Loading...
RES 2015-0609 - Agmt with Snyder & Associates Inc for 177th and Center storm sewer project, OPW 52782 O AHA, ` \ ,'� L. C C- `, "",� 's� + �- it t_ Public Works Department May 19, 2015 Omaha/Douglas Civic Center ��: i n 2015 11 -6 �i ]819 Farnam Street,Suite 601 o a ^°> Omaha,Nebraska 68183-0601 o'� m (402)444-5220 �4Tso NEaR4 i Y CLERK r Fax(402)444 5248 City of Omaha 1 n A N E E F;A S 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 Snyder & Associates, Inc. to provide services for the 177th and Center Storm Sewer Project, being OPW 52782 and Capital Improvement Plan #509, located in the vicinity of 177th Street and West Center Road. The scope of services including preliminary, design, bidding services and additional scopes as listed in the attached Professional Services Agreement, which is made a part hereof Snyder & Associates, Inc. has agreed to perform the services detailed in Exhibit "B" of the attached Professional Services Agreement for a fee not to exceed $56,500.00, which will be paid from the 2010 Environment Fund 13123, Environmental Bonds Organization 117217. Snyder & Associates, Inc. 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 Professional Services Agreement. Respectfully submitted, Referred to City Council for Consideration: . �� 4 -ZT � r� o ert G. Stubbe, P.E. Date Mayor's Office Date Public Works Director Approved as to Funding: Appr ved: -§9 F Hance DirectorCurtis Date DHupRights and Relations Date 1392djr PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is hereby made and entered into this a/'lt day of V14, ' '/ by and between the City of Omaha, a municipal corporation located in Douglas County, Nebraska(hereinafter referred to as the "City"), and Snyder & 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 177`1'&Center Storm Sewer Repair and Channel Improvements OPW 52782 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 120 Calendar day period after receipt of a purchase order from the City. B. Provider designates Michael C. Hall, P.E. whose business address and phone number is 12020 Shamrock Plaza, Suite 200, Omaha, NE 68154, tel. (402) 934-5122 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 120 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 Adam Wilmes, P.E. whose business address and phone number are Omaha/Douglas Civic Center, 1819 Farnam Street, Suite 604, Omaha, NE 68183-0604, tel. (402) 444-3819 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 $56,500.00. 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 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, 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, political or religious opinions,affiliations or national origin. 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. 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. 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, religion, color, sex, age, sexual orientation, gender identity, disability, or national origin. The Contractor shall ensure that applicants are employed and that employees are treated during employment without regard to their race, religion, color, sex, sexual orientation,gender identity,or national origin. 