be responsible for organizing the meeting location, inviting the impacted utilities, taking meeting notes, and distributing meeting notes. Utilities to provide a schedule and locations of agreed upon relocation work which shall be included in the 90% specifications. Request utility schedule at least four weeks before plan and specification review distribution to enable incorporation in 90% specs. 4.11. Develop Small and Emerging Small Businesses (SEB) Construction Utilization Memorandum. Develop the SEB Construction Utilization Memorandum based on the SEB Utilization Guidance document that summarizes the evaluation performed by the ENGINEER to identify the portions of the Project that can reasonably be designated for construction by Small Business (SB) / Emerging Small Business (ESB) contractors and to identify the percentage of the project that shall be used in the documents. Review memo with the City Project Manager, and City General Services Manager. 4.12. Prepare Final OPCC. Finalize the bid item list in accordance with the CITY standard bid items. Number new bid items in accordance with CITY policy. Engineers Opinion of Probable Construction Cost shall be prepared and submitted per the Cost Estimate Template Guidance. 4.13. Permit Applications. The ENGINEER will update the list of permits (including schedule). A copy of the list of permits (with the status of and responsible party for each permit) and a copy of all prepared permits by the ENGINEER will be included in the 90% submittal along with a copy of all permit applications to be obtained by the contractor, for review by the City PM. Unless otherwise determined by the CITY, any permits, mitigation plans, or similar information 23 developed by the ENGINEER shall be reviewed by the City PM prior to submission to the appropriate agency. Based on comments received from the City PM, the applications are to be revised and prepared by the ENGINEER for • execution by the CITY in accordance with the Environmental Plan. All permits will be in the name of the CITY and the CITY will pay directly for any associated permit application fees. 4.14. Submit 90% Documents for Review. Deliver the 90% submittal documents to the CITY for distribution and review. 90% documents include plans, specifications, Final Design Report, permits, etc. Environmental, permitting, and regulatory issues shall be in accordance with the Environmental Plan. 4.15. Review Comments. CITY review comments will be compiled in one Quality Review Form (QRF) document per deliverable and will be submitted to the ENGINEER. Approximately three weeks following plan submittal, organize and attend an office review meeting with the CITY Project Manager, CITY Construction Division staff, and other CITY staff as required to review and discuss comments. The ENGINEER will take and distribute meeting notes. ENGINEER will incorporate comments into the Bid Documents. 24 95% Regulatory Review Submittal Objective: Prepare 95% Regulatory Review Submittal. The 95% regulatory review submittal is meant to be a complete, bid-ready set of construction documents incorporating CITY comments to be submitted to NDEQ for review and approval. • Deliverables: Per the 95% (Regulatory Review)Deliverables Guidance. Scope: 4.16. Prepare 95% Submittal Package. ENGINEER shall prepare a 95% submittal package to the NDEQ for a Construction Permit, incorporating comments received from the City. Submittal items include: • A cover letter summarizing the project. (CITY representative will sign) • Completed, signed Application for NDEQ Construction Permit (CITY representative will sign) • Three (3) copies of sealed/signed Design Drawings, with City comments addressed/incorporated • Three (3) copies of sealed/signed Specifications with City comments addressed/incorporated • Two (2) copies of sealed/signed Final Design Report with City comments addressed/incorporated. • Final SWPPP (CITY representative will sign) • Final Drainage Report • Post Construction Stormwater Management Plan (CITY representative will sign) 25 Bid Documents Objective: Finalization of the bid documents and preparation of the plans and specifications for bidding. Deliverables: Signed and Sealed plans and specifications, final OPCC, Project Advertisement Form, Final Bid Item List and Quantities, all field books, electronic copy of plans and Contract Documents, and electronic copies of all CADD files. Scope: 4.38. Sealed Contract Documents. The plans and specifications shall be signed and sealed by the ENGINEER project manager and the appropriate disciplines. Submit project advertisement form, final quantities, opinion of probable cost (without any Contingency), and one copy of signed plans & specifications (with CITY signed cover sheet) to CITY for advertisement/bidding Quality Control check. Allow for 5 business days for CITY to complete QC check. 