Loading...
RES 2017-1082 - Agmt with CDM Smith Inc for OPW 52472 (CSO), Burt Izard lift station improvements Q Or1AHA,NFd R¢¢-*+ �._` �' �_ i 1 {„ O.. i Ew L. Y f�. .r ,6-' �"�_�'s� Public Works Department r Omaha/Douglas Civic Center 7101,,�, {r E September 19, 2017 2011 SEP -8 PM I2 i5 1819 Farnam Street,Suite 601 o9F Omaha,Nebraska 68183-0601 A . . o a Q�� (402)444-5220 R4T@D PEB Or CITY C L L ;K:' Fax(402)444-5248 City of Omaha €1.4 A,i-i!,•. H[U t+/.1+":!:, 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 Amendment No. 3 to a Professional Services Agreement with CDM Smith, Inc. to perform professional engineering services for the Burt Izard Lift Station Improvements, known as OPW 52472 (CSO)was approved by City Council Resolution No. 994 on August 12, 2014. The attached Amendment 3 to the Agreement authorizes CDM Smith;, Inc. to conduct construction management services.The exact scope of services is included in the attached Amendment. CDM Smith, Inc. has agreed to perform the services detailed in Amendment 3 of the attached agreement for a fee not to exceed $1,694,161.00 to be paid from Sewer Revenue Improvements. Fund 21124, CSO Control Implementation Organization 116918; Sewer Revenue Bonds will be issued to finance this project. CDM Smith, Inc. has filed the required Contract Compliance Report Form (CCL1), as determined by the Human Rights and Relations Department. 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 Change Order. 1ApprR pectfully submitted, oved:a $-L�-/7 ')') SCJ 1l[UYJ t /5/f 7 Ro ert G. Stubbe; P.E. Date Human Right and R iio�n/ss� \- - - Date r Public Works Director , Department Approved as to Funding: Referred to City Council for Consideration: V__ . /3 a‘________2____ ___. „ii—d . • • . b 7 i,\_-- -C:" da* °V C° / 1- - StephP B. Curtiss ate Mayor's Office Date Finance Director ;)-D 2015grp • AMENDMENT NO. 3 TO THE AGREEMENT FOR ENGINEERING SERVICES FOR OPW 52472—BURT IZARD LIFT STATION IMPROVEMENTS (CSO) The Professional Services Agreement between the City of Omaha, Nebraska (OWNER) and CDM Smith Inc. (ENGINEER) dated August 12, 2014 for professional services to provide study and preliminary engineering phase services, and Amendments 1 and 2 for final engineering design and bidding assistance is hereby amended as follows: ENGINEER is obligated to comply with the Utilization of Small and Emerging Small Businesses as provided in Exhibit A. A detailed description of the scope of work and services to be performed is listed in Exhibit B. In summary, this amendment incorporates additional services for Construction Management services, for the Burt Izard Lift Station Improvements Project (CSO) based on the Final Design Phase Services completed for the project. The estimated man-hours for this additional work are shown in Exhibit C. The maximum amount for the services covered by this amendment shall not exceed $ One million six hundred ninety-four thousand one hundred sixty-one dollars ($1,694,161) without prior written authorization by the City of Omaha.This amendment does not change any of the provisions of the original contract. In accordance with the provisions of the August 12, 2014 Agreement; This Amendment is executed by ENGINEER this 18th day of August, 2017. C6.0 S-'(TN, Z-t. ENGINEER I 100 By get..1/1(t5f.#4---- ATTEdl. et s yr ,����,: LA—Ad (Title) 1 SF- This Amendment is executed by OWNER this Z:, day of ATTEST CITY OF OMAHA,A Municipal Corporation City erk Mayor APPROVED AS TO FORM: Deputy City Attorney 2 EXHIBIT"A" UTILIZATION OF SMALL AND EMERGING SMALL BUSINESSES It is the policy of the City of Omaha that Small and Emerging Small Businesses shall have the maximum practicable opportunity to participate in City of Omaha projects. With regard to this AGREEMENT,the following Certified Professional Service Provider(s) have been identified and contracted with to perform the identified project tasks: Projected Scope of work or Name of small or commencement Agreed price with Percentage Address project tasks to be emerging small business performed and completion SB/ESB (%) date of work 13478 Chandler Road January 2018— Thiele Geotech, Inc. Omaha, Nebraska 68138- Inspections $6,910 0.4% January 2020 3716 13478 Chandler Road Landscape Design January 2018—Vireo Omaha, Nebraska 68138 CPS Services January 2020 $8,671 0.5% Lovgren Marketing 809 North 96th Street Public Outreach and January 2018— Group Omaha, Nebraska 68114 Involvement January 2020 $16,400 1.0% 3919 Cuming St Contruction January 2018— The Wells Resource LLC $229,260 13.5% Omaha NE 68131 Management January 2020 R.W. ENGINEERING& 6225 N 89th Cir Omaha, Survey January 2018— $3,760 0.2% SURVEYING, INC. Nebraska 68134 January 2020 Totals $265,001 15.6% CERTIFICATION The undersigned certifies that he/she is legally authorized by the ENGINEER to make the statements and representations regarding small and/or emerging small business participation and that said statements and representations are true and correct to the best of his/her knowledge and belief.The undersigned will enter into formal agreement(s)with the identified small and/or emerging small business(es) (which are otherwise deemed by the City of Omaha to be technically responsible to perform the work) listed at the price(s) set forth in this Exhibit conditioned upon execution of a AGREEMENT by the undersigned with the City of Omaha.The ENGINEER agrees that if any of the representation made regarding utilization of small and/or emerging small business by the ENGINEER knowing them to be false,or if there is a failure by the ENGINEER to implement the stated agreements,intentions,objectives,goals,and comments set forth herein without prior approval of the Public Works Director, such action shall constitute a material breach of the AGREEMENT, entitling the City of Omaha to terminate the AGREEMENT for default.The right to so terminate shall be in addition to,and not in lieu of,any other rights or remedies the City of Omaha may have for other defaults under the AGREEMENT,under City of Omaha's Contract Compliance Ordinance or otherwise.Additionally,the ENGINEER will be subject to the terms of any future Professional service awards. Signature Title Date of Signing Firm or Corporate Name CDM Smtih Inc. Address 9200 Ward Parkway,Suite 320,Kansas City,MO 64114 Telpehone Number 816-444-8270 3 Exhibit "B" SCOPE OF SERVICES AMENDMENT NO. 3 OPW 52472 Burt Izard Lift Station Improvements Project (CSO) This AMENDMENT provides for Construction Management Services for improvements to the Burt Izard Lift Station Improvements Project. ENGINEER shall provide Construction Management Services