Loading...
RES 2016-0506 - Agmt with George Butler Associates Inc for OPW 52960, 2016 flow meter maintenance OMAHA'NF 0 g'? r , } " a '1 Public Works Department � '�� c + Omaha/Douglas Civic Center A181a Fa Dounam Street,Suite to z�E� ri h April 19, 2016 2016 �g� Omaha,Nebraska 68183-0601 0� , 1 � w lift j�'^- (402)444-5220 P �~. A Fax(402)444-5248 R'r�D FEBR0.* 1 1 •' L Robert G. Stubbe,P.E. City of Omaha "� -:� Public Works Director + f,,., 14, Jean Stothert,Mayor '- ; Honorable President and Members of the City Council, Transmitted herewith is a Resolution approving a Professional Services Agreement with George Butler Associates, Incorporated, to provide professional engineering services for OPW 52960, being the 2016 Flow Meter Maintenance project. Approval of the attached resolution allows George Butler Associates, Incorporated to proceed project with the work, as outlined in the attached Agreement. This work consists of; management, meter maintenance and other services associated with OPW 52960. George Butler Associates, Incorporated has agreed to perform these services for a fee not to exceed $28,148.00, which is detailed in Exhibit C of the agreement. These costs will be paid from the Sewer Revenue Fund 21121, Sewer Planning Unit Organization 116512. George Butler Associates, Incorporated has filed the required Contract Compliance Report, Form CC-1, in the Human Rights and Relations Department. The Public Works Department requests your consideration and approval of the attached Resolution and Agreement. y Res1 ectfully submitted,(. Approved: • /4- otl-'' 41 ' , 3-.ye-16 Robert G. Stubbe, P.E. Date pencer K. Danner Jr. Date Public Works Director Human Rights and Relati s Director Approv d as to Funding: Referred to City Council for Consideration: //1-1"--- ‘4* 61/2/A.---- 1///te. "h) --) z.v/ Stephe B. Curtiss Date Mayor's Office Daet Finance Director 19 1294hra PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is hereby made and entered into this /91day o ` 9' , by and between the City of Omaha, a municipal corporation located in Douglas County, Nebraska(hereinafter referred to as the "City"), and George Butler Associates,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". I. PROJECT NAME AND DESCRIPTION OPW 52960-2016 Flow Meter Maintenance project. 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 365 day period after receipt of a purchase order from the City. B. Provider designates Kurt Hassler whose business address and phone number is 9370 G Court, Omaha, Nebraska 68127, (402) 513-3151 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 365 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 A. City designates Evan Wickham whose business address and phone number are 6880 "Q" Street, Omaha, Nebraska 68117, (402) 546-0700 as its contact person for this project, who shall provide a notice to proceed and such other written authorizations as are necessary to commence for 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 exceed $28,148. 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 construction 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 construction documents prepared under this Agreement shall become the property of the City. The City shall not reuse at another site or make any modification to the construction documents without the 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 construction documents by the City,regardless of whether such reuse or modification is for use at the Project site or another site. VI. ADDITIONAL SERVICES In the event additional services for the aforementioned project not covered under this Agreement are required, Provider agrees to provide such services at a mutually agreed upon cost. VII. INSURANCE REQUIREMENTS 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 attorneys' 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. 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 attorneys'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 manner 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, sex, age, or disability as recognized under 42 USCS 12101 et seq. and Omaha Municipal Code section 13-89, race, color, creed, religion, sex, marital status, sexual orientation, gender identity, national origin, age,or disability. B. Captions. Captions used in this Agreement are for convenience and are not used in the construction of this Agreement. C. Applicable Laws. Parties to this Agreement shall conform with all existing and applicable city ordinances, resolutions, state laws, federal laws, and existing and applicable rules and regulations. Nebraska law will govern the terms and the performance under this Agreement. D. Interest of the City. Pursuant to Section 8.05 of the Home Rule Charter,no elected official or any officer or employee of the City shall have a financial interest, direct or indirect, in any City Agreement. Any violation of this section with the knowledge of the person or corporation contracting with the City shall render the Agreement voidable by the Mayor or Council. E. Interest of the Provider. The Provider covenants that he presently has no interest and shall not acquire any interest, direct or indirect, which would conflict with the performance of services required to be performed under this Agreement; he further covenants that in the performance of this Agreement, no person having any such interest shall be employed. F. 