4.39. Quality Control Changes. ENGINEER shall make quality control changes based on comments received during CITY's Quality Control check, sign and seal revised plans and specifications. Provide the following: • Three (3) copies of final signed and sealed plans (half-size) and specifications (contract books) to CITY (One set for the PMO and 2 sets for the CITY). • Six (6) CD electronic copies that include the following; (1) PDF of signed and sealed Project Manual (specifications) with Book Marks; (2) PDF of the signed and sealed drawings with cover signed by the City Engineer; and (3) PDF of all reference materials in a separate folder on the CD. • CD's shall be delivered to the CITY no later than the Thursday before the project is advertised for bid. 4.40. Document Submittal. Submit copies of all survey field books, CADD drawings in electronic format [(ACAD 2014 Civil 3D)J, final drainage files/models, GIS files, and Contract Documents in Microsoft Word format. 26 TASK 5—PERMITTING SERVICES Objective: Provide additional environmental investigations and permitting, as required. Deliverables: Construction Dewatering Permit Application, Preliminary Stormwater Pollution Prevention Plan (SWPPP), Preliminary Post-construction Stormwater Management Plan, Preliminary Drainage Report, SHPO concurrence, City of Omaha Grading Permit Application, NDEQ Construction Permit Application, EPA Lead Environmental Review Letter, NDEQ Title 128 Request for Approval Letter,. Scope: 5.1. Unless otherwise determined by the CITY, any permits, mitigation plans, or similar information developed by the Project Team shall be reviewed by the City PM, prior to submission of the final information to the CITY for submission to the appropriate agency. Based on comments received from the City PM, the applications are to be revised and prepared by the ENGINEER for execution by the CITY in accordance with the Environmental Plan. All permits will be in the name of the CITY and the CITY will pay directly for any associated permit application fees. 5.2. The ENGINEER will update the list of permits (including schedule). A copy of the list of permits (with the status of and responsible party for each permit) and a copy of all permit applications and cover letters prepared by the ENGINEER will be included in the 60% and 90% submittals along with a copy of all permits and associated applications to be obtained by the contractor, for review by the City PM. It is anticipated that the following permits, cover letters and related reviews, and/or consultations will be completed by the ENGINEER: 5.2.1. Construction Dewatering Permits (to be obtained by the construction contractor) for discharge into the City's sewer system. ENGINEER will prepare a construction dewatering permit for City review and acceptance. All aspects of the permit application shall be completed by the ENGINEER, including a summary of the anticipated groundwater quality based on the groundwater quality assessment monitoring as identified in Task 3.3. 5.2.2. Stormwater Pollution Prevention Plan (SWPPP). Prepare and submit the SWPPP in accordance with the Environmental Plan. 5.2.3. Post-Construction Stormwater Management Plan. It is assumed that the submittal will only include documentation that denotes that a plan is not required. 5.2.4. Drainage Report. ENGINEER will prepare and submit a Drainage Report in accordance with the Environmental Plan. The Drainage 27 Report shall be compiled into one single PDF document along with the necessary BMP certifications. 5.2.5. Nebraska Game and Parks Commission and United States Fish and Wildlife Service (USFWS) Endangered Species Conservation Act Consultation. Includes preliminary review of state and federally listed species, a habitat survey, and technical memorandum of results. Once the information is collected, a "Determination of Effect: will be completed for City review. 5.2.6. Cultural Resources Evaluation and State Historic Preservation Office (SHPO) Review Project information as specified in the Environmental Plan will be submitted to City for review and use in submitting consultation letters to the Nebraska State Historical Society and State Historic Preservation Office(SHPO). 