to the CITY as outlined in the task descriptions described herein. Construction Management Services shall be based on the recently completed Final Design phase documents, as approved by the CITY, along with all field investigations results and utility coordination information. ARTICLE 1.SCOPE OF SERVICES This AGREEMENT provides for engineering services for Construction Management Services for the Burt Izard Lift Station Improvements project. This scope of services is organized in categories of project assumptions, project management, and major project design tasks. Major elements of work will include: • Task 1—Bidding Services • Task 2—Project Management and Stakeholder Coordination • Task 3—Construction Management Activities • Task 4—Construction Engineering • Task 5—Field Observation • Task 6—Field Engineering • Task 7—Field Survey • Task 8—Compliance Assistance • Task 9—Close-out Services • Task 10—Allowances The PROJECT work will be performed as part of the overall Omaha CSO/RNC Control Program. The ENGINEER shall perform Construction Management Services in accordance with City and CSO Program Plans, Protocols, Procedures,Standards, and Guidance Documents listed below and subsequent revisions: http://www.omahacsopt.com/proiects/Shared%20Documents/Forms/Document%20Group.aspx 4 ^ The following documents are hereby included in this Scope of Services bvreference: Document Name Document Date PLANS — ------ | Combined Sewer Overflow Control Program Quality Management Updated 12/11/2014 / Risk Management Plan U /l2/Z0lUKevU / Environmental Plan Updated May I013 ! -----' ......—......--.....—......... ' Construction Management Plan 06/25/2 ..................... ................ Program-Wide Materials Management Plan for Soil and Groundwater 04/86/I012 � � PROTOCOLS Construction Management Protocol Updated 04/18/2013 - ` Sewer Separation Protocol Rev. 0.81 Updated 07/30/2010 --- --- ------ - —..........PROCEDURES ���__ City ofOmaha Manhole and Lamping Inspection Procedure Revision Updated 05/09/I014 � � City ofOmaha Pipeline Inspection Procedure Using Closed Circuit Television | UpdatedO4/11/2O14 Revision 4 ' ' Public Information Procedure for[SD and RNC Projects Updated 13/13/2011 | � ROW Management and Property Acquisit"ion ______ Projects City of Omaha Smoke and Dye Testing Procedure (Revision 3) Updated 03/12/2012 Community Enhancement Procedure 04/30/2013 Utility Coordination Procedure Updated 02/28/2013 Updated Procedure for Electronic Advertisement for Projects inthe 4/1S/2014 CSO/RNCProBram ' ������ � Document Control Procedure ]/ / O14 / Electronic Filing Standard Design 06/13/2014 NDE{}Submittals 03/16/2011 Soil Restoration | __ __ ____ PnjectTransition—Designto [nnstruction ' 04/21/2814 / Work Change Acknowledgement 05/10/2012 . | � Document Name | Document Date / STANDARDS ______ Omaha CSO Program CAD Standards with Update 04/Z6/IU18 --'--'---- -' With D4/Z6/3O1OUpdate |nfoVVorksK8ode|in8Standard Updated / 4/ _ Interim Flow Monitoring Standard, Rev.U12/30/2011 Public Works Department Design Division Surveying Proposals Guidelinesfor Preparation and Presentation | / 03/04/I011 Sewer Separation Deliverable Expectations Guidance Documents 04/30/2012 Geotechnical Guidance Document Updated 04/10/2014 Sewer Separation Cost Estimate Template Guidance Updated 06/04/2010 Omaha Green Solutions Site Suitability Assessment and BMP Selection 12/21/2009 Process Guidance Document Private Property Investigation Guidance Updated 07/12/2010 Sanitary Sewer Design Basis and Methodology Guidance Updated 06/27/2010 Storm Sewer Design Basis and Methodology Guidance Updated 06/27/2010 Sustainability Guidance Updated 01/04/2011 GUIDANCE DOCUMENTS ���������� �������--—----------UrbanDesignRevievvBuardGuidanceDocumentforSewer|mpoovement O7/17/201] Projects Liquidated 01/26/2013 -- —r -- Snna|| & Emerging Small Business (SEB) Program Guidance Major ` ' 11/I6/I013 and Sewer Separation Project Teams During Design Memorandum Revised -_---------- —l-- ----- | [�O Project Connmunication� Pk�Tand Project | / � Memorandum � �/ Updated U1/O420l3 ' Omaha Park Department Policies | 0/V01/2014 |---- ------------------ ������ DemoUtionand4sbestosRenoediation Permitting Process lO/l0/ZUIl ___ Notes: l. Any documents listed above may be updated during the duration of the project. In the event that o change is made to o document that affects the scope of work included herein, o contract change may berequired 0 2. City of Omaha Standard Specifications and Plates shall be used, where applicable, unless special conditions require modification. Modifications are to be approved by the CITY. 1. GENERAL For this document,the ENGINEER will be referred to as the CONSULTANT.The CONSULTANT's role on this PROJECT will be to serve as the Construction Manager.The term Construction Manager is defined as the CITY' s Resident Project Representative assigned to the PROJECT. This Amendment provides for field and office engineering services, construction administration management, and observation of work related to the construction of the OPW 52472 - Burt Izard Lift Station Improvements Project, consisting of construction of upgrades to the electrical components in the Grit Basin Room, physical separation of the Grit Basin Room and Storage Room, installation of new hydraulic lids for Grit Basin No. 1, replacement of the crane and clamshell in the Grit Building, installation of a second mechanically cleaned bar screen, replacement of the screenings handling in the Bar Screen, replacement of the pumps, motors, drives, piping, and valves in the lift station, and rehabilitation of Gates 1-5 including new gate actuators. CONSULTANT will assist the CITY and PMT in monitoring and coordinating the CONTRACTOR'1s work to confirm the intent of the contract documents is met. This scope of services is intended to assist the CITY, CONSULTANT, and PMT in administering the contract for construction, monitoring the performance of the CONTRACTOR,verifying that the CONTRACTOR' s work is in substantial compliance with the contract documents, and assisting the CITY in responding to events that occur during the construction. This scope is based on the understanding that the CITY will contract directly with the CONTRACTOR and will be actively involved in the construction process to make decisions, provide approvals, and perform other actions necessary for the completion of the construction.This scope is also based upon the CITY executing a contract for construction with the CONTRACTOR that is consistent with the CONSULTANTs Agreement and with this scope of services, and which provides