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, religion, color,sex,sexual orientation,gender identity,or national origin,age,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. EXECUTED this 3 I —day of A r c-t- , ZO 15- . SHyuG-i' 4 ASS De.rc.4as, (Kc.. 7��:>/t4....41 ac Provider �`/ "" �' By `-'04e/Ceid,ofql—t- ATTEST ff�� l2ejj 110144 i /��MM ANA�{-C (Title) EXECUTED this A day of 42/ , �10/5- . ATTEST CITY OF OMA A Municipal Corporation V 14 V41411 By e DEPU.Tx City Clerk ACTING May r APPROVED AS TO FORM: 1 Z&t, ., ./Z._ ' �xss Deputy City Attorney Revised: 12/2012 Exhibit "B" Scope of Services 177th & Center Storm Sewer Repair and Channel Improvements City of Omaha, Nebraska GENERAL This Scope of Services is for Preliminary,Design,and Bidding Services for storm sewer and erosion control improvements generally referred to as 177`h&Center Storm Sewer Repair and Channel Improvements. The project site is described as an existing sewer and outlet structure west of the 177th and Wright Street intersection and extending southwest into unnamed tributaries of Zorinsky Lake. The site's current conditions include an eroded hillslope exposing and undermining an existing 36"storm sewer pipe which previously connected a manhole structure and USBR Type VI outlet dissipating structure. The 36"storm sewer pipe and connection between these structures has failed resulting in headcutting of the outlet channel, collapse of the dissipating structure, and without corrective action, could cause erosion within adjacent developed properties. These drainage structures were installed to provide stormwater conveyance and outlet control for portions of Lots 97, 98, 99, 100, and 103 within the Legacy Development(SID 459), and release this stormwater within acceptable velocities into existing channels within Army Corps of Engineers property. The project will be completed in phases with the identified tasks as follows: Phase 1 —Preliminary Services Phase 2—Design Services Phase 3 —Bidding These phases are further defined in Section IV. II. KEY UNDERSTANDINGS 1. An existing storm and drainage easement exists for the current outfall structure. The reconstructed drainage facilities are to be located within the existing easement. 2. Existing stormwater system was constructed in accordance with OPW50196 Record Drawings,which was reflective of the OPW50196 Drainage Study. 3. City has provided LiDAR topographic data, for use in reviewing previous Drainage Study. 4. City is interested in standard or alternative dissipation devices as applicable for site specific conditions. 5. Improvements to the downstream channel are anticipated. The scope of these improvements is expected to extend 150' downstream of the existing outlet. 6. Rights of access to all necessary properties will be provided by the City. Provider will prepare strip and tract maps for facilitating access. 7. Two Plan and Specification reviews will be performed by the City. The first review will occur at approximately 50-75%,the second will occur at 90-95%. A final submittal will be made for bidding purposes,which will not undergo significant review. 8. Provider will assist the City in obtaining permits and agency approvals. These permits and agency approvals are anticipated to include USACE 404 Permit, USACE's approval of improvements within USACE property limits, City's approval of Plans and Specifications, a Grading Permit, and NPDES Construction Stormwater Permit. 9. City will provide primary horizontal control for project, approximately 3 to 4 points. B-1 III. DESIGN STANDARDS 1. The plans will be completed in the City of Omaha AutoCAD format. Electronic template files have been provided. 