5.2.7. City of Omaha Post Construction Stormwater Requirements. The ENGINEER will prepare a Post Construction Stormwater Management Plan including a Drainage Report. The ENGINEER shall be responsible for uploading all applications and supporting documentation to the PCSWMP site (PERMIX) following City approval. Uploads shall include, but not be limited to the Application, Certifications, Drainage Study, BMP Plan Sheets, Maintenance Agreement, and the City sign-off of the maintenance Agreement. This upload will occur at approximately the 90% to 95% design stage when approved by the City PM. 5.2.8. City of Omaha Grading and Erosion Permit. The ENGINEER shall prepare a permit application and also provide the supporting documentation as identified in the permit application in accordance with the Environmental Plan. The ENGINEER shall be responsible for uploading all applications and supporting documentation to the PCSWMP site (PERMIX). 5.2.9. NDEQ Construction Stormwater Permit. The ENGINEER shall prepare a permit application and also provide the supporting documentation as identified in the permit application in accordance with the Environmental Plan. 5.2.10. EPA Lead Remediation Review. The ENGINEER shall prepare a letter to EPA, using City template, requesting a map and list of private properties that have been or are planned to be remediated. The ENGINEER shall incorporate plan sheets in the bid set that illustrate the recent lead remediation activity indicated in the EPA's response. The ENGINEER shall incorporate any specific soils handling requirements within the Environmental Controls Specification for construction. 28 5.2.11. NDEQ Construction Permit. The ENGINEER shall prepare a letter and NDEQ construction permit application for submittal with the Regulatory Review Set of Plans and Specifications. The ENGINEER shall utilize the City template when drafting the cover letter. 5.2.12. USACE Nationwide 404 Permits,NDEQ 401 certifications, and NDEQ Title 117 permit. This assumes that impacts will not require a Mitigation Plan for stream and wetlands impacted by the project. This will be done in accordance with the Environmental Plan. • 29 TASK 6—BIDDING ASSISTANCE Objective: Provide assistance to the CITY, on an as requested basis, for assistance during the bidding process. Deliverables: Addenda and other items identified by the CITY during the bidding phase. Scope: 6.1. Transition Meeting #1: ENGINEER will attend a Transition meeting with the CITY Construction Management (CM) staff for the ENGINEER to provide PROJECT design background information and specific design related issues/information to the CM staff. Review pre-bid meeting agenda, permit/approval acquisition status, ROW status, and determine if project is ready to bid. Meeting organized and documentation prepared by the City PM. 6.2. Pre-Bid Meeting: Scope includes attendance at Pre-bid meeting organized by the CITY. No more than two personnel from the ENGINEER shall attend the pre-bid meeting. 6.3. Prepare Addenda: Prepare addenda as required to address questions raised at the pre-bid meeting, written questions from bidders, or other Contract Document plan and specification clarifications. One copy of the addenda will be provided to the CITY. 6.4. Bid Evaluation: ENGINEER shall provide assistance in the evaluation of the bids, as requested by the CITY. SCHEDULE The schedule for the project is attached. The schedule of Services During Construction shall be coordinated with the CITY during the construction phase. 30 • ID Task Task Task Name Duration Start Finish Predecessors Oct 18 Now 18 Dec'l8 Jen 19 Feb 19 Mar'19 Apr19 May19 Jun 19 Mode No. 9 16 23 30 7 14 21 28 4 11 18 25 2 9 16 23 30 6 13 20 27 3 10 17 24 3 10 17 24 31 7 14 21 28 5 12 19 26 2 1 W. NTP 1 day Mon 9/24/18 Mon 9/24/18 2 W. 1.1 Project Management 1 day Tue 9/25/18 Tue 9/25/18 1 II and Administration 3 e 1.2 Agency and Project 1 day Tue 9/25/18 Tue 9/25/18 1 Coordinetlen i II a en 1.3 Public Involvement 1 day Tue 9/25/18 Tue 9/25/18 1 Ilt and Neighborhood ',i Coordination It 5 • 2.1 Previous Reports and 2 days Tue 10/2/18 Wed 10/3/18 1FS+S days '■_• Studies , I 6 W. 2.2 HSH Modeling Approec5 days Thu 10/4/18 Wed 10/10/18 5 I telM611 ., 7 ist 2.3 Hydrologic end ,5 days Thu 10/11/18 Wed 10/17/18 6 i 'hint Hydraulic Modeling and Calculations I I I - g et 24 Previous Reports and 2 days Tue 1O/2/18 Wed 10/3/I8 IFS-6 days I - • • Studies I ; 9 .: 2.5 CCTV,Manhole,end 2 days Thu 10/4/18 Fr110/5/18 8 TI-,I Smoke Testing Data Review 10 • 2.6 Sewer Backup end 2 days Thu 10/4/18 Fri 10/5/18 8 fE,• Street Flooding Backup Review 11 le. 2.7 Existing Infrastructure 2 days Thu 10/4/18 Fri 10/5/18 8 ! JI Conditions 12 1 2.8 Environmental beta 2 days Thu 10/4/18 Fri 10/5/18 8 i-j! Resources,Inc.Report 13 aq 2.9 GIS Base Map 2 days Mon 10/8/18 Tue 10/9/18 8,9,10,11,12 TM 14 s1 2.10 Cortceptiat Drawings 10 days Wed 10/10/IETue 10/23/18 13 15 wit 2.11 Assign Pipe Sizes