the requisite authority for the CONSULTANT to fulfill its contractual responsibilities. TASK 1—BIDDING ASSISTANCE AND AWARD OF CONTRACT Objective: Provide assistance to the CITY, on an as requested basis, for assistance during the bidding process and selection of a CONTRACTOR for construction of the Project. Deliverables: Pre-bid conference agenda and summaries, addenda and other items identified by the CITY during the bidding phase, and letter on bid evaluation and recommendation. Scope: 1.1 Transition Meeting No. 1.A transition meeting will be held after submittal of the 95% documents for permits and approvals.The purpose of the meeting is to discuss permit and approval acquisition status, review the pre-bid meeting agenda, and to determine if the project is ready to bid. 1.2 Administration of Advertisement.The ENGINEER will assist the City in preparing and placing advertisements and notices announcing or soliciting bids for construction.The CITY will pay fees associated with advertisements. 1.3 Pre-Bid Meeting. Scope includes attendance at Pre-bid meeting organized by the CITY. Engineer will assist in developing the agenda and content of the meeting and prepare 7 summaries.The ENGINEER will also record all questions and requests for additional information and shall coordinate with the CITY and PMT for issuing responses. 1.4 Bid Period Questions.The ENGINEER will implement the PROGRAM procedures for receiving and answering bidders' questions and requests for additional information. A log of all questions and requests and responses will be kept.The ENGINEER will provide technical interpretation of the contract bid documents and will prepare proposed responses. 1.5 Prepare Addenda.The ENGINEER will assist the CITY and PMT in preparing and issuing addenda as required to address questions raised at the pre-bid meeting, written questions from bidders, or other Contract Document plan and specification clarifications. ENGINEER will distribute the addenda to bidders. 1.6 Bid Evaluation. ENGINEER shall attend the Bid Opening.The ENGINEER will review all bids and evaluate them for responsiveness and bid amount.The ENGINEER will also verify, through reasonable investigation,the financial and performance history of the apparent low bidder and second low bidder.The ENGINEER will prepare a letter of its review and evaluation and recommendation for award.The CITY shall make the final decision on award of the contract for construction.Services in the event of a bid protest situation will be provided under additional services. 1.7 Construction Contract Award. ENGINEER will assist the CITY in preparing the notice of award, assembly, delivery, and execution of the contract for construction, and preparation of the notice to proceed.The CITY shall sign the Notice of Award and Notice to Proceed. TASK 2—PROJECT MANAGEMENT Task 2 includes services conducted to manage the construction engineering team, establish procedures consistent with PMT protocols, provide for documental portal setup, and outreach to the public. Scope: 2.1 Project Administration. Provide for the preparation of monthly invoicing with percent completes by task; monthly progress reports; scope, schedule, and budget tracking; staffing; contract administration; communication with PMT; Quality Control; updating the progress schedule monthly; monitoring percentage of work complete by task; and filing. If not on schedule or budget, explain reasons for deviations. CONSULTANT will prepare meeting summaries of all meetings led by the CONSULTANT. Consultant will track time charges to be reimbursed by the Contractor for additional submittal reviews and RPR overtime as a separate line item to be included in the monthly invoice report. 2.2 PMT Coordination. CONSULTANT will coordinate with designated PMT representatives at the start of the project to ensure that the Program templates, procedures and communications processes are in place. Ongoing coordination with CITY, PMT, Utility and other representatives will occur as a part of the Task 3 activities. 2.3 Quality Management.The CONSULTANT will follow internal quality management procedures. 2.4 Updated Quality Control Plan (QCP). The CONSULTANT will modify as needed their project QCP to be consistent with relevant items in the overall CSO Program QMP for construction phase services. 8 2.5 Updated Project Health and Safety Plan (HSP).The CONSULTANT will update the CONSULTANT' s project HSP applicable to their employees and any sub-consultants working on this project.The HSP will address safety in the office and construction site and shall be consistent with the CSO Program Protocols.CONSULTANT shall submit cover sheet of the updated HSP to the PMT. 2.6 Updated Project Execution Plan (PEP).The CONSULTANT will update the PEP in accordance with the requirements set forth in the Project Delivery Plan prepared by the PMT and the CSO Program Plans and Protocols to address construction phase services. 2.7 Project Kickoff Meeting/Transition Meeting No. 2.The CONSULTANT will conduct an initial project kickoff meeting with the City and PMT.The purpose of the meeting will be to review the project approach, establish project communication procedures; review agenda and attendee list for pre-construction conference, and review construction phase procedures. Kickoff meeting will be scheduled in consultation with City and PMT to occur at least 2 weeks prior to the preconstruction conference. 2.8 Document Portal Management. CONSULTANT will develop documents using Program Protocol templates. All documents, including submittals, will be posted to the PMT Portal and filed with appropriate Metadata. Meetings will be scheduled in Microsoft Outlook and on the Portal. 2.9 Public Outreach and Involvement. Prepare for and attend one pre-construction public meeting in support of PMT and City.Support PMT and the City in up to two one-on-one stakeholder meetings on an on call basis.These meetings may include the National Park Services, neighboring condo association, and CenturyLink Center. Develop a flier for distribution on construction progress and provide quarterly updates. Additional tasks include keep CSO Program Website updated, and coordinate media opportunities. TASK 3—CONSTRUCTION MANAGEMENT ACTIVITIES Task 3 includes the services conducted by the CONSULTANT's Construction Manager and Design Team representatives to administer the construction contract. Scope: 3.1 Pre-Construction Conference. Using an agenda template supplied by the PMT,the CONSULTANT shall coordinate and conduct a pre-construction conference with the CONTRACTOR to review communication,coordination, and other procedures and discuss the CONTRACTOR's general work plan and requirements for the PROJECT.The CONSULTANT will prepare a summary or otherwise document the results of this conference.The CITY and PMT representatives will be invited to participate. 