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 services 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. 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. 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. L. 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 applicants 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 the provisions of Paragraphs (1) through (7) herein, including penalties and sanctions for noncompliance; however, in the event the Contractor becomes involved in or is threatened with litigation as the result of such directions by the City,the City will enter into such litigation as 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. e- 1,4AA ,, • ,, 1 ,�ulb _:�`4, CJU EX TED this /0/A day of mQY(-A , - _ aeo e ff�fjte A$soci4eS,Tyi . c �' , - Provider J ��.. S ELLA ''�'• ilt-dv,lee By riltsT 's asvt eadatil rt+ (Title) //��j�� EXECUTED this . /s day of %C.,/ . eV,/ AI it S CITY OF OMAHA, Municipal Corporation Asp Br---T;0S4,,. — ie.—Q___ City erk Mayor APPROVE AS TO FORM: /,./.2 Ile& Depuy City Attorney Revised: 12/2012 EXHIBIT "A" RESERVED EXHIBIT "B" SCOPE OF SERVICES EXHIBIT"B" SCOPE OF SERVICES OPW 52960—2016 FLOW METER MAINTENANCE This Scope of Services describes the maintenance services required to be performed to thirteen metering sites operated by the CITY on its sanitary sewer collection system. The following work tasks describe the engineering services to be provided but are not necessarily limited to: I. GENERAL This project will be referred to as OPW 52960 — 2016 Flow Meter Maintenance. This step of the project involves the maintenance of several existing flow meters operated by the CITY in its sanitary sewer system. The purpose of this project is for field verification of velocity and level readings at individual flow meter locations.This project will also allow for the inspection, maintenance, and minor cleaning of these existing flow meters, including the evaluation of the flow meters, probes, mounting brackets, and data collectors. In the event of equipment failures, the CITY will provide the replacement parts to be installed by the ENGINEER. The flow meters to be maintained under this contract are listed in the table below. 0 i 0' 1 0390004 10875 West Dodge Road ISCO 2150(AV) 30"circular 3 2 0699028 6303 L Street ADS Flowshark(AV) 66"circular 3 3 0719008 4949 South 66th Plaza ISCO ADFM 72"circular 3 4 0839020 10800 Leavenworth Street ADS Flowshark(AV) 54"circular 3 5 0941005 4131 S 143rd Circle ISCO 2150(AV) 48"circular 3 6 0942004 4526 S 140th Street ISCO 2150(AV) 30"circular 3 7 4001001 15705 Harlan Lewis Road ISCO ADFM 9'x9'Box 3 8 4051002 11820 Harry Andersen Avenue ISCO 2150(AV) 60"circular 3 9 4052005 10808 Olive Street ISCO 2150(AV) 18"circular 3 10 4052015 10900 Harry Andersen Avenue ISCO ADFM 72"circular 3 11 4052051 11435 S 36th Street ISCO ADFM 78"circular 3 12 4052060 10808 Olive Street ISCO 2150(AV) 30"circular 3 13 4062002 8970 S 48th Street ISCO Laser Flow 90"circular 3 14 Gl 6700 Ames Avenue ISCO 2150(AV) 21"circular 2 15 GI 6700 Ames Avenue ISCO 2150(AV) 30"circular 2 16 H2 6700 Ames Avenue ISCO 2150(AV) 12"circular 2 17 0265004 8301 Cass Street ISCO 2150(AV) 42"circluar 2 18 0295019 8429 Blondo Street ISCO 2150(AV) 36"circular 2 19 302017 8769 Browne Street ISCO 2150(AV) 30"circular 2 20 0297005 3020 Keystone Drive ISCO 2150(AV) 24"circular 2 21 207 1204 J Street ISCO 2150(AV) 18"circular 2 II. SCOPE OF SERVICES Services to be provided by George Butler Associates, Inc. consist of the following Tasks as outlined below: TASK 1 PROJECT MANAGEMENT Objective: Provide for the overall project management, administration and project coordination throughout the duration of the PROJECT. Deliverables: Monthly invoices; schedule updates; and meeting minutes. Scope: 1.1 Project Management and Administration. ENGINEER shall monitor progress and schedule and facilitate coordination of the maintenance of the flow metering equipment; prepare invoicing; track scope, schedule, and budget; provide staffing management and contract administration; maintain communication with the CITY; maintain Quality Control; and provide PROJECT schedule updates. If not on schedule or budget, explain reasons for deviations and provide mitigation plan to rectify. TASK 