2. The specifications are to be completed in the City of Omaha format. Example files have been provided. 3. City of Omaha Standard Specifications for Public Works Construction, 2014 4. City of Omaha Standard Plates, 2014 5. City of Omaha Standard Bid Item List, 2015 6. Omaha Regional Stormwater Design Manual, 2014 7. Provider will prepare Strip and Tract Maps identifying necessary Construction Easements. Deliverables to include maps with and without aerial imagery, as detailed below. Content of maps will be similar to that provided in examples by City. IV. PROJECT ADMINISTRATION For the duration of the project,the Provider's Project Manager,Mike Hall, will confer with the City's Project Representative,Adam Wilmes, for the purpose of accomplishing the following: 1. Necessary project coordination efforts by the Provider to assure proper integration of participation levels from the Provider's staff,the City, Stakeholders in the project area, and necessary agencies and boards. 2. To obtain from the City, as necessary, approvals and policy decisions regarding the project. 3. Regular meetings will be held with the City through the Preliminary and Design phases of the work. These meetings are anticipated to be held in City of Omaha Public Works offices. The Provider will assist in agenda preparation, attend,and document up to five(5) meetings at appropriate times to ensure all aspects of the project are communicated and Staff approvals are secured. IV. TASK IDENTIFICATION Phase 1-Preliminary Services 1.1 Project Administration(Task 101) 1.1.1 Contract Administration 1.1.2 Coordination of team activities. 1.1.3 Coordination of subconsultant. 1.1.4 Attend one project kick-off meeting. 1.1.5 Attend three agency coordination meetings. 1.1.6 Attend one meeting to review the 90%submittal documents. 1.2 Preliminary Reports(Task 102) • Receive and review previous drawings, specifications, reports, and files. 1.3 Topographic Survey(Task 103) 1.3.1 Topographic survey will be performed within the following project limits: • Within the outfall structure's existing storm and drainage easement. • Extending 50' beyond the existing storm and drainage easement limits. • Within outlet channel extending approximately 200' SW of USACE property line to the main channel. • Extending 50' from CL on each side of outlet channel. B-2 • All trees and stumps with base diameter of 6" at 2' above surrounding ground, within all topographic survey limits. • Consultant will call in a One-Call utility locate, for utility location identification. 1.3.2 Additional horizontal and vertical control will be established, as necessary. • Control points will be tied to Nebraska State Plane Coordinate System. • Vertical control will be established and referenced to USGS NAVD88 datum. 1.3.3 Section corners and property pins will be located, as necessary. 1.3.4 Base map will be prepared from topographic survey data. Phase 2-Basic Services 2.1 Design&Coordination (Task 201) 2.1.1 Drainage Study to be prepared, and include: • Evaluation of previous Drainage Report and existing stormwater conveyance system current outlet flow and velocity. • Proposed outfall structure, supported by acceptable outlet velocity calculations. • Proposed channel improvements. 