3.2 Construction Administration Management.The CONSULTANT will assist the CITY and PMT in administrating and documenting the construction contract progress and changes using industry standard practices.The CONSULTANT will designate a Construction Manager that will review construction-related information and documentation including payment requests, PROJECT schedule, submittals, RFIs,field orders(FO)s, change proposal request (CPR)s, change orders, work change directives (WCD), and substantial and final completion certification. 9 The CONSULTANT will communicate both verbally and in writing with the CONTRACTOR, PMT, and CITY during the construction.The CONSULTANT will prepare written communications to the CONTRACTOR and provide recommendation s to the CITY and PMT for written communications between the CITY and the CONTRACTOR.The CONSULTANT will follow the Guidelines for CM Routing Procedure. 3.3 Document Management System and Procedures.The CONSULTANT will use CSO Program supplied SharePoint based construction document tracking system for managing,tracking, reporting, and storing relevant documents between the CONTRACTOR, CONSULTANT, PMT, and CITY produced during the construction, and closeout phases of the PROJECT. • The CONSULTANT will, in coordination with the CITY and PMT, maintain hard-copy or digital records, suitably organized, of all relevant documentation. • The CONSULTANT will keep the CITY and PMT advised of the progress of construction. • The CONSULTANT will implement procedures for logging and tracking relevant correspondence and documents.The CONSULTANT will assist the CITY and PMT in monitoring outstanding decisions, approvals, or responses required from the CITY. • The PMT has developed and implemented automated SharePoint workflows for RFIs and FOs. Work flows for CPRs, WCDs, COs and Daily Reports will be followed and documents uploaded to SharePoint lists or document libraries, as indicated in the workflows. 3.4 Payments to CONTRACTOR.The CONSULTANT will receive and review the CONTRACTOR's requests for payment.This will include verification of quantities.The CONSULTANT will determine whether the amount requested reflects the progress of the CONTRACTOR's work and is in accordance with the contract for construction.The CONSULTANT shall provide recommendations to the CITY as to the acceptability of the requests.The CONSULTANT will advise the CITY and PMT as to the status of the total amounts requested, paid, and remaining to be paid under the terms of the contract for construction. Recommendations by the CONSULTANT to the CITY for payment will be based upon the CONSULTANT's knowledge, information, and belief from its onsite observations of the work that the work has progressed to the point indicated. Such recommendations do not represent that continuous or detailed examinations have been made by the CONSULTANT to ascertain that the CONTRACTOR has completed the work in exact accordance with the contract for construction; that the CONSULTANT has made an examination to ascertain how or for what purpose the CONTRACTOR has used the moneys paid; and that title to any of the work, materials or equipment has passed to the CITY free and clear of liens, claims, security interests, or encumbrances. 3.5 Construction Meetings. Using an agenda template provided by the PMT, the CONSULTANT will conduct weekly construction meetings at a selected location for the PROJECT. A monthly meeting will be an extension of the weekly construction meeting that will be attended by a broader PMT group to be advised of the current status of the PROJECT's schedule, cost and scope.The CONSULTANT will establish project-specific agendas to address schedule, risk, work progress, and issues; identify a meeting place; and record and distribute meeting summaries within 7 days after the meeting.The PMT and CITY will be notified of all meetings so that they may attend. 20 monthly meetings are budgeted. 10 3.6 Performance Testing(on-site)and Inspections. The CONSULTANT will coordinate the attendance and observation of performance tests in the field as specified in the contract for construction.The CONSULTANT will employ an independent firm as necessary for tests and inspections. Special materials testing will be performed for drill and epoxy, reinforced concrete,grout infill and equipment pads, masonry, and structural steel. 3.7 Performance Testing(off-site)and Inspections.The CONSULTANT will coordinate the attendance,travel, and observation of performance tests at the factory as specified in the contract for construction.This task only includes the pumping equipment and PLC panels and are based on 1-2 individuals for one trip per equipment. Travel is assumed to be within the continental US. 3.8 Schedule and Other Submittals.The CONSULTANT will review the CONTRACTOR'S construction schedule and verify that it is consistent with the requirements of the contract for construction.The CONSULTANT will advise the CONTRACTOR of any areas where the schedule is not in compliance with the contract documents and assist the CITY and PMT in approving, accepting, or taking other action on the CONTRACOR's schedule, in accordance with the contract for construction. • A meeting will be scheduled to discss review comments for the Baseline Schedule following the preconstruction meeting. • The CONSULTANT's review and comments shall not be considered as a guarantee or confirmation that the CONTRACTOR will complete the work in accordance with the contract for construction. • The CONSULTANT will review the CONTRACTOR 's monthly schedule updates or other schedule submissions.The CONSULT ANT will advise the CONTRACTOR if the updates or other submission are not in accordance with the contract for construction.The CONSULTANT with provide comments to the CITY and PMT regarding the updates or other submissions. • The CONSULTANT will coordinate with the CONTR ACTOR for the submission of required warranties,guarantees, lien releases and other similar documents as required by the contract for construction.The CONSULTANT will advise the CITY as to the acceptability and compliance of these documents with the contract for construction. 