end 5 days Wed Tue 10/30/18 14,7 1 Inverts 30/24/I8 16 Mt 2.12 System Refinement 10 days Wed 10/31/1fTue 11/13/18 15 11111O111111111111 • 27 'r. 2.13 Sanitary and Storm 5 days Wed Tue 10/30/18 14 --••- Sewer Rehabilitation 10/24/18 • ■ Schedules .11 18 'WS 2.14 Conceptual benign 2 days Wed Thu 11/15/18 17,16,15,14 Review 11/14/18 - 19 3.1 Topographic Survey 30 days Mon 10/1/18 Fri 11/9/18 IF5+3 days + ,L il 20 in 3.2 Utility Input into CADD 2 days Mon 11/12/1FTue 11/13/18 19 y 1 21 Mt 3.3 Oeotechnlal 30 days Tue 10/9/18 Mon 11/19/18 1F5+10 days T Investigations 22 eel 3.4 Geotechnloal Report 12 days Tue 11/20/18 Wed 12/5/18 21 I 23 Mt 3.5 Manhole 20 days Tue 10/9/18 Mon 11/5/18 1FS+10 days y I� j ent 24 W 3.6 Street Coring, 30 days Tun 10/9/18 Mon 11/19/18 1F5+10 days t 25 411 3.7 CCTV Investigation 12 days Tue 10/9/18 Wed 10/24/18 1F5+10 days telleeliellellegiMil. 26 ele. 3.8 Smoke and Dye 12 days Tue 10/9/18 Wed 10/24/18 1F5+10 days . Testing 27 ret 3.9 Wstlend Delineetion 10 days Tue 10/9/18 Mon 10/22/18 IF5+10 days 28 M 3.10 Rehabilitation 5 days Thu 10/25/18 Wed 10/31/18 25,26 itJ Reemnmsndations • 29 Wr 3.11 Properly Owner 30 days Thu 10/25/18 Wed 11/7/18 25 Notifications , 30 S7 3.12 inflow Sou 3 days Thu 11/8/18 Mon 11/12/18 29 i g I I 31 W 3.13 Service Lateral 3 days Thu 11/8/18 Mon 11/12/18 29 idi I Locations 32 iatt, 3.14 Investigation Results 5 days Tue 11/13/18 Mon 11/19/18 31,30 1 taint- . 33 wit 3.15 Hydrologic end 2 days Mon Tue 11/13/18 19 IN, I I . Hydraulic Modeling 11/12/18 • and Celculetlons 34 W. 3.16 Detention Pond 2 days Mon Tue 11/13/18 19 �t Storage Analysis 11/12/18 11 • -_- Task MON11111111111111111 Summary 1--.•.'1 Inactive Milestone _-- Duration-only Start-only C . Emma)Milestone 1` Critical Stilt ..... --_--- _Y -- Project 18th and Fort Design S m "' ' Date:Fri 8/17/18 SPI0 Protect Summary t- - -1 Inactive Summary Manual Summary Rog, -uM Finrshy 3 Deadline ♦ Progress Maasrone • Inactive Task Manual Task Manual Summery 11 Eatemal Tasks Critical - Manual Progress Pagel • • 3D Task Task Task Name Duration -Start Finish Predecessors Oct'1a Nov'18 Dec'18 12,1119 Feb19 Mar19 Apr19 May19 Jun'19 Mode No. 9 16 23 30 ' 7 14 21 28 4 11 18 25 7 9 16 13 30 6 13 , 20 27 3 10 17 24 3 10 17 N 31 7 14 21 28 5 12 19 26 2 ' 35 3.17 Hydraulic Isolation end 2 days Mon Tue 11/13/18 19 Backup Storage 11/12/18 I Analysis . j 36 1 3.18 System Refinement 2 days Wed 11/14/11Thu 11/15/18 33,34,35 37 . 3.19 Hydraulic PeRolmance 1 day Fri 11/16/18 Fri 11/16/18 36 - IiiiL . 38 in 3.20 Finalize Routing and 1 day Mon Mon 11/19/18 37 11- Sizes 11/19/18 39 3.21 Structural Plans and 12 days Mon Tue 12/4/18 18,19,34,35,36,3; 1 Plan and Profile 11/19/18 Sheet 40 alr., 3.22 Utility Relocation 5 days Fri SI/16/18 Thu 11/22/18 18 I� 1 Coordinator • • 41 In 3.23 Pavement Removal 15 days Mon Fri 12/7/18 18,19,34,35,36,32 and Replacement 11/19/18 • 42 .• 3.24 inflow/infiltration 5 days Thu 11/1/18 Wed 11/7/18 28 - • Reduction Requirements • 43 MT. 3.25 Parings 5 days Tue 11/20/18 Mon 11/26/18 38 44 3.28 Project Phasing and 5 days Tue I3/20/I8 Mon 11/26/18 38 Scheduling 45 3.27 Rlghtof_way 5 days Tue 11/20/18 Mon 11/26/18 38 Requirements 46 .5 3.28 Opinion of Probable 5 days Tue 11/20/18 Mon 11/26/18 38 Construction Cost Cost 47 .. 3.29 Prellminery Permit List 5 days Tue 11/20/18 Mon 11/26/18 38 djl® 48 ee, 3.30 Risk Mitigation 2 days Tue 11/20/18 Wed 11/21/18 38 1 •I 49 ett 3.31 Basis of Design report 5 days Thu 11/22/18 Wed 11/28/18 38,48,32 jy--- 50 W. Document Processing 2 days Thu 11/29/18 Fri 11/30/18 49 lt--I 51 a► [Internal QC 3days Wed 12/5/18 Fri 12/7/18 49,39,50 t�a1-- 52 n: Final Edits 5 days Mon 12/10/1tFri 12/14/18 51 immi- 53 3.32 Plan Distill.hare 2 days Mon 12/17/1iTue 12/18/18 52 54 ist., 'City Review 5 days Wed 12/19/11lue 12/25/18 53 55 s► 3.33 Utility Coordination 1 day Wed Wed 12/19/18 53 V 1 Meeting 12/19/18 56 a* 3.34 Finalize Report 5 days Wed 12/26/11Tue 1/1/19 54 57 58 .8 4.1 Prepare 90%Design 15 days Wed Tue 1/15/19 54 lllikeaRalllwa. Drawlnas 12/26/18 yI 59 et 4.2 Temporary and 10 days Wed Tue 1/8/19 54 I - ;I Permanent Easement 12/26/18 • /rr� Descriptions and 1111 Assess Easement i 60 a 4.3 Finalize Contract 8 days Wed Fri 1/4/19 54 -- I Document 12/26/18 61 4.4 Prepare Final Design 8 days Wed Fri 1/4/19 54 -w-- I Report 12/26/18 62 r 4.5 Risk Management 2 days Wed 1/9/19 Thu 1/10/19 54F5+10 days 63 .5 4.6 Prepare SWPPP 5 days Wed 1/9/19 Tue 1/15/19 54F5+10 days 64 a 4.7 Prepare PCSMP S days Wed 1/9/19 Tue 1/15/19 54F5.10 days 1 65 en 4.8 Meintenence Plan 3 days Wed 1/9/19 Fri 1/11/19 54F5+10 days 66 •1 4.9 Prepare ep Report Drainage 3 days Wed 1/9/19 Fri 1/11/19 54FS410 days i • 67 >• 