2 METER MAINTENANCE Objective: Perform field verification of velocity and level information related to the flow at the location of the flow meter sensor to help ensure the proper functionality of the metering equipment and complete a maintenance summary technical memorandum. Work to include on-site minor cleaning and tightening of flow meter equipment. Deliverables: None. Scope: 2.1 Meter Maintenance. The ENGINEER will provide two confined space entry qualified personnel to enter the manhole structure at each of the 21 sites listed in Part 1 of the Scope of Services in this contract. For sites 1 through 13 meter maintenance will be conducted a minimum of three times throughout the year. For sites 14 through 21 meter maintenance will be conducted a minimum of two times throughout the year (new meters installed by April 2016). Typically visits will be scheduled in March, July, and November. The CITY will provide additional personnel to accompany the ENGINEER to each of the sites. These personnel will assist with equipment, entry to the site, and other tasks as assigned by the ENGINEER. The ENGINEER will provide two weeks' notice prior to conducting inspections to allow for the scheduling of personnel. The ENGINEER will provide the following services at each of the 21 metering sites. 2.1.1 Inspection of Equipment. The ENGINEER will inspect all equipment associated with the flow meter including the data collector, probe, cable, and band. This will include checking all connectors and anchors. Any loose connection or anchors will be repaired or replaced at the discretion of the ENGINEER. 2.1.2 Replacement of Sensors. The ENGINEER will replace up to four (4) sensors per inspection cycle. The CITY shall provide the sensors. ENGINEER will return all sensors that were replaced upon completion of the inspection cycle. 2.1.3 Manual Readings. The ENGINEER will take manual readings of the depth of flow, depth of debris, and velocity of the flow in the pipe, if any, and record the findings on the Site Visit sheets. Readings will be taken before and after cleaning of the probe. Manual Measurements and Velocity Profiling - Manual level measurements and velocity profiling are important to verify the flow meter is taking accurate measurements. Always obtain a manual level and velocity profile during installation. A flexible measurement tape is typically used to measure the flow depth by placing the measurement tape inside the pipe above the sensor and measuring the distance from the crown of the pipe to the top of the flow to the nearest 1/8 inch. Subtract this crown to flow measurement from the actual inside pipe diameter. This will yield an accurate flow depth, which is compared to the instantaneous meter level reading (real time depth reading). Attempting to measure the flow by directly placing the measurement tape in the flow will increase the error due to a splashing effect, especially with high velocity flows. Follow the manufactures installation manual to calibrate or adjust level for differences in manual and real time depth readings. The manual velocity measurement is collected by obtaining a velocity profile of the flow with a portable velocity meter. There are two methods for obtaining profile measurements. The first method is for flow levels of 3 inches or less. For this method, take a velocity reading at its fastest point (typically just below the surface). If possible take readings in the center, to the right and the left. Average the readings to calculate the velocity profile. The second method is for flow levels greater than 3 inches. Take velocity readings at seven different locations in the flow. Two readings should be taken on the right side, three in the center of the pipe, and two on the left side. Take an average of the readings to calculate the velocity profile. Note the difference between the manual and instantaneous meter velocity measurements. If a significant difference exists between manual measurements and real time velocity readings from the flow monitor, recalibrate the meter per manufacturer's recommendations. 2.1.4 Cleaning of Equipment. The ENGINEER will use a brush to clean any debris from around the probe sensor to allow it to record data. The ENGINEER will not remove excessive amounts of debris from the pipe or around the probe. If these conditions are observed it will be reported to the CITY. TASK 3 PREPARE TECHNICAL MEMORANDUM Objective: This task will consist of preparing a Technical Memorandum summarizing the status of each metering site, the equipment, maintenance that was performed, and recommended maintenance. Deliverables: The key deliverable will be a Technical Memorandum. This Technical Memorandum shall include a narrative describing the status of each metering site, maintenance conducted, environmental conditions encountered, and recommended maintenance to the site. The Technical Memorandum will be submitted in digital pdf format to the CITY. Scope: 3.1 Semi-Annual Technical Memorandum. ENGINEER will prepare and submit a Technical Memorandum (TM) to summarize the findings of the flow meter maintenance conducted at each metering site. 3.1.1 Status of Metering Equipment. ENGINEER will describe the status of the metering equipment when the crew arrived on site. This will include any signs of equipment malfunctions, damage to the equipment, and any vandalism that may be noted. 