11 TASK 4—Construction Engineering Task 4 includes the services conducted by the CONSULTANTs design team to review submittals, assess proposed substitutions, respond to RFIs, and perform periodic visits to the sites. Scope: 4.1 Shop Drawings,Samples and Submittals. a. Submittal Schedule.The CONSULTANT will obtain from the CONTRACTOR a proposed shop drawing and submittal schedule, which shall identify shop drawings, samples, and submittals required by the contract for construction, along with the anticipated dates for submission. b. Review of Shop Drawings, Samples, and Submittals.The CONSULTANT will follow established procedures and workflows for the review of the CONTRACTOR's shop drawings, samples, and other submittals. The CONSULTANT will provide to the CITY logs on a weekly basis that identify and track all shop drawings, samples, and O&M manuals.The CONSULTANT's review of shop drawings, samples, and submittals shall be for general conformance with the design concept and general compliance with the requirements of the contract for construction.The budget is based on up to 200 shop drawing submittals to be reviewed by the CONSULTANT, including first round submittals and subsequent submittals. Additionally, review of up to 40 O&M manual submittals, including first and second round submittals, are included. 4.2 Proposed Substitutions.The CONSULTANT will assist the CITY in reviewing and responding to the CONTRACTOR's requests for any proposed substitution of approved products.The CONSULTANT will review such requests and will advise the CITY as to the acceptability of such substitutions. A total of up to 8 substitutions have been allowed for in the scope of work. 4.3 RFIs.The CONSULTANT will review the CONTRACTOR's RFI or clarification of the contract for construction.The CONSULTANT will coordinate, as appropriate,with the CITY and PMT and issue responses to the requests to the CONTRACTOR.The budget is based on a total of 100 RFI's to be review ed and responded to by the CONSULTANT at an average of 4 hours per RFI. 4.4 Site Visits. Members of the CONSULTANT's design team will visit the PROJ ECT site periodically to observe the general progress of the work. 50 site visits have been budgeted with 20 of these site visits occuring following a monthly construction progress meeting. 4 of the site visits are budgted assuming air travel for a one day trip for one engineer per trip. TASK 5—Field Observation Task 5 includes the field observation services conducted by the CONSULTANT's on-site representatives that will be assigned to the PROJ ECT. Scope: 5.1 Field Observations. Full-time field observation representatives under the direction of the CONSULTANT will conduct onsite observations of the CONTRACTOR 's work for the purposes of determining if the work generally conforms to the contract for construction and that the integrity of the design concept, as reflected in the contract for construction, has been implemented and preserved by the CONTRACTOR.A total of 3,830 hours of RPR 12 hours have been included. RPR Services shall be in accordance with Exhibit B—duties, Responsibilities, and Limitations of Authority of the Resident Project Representative. Should the CONSULTANT discover or believe that any work by the CONTRACTOR is not in accordance with the contract for construction, or is otherwise defective, or not conforming to requirements of the contractor applicable rules and regulations,the CONSULTANT will bring this to the attention of the CONTRACTOR, CITY, and PMT.The CONSULTANT will thereupon monitor the CONTRACTOR's corrective actions and shall advise the CITY and PMT as to the acceptability of the corrective actions. Whenever a CONTRACTOR notifies the CONSULTANT or the CITY of unexpected subsurface conditions at the site (e.g.,geotechnical or environmental),the CONSULTANT will advise the CITY and PMT and will review the conditions at the site.The CONSULTANT will work with the CITY and PMT to determine the appropriate action(s) and will assist the CITY in responding to the CONTRACTOR. The CONSULTANT will assist the PMT in monitoring the CONTRACTOR's coordination of inspection and testing by third-party agencies that have jurisdiction over the PROJECT. CONSULTANT will employ, independent firms for the material testing, specialty inspection, or other services related to verifying the quality of the CONTRACTOR's work. The CONSULTANT will assist in coordinating testing, and inspection services.The CONSULTANT will review the reports and other information prepared by the independent firms that are provided to the CITY. CONSULTANT will assist in coordinating their schedules and the transmittal of their reports,findings, or other information to the CONTRACTOR and/or the CITY and PMT.The CONSULTANT shall not be responsible for the accuracy or completeness of the work and reports of the independent testing and inspection firms. 5.2 Substantial Completion Inspections.The CONSULTANT will participate in completion inspections.The Project Manager, Construction Manager, Structural Engineer, Electrical Engineer, Instrumentation and Controls Engineer, Building Mechanical Engineer,Architect, and Process Mechanical Engineer will participate in the Substantial Completion Inspection. The CONSULTANT will prepare a punch list of items requiring completion or correction. After substantial requirements have been met, a Certificate of Substantial Completion will be issued. 5.3 Final Completion Inspections.The CONSULTANT will participate in the final completion inspection.The CONSULTANT will prepare punch lists of items requiring completion or correction.The CONSULTANT shall make recommendations to the CITY regarding acceptance of the work based upon the results of the final inspection.After final completion requirements have been met, a Certificate of Final Completion will be issued. TASK 6—Field Engineering Task 6 includes the field engineering services conducted by members of the CONSULTANT's design team to address minor changes to the design work based on conditions encountered in the field and/ or at the direction of the CITY. Scope: 6.1 Change Services. Field Orders (FO)s. The CONSULTANT may authorize minor variations in the work through field orders issued to the CONTRACTOR.The changes would not involve an adjustment in 13 the CONTRACTOR's contract price nor time for construction and are not inconsistent with the contract documents. Change Proposal Requests (CPR)and Work Change Directives (WCD). If RFIs or construction changes result in contract time or cost adjustments, the CONSULTANT will review and provide a recommendation for acceptance or rejection based on the review and assist the CITY and PMT with negotiations of the proposal, as needed. 