4.10 Utility Coordination 1 day Wed 1/9/19 Wed 1/9/19 54F5+10 days • .1 II Meeting 1 68 an 4.11 Update the SEB Memo 2 days Wed 1/9/19 Thu 1/10/19 54F5+10 days • TD 69 4• 4.12 Prepare Final OPCC 2 days Wed 1/9/19 Thu 1/10/19 54F5+10 days .111 i 70 n 4.13 Permit Applications 10 days Wed 12/26/1tTue 1/8/19 54 71 re Document Processing 2 days Mon 1/7/19 Toe 1/8/19 61,60 ill 72 j Internal QC _ 3 days Wed 1/16/19 Fri 1/18/19• 71,58,59 ' 73 i.e.' Final Edits 5 days Mon 1/21/19 Fri 1/2S/19 72 awq 74 Mr. 4.14 Submit 90% 2 days Mon 1/28/19 Tue 1/29/19 73 '. Documents for Review ' Task 88488.411,11M11111 Summary f 5 Inactive Milestone Duration-only 111111111111111181811Ir star..only C External Milestone /` Critical S0lit Project:18th and Fort Design 5 "" -" Date:Fri 8/17/18 spin Project Summary T - -- - 1 Inactive Summary Manual Summary Roltup 7inish.only 3 Deadline ♦ rrngtess Milestone • Inactive Task Manual Task 11.1161111116111111181 Manual Summay s a External Tasks --- - - CritkalINININIMIIIIMI Manual Progress Page 2 • ID Task Task Task Name Duration Start Finish Predecessors Oct1B Nov18 Dec19 Ian 19 Feb19 Mar 19 AP'19 May 19 lun19 Mode No. 9 16 23 30 7 31 21 20 4 11 18 25 2 9 16 23 30 6 13 10 17 3 10 17 it 3 10 17 21 31 7 14 21 20 5 12 19 26 2 75 w City Review 5 days Wed 1/30/19 Tue 2/5/19 74 76 4.15 Review Comments 1 day Wed 2/6/19 Wed 2/6/19 75 77 7 4.16 Prapera85%Subamhtel 8 days Thu2/7/19 Mon2/18/19 76 Package • • 78 r [Regulatory Review .20 days Tue 2/19/19 Mon 3/18/19 77 - - 79 r 4.17 Sealed Contract 7days Tue3/19/19 Wed3/27/19 78 Documents Il AO it 4.18 Quality Control 5days Thu3/28/19 Wed4/3/19 79 1 Changes 81 r 4.19 Document Submittal 2 days Thu 4/4/19 Fri 4/5/19 80 82 r Advertisement 21 days Mon 4/8/19 Mon 5/6/19 81 83 a► Bid 1 day Tue 5/7/19 Tue 5/7/19 82 84 r 6.1 Translation Meeting 1 day Thu 3/28/19 Thu 3/28/19 79 111� 85 r 6.2 Pee•Bid Meeting 1 day Mon 4/15/19 Mon 4/15/19 81F5k5 days 86 r 6.3 Prepare Addenda 10 days Mon 4/15/19 Fri 4/26/19 81FS45 days .1 yy 87 Et 6.4 Bid Evaluation 2 days Wed 5/8/19 Thu 5/9/19 83 Ct • • • • Task r_.._...._ 1 Summary r�� Inactive Milestone Duration-only Stan.only C External Milestone C. Critical Split .......• Project 18th and Fort Design Date:Fri 8/17/18 5,40 ProjectSummary 1 - 1 Inactive summary Manual Summary Rollup Finish only ] Deadline ♦ Progress Mlestane • Inactive Task Manual Task r '- . 7 Manual Summary External Tasks Critical f_- Manual Peogress Page 3 - ______ _ ,-. ..._ . . . . , 4, . ..,_,.411.4_x . ; .. ..ra ., A t4-" ,-1 dK r- �' III.1S 419Z N•eny uepmoi 3 }y. iy r I { eny419ZN 3 v m 'm '' •{5), La, •4 --, -C_,: ,i. I u `7 D o ° ° y i4G. . "�,'" A . .T3 4 �D D .j ,1S 419Z Jl < O y m ? ''' a 3it4$7'.: t 7- e' Z..t c... x1 .i4 •�" ' ILJ �� �D 1S'434Z^N `4'- - i4''..3xf+»i�tar cn -hi l . a r t m nd wEZyN 4 o m, ,._. D.w' Cr�i> UUtl = m o illjG " ` _� ' C =� �.+4.jy 1S Pu.ZZ'N'. -''.D'.- D 9,m 1. N (» . `"' n 1 -.7J eky ls;,,kt,i m -- m i� 5 s N . .s 1L-,, � 15.,1 LZ � :� J u _� lS430Z: :T'.- 4SI19N tipAI OOLYVld illa3/ .1 ti . m� - .;�.„3 ,40 � .l y -• '1 t, J' 1 51 �" {; A pY�7� )0�� '/o •. U-iw m., i .'Ltx 11 5',,.,.�.fJ N , ,, o, ; ¢ , Id\e4.fr . /'", 3 m 4 jlS iut. o j'P1t r �',. .. ' �" c:5r a r-r 'D-1a ii } a a.. v.Zr'.. ,.; : ,i l oZi � i —�� mt�+ •1SU19IN 4Fr ._ C»� n-, i `' •• • t p i[j ) m8 . ] f �,oe- >> e�dr{s r m -aIS UI,Ni o� S .X9< a m )10. 3- N� a - :r of .Ufeny�414L'N.:D0' °' �4 m m'7, rma, 44 N' fir.)p a II.° ') / R •L fa • o 0 t• O. vn .+. ,'1S 4141,N Q .1 m `II_. '' Im 1 a Ir may. H /� ,ram}' r y S U \ , "1'4 Y.- I'•-• i. Fs— , .:. '•f _ C' `.mow Iv.. -.. , p +• , 01 i o \ I o X 0 i�4._,J.vrd + , ,eny uepmoilauAEA, •W,,.G - 4 V t1S 9Z.N - - ♦ �a v 0 k i I � ' 0 , vy ! Tol • �' 4 1- o a 1 , .) I� J �_,• r s . rJ� JI.. m r' GI zal i• �_,, - ��s _ Z 1. ��11 • 2r 4 l (� Y ti IS Illbl..N) , .C‘ t'11) . '' 1.'%.--(p P rl. — ec.I''----.1*-- I ':1 i ? vJ iany Log..— m—, 1• It C.1-)-0 0 0 cp P--' • ' -41 c pm + S )0 345 ryj d Lj) m1 -"� Q1 -vm . !' ' m .` fit y1 ! Qom! SR . DI �. 1 , i aji 1 rJ . ii '" 0 y 3S•41£l1N'� `c1 J , Jr'' 1: y I. an nQ g ) �i . k. t. 4\ -Z 04�' erterr�ae �` • o'w r yt 1S LINZ N r y • • - c �'j Shore Dr Kt l 5 m I y i� j L Cifm c. 0 02 N p '� 1 (q Z T 151 — fA*2nvmm OL oecCmrp IC '� °Z m= m pAm Z * ca (7. E i-•rww, § Et.. Ap T. pj ��� -Z A W S a IN o �� +°jai a m * M !a/ 4 • mq Nmom a a iFa, ® • - Y -a- rea 3 j • .... ' '9 .!.01: i Ise:11_; �= - CSO! mit,.`r' '�elR . :�' ....-IL - Tr �. • . A�. - �'r,Nan St�l ��� ClennSolutionsfnrOmahn cq a n„v;r,: k #� ` •• hur C•StoaExp�_. 7 �'' 1 I- '0 Art © '' -may .L Alma e let __.r•vat:, �'« .r 't • Hartmann Ave-t ., Jr r ri g.' .t;r, 0�y..�p • )'1 Enpwnna...twan,w.e.