2.2 USACE Permit Documentation(Task 202) 2.2.1 Wetland and Stream Delineation • Provider shall perform Wetland and Stream Delineations for the above referenced project. The Wetland Delineations will be performed to determine the upper boundaries of wetland areas at the project site. Snyder &Associates, Inc. will review United States Geological Survey topographic maps,National Wetland Inventory maps, Soil Survey, and aerial photographs as part of a preliminary data search. On-site visits will be performed to gather data pertaining to wetland vegetation, wetland hydrology, and hydric soils. The boundary of each wetland and stream located within the project limits will be surveyed. Field work will be conducted in accordance with procedures outlined in the 1987 US Army Corps of Engineers Wetland Delineation Manual and Midwest Supplement. Snyder and Associates, Inc. will provide copies of the Wetland and Stream Delineation Report summarizing the findings of the data search and the on- site wetland delineation. 2.2.2 Wetland and Stream Permitting • Permit applications will be submitted to Omaha District Corps of Engineers and Nebraska Department of Environmental Quality, as necessary, if permits are required due to wetland and/or stream impacts. • Additional services beyond the current scope include: Wetland and stream mitigation planning and design, cultural resources surveys,biological assessments, and threatened and endangered species surveys. 2.3 Grading Permit Documentation(Task 203) 2.3.1 Storm Water Pollution Prevention Plan Narrative 2.3.2 Storm Water Pollution Prevention Plan Site Map • Required design computations and designer qualifications to accompany SWPPP Narrative and Site Map. B-3 2.4 Geotechnical Report(Task 204) • Provider shall provide a geotechnical report prepared through the advancement of soil borings,testing of samples in the field and in the laboratory, and analyses of the soil conditions encountered, and provide geotechnical design and construction recommendations. 2.5 Preliminary Plans &Specifications 50-75%(Task 205) 2.5.1 Outfall System Plan& Profile 2.5.2 Outlet Channel Cross Sections 2.5.3 Bank Stabilization Details 2.5.4 Outfall Structural Details 2.5.5 Removal Plan 2.5.6 Ownership Strip Map(No Aerial Imagery) 2.5.7 Construction Phasing 2.5.8 Specifications 2.5.9 Opinion of Probable Costs 2.6 Final Plans& Specifications(Task 206) 2.6.1 Bid Item Descriptions and Quantities 2.6.2 Typical Details and Construction Notes 2.6.3 Final Removal Plans 2.6.4 Horizontal and Vertical Control 2.6.5 Construction Phasing 2.6.6 SWPPP Site Plan&General Notes 2.6.7 Outfall System Plan and Profiles 2.6.8 Outlet Channel Cross Sections 2.6.9 Final ROW/Ownership Strip Map(No Aerial Imagery) 2.6.10 Structural Details 2.6.11 Bank Stabilization Details 2.6.12 Bid Documents 2.6.13 Specifications 2.6.14 Opinion of Probable Cost Phase 3-Bidding 3.1 Bid Services(Task 301) 3.1.1 Provide hard and electronic copy of sealed plans and specifications. 3.1.2 Provide final Opinion of Probable Cost. 3.1.3 Answer questions during bid period. Issue clarifications as necessary. 3.1.4 Assist with preparation of addenda. V. DELIVERABLES 1. Drainage Report— 1 Hard Copy &PDF Copy 2. Geotechnical Report— 1 Hard Copy&PDF Copy 3. Strip Map(Including Aerial Imagery)— 1 Hard Copy(%2 Size) &PDF Copy 4. Tract Map(s)— 1 Hard Copy&PDF Copy per Parcel 5. USACE 404 Permitting Application—Hard Copy &PDF Copy 6. SWPPP Narrative& Site Plan—Hard Copy&PDF Copy 7. 