50 change proposals are included in the scope of work. Change Orders. When a number of price or time adjustments have been approved,the CONSULTANT will combine those individual CPRs into a change order and provide that change order to the CITY for its action. 5 change orders are budgeted. 6.2 Claims and Disputes.The CONSULTANT will receive, log, and notify the CITY about all letters and notices from the CONTRACTOR concerning claims or disputes between the CONTRACTOR and CITY pertaining to the acceptability of the work or the interpretation of the requirements of the contract for construction.The CONSULTANT will review all such letters and notices and will discuss them with the CONTRACTOR as necessary to understand each such claim or dispute.The CONSULTANT will advise the CITY regarding the CONTRACTOR's compliance with the contract requirements for such claims and disputes.The CONSULTANT will assist the CITY in discussions with the CONTRACTOR to resolve claims and disputes. 150 hours have been budgeted for for this task. TASK 7—Field Survey Task 7 includes the field survey services conducted by members of the CONSULTANT's design team. Survey work will not be performed by the CITY on this PROJECT Scope: 7.1 This task includes the construction layout and staking services to be performed by the CONSULTANT in support of the construction work.The scope consists of the following: a. Determine floor elevations as required. b. Submit field notes in Project Books c. Establish Control - Maintain,verify and establish horizontal and vertical control points as needed. 7.2 Scope assumes 2 trips to the site and staking points on a one-time basis. TASK 8—Compliance Assistance Task 8 includes the services conducted by members of the CONSULTANT's design team related to permitting compliance activities. Scope: 8.1 Permit Compliance Coordination. Permit coordination will be conducted by the PMT's Compliance Coordinator.The CONSULTANT will assist as requested in the tracking and verification that each CONTRACTOR is applying for permits required per the CONTRACT. 8.2 Migratory Bird Treaty Act(MBTA)Surveys. CONSULTANT will hire a sumconsultant to perform MBTA surveys prior to the construction activities (clearing and grubbing, tree 14 removal, etc.) to identify active nests.The number of surveys will be dependent on the Contractor's schedule and is currently estimated to be four surveys. a. Reporting i. Provide e-mail summary of findings on the day of the survey followed by a memo report with appropriate documentation within two days from completion of MBTA survey. ii. Report to contain, surveyor name, date and time of survey, project location,field observations and results, weather conditions, bird species observed, location, number and species of active bird nests observed within the survey area, and recommended actions. TASK 9—Close-out Services Upon completion of the construction work,Task 9 includes services conducted by members of the CONSULTANT's design team to prepare digital record drawings and provide a final copy of construction documents. Scope: 9.1 Record Drawings.The CONSULTANT shall review the Contractor's set of record drawings showing changes made during construction as the work progressed. Design Professional shall revise the original contract drawings to reflect modified work changes, prepare record drawings of the work and transmit completed final record drawings to the CITY. Record drawings will be prepared in CADD format with notes added to the plan sheets documenting changes during construction. Deliverable shall be a full Adobe PDF file of the complete record drawing set and CADD files. 9.2 Closeout File and Records.At project completion,the CONSULTANT will provide to the CITY an organized set of PROJECT documents and records in accordance with the City of Omaha Document and Data Control procedure for Projects. TASK 10—Systems O&M Manual and Training Upon near completion of the construction work,Task 10 includes services conducted by members of the CONSULTANT's design team to prepare a Systems Operations and Maintenance (O&M) Manual and train the City staff on operations of the lift station. Scope: 10.1 Systems O&M Manual.The CONSULTANT will develop a Systems O&M manual describing the operation of the Project facilities and systems.This manual will explain the various primary modes of operation that may be used for both a 25 mgd operating scenario and 50 mgd operating scenario.The manual will explain the purpose and basic concepts of the various components that are incorporated into the facility. Where appropriate, reference will be made to the manufacturer's detailed O&M submittals.The manual will be suitable as an operational tool and to facilitate operator training and will include definition of controls items such as definition of light colors on panels. Additionally, the manual will include a checklist for re-establishing operations. Four hard copies and one pdf of the draft and final manual will be provided. This task includes one site-visit performed by an O&M specialist for a one-day visit during prepration of the draft manual. 10.2 Systems O&M Training.The CONSULTANT shall provide a supplemental instruction to the 15 CITY's staff in the operation, maintenance, and testing of the equipment provided under the PROJECT.This instruction shall cover both operational concept and actual operation of the systems and componenets under both normal and abnormal operations that are likely to occur The CONSULTANT shall also coordinate the services of qualified representatices from the equipment manufacturers to perform independent equipment focued training. The training shall be a single session in one day and material for up to 20 attendees will be provided. TASK 11—Allowances A budget has been established to address scope of work items not covered under the basic scope of services defined for Tasks 1 through 10. Items that could be performed, but not limited to, under this task include additional RFI response, additional shop drawing reviews, specialized environmental testing, additional field observation time, additional public involvement efforts, and additional change/claim support.A mutually agreeable scope, schedule and budget for activities under this allowance will be approved by the CITY prior to performing these services. ASSUMPTIONS Task 1—Bidding Assistance and Award of Contract • The hours included for bidding assistance assume the project will bid once and no more than one one bid package for the entire project. Task 2- Project Administration • A total of 108 hours has been included in the budget for public outreach and involvement. Task 3-Contract Administration • Weekly construction progress meetings will be attended at the project site by representatives of the CONSULTANT. It is anticipated that the design phase Project Manager, Project Engineer or design phase team members will participate in 20 of these weekly meetings each and that these will conincide with a site visit as discussed above.A total of 88 meetings have been budgeted. Task 4-Construction Engineering • The shop drawing review budgets are based on the review of 200 shop drawing submittals (including one original and one re-submittal). • A budget of 154 hours is included for review of proposed substitutions for products not previously approved. • The RFI budget is based on a response to an estimated 100 RFIs with 4 hours per RFI. Task 5- Field Observation • For the Project, on-site observation services by the Primary Field Observer are scheduled for 20 months(86 weeks) of the anticipated construction period.405 hours per week is budgeted. • It is anticipated that periods of construction will involve working at night hours during low flow within the combined system.An observer is anticipated to be needed at various times to cover these situations. 16 • Public information services as defined in the construction contract and distribution of construction notices, if any, shall be by Contractor. • RPR Services shall be provided as described in Attachment A. Task 6-Field Engineering • A budget of 420 hours has been provided for the design of CITY requested project changes and/or unforeseen conditions. • A budget of 126 hours has been provided for addressing claims/disputes. Task 7-Field Survey • Survey work is defined to include: — Determine floor elevations as required. — Submit field notes in Project Books — Establish Control - Maintain, verify and establish horizontal and vertical control points as needed. — 2 trips to the site and staking points on a one-time basis. Lost or destroyed stakes will be provided for upon request. Task 8-Compliance Assistance • Permit Compliance Coordination. Permit coordination will be conducted by the PMT's Compliance Coordinator.The CONSULTANT will assist as requested in the tracking and verification that each CONTRACTOR is applying for permits required per the CONTRACT. • Migratory Bird Treaty Act (MBTA)Surveys. CONSULTANT will perform MBTA surveys prior to the construction activities (clearing and grubbing, tree removal, etc.)to identify active nests.The number of surveys will be dependent on the Contractor's schedule. (Assume 1 surveys). Other • CONSULTANT's scope is based upon the schedule or duration of construction defined in these assumptions. • CONSULTANT will not be responsible for the means, methods,techniques,sequences or procedures of the CONTRACTOR, nor shall CONSULTANT be responsible for the CONTRACTOR's failure to perform in accordance with the contract documents. • Programming of HMI, SCADA, or PLC systems and configuration on instrumentation components will be performed in its entirety by the Contractor. III. PROJECT SCHEDULE The schedule for this scope of work is based on construction beginning in January of 2018 and completing in August of 2019. 17 Project Total Thiele TASKS • Total Hours Task Total I Manager Structural Steel Spaded Project Admin Direct Expenses Total Hours Task Total y hupector Inspector Billing Rata I 174 $ 77 $ 72 $ 56 TASK 1-Bidding Services TASK 1.1 Transition meeting No.1 10 $ 2,580 f $ - TASK 1.2 Administration Advertisement 6 $ 980 ( $ - TASK 1.3 Pre-Bid Meeting 10 $ 2,800 I 5 - TASK 1.4 Bid Period Questions 74 $ 15,925 1 TASK 1.5 Prepare Addenda 78 $ 14,260 F $ TASK 1.6 Bid Evaluation 11 $ 1,637 I $ - TASK 1.7 Construction Contract Award 18 $ 3,145 I $ - TASK HOURS 207 0 0 0 0 - TASK FEE $ 41,327 - $ - $ $ - $ - $ TASK 2-Project Management ' TASK 2.1 Project Administration 392 $ 61,876 r g $ 1,392.00 TASK 2.2 PMT Coordination 36 $ 5,880 $ TASK 2.3 Quality Management 56 $ 14,020 $ TASK 2A Quality Control Plan 10 $ 1,360 $ TASK 2.5 Health and Safety Plan 26 $ 4,700 $ TASK 2.6 Project Execution Plan 20 $ 2,780 i $ - TASK 2.7 Project Kickoff Meeting/Trans Meeting No.2 30 $ 6,010 1 2 $ 348.O0 TASK 2.8 Document Portal Management 20B $ 29,360 l $ TASK 2.9 Public Outreach and Involvement 108 $ 18,960 $ TASK HOURS 888 I 10 0 0 0 10 TASK FEE. 5 144.946 , 1,740.00 $ • $ • $ • $ • $ 1,740.00 TASK 3-CONSTRUCTION MANAGEMENT ACTIVITIES TASK 3.1 Pre-Construction Conference 34 $ 6,450 1 0 $ - TASK 3.2 Construction Administration Management 404 $ 63,430 i 0 $ TASK 3.3 Document Management Sys.&Procedures 100 $ 14,720 • 0 $ TASK 3.0 Payments to Contractor 80 $ 10,400 1 0 $ TASK 3.5 Construction Meetings 780 $ 148,500 . 0 $ - TASK 3.6 Performance Testing(on-site)&Inspections 86-$ 8,160 20 40 750 60 $ 5,170.00 TASK 3.7 Performance Testing(off-site)&Inspections 82 $ 21,120 . 0 $ TASK 3.8 Schedule and Other Submittals 96 $ 13,920 1 0 $ TASK HOURS 1662 1 0 20 40 0 60 TASK FEE $ 286,710 1 $ 1,540.00 $ 2,88000 $ $ 7$0A0 $ 5170.00 TASK 4,1 • Shop Drawing Samples and Submittals 1,084 $ 188,775 • 0 $ - TASK 4,2 Proposed Substitutions 154 $ 27,440 0 $ - TASK 4.3 RFI 400 67,480 i 0 $ - TASK 4.4 Site Visits 435 $ 82,200 • 0 $ - TASK HOURS 2073 , 0 0 0 .0 - TASK FEE 5 365,195 $ $ $ $ • $ TASK 5.1 •Field Obsem0ons 132 $ 16,590 0 5 - r Task 5.1. RPR 3,400 $ 5t6,000 0 $ - Task 5.2 Substantial Completion Inspection 60 $ 16.320 0 $ - Task 5.3 Final Inspection 16 $ 3,800 • 0 $ - TASK HOURS 3648 0 0 0 0 - TASK PEE $ 552,710 _ $ - $ - $ - $ - $ _ TASK 6-FIELD ENGINEERING TASK 6.1 Change SeMces 420 $ 67,300 0 $ - Task 6.2 Claims and Disputes 126 5 21,080 • 0 $ - - TASK HOURS 546 0 0 0 0 - TASK FEE $ 86,360 ' $ - $ - $ $ $ TASK 7-FIELD SURVEY TASK 7.1 Construction Layout and Staking Services 18 $ 3,400 0 $ - TASK 7.2 Four Trips to Site 16,$ 2.880 0 $ - TASK HOURS 34 I 0 0 0 0 - TASK FEE $ 6,280 $ $ $ $ $ TASK 8.1 • Permit Compliance Coordination 46 $ 6580 0 $ - TASK 8.2 Migratory Bird Treaty Act(MTBA)Surveys 17 $ 2,033 0 $ - TASK HOURS 63 $ - 0 0 0 0 - TASK FEE $ 8613 $ $ $ $ $ TASK 9.1 • Record Drawings 408 $ 52,660 0 $ - Task9.2 Closeout File and Records 100 $ 15,400 0 $ Task 9.2. RPR Site Ooseout 40 $ 6000 , 0 $ - TASK HOURS 54d 1 0 0 0 0 - TASK FEE $ 74,060 1 $ $ $ $ $ TASK 10.1 Systems O&M Manual 320 $ 63,000 0 $ - TASK 10.2 Systems O&M Training 56 $ 15,920 0 $ - TASKHOURS 376 • 0 0 0 0 • TASK FEE $ 76,920 $ $ • $ $ $ TASK 11.1 Detailed Task Assignments 280 j 46,320 0 $ )Approved by the City) _ - $ - 0 $ - TASK HOURS 280 $ - 0 0 0 0 - TASK FEE $ 46,320 - $ - $ - $ - $ - $ _ 10 $ 20 $ 40 $ - $ - 10,325 $ 1,694,161 1,740 $ 1,540 $ 2,880 $ - $ 750 70 $ 6,910 suestu 0 ITf 7100 