•.,w,twr• 1 r H1Tfl<.I. _- r, .G (� l: r1 , L.rf + S 1 M' ,•• _ }.• ': ` {, 3�. i•r,tifElllsonl Ave "r. + .. t .n..�i Sewersheds .fr f� '��lr(r rJTr.•. !4 , .r�i�a 4� rf • IIIM , • i nrir'•r 'r.J. y+ , u t t r_ "� -m' ? , .Z,,ota.a I f Fort 11 .. : �C Jaynes St ` fi ', FR. 1 I o� 4 4441 '1 , • .w.Tzz'`Il .. . t1'rT-0 a 1 4• 4 :;`_ , . s� ,a. Forts' -t c Existing Sewers _ ,� 1ii I Ogden.St YD.J lid . ] " Y Y'_ ... �_ .}• -'_' tf°..r �..Iv, c Fort Stj•:• ;1 D• •Q1 4.r , 3J }r �� . L PID& Fieldwork rys {Q�. Fort SC' T f• ._--t i 1y y i' `� '-rID o ~ `D • CD L Lead Needed i,QV"Q 61 J�', Tfi: - ZT11 L� Z# C!" VS � , -+� - .'tu'4.. ,,tl IA' <1: N' w _ • - _ I ' Boring �T^' R' ^ '1. .- r Brownest' 7�` ' ..') - \ X 1 ;�,lJ Browne'St Camden Ave• _ ® a� .r^I •? i ia�# ' +Q� Browne St z N 7 L�. _ ` r __ _, I. pia `Survey 1 Needed 7 LiZ.,__, J�G�7�o ..Saratoga.St ,• 1 , I s Carter,",Blv`d0 Z _ r 4i~ _�� i 1 p n-Grand Ave Grand Av_e rn a ,. ., }ts' Larimore Aye1 T' -rot 6, y ' Lead' :1' , itai , /�r-WY" ',CarimoreA e_ . 5.},„ Z¢; v B owne St'Templeton St Z.'rtn . ., A I��s - c1 •-^t'j 2 r X ��� , .,FowlerAve.,. m 2 m 4 tariul Fowler Ave P•- ai- Df' a ,; , Browne'St pp,,IFowler Ave r;5 at,)rr. , �. ` `i 'ij,, 4 7;1, ) " °1 ms 3' t s� a Z�-- Z p - 11:1 . a Z • Zr t �+ - , - -+� r� Brow e�St r a - i Y • a— 2. m ±' } 'Ames Ave. l•`�, �( cnr� in p� 1 m .,,'Ames Ave + P �; j \ ? — t'---� 1 \L ]'.. — 11zi 0, ) ,� la " .N 'r' 33° .��'Comsh Blvd . �C also) ,k ® m a � - S n y, w l I r m D� ` SahlenSt}h► i Ar r a Z' j ..� r_ �� m C 12 r ` Z � ., t . r r ram►^ .Sahler Stagy. .a -.•.1 m, a > 1 y 1 ¢ I.. - s •• •'Sprague St ♦ F Saratoga St , r •1'LLead ®° �: • ...3, a �� 1 .'I, • , ,I.''' . - . t.. Sill a MON' .u_ i .1 `•t i r � 'E ... Grand Ave:- X _ `, : v-a i! L- "A.Ce 3�).. „r' i ` r� t C I 1 i• I I ,` �� FIGURENAND NAME: .i 11 ' , ---4- � SURVEY AREA AND .r•� , J' 3 a` 71 r �� r' ® IIILLL11 ,� ,� BORING LOCATIONS 7�ry„'+.`Ta" rra�a• t r. 1 L ? 1 F1 FIGURE `,�i`•. <I`r1.�_ J d!1,nr: 77•� , i�u �'"s le' • t• - ; _ r 7.) .111� ,1 �;++ •r r�i�1 PROJECT NAME: a. ; I ��� , -''.:4' �r.-• T-„ - ��r +� 18TH 8 FORT STREET ,r.';- Clt ... '? -1 '�G� t Y, �} ,� ,., ,• , w i ., ,_ • '-r A0 . . a y ,r'I _ • , .. 'I- SEWER IMPROVEMENTS >,r�....--./Lt ._�I.�l00 _^ r , s { , L"e�.�� � ►" -,t 4 CSO PN: .1 300 600 1,200 >v r '2i • tc :SourC .'sil:plgi G o"7 GenEye rttisiar Geogra• ics,. t- Source:. H.Digital to ar Geo ye, hstar Geograp ITS, �Op y8 Bp -1 1/ ` ',I(GN S,Wurhtis OS,t)SD••;US oFGRID,IGN,and -GrS ser 0 80 160 320 CNE37Ai us DS USDA US`G Or eE, se DATE. 8: 52931 Feet 4 ) ''''''.4 Canmuntty,• , - 7] v r-. . A ( ,Feet. _c 4.'omnkrnit� � er. it 1 �T DATE: 0512018 1PAM vAS S i© E It I V W N q ITS m 3 aiai l'6 �� .P` 1 ti m ZOFzot5°19.. N� m N mmO 'o R f a) r-- ig c tol aaNw(9a oi � 9tilm x>=21Lr .67 a 0 m X = m5 E 2 O W O U �/W N • W m2 0 uO�.m a N 8 Oa N 17th St d 11 y N_ rt, `f - m y {•5 G -� {1 m CO. m4 - Q ' n4 t c 1 o CO c E m c m+ --:rn O iu N;181h St `-n } q c w � a ti I. 1 N'24tyh St III ; m h St v NI19t' Carter Blvd 0 4 I 1 00 o + c9 I m m oo c Q0tH \•••• 4;< E. _J f m ;.---10?b cy O• 1 *Me fi St3. acc et�d in �,0 I_ e� IV25thA'e. �--__i• Ftocgt`6e. c , r U 1 I m +7 - C_ gLL r —• m' Wayne Lowden m m ;� �1S is� �° LL • Jim CI_ _ m 1 . Loi• -' 9 I Ia Ames to Arthur C Stc b 1 a 'Di V J J` nd Or, N'.•22nd"'5Im / t I g ,0- -.1 . i - N 1f fh St -,t • Q .r- '...r r ���`� j , r.L m �. c." m� ". P a �- �. E ae N 17thSt` �`�� - - .t 171ti'St' a . r E `,k-..—�,J�,ti. 9 .--,��`o 0 0 a Oo� !'tin. L,` m • � iO3 LL :F A VS 18th St 4:: _ lc: ... St�mv `T ,,.,,,. _ :i.fr . 1.� �, ice! ,_, 1. r 4 . , 'N 19ih so `�'g . , .. o O a� I / M v Florence Blvd', _ , 1:!12lath St ,i ! —} �F m < • L 4tl.k.�Lo } 'JI 7 ��d f ml N 21st Stl N'21sCSt�` " N 21st'St 1SJ� 01 ;j llCD �Nt2lstAve ` w . ; �' u�m CO1tiej i i-' ¢ ¢ N 22nd St • m -"- n u v, i e ro'i,. N 22nd Cir `arn � — ° —- 3r i m . '_� -- ,o'er O m t. N"23rd St Y J ,1S PNEZ N Q 5 m r 4 ; • —-N'24ttti'St' _ ¢ , . -- .• 1 m LL - in- 1 , 7, T,_ _t .t., si % llco N 25th Ave 0 ` r 1'__ . . �. �J� J m'N 25th Ave m co�1 1 1 i ` r r `-` _ _ 1\` 1.1 { N261hS _ i [, ' 1`\ g}.,,, env uepmop aUu1(eM' i $ .tr I 41 ,_ • V , LOwden Acre ---raYn'el'' 1 , 1 , . ----- 116. 11-' . - _ _tE___ -- Ii. 4.':•) 14 ,., ... , . L •• L • _ ' -' . \ ;_ t- -,7 1. , - '7 C. ... .. n I• • • 4 ,,,:•,,;.(0,p) 5_ , '., A'7... .... .@ env t4iSZ N 1 -. .._...- • 44 1,1 0, eiw LOSZ N I. 5-: ., 1- -o.• i cu 1*-E-C' i , is' r . ' nil . - - i 4, = . =-,_ ,11 .....4 ir 1..:, ... : il., - .. .I. -44' ":-..1 • % " ,-__/ I cn • ,i....1 . . 1,z, 1 0 i cj %,‘,, 2 co co 3cn 3) ' "to ' 7 V,`-‘'.4 '-• .. , ''- ..CI I 17 . •-• i , -• —, ,—,. 