50-75%Plans, Specifications&Cost Estimate— 1 Hard Copy(%2 Size Plans) & PDF Copy 8. 90%Plans, Specifications&Cost Estimate— 1 Hard Copy(V2 Size Plans) &PDF Copy 9. Plans, Specifications& Cost Estimate for Bidding— 1 Hard Copy(%2&Full Size Plans) & PDF Copy B-4 City of Omaha 177th&Center Storm Sewer Repair and Channel Improvements Exhibit 8 Project Schedule 2015 WORK ELEMENT Notes March April May June July August September October November December Contract Approval PRELIMINARY PHASE: Coordination/Previous Report Review I Kick Off Topographic Survey _ DESIGN PHASE: Drainage Study _ Wetland Delineation Wetland Permitting Geotechnical Report Preliminary Design SWPPP Documentation _ Final Design BID PHASE: Bid Letting ■ Construction 13-5 Exhibit "C" Engineering Services Consultant Estimate of Hours Project Name: 177th &Center Storm Repair&Channel Improv. "" OPW#: 52782 SNYDER&ASSOCIATES E.pawms one crengNN TASKS PERSONNEL CLASSIFICATIONS" MI®®®®SDES DES ADM II♦II♦III♦ Total For En.ineerin• Services: 1. Prelimina Services 1.1.1 Contract Administration 0 Ill i i11 © I P 1 IBi211P ftll 11 i1110 3 1.1.2 Coordination of team activities AWILESIMBERITORICIINTIN ENO IIIII "HI liil•lA Il lVdltl19l11 1 4 1.1.3 Coordination of subconsultant ll 1 , Igallnnrd"°yi14�1i��xklllllll©'�v0EggNO iwS ll'i.,1: 1 i li llltlnl 3 1.1.4 Attend one.ro'ect kick-off meeting M 6 IIdti1`131 IS IlV��°'Qp 8 tilhanotfinuaciiniummiliqiii 15 1.1.5 Attend three aeen coordination meetines I1=I® 1 ii 11 11«111=ll°;I N i ii "'dVIE €T3u11+au "n ID.101511`Illll 24 1.1.6 Attend one meetin.to review 90%submittal documents. 4"O "M"IP Ii�llt© "' 9+'.ii11Ld,°l i lil " II"41 "I � �1I1� � II � .����9 r CII I ��l, �aI1 � 11 aul�l� 2 1.2 Receive&Review Prelimina Resorts Ir slily j11...• 1 a 1°IIII'gI5€II©� lull al$: i "I r I' i i I!IId r 3 R' ,��I Il at a kd 1 ;Is$ L�� IIS1� 1, �. 1 d'� � 1.3.1 To.o.ra.hic Surve I laa �, , +11ai'P*"i1 °d r ,Fu , a1ry t I11 u t g i, g .a'll�idrh°����la�t�iar Iron Va&t�€:IIs�,�ka"ll�ll r', V,�I si r~r tar Id <ill��itlil- 24 1.3.2 Establish horizontal and vertical control 4'1 it Ili ' ° ;11 11{lion+ h I ii 3IIII© P.. +u,'11.',41',':31TI:ithhijillnill 2 1.3.3 Locate section corners and.ro•ert .ins I'IuRI°IIRIr 11 rI IO e I&i'i 11ili1I liT E`I,IFilt 8 ll,Illlln ii '1+x IIIMl rTl,Ik'd�ul 8 1.3.4 Base ma• .re•aration Illllie9LH lii'I°htlllr?ili lllM00 8 '.111R 'I II91JIlaid"il:'iwllilllll 10 2. Basic Services 2.1.1 Draina•e Stud 1111111111111111REUrdifitiESZIM 16 data 1 EMEllinddirdiliMi 58 2.2.1 Wetland and Stream Delineation IIIMEINEMErailillit 211111flahl8 III ii..ns"IIIdI ':'U✓+alelII' 39 2.2.2 Wetland and Stream Permittin• Q 8 16 tElnillitrirragrinft 8 IFEliddidlliddVEIRMI 35 2.3.1 SWPPP Narrative IIlIl1t1I i ufIIII�ineffiI� 6 1� �1a� I1tcvIl I li1II1S;uI 11t li'iiiillall Illllul;,I 6 2.3.2 SWPPP Site Ma• IIIIR1il{ it lil Rlii° 6 6 1.81IIIIIIIE rldl Nll+lV4111tl1a 1€d lillil .E 12 2.4 Geotechnical Resort See subconsultant fIj..IL I lINWI, RI1iII,IIEi lifd 'pVllilli 4„� PA3 , fll"II li r d,Iiipl«EDZI_ 2.5 Prelimina Desien 2.5.1 Duffel'S stem Plan&Profile I REP otl ECIdlI i ilEii L'"11«+11f,^ 8 0ira«i I I ,tV'g 1nI`e�"rI Et'l,I ,1+IIil 12 2.5.2 Outlet Channel Cross Sections et14:111;11iliNhVillEtltidltEd 8 ©.'lyl `I itltig liiitd..1111' .VI+ . a° N'rII'I 12 2.5.3 Bank Stabilization Details llinl'airinnlidn'iAlltiMilt1 6 IQtgr;l[11i,"11ci I it";, 111E dvi II a VaEo-,lil 10 2.5.4 Outfall Structural Details II;n I I1 l„jiff 11r ,1® 8 liii;IIIII I ,>i,Idlllw,ilil a,,gt Iti'��.4E 20 2.5.5 Removal Plan illiatildrdOldfladirdiffitiiiiMiltillnilli21013111VELdmitaars 6 2.5.6 Ownershi•Stri.