3.1.2 Maintenance Conducted. ENGINER will provide a description of the maintenance conducted to the site. This will include cleaning, repairs, or other maintenance that was completed by the inspection crew. 3.1.3 Site Visit Sheet. The TM will contain a copy of the Site Visit Sheet completed by the inspection crew. This will contain general information about the site and the manual readings taken during the inspection. 3.1.4 Environmental Conditions. The TM will contain information about the environmental conditions encountered during the inspection. This will include readings from the gas detector. 3.1.5 Recommended Maintenance. The TM will contain any recommendations for additional maintenance that may be required to help ensure the accuracy or safety of the flow metering equipment. TASK 4 ADDITIONAL SERVICES Additional services shall be provided only if approved by the CITY. Scope, schedule, and compensation will be negotiated for these items as necessary. These additional services may include, but shall not be limited to additional maintenance or inspections of the metering sites. Authorization to proceed, if the services are required, shall be in the form of an Amendment to this AGREEMENT specifying the work to be performed, schedule, and additional compensation. SCHEDULE ENGINEER agrees to complete the necessary services listed in this Exhibit no later than 365 days from the Notice to Proceed Letter, and includes a final technical memorandum. Services beyond the field investigation phase, if included by amendment, shall be completed as necessary in context to the actual construction timing. PROJECT MANAGER AND CONTACT PERSON ENGINEER designates Kurt Hassler, whose business address and phone number are George Butler Associates, Inc. (GBA), 9370 G Court, Omaha, Nebraska 68127, (402) 513-3151, as its project manager and contact person for this PROJECT. A personnel change of the project manager for the PROJECT is subject to written approval of the CITY. ENGINEER shall not maintain a project manager that is not acceptable to the CITY. EXHIBIT "C" BREAKDOWN OF COSTS » — ,g o 0, » sS mg a s . o » m N m "' »HP- yg 0 m O' o .,,» » m8 .w- vE 0 0 A §m f 0 » » w» ym- »w ea m 2222222 » ww» » ros cab m w O 0 0 0 R 0 0„ 0.0 » Re LL t a » y 0 02 �i N N m V N N CI 000 » »Or o » 0 og tor N N m 000 » IE w o g 0 » m » 0 0 0 » 69 Nw» 1. w nPE j 5 a» CI an m . „ xb §' W wyFN a$ F , o e RR Y m ar k Ei$ e$ E $8.$ $ 4 »8 4 w � » a$ e 0 0 a0 2 w r a gg k o g m 'a c w E E`£� a w ¢ LL O o 6r oo x x A° a_ O � ' n Om wa , w E., a f tat� iw n W w m .E = ci _ a Yry `o - U agw a g w w8,8mm2ao�.2da g auo x 4am 44 TI mt = Zk «a« Yc a o fTm z af x aa O wa w; • a 2 V wN i .9444 1 a E a y , Q Y N N Q F F h C-25A CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, professional engineering services are needed in association with OPW 52960,being the 2016 Flow Meter Maintenance project; and, WHE REAS, George Butler Associates, Incorporated was selected by thee r gin servicesers d architects selection process and hasagreed re erenc e is made a part hereof,the a fee not to ng listed in the attached agreement, which y this exceed$28,148.00; and, WHEREAS, the fees for these services will be paid from the Sewer Revenue Fund 21121, Sewer Planning Unit Organization 116512, year 2016 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 George Butler Associates, Incorporated, for professional engineeringis herebyapvices associated with OPW 52960, being the 2016 Flow Meter Maintenance project, BE IT FURTHER RESOLVED: THAT, the Finance Department is authorized to pay George Butler Associates, Incorporated a fee not to exceed $28,148.00 for these professional engineeriing0er16 isexpees nditure. the Sewer Revenue Fund 21121, Sewer Planning Unit Organization 116512,year APPROVED AS TO FORM: 1293hra f s-LITY ATTORNEY DATE By if • ouncilmember Adopted A R 1 9 201 7-e City Clerk XAVAP4 Approved-✓ - _ty Mayor CG -d 4 .. cD " o r c Po o o a co P CD 'Pi' 0 CD a R Pa, > - P O :7 CD iJI u,c72: .,.._,L\-)—; -4,,--°°" Fi,,E7"c)• ,._,'c'''1: 1 t\.)c l'---' cr:''(;I> (I:CD° t_.;(-' G\ t - N v - .Or _.CD = 0 ,--r 00 � O CAD O n Oa .f co S BCD cp CA 0 r�r (_7 c� -d n O O O 0 V A� N• ¢ 00 Ci O n t..) `� rr _. CD ,,--t O O —• � as Ao 0 � 00 x C U1Q CD inCD AD O a. 1--t a.. -t CD CDCD