7 7pc• C — -- , 1 23 ' . ., • ). . ii• •- N 23rd St 1 ' 5 %., ;4 -' • ''- . ...,1 s' z ,. 1 .4 5 - -. ,4 i.--:!.. . c,?, iii.__.1 _ , , . 7:tf4 -. ,•-, _ . ps. r' cv• .• • cp-- " . >1 1 IS P ka)(,) u Z.,1 1,''• - i - .4 1- , ,kft p ..;,.ri"2 ' 11.'••• :.(.,,•2. '7 a' -g'r.7 •'. ' ,..:4,' 3, anysIggikrk uni .,IS1Ist'Th -4 oropz..,.. i N lot C.,, k7)), It 1S+ri..2 N, ._..,cn -' 4::-."-(1' )...%,- ' ..-- ,..... 1 d c a 12 ' •1 11-...?;_..11 1111111111111 1 j \__-----, .-'.. , ' cnt1,3.55 6' ,_ ,L. i _:_...i. tk„.•,___ . zt , Is t410Z N .. -,• . 7 - FT, n - pnig GoudioiA. \--, • I? 4. '' " t'S,° ntrfn, . ••y.'-I:, '" 1 ' •.- iffir ''i iii „..,1s....r..N it " gs,tiir final 4 .-, sl, 1, I -) 0 .1 ..- -:-.---'....01 cn g t ..,, aD 1 , n ; !b.I E't ..,A to '''- .....----*. P• - Y - ' A I.'''. . CD a_g ' 4,,..; 44 "'to .- .• 01, , IS 1119t.N • cn / . J ,cn • „o ,-..\.,:p LII9 I N _, 0 .,,,- ... er'.,g',, 0 ..., • - e 11.041.' - ,r,,Ae- ir- 'r 4)/I i., • ,%......-,.--.--,,,_ , • r,. 3' )0' C a 4) 0, cr 1,19p,41L1,.N o .. , ' - .,,..:,,..' 4, •au"- ,IS IIILI N' t'''‘\ '..,•P. co , a v :- T - . . IZ•. ' ' ' ' -1 r __Amu. •'1-) t',, I .,......_, .1- , - ..r. •r://` — i - •-• tt , 7.... CI:14 eq ---•re ii..1111. -'- '1.9 1114'It') ..?:1, V47...1 I'1 _,..b... .• .._,• . ,... , , , _3_____J 1 4 I . -,ii-ta '1 , ,., _ •.1. . - • -- ‘k q t_3 Ic., en•III9Z tr' 4...J) • -,L.„. ,1 -„. i i.T.' - - 0 ',a •- ) i • .I. 4 f ••• . . t 6 t i'''' • 1 cy, „.,:d. 710' I . .• iS-=/- . -..e. 2. • A 0 oi 4,.... ., .4, , i lis, *. 1. ,-,T 4,-. . --',...$ [0- ' * • "O I , •C "1 'ICA 41 5' ,,, r , •.. • • ta., .t .,) l• . , A 02. 1 _irs,3p . g .. ....4 r- 91gz g...7:i•• e, . •-lk ° (t•-' '-' '" i CD 1 ,.• ' .zri-g 7.1._1.'p.... {- a.el V-I. :41;.1 • 1<' • • CO 1 /-• I'• 1 : j I Cr)1 L..} • --' -_-_;,,-,_ " • , /1111 - .-, • ••-• •••• 6 4 F-, 4 4 , ' , ,..._, 1.. .....JI L. ,..... . ...2.._.. 6.. k 170 ..Z. 1 i'..fi• - I _ 1 i 4 --• \ -a M 1 - I t —I 1 , —t ) '''. 0 0 co i ,,,:. :•-•L? 7-.--- 41.,- 0. "V. ;47 1342 N, 4.' '1. (6 --4 '1) . - ''.:- •47-i-; r;_-- •:-,./, eli -..I.C, c-i':F A , . ,-„n:."--t,_..4,a, l'..)6...11 £ -7 v•-• ..t- 3, 4,.• --1 . ; ', §: --•;-'• - 0.••-•••• '..g > - - b , -E• © --• _,...,!' t: 1' ) e - - •p7 'D _ ..:• N 22ndISt ' aseyz'N ' 1 =' . . ...,... •+0- .-..... ..), ' ) c4 , ;..-. " ..6 .. ,• .-- r. • r . + ._ .. 1 i_....j -... :Ott:. 1 . ..7...:_4.. ... i J •",L...- r, -.), - ' ,.,,,,.--.- -.•-• , • ii f4 I . • ' (7, , .— ,._ ,•---1)7..),( , c L•!- • - ' _ ..-s.- \...,... N 21st'S.14,4, 1 . ._ , , OAS a N 1 - .----- ._..r• —11: ir\ ris) 70• ?2,.. 2,..,:g.9.( .. 1; !I go K' .• it c-oz•6-, .• =§ t — i 1111):„ ii a,„4t ;32 fl,wrTI0 0 z a CO a (fi * ca 3 Of 0 — g Tr'4' ca rp 0. co 1 rai 1 h Fp" m o , cn i,.A p,•••••111111 • .. • _..;)/( , NorthArihu2t.,....r•C'Storz Expy Freeway N ' i ... . i. • . , • 5a _ , . • t 4 3wy•olS �nU>'d of M 3S 439Z N _ any�uepinori au(em • \ . • 1 !any LINZ N ' � eny 43SZ.N r Ts a ,h •♦ 9 p 4♦ c 3� .y S'i a m m : wm ' .) 3 F t .. 3S U35Z N r '' D I i!< r i.1 , ' \. .' ... 7. ` 1S U1t Zf ��� m r 1 1 m m ' 7 r• .• .. r I •0.„d.- ZN m O Et A "t m , J .� I pZ o m rn 1PZ 3 m m's 1 A . m —1 N''21 st St 1 £ mS ti enyisLZ:N, t•m •! 7 -In P 3S1sLZN _ • j • 1SlsLZ Ny . , -_a-, I ;3SU30ZN I PMgeaueiold _, .. -_rs \ .. I l5 Ut61'N mJ IS416L1Nm m c— / a -b • s39° r• ,• 1S•418L N • <�. e m 0 �d\ • . -, n of l n m m r 1S43LLN6 'r .0.. .. 1v •t• aw „J - _� I. .� n .- I. • 0 Z 11-11 4 • c f m w m 4s 439 L N ' . Fir"a ' 0 ti O. 3 t ti ID nf and 1$I415L N - �. 1 °, o mr, o X Cg I1 G 3 m o pQ v fti xmc� al»a n 5 n •p Z m D m p m mgU ., Q yy. Fl, , m e.Dm;= m m w CD y 1) o^ Ii;IA Dmm a n f !# O mm mmmm m t Q• #i N- �No t .La 6—mosa /� II _ i, (Area 1 I ' I j �— CSO'. 'ry t. fi �'. •, �..'i a • Clan Solutions for Omaha r •*• , A w o Z ;0 •t3 _ :__ __ 1 AeSr ZoBrowneSt HaAmanAve ., I' �/ o ,_r; _ i tr Z Sewersheds /.1 Brownie t _.® ri rn r .r i .� - rEllison Ave ! �-+� / f• _ Fort •' Jaynes St _ _ Existing Sewers 1 + �, ,T • Ogden S1' < '''' ®i®1 �r.� m s Y r�- z mfi'.�. �J _. : m I_ Wetland Delineation i Fort St` , _ I Needed Fort St . �• • y y < •11 ri i a` ' • a Q�• ti.Browne - - Browne St `Cr o�0 Browne St zrC1. _tn Saratoga St �J 3 .- i Saratog St'y - z 'r- ,-i. / /:. IV Carter.Blvd" _.z •Grand ve _..�. — U7 5, ''w. J _ �pL ` IAve. u1 ' y ?' 0 80 160 320 E : e Ean q,;e e G a d&1v� q ,dieo��e;-Eart�sr9r MillIMEEM MI �� LarimOre Ave , t31 \... Z N �f1FSiA bus DS�U D 6S ReroGRI�IGN,and the ser IIIIII �" `~�� �s1 �< Feet Community z it m - 1,N ,Fowler Ave Towle?Ave D. ` . 2 ����e A I Y < t m Area l / • r 7 rn ? TArea 21 r. , l £Meredith Ave Z »; - o , f°� r • N y . 'fir • ++ a N Ames Ave Ames Ave *r Ames Ave 2: `.