&Tract Ma.s Aerial&Non-Aerial Versions Q l IIIIG, ap'JdI!J"'° 0 8 Ih"J I' ,rtr ,IV Ian L 1i311 laIrll'Llll?R 14 2.5.7 Construction Phasine IllitaglagliliiiliialtliMIEM11101.1HIMUEMEInirt.filliallEn 6 2.5.8 S•ecifications ME ri1111111P11i1111111M1111111MIN 6 ilillinfiERIIIIIMIiidliinatilliadiERN 11 2.5.9 O.inion of Probable Cost 0©IiI.;1i'il llliEl 6 I01lIIIIII b Dl!lg'E1 11111iIE"p1.0 rzi lfillai i;I1 13 2.6 Final Desk n 2.6.1 Bid Item Descri.tions&Quantities Ds1 �IlIii Ii g v", 6 . � , y, a 1tIMIII 1l 8 2.6.2 T .ical Details&Construction Notes nitiffillialtlliliddifdidlittill111111 6 © sIIIII a 1 ll lidEdi Malt'aB°IIlII NUEIG 8 2.6.3 Final Removal Plans "sd l'trau9tPtlfhPtl3°r 11111IIiC IN©II© i14Ia I„'1I' Tani.l'IIJIWN'alill 4 2.6.4 Horizontal&Vertical Control I it idj1 ry ihl id1 dll I, © ATrll{II 11 1I Il a°idsdi'ddli'ddiVdd 4 2.6.5 Construction Phasine Illfl,,'II: c Eiiiji al p IP$ ,,, 1 11 I all ..0©l IJI i $ 1°:,,,,,P,Ifill 3 2.6.6 SWPPP Site Plan&General Notes See item 2.3.1&2.3.2 iMIll+Tll1 R 111°i rl f"Hilo""fir 1 u 11.11L.ti I;alq.1.Ililalil a I I a jI r 1 I iin 2.6.7 Duffel!S stem Plan&Profile ;,r11( Miry',`{d,a•'dll tly lya'B," I©II©a',I ' °alfi.'rid I.I Lid i 1' i. 5 2.6.8 Outlet Channel Cross Sections »IB 0%1.E1 +1. a�ii 1IWillIIIIillId 1 ?id tl)p d li it , 1 i'il 4 2.6.9 Final ROW!Ownershi.Stri•&Tract Maas Aerial&Non-Aerial Ma.s IIII,atiMIrltill an I,s`, E,III ;II,€l©©1 0i I IIIr I da l° ! 11 ji I xt, 4 2.6.10 Structural Details iit.Rl, I'1 ilklit l nlltl II;'•?d..ul©O i2"111>" I.Iltl .If 1 r."II'i E dll?il 7 2.6.11 Bank Stabilization Details IIiIIard Ilu Ii iiiri; ral1NIYIr I©DI41€Itllirig ini ail l'a d flilu iF i E +rl"1I 7 2.6.12 Bid Documents fEirdlR.IIIII EHI•urlh+dLId INiilg 6 I:i. 'IP i ©ilr u ,l«a and I'V1,1 I.P1I 9 2.6.13 S•ecifications It illtll ° ;1 IldilnnkiliICOnl © IlillittaH©ary'iu�'f1 a:il"' ,Alta 1i!ii� 5 2.6.14 O.inion of Probable Cost OII�II11.' I,: .r©© Ill u1llla`k1 il.I dllid da"1111I,d1 iilllliFtl,ti1 7 3. Biddine Services 3.1.1 Provide sealed.fans and s•ecifications i I 9 a'ige,10t l Jeg© ii. aid lii d C 3 3.1.2 Provide 0•inion of Probable Cost 11Eglide I;111`,Ib�;I €I I II I;11111iIII1111111 i°4+largo" ,1 yPwll�lga+y' `al �r d E�,Ipr+: t uugg" 2 3.1.3 Answer.uestions durine bid•eriod. rir, 1,' 111911"..ii11111.P1s i�l O''.,.d.Iwl dlv jillliai I,'dirlE 1 a 4!',,91tl�1,i 4 3.1.4 Assist with•re•arationofaddenda ,,,!'yi.,.dlyidw�al 6 1,?iry .111;'iIIIIII^dl`I.1T,"' ,E,i.,z`' ddl,il 8 0 �.....HI � I d �� � I�1 1 1 1 i Total Hours ®® 40 II® 192 90 58 18 11111_11111 444 Total Da a(8 hrs) 1-6IIIII E 5.0IIIIIIIIIIIELIIIIIIIE111131E111131E11111111111111111111111 55.5 CLASSIFICATIONS*: PR = Principal SENG = Associate!Senior Engineer UD1 = User Defined 1 SENV = Senior Environmental Scientist ENG = Engineer UD2 = User Defined 2 ENV = Environmental Scientist SDES = Senior Designer/Technician UD3 = User Defined 3 ADM = Administrative DES = Designer/Technician Exhibit C Engineering Services Direct Expenses Project Name: 177th & Center Storm Repair& Channel Improv. OPW#: 52782 SNYDER&ASSOCIATES Engineers and Planners Subconsultants: Quantity Unit Cost Amount Terracon Consultants,Inc.