I 1IX3 % cam solo prime) promise tot 84.43 Phu s4no TO 0.43 vireo $4011 Ia 0.51 t4.onr MAX 06 1.01 emu Rn0urte group $0050s0 I,1a1 13.51 rev Fnpk,wkq 0.76o 16 0.23 Tom la0nlbwa 10,125 I Tam iaa I10c101 1 - _ _ __ Vireo RW Engineering TASKS • Project PrhMpei Project Manager Associate i Tptel Noun Task Total Prefect OFReer/CSL Project Manager Direct Expenses Total Hours Task Taal Billing Rate $ 122 $ 101 $ 64 6 TASK 1.Bidding Service: Billing Rate $ 200 $ Is5 TASK 1.1 Transition meeting No.1 TASK 1.2 Administration Advertisement I $ 260 $ TASK 1.3 Pre'Bid Meeting I $ - $ TASK 1.4 Bid Period Questions 1 1 I $ - $ - . TASK 1.5 Prepare Addenda $ $ • • TASK 1.6 Bid Evaluation 1 4 I $ $ $ $ • TASK 1.7 Construction Contract Award _ 1 1 I TASK HOURS 0 3 6 I $ - - - $ • 0 0 • TASK FEET $ • $ 903 $ 384 $', $ 260 $ • $ - S $ TASK 2-Project Management --- TASK 2.1 Project Administration 8 8 1 20 $ 2,800 5 TASK 2.2 PMT Coordination I24 $ 3,120 $ TASK 2.3 Quality Management I 0 $ _ $ TASK 2.4 Quality Control Plan 1 4 $ 520 5 TASK 2.5 Health and Safety Plan 4 $ 520 $ TASK 2.6 Project Execution Plan 8 $ 1 0 $ TASK 2.7 Project Kickoff Meeting/Trans Meeting No.2 2 4 $ 520 $ TASK 2.8 Document Portal Management S 40 $ 5,200 $ • TASK 2.9 Public Outreach and Involvement 16 $ 2,080 $ • TASK HOURS 0 10 8 1 120 0 0 - TASK FEE $ • $ 1,010.00 $ 512.00 $I $ 15,800 $ - $ - $ . $ TASK 3-CONSTRUCTION MANAGEMENT ACTIVITIES TASK 3.1 Pre-Construction Conference 12 $ 3560 $ - TASK 3.2 Construction Administration Management 2 2 200 $ 26,000 - $ TASK 3.3 Document Management Sys.&Procedures 20 $ 2,600 $ TASK 3.4 Payments to Contractor TASK 3.5 Construction Meetings 80 $ 10,400 $ TASK 3.6 Performance Testing(on-site)&Inspections 6 6 320 $ 41,600 $ TASK 3.7 Performance Testing(off-site)&Inspections 12 $ 1,560 $ TASK3.8 Schedule and Other Submittals 8 $ 1,040 $ TASK HOURS 0 8 8 80 $ 30,400 $ TASK FEE $ - $ 808.00 $ 512-00 $II 732 $ 95 160 $ • 0$ - 0$ - 5 - TASK 4•CONSTRUCTION ENGINEERING TASK 4.1 Shop Drawing Samples and Submittals 3 3 100 $ 13,000 0 $ - TASK 4.2 Proposed Substitutions 20 $ 2,600 0 $ TASK 4.3 RFl120 I TASK 4.4 Site Visits too $ 15,600 0 $ - TASK HOURS 0 0 0 00 $ 13,000 0 $ 940 0 0 TASK FEE $ - $ - $ - $I $ 44,200 $ • $ $ - 0 $ - TASKS-FIELD OBSERVATION - - - TASK 5.1 Field Observations 6 6 120 $ 15,600 • 0 $ - Task 5.1: RPR 0 $ _ 0 $ - Task 5.2 Substantial Completion Inspection • 20 $ 2,600 0 $ • Task 5.3 Final Inspection 8 $ 1,040 0 $ - TASK HOURS 0 6 6 too 0 0 • - TASK FEE $ - $ 606.00 $ 384.00 $'. $ 19,240 $ $ $ - $ • TASK 6-FIELD ENGINEERING - - TASK 6.1 Change Services 4 4 200 $ 26,000 • 0 $ • Task 6.2 Claims and Disputes P 60 5 7,800 0 $ • TASK HOURS 0 4 4 260 0 0 - TASK FEE $ • $ 404.00 $ 256.00 $ $ 93,800 $ - $ $ • $ • TASK 7-FIELD SURVEY - - - - - - - - - TASK 7.1 Construction Layout and Staking Services 8 $ 1,040 4 4 500 8 $ 1,920 TASK 7.2 Four Trips to Site e $ 1,040 8 600 8 $ 1,840 TASK HOURS 0 0 0 16 4 12 16 TASK FEE $ • $ - $ - $ $ 2,080 $ 800.00 $ 1,860.00 $ 1,100.00 $ 3,760 TASK 8-COMPLIANCE ASSISTANCE - - - TASK 8.1 Permit Compliance Coordination 40 $ 5,2000 $ - TASK 8.2 Migratory Bird Treaty Act(MTBAI Surveys 3 3 8 $ 1,040 0 5 • TASK HOURS 0 3 9 48 0 0 TASK FEE $ $ 303.00 $ 192.00 5 I $ 6,240 $ $ $ • $ TASK 9.1 • Record Drawings 4 4 16 $ 2.080 0 $ Task 9.2 Closeout File end Records 40 $ 5,200 0 $ Task 9.2. RPR Site Closeout 0 $ _ 0 $ - TASK HOURS 0 4 4 1 56 0 0 TASK FEE $ - $ 404 $ 256 $ $ 7,280 $ - $ - - $ - $ TASK 10.SYSTEMS O&M MANUAL AND TRAINING - - TASK 10.1 Systems O&M Manual 0 $ - 0 $ - TASK 10.2 Systems 0&M Training 0 $ - 0 $ - TASK HOURS 0 0 0 0 0 - TASK FEE $ - $ - $ - $ $ - $ - .$ - S $ - TASK 110.ALLOWANCES TASK 11.1 Detailed Task Assignments 8 8 • 40 $ 5,200 0 $ - (ApprovedbytheCity) 1 0 $ - o $ TASK ROOKS 0 8 8 40 0 0 TASK FEE $ - $ 808.00 $ 512.00 $ $ 5,200 $ $ - $ • $ WiligNIIII Ilk EI."�.stbrY+- - :uC i;--- :a•3;.u$aa'':.sZ�,�t�:Is1Ra:_�g% i. _,-...- ___. _-_-- •.- 5 • $ 46 $ 47 $ - - . 5 4 $ 12 $ • $ - $ 4,606 $ 3,008 $ 1762 5 229,260 $ 800 $ 1,860 $ 1,100 16 $ 3,760 sum/A Y8Y MP 0DK ONIn(Rine) TNele woo Lapree Wells{tenor.Group RNEnpkae4no tom taxer noun Teal Fee C-25A CITY OF OMAHA LEGISLATIVE CHAMBER Omaha, Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, a professional services agreement with CDM Smith, Inc. to perform study and preliminary engineering phase services for the Burt Izard Lift Station Improvements Project, known as OPW 52472 (CSO) was approved by City Council Resolution No. 994 on August 12, 2014; and, WHEREAS, additional construction management services not included in the scope of the original Professional Services Agreement are required to accomplish construction goals of this project; and, WHEREAS, CDM Smith, Inc. has agreed to perform the additional services needed as detailed in the attached Amendment No. 3 to the Agreement, which by this reference is made a part hereof, for a total additional cost of$1,694,161.00, which will be paid from the Sewer Revenue Improvements Fund 21124, CSO Control Implementation Organization 116918. Sewer Revenue Bonds will be issued to finance this project. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, as recommended by the Mayor, Amendment No. 3 to the Professional Services Agreement with CDM Smith, Inc. to provide construction management services for OPW 52472 (CSO), being the Burt Izard Lift Station Improvements Project, is hereby approved. BE IT FURTHER RESOLVED: THAT, the Finance Department is authorized to pay an additional $1,694,161.00 for these services, to be paid from the Sewer Revenue Improvements Fund 21124, CSO Control Implementation Organization 116918. Sewer Revenue Bonds will be issued to finance this project. 2015grp APPROVED AS TO FORM: . --/-1,1-•"" /CITY ATTORNEY DATE . LI I ..e4-67- , By QQ - - 0 Councilmember� Adopted St.....`..1.. 11 1- ....... ..... Q r\ City Clerk ` t\ I1-(C Approve /�i+...,_ ... • Mayor RESOLUTION NO. 1082 Item Submitted By: Gary Pech Department: PW Council Meeting Dates: September 19, 2017—APPROVED 7-0 Res. that, as recommended by the Mayor, Amendment No. 3 to the Professional Services Agreement with CDM Smith, Inc. to provide construction management services for OPW 52472 (CSO), being the Burt Izard Lift Station Improvements Project, is hereby approved; and that, the Finance Department is authorized to pay an additional $1,694,161.00 for these services from the Sewer Revenue Improvements Fund 21124, CSO Control Implementation Organization 116918. Sewer Revenue Bonds will be issued to finance this project. • Presented to City Council September 19, 2017 APPROVED 7-0 elizabetit &tier City Clerk