� .r 11, m z s 4 a, • 03 _ I I N N . I Z �e� .��i Cornish Blvd. t '.i` A' 'M N S • y.. A` I y SehlerSt. d cn is �I N ? • 94- r • N Z SahlertSt.a� 4 w r m ro I. 1 Spraguexst + là , r 1 co i ,47 /"tit© %'/ FIGURE#AND NAME: 6< 1 5 -,rprr - _ .z /i �' L/�:" WETLAND DELINEATION .•- - • r {l //:./ / I NEEDED • ; y• r • - / /;."/ ,:'� FIGURE 6 �... 1~ _ + . Jt f' !,/ ,. PROJECT NAME: 4_ J X •/ ��/' 18TH d FORT STREET �� r _ = ,%' pf 4-/% // SEWER IMPROVEMENTS Sour EsroDig:talGio•.' eoE�•ri••o(hstar Geogr. hip. 0 30 60 120 ouroe:Esri,Di rthiGiobt GeoEye,Eannstar Geogreph:cs CSO PN' • stro eoo' - +aoo -N 'q - 4 CSOP.##.##.###q.##.## i -6 E5 a s,Ua,ilSrDA USGS.AAr•GRED,!GN,an.the GIS User I Femot . ..t f CoNrrES/Al bus D US A,•CISGS AeroGRID GN and the r31S User DATE' S. 52931 imme F- _ •_ ___ _ _ - _ ,fri If y DATE: osnoie law EXHIBIT"D" SUPPLEMENTAL PROVISIONS The intent of this Exhibit D is to modify the standard provisions of the Professional Service Agreement (PSA).The modifications are listed below using the same section references as those in the PSA. Section II modifications.The modifications to this section include adding the following new subsections to the end of this section: G. The Provider shall provide the services required hereunder in accordance with the prevailing engineering standard of care by exercising the skill and ability ordinarily required of engineers performing the same or similar services, under the same or similar circumstances, in the State of Nebraska. H. In providing opinions of cost,financial analyses,economic feasibility projections,and schedules for potential projects,the Provider has no control over cost or price of labor and material; unknown or latent conditions of existing equipment or structures that may affect operation and maintenance costs; competitive bidding procedures and market conditions;time or quality of performance of third parties;quality,type, management,or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate project cost or schedule.Therefore,the Provider makes no warranty that the City's actual project costs,financial aspects, economic feasibility,or schedules will not vary from the Provider's opinions,analyses, projections,or estimates. I. Related to any on-site services that the Provider undertakes during construction,the Provider shall not be responsible for the means, methods,techniques,sequences, or procedures of construction selected by construction contractors or the safety precautions and programs incident to the work of construction contractors and will not 'be responsible for construction contractors'failure to carry out work in accordance with the contract documents. Section III modifications.The modifications to this section include adding the following new subsections to the end of this section: B. The City shall furnish the Provider available studies, reports and other data pertinent to the Provider's services;obtain or authorize the Provider to obtain or provide additional reports and data as required;furnish to the Provider services of others required for the performance of the Provider's services hereunder,and the Provider shall be entitled to use and rely upon all such information and services provided by the City or others in performing the Provider's services under this Agreement. C. The City shall arrange for access to and make all provisions for the Provider to enter upon public and private property as required for the Provider to perform services hereunder. 1 Section X modifications.The modifications to this section include adding the following new subsection to the end of this section: O. Third Parties.The services to be performed by the Provider are intended solely for the benefit of the City. No person or entity not a signatory to this Agreement shall be entitled to rely on the Provider's performance of its services hereunder,and no right to assert a claim against the Provider by assignment of indemnity rights or otherwise shall accrue to a third party as a result of this Agreement or the performance of the Provider's services hereunder. 2 NO. q Item Submitted By: Gary Pech Department: Public Works Council Meeting Date: October 16, 2018 Res. that, as recommended by the Mayor, the Professional Services Agreement with Carollo Engineers in the amount of$525,509.00 to provide professional services on OPW 52931, being the 18th & Fort Sewer Improvements Project, is hereby approved. (The Finance Department is authorized to pay a fee not to exceed $525,509.00, from the Sewer Revenue Improvements Fund 21124, Sewer Separation Organization 116912, year 2018 expenditure.) 0)95 Presented to City Council October 16, 2018 APPROVED 7-0 8/Izabeth &tler City Clerk