(Geotechnical Report) 1 $6,300.00 $6,300.00 Subtotal $6,300.00 Printing and Reproduction: Quantity Unit Cost Amount Subtotal Mileage/Travel: Quantity Unit Cost Amount 2 Survey Crew trips to Site©40 mi/trip @$0.575/mi 80 $0.575 $46.00 4 Staff trips from Ankeny,IA to Omaha,NE A 300 mi/trip @$0.575/mi 1200 $0.575 $690.00 Subtotal $736.00 Lodging/Meals: Quantity Unit Cost Amount Subtotal Other Miscellaneous Costs: Quantity Unit Cost Amount Miscellaneous Postage,Mailing,Deliveries Etc. - $100.00 $100.00 Subtotal $100.00 TOTAL DIRECT EXPENSES $7,136.00 Exhibit C Engineering Services Project Cost Project Name: 177th & Center Storm Repair& Channel Improv. OPW#: 52782 SNYDER &ASSOCIATES Engineers and Pianrau Direct Labor Costs: Personnel Classification Hours Rate Amount Principal 13 $70.80 $920.40 Senior Environmental Scientist 33 $49.40 $1,630.20 Environmental Scientist 40 $31.94 $1,277.60 Associate!Senior Engineer Engineer 192 $42.68 $8,194.56 Senior Designer/Technician 90 $33.85 $3,046.50 Designer/Technician 58 $24.81 $1,438.98 Administrative 18 $21.00 $378.00 TOTALS 444 $16,886.24, Direct Expenses: Amount Subconsultants $6,300.00 Printing and Reproduction Costs Mileage/Travel $736.00 Lodging/Meals Other Miscellaneous Costs $100.00 TOTALS $7,136.00 Total Project Costs: Amount Direct Labor Costs $16,886.24 Overhead @ 161.05% $27,195.29 Total Labor Costs $44,081.53 Fixed Fee© 12.00% $5,289.78 Direct Expenses $7,136.00 PROJECT COST $56,507.31 Exhibit C 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 Snyder & Associates, Inc. to provide services for the 177th and Center Storm Sewer Project, being OPW 52782 and Capital Improvement Plan#509, located in the vicinity of 177th Street and West Center Roid; and, WHEREAS, Snyder & Associates, Inc. was selected by the Architects and Engineers Selection Process and has agreed to provide preliminary, design, bidding services and additional scopes of services as listed in the attached Professional Services Agreement, which by this reference is made a part hereof; and, WHEREAS, Snyder & Associates, Inc. has agreed to perform these services for a fee not to exceed $56,500.00, which will be paid from the 2010 Environment Fund 13123, Environmental Bonds Organization 117217. 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 Snyder & Associates, Inc. to provide services for the 177th and Center Storm Sewer Project, being OPW 52782 and Capital Improvement Plan #509, located in the vicinity of 177th Street and West Center Road, is hereby approved. BE IT FURTHER RESOLVED: THAT, the Finance Department is authorized to pay a fee not to exceed $56,500.00, to be paid from the 2010 Environment Fund 13123, Environmental Bonds Organization 117217. 1391djr APPROy 71 AS TO FORM: Z ./i,_ k, 2Y-7/ 4ITY ATTORNEY DATE By # t41 Councilmember Adopted MAY 1 9 2015 7-6' Ci ' Y/1 eNtej 0'4/-A.5" D U I City Clerk Approved . ,i.. .. ... cl-" /- A C NG Mayor NO. r :C Resolution by Res. that, as recommended by the Mayor, the Professional Services Agreement with Snyder & Associates, Inc. to provide services for the 177th and Center Storm Sewer Project, being OPW 52782 and Capital Improvement Plan #509, located in the vicinity of 177th Street and West Center Road, is hereby approved; and that, the Finance Department is authorized to pay a fee not to exceed $56,500.00, to be paid from the 2010 Environment Fund 13123, Environmental Bonds Organization 117217. 1391 Adjr _ a Presented to City Council MAY 1